HomeMy WebLinkAboutPeconic Recreation Center-PRELIMINARY
Southold Town Board - Letter
, , i
'II
, l;""\:
Board Meeting of January 29, 2008
~i)\
~.l'jI
RESOLUTION 2008-139
ADOPTED
Item #
DOC lD: 3561
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2008-139 WAS
ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON
JANUARY 29, 2008:
RESOI, VED that the Town Board ofthe Town of Southold hereby amends resolution 2007-
878 as follows:
RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs
Supervisor Scott A. Russell to execute an Al!reement with Hart Roofinl!. 1123 Jericho
Turnpike. Commack. New York, in connection with improvements to the Southold Recreation
Center in the amount of $+46,009.00 $254,000.00, in accordance with the plans and
specifications prepared by L.K, McLean Associates, P,C., subjcct to the approval of the Town
Attorney.
(,R~a~--,a-
Elizabeth A. Neville
Southold Town Clerk
RESULT: ADOPTED [UNANIMOUS]
MOVER: Vincent Orlando, Councilman
SECONDER: William Ruland, Councilman
AYES: Ruland, Orlando, Krupski Jr., Wickham, Evans
ABSENT: Scott Russell
Generated January 30, 200S
Page 3 I
I
".
",
""
ORIGINAL
.
AGREEMENT
^ j F~ brw>-'-Y
THIS AGREEMENT made this aK day of Jauu<uy, 2008, between the Town of
Southold, a municipal corporation of the State of New York, having its office and
principal place of business at 53095 Main Road, Southold, New York 11971 hereinafter
called the "Town" and Hart Roofing, 1123 Jericho Turnpike, Commack, NY 11725,
hereinafter called the "Contractor".
WHEREAS, the Town of Southold desires to engage the contractor to render certain
professional services herein described in connection with an undertaking.
NOW, therefore, the parties hereto mutually agree as follows:
1. The Contractor does hereby agree to perform all the work outlined in the
"Invitation to Bid - "Southold Town Recreation Center Improvements - Roof,
Siding, Windows and Doors" for the Installation of a new metal-over metal standing
seam roof system, new aluminum windows, front entrance door, R-13 WMP-lO
Lamtec insulation, Firestone Sierra steel siding and EFIS stucco, with cultured stone
base over brick facade", at the Southold Recreation Center, in accordance with the
plans and specifications prepared by L.K. McLean Associates, P.C.and annexed
hereto and made part of this contract (Exhibit A).
2. The Town does hereby agree to pay the Contractor for the work, the total sum of
Two hundred fifty four thousand dollars ($254,000). The total sum
. .
.
,
"
(
..
is to be paid to the Contractor within forty-five (45) days of the completion ofthe
said work and the acceptance thereof by the Town.
5. The Contractor shall secure and maintain such insurance that will protect himlher
from claims under the Worker's Compensation Acts and from claims for bodily
injury, death or property damage that may arise from the performance of his /her
services under this Agreement, in limits of$I,OOO,OOO. and $1,000,000. aggregate
liability for bodily injury and property damage. The Contractor shall indemnify
and hold harmless the Town from and against all suits, claims, demands or actions
for any injury sustained or alleged to be sustained by any party or parties in
connection with the alleged negligent performance or negligent performance by the
Contractor, his employees or agents or any subcontractor and in case of any such
action brought against the Town, the Contractor shall immediately take charge of and
defend the same at his own cost and expense. In addition, the Contractor will name
the Town as an additional insured on any applicable policies.
IN WITNESS WHEREOF, the parties hereto have set their hands and seals the day and
year first above written.
Town of Southold
By.~~~
S tt A. Rns ell, Supervisor
Hart Roofing
.
TOWN OF SOUTHOLD
.
"RECREATION CENTER IMPROVEMENTS"
CONSTRUCTION SPECIFICATION
.
SOUTHOLD, SUFFOLK COUNTY, NEW YORK
LKMA Project No: 07017.00
.
.
.
.
.
PreDared For:
TOWN OF SOUTH OLD
53095 Main Road
Southold, New York 11971
.
PreDared Bv:
L.K. McLEAN ASSOCIATES, p,c.
Consulting Engineers
437 South Country Road
Brookhaven, New York 11719
(631) 286-8668
.
MARCH 2007
I.I~I'~
.
.
TOWN OF SOUTH OLD
53095 MAIN ROAD, SOUTHOLD, NEW YORK 11971
PHONE: 631-765-1800 I FAX: 631-765-6145
.
INVITATION TO BID
NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND
REQUESTED FOR THE FOLLOWING:
. BID NAME: "SOUTHOLD TOWN RECREATION CENTER IMPROVEMENTS"
Definite specifications may be obtained at the Southold Town Clerk's Office beginning
TO BE DETERMINED
.
PLACE OF OPENING:
DATE OF OPENING:
TIME OF OPENING:
TOWN OF SOUTHOLD
TOWN CLERKS OFFICE
53095 MAIN ROAD
SOUTHOLD, NY 11971
TO BE DETERMINED
1 0:00AM
.
CONTACT PERSON: Christopher F. Dwyer, Associate
L.K. McLean Associates, 631-286-8668 (X245)
VENDORS MUST SUBMIT BID IN SEALED ENVELOPE.
.
PLEASE PRINT ON THE FACE OF ENVELOPE: 1) NAME & ADDRESS OF BIDDER
2) BID NAME
BID MUST BE ACCOMPANIED BY A 5 % BID SECURITY.
.
It is the bidder's responsibility to read the attached Bid Specifications, Instructions to
Bidders, and General Conditions, which outline bidding rules of the Town of Southold.
.
Upon submission of bid, it is understood that the bidder has read, fully understands and
will comply with said GENERAL CONDITIONS and specification requirements.
The Town of Southold requires that this document be returned intact and that it be
filled out completely. Please do not remove any pages from this bid package, and
make a copy of the bid document for your records.
. A non-refundable fee of $25.00 will be charged for plans and specifications. Payment
can be made by either money order, cash or check (payable to the Town of Southold).
A non-mandatory pre-bidder's conference will be held at 11 :OOam on TBD at the Southold
Town Recreation Center in Peconic (Peconic Lane).
e
The Town of Southold welcomes and encourages minority and women-owned
businesses to participate in the bidding process.
.
.
TABLE OF CONTENTS
.
SOUTHOLD TOWN
RECREATION CENTER IMPROVEMENTS
. Title Page
Invitation to Bid
Table of Contents
. Instructions to Bidders ill-I thru ill-6
NYS Wage Rates
Standard Insurance Requirements SIR-I thru SIR-2
.
General Conditions GC-I thruGC-11
Conditions of Contract CC-I thru CC-18
. Proposal Form Package Proposal Form Package 1-10
Qualification of Bidders QS-I thru QS-4
Contract Agreement A-I thru A-3
. Questions Page Q-I
Specifications
General Construction Drawings (Separate) 1 of 4 thru 4 of 4
.
.
.
.
.
.
.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
II.
12.
13.
14.
IS.
16.
17.
18.
.
.
.
.
.
.
.
.
INSTRUCTIONS TO BIDDERS
INDEX
Receipt and Opening of Bids
Form, Preparation and Presentation of Proposal
Bid Security
Qualifications of Bidders
Rejection of Bids
Bidders Responsibility
Construction Terms and Conditions
Security for Faithful Performance
Bid Reservations
Non-Collusive Statement
Addenda and Interpretations
Method of Award
Single Price Bid Analysis
Municipal Exempt Status
Labor Law
Wage Rates
Insurance Required by the Town of Southold
Quantities
ill-I
.
INSTRUCTIONS TO BIDDERS
1. RECEIPT AND OPENING OF BIDS
.
The Town of Southold invites bids on the forms herein provided for the Town of Southold
Recreation Center Improvements construction in Peconic, New York. Sealed bids shall be
received by the Town Clerk of the Town of Southold at 53095 Main Road, Southold, New York
no later than to be determined by the Town Clerk's Office at which time they will be opened
and publicly read aloud.
.
.
All bids received after the time stated for the opening in the Notice to Bidders may not be
considered and will be returned unopened to the bidder. The bidder assumes the risk of any delay
in the mail or in the handling of the mail by employees of the Town. Whether sent by mail or by
means of personal delivery, the bidder assumes responsibility for having his bid deposited on
time at the place specified. Faxed bids will not be accepted.
2. FORM. PREPARATION AND PRESENTATION OF PROPOSAL
.
The Proposal Form as issued by the Town Clerk shall be completely filled in, in black ink or
typed on the original bid form. No photocopies will be accepted. All blank spaces for bid prices
must be filled in, in both words and figures, with a total or gross sum for which the bid is made.
All lines must have an indication of the bidder's response whether it be "0", "N/A", "No
Charge", or a dollar figure. All lines must be filled in to indicate bidder's acknowledgement of
the request. Bids that do not have all applicable lines filled in on the bid proposal form may be
disqualified as a non-responsive bid. We cannot assume there is "no charge" when lines are left
empty. Bids that contain any omission, erasure, alteration, addition or items not called for in the
itemized bid form or that contain irregularities of any kind will not be accepted. In case of
discrepancy between the unit price and total amount bid for any item, the unit price, as expressed
in words, shall govern.
.
.
The following two items will automatically render a bid unacceptable to the Town of Southold:
a. Failure to sign bid proposal page.
b. Failure to include necessary bid security deposit (as required).
It shall be fully understood that any deviations from the inclusion of the above items will be
grounds to see the bid as non-compliant and will not be considered for award.
.
3. BID SECURITY
.
(a) The Bid must be accompanied by a certified check on a solvent bank or trust company with
its principal place of business in New York State, or an acceptable bid bond, in an amount equal
to not less than five percent (5%) of the total amount bid, made payable to the Town of Southold
(herein identified as Owner), as assurance that the bid is made in good faith. The certified
checks or bid bonds of unsuccessful bidders will be returned after execution of the Contract
between the Owner and the successful bidder; the certified check or bid bond of the successful
bidder will be retained until filing and approval of the Performance Bond and until completion of
five percent (5%) of the work under the Contract.
.
.
IE - 2
.
INSTRUCTIONS TO BIDDERS
.
(b) The successful bidder, upon his failure or refusal to execute and deliver the Contract and
bonds required within ten (10) days after the date of notice of the acceptance of his bid, shall
forfeit to the Owner, as liquidated damages for such failure or refusal, the security he deposited
with his bid.
4. OUALIFICA TIONS OF BIDDERS
.
(a) Forms for qualifications of bidders, giving evidence of sufficient facilities, equipment,
experience and financial ability to insure completion of the work are provided with the bid
specification package, and shall be filled out by the contractor and returned with the bid
submission.
(b) Information contained in any statement of financial ability shall be not more than thirtv
davs old at the time of submission.
(c) The Town reserves the right to make such investigation as it may deem necessary or
advisable to determine any bidder's ability to do the work, and the bidder shall furnish to the
Town, on request, all data and information pertinent thereto. The Town reserves the right to
reject any bid if such investigation fails to satisfy the Town that the bidder is fully qualified to do
the work. Financial instability of a bidder may be cause for non-award.
.
.
5. REJECTION OF BIDS
.
(a) The TOWN BOARD reserves the right to reject any bid if the evidence submitted in the
qualifications statement or an investigation of such bidder fails to satisfy the TOWN BOARD
that such bidder is properly qualified to carry out the obligations of the Contract and to complete
the work contemplated therein. Conditional bids will be considered informal and will be
rejected.
.
(b) The TOWN BOARD reserves the right to reject any and all bids, in whole or in part, to
waive any informality in any or all bids, and to accept the bid or part thereof which it deems
most favorable to the Town after all bids have been examined and/or checked.
6. BIDDERS RESPONSIBILITY
.
(a) Bidders are cautioned not to submit bids until after having inspected the site of the proposed
improvement and having made themselves familiar with local conditions. The attention of
persons intending to submit bids is specifically called to the paragraph of the Contract which
debars a Contractor from pleading misunderstanding or deception because of estimates or
quantities, character, location or other conditions surrounding the same. Special attention is
called to the notes on the Plans or in the itemized form of bid, which are made a part of this
Contract, which may alter or revise the Specifications for the particular contract.
.
.
(b) No representation is made as to the existence or nonexistence of groundwater, which may in
any way impede the work, proposed to be accomplished. Each bidder shall fully inform himself
as to groundwater and sub-surface conditions prior to submitting his bid.
.
IB - 3
.
INSTRUCTIONS TO BIDDERS
.
(c) The submission of a bid will be construed to mean that the bidder is fully informed as to the
extent, cost, and character of the materials, labor, and equipment required to complete the
proposed job in accordance with the Plans and Specifications, including all other expenses
incidental thereto.
(d) Bidders must examine the Plans and Specifications and exercise their own judgement as to
the nature and amount of the whole of the work to be done, and for the bid prices, must assume
all risks of variance by whomsoever made in computation or statement of amounts or quantities
necessary to fully complete the work in strict compliance with the Contract Documents.
.
(e) The Bidder shall assume all risks and responsibility and shall complete the work in whatever
material and under whatever conditions he may encounter or create, without extra cost to the
Town.
.
.
(f) No pleas of ignorance or misunderstanding of conditions that exist or that may hereafter exist,
or of conditions or difficulties that may be encountered in the execution of the work under this
Contract, as a result of failure to make the necessary examinations and investigations, will be to
fulfill in every detail all of the requirements of the Contract Documents, or will be accepted as a
basis for any claims whatsoever for extra compensation, or for an extension of time.
7. CONSTRUCTION TERMS AND CONDITIONS
.
The successful bidder is wamed that the work specified in the Conditions of Contract, together
with the Instructions to Bidders, Proposal Form, General Conditions, Plans, Specifications and
instructions of the Engineer or his duly authorized representative will be rigidly enforced.
8. SECURITY FOR FAITHFUL PERFORMANCE AND MAINTENANCE
.
The successful bidder shall be required to execute a Performance Bond equal to one hundred
vercent (I ()()%) of the amount bid, such bonds to be executed by a New York licensed insurance
carrier/surety company with an A rating or better from A.M. Best & Co. and acceptable to the
Owner; or bonds secured by collateral; or securities approved by the Owner. The Performance
Bond shall be written so as to remain in full force and effect as a maintenance bond for a period
of not less than one (I) year after the date of final acceptance of the work.
.
.
The successful bidder, upon failure to execute and deliver the bonds required within ten (10)
days after the date of notice of award, shall forfeit to the Owner, as liquidated damages for such
failure or refusal, the security deposited with his bid, and he will be liable for and he agrees to
pay to the Owner on demand, the difference between the price bid and the price for which such
contract shall subsequently be relet including the cost of such reletting less the amount of such
deposit. No plea of mistake in such accepted bid shall be available to the bidder for recovery of
his deposit or as a defense to any action upon accepted bid unless said mistake can be proven by
documentary evidence acceptable to the Town.
.
After approval of the bonds and execution of the Contract and after ten (10) percent of the work
has been completed, the bid security accompanying the bid will be returned.
.
lli-4
.
INSTRUCTIONS TO BIDDERS
.
9. BID RESERVATIONS
Bids submitted shall remain in effect for forty-five (45) days past the date of bid opening. This
period may be extended, for the benefit of the Town, by mutual agreement between the Bidder
and the Town Clerk.
10. NON-COLLUSIVE STATEMENT
.
The form of non-collusion bidding certification contained in the proposal package must be
executed by the Bidder and submitted with the proposal. The submission of this statement
certifies that the prices in this bid have been arrived at independently without collusion,
consultation, communication, or agreement for the purpose of restricting competition, as to any
matter relating to such prices with any other bidder or with any competitor.
.
11. ADDENDA AND INTERPRETATIONS
.
Every request for information or interpretation of the Contract Documents or Drawings must be
addressed in writing to the Clerk Town of Southold 53095 Route 25 P.O. Box 1179
Southold, N.Y. 11971, and to be given any consideration, must be received at least five (5) days
prior to the date fixed for the opening of bids. Any such interpretations or supplemental
instructions will be in the form of written addenda, and will be mailed or faxed to all prospective
bidders. The failure of any bidder to receive any such addenda will not relieve the bidder of any
obligation under his bid as submitted. Any addenda so issued shall become part of the Contract
Documents.
.
12. METHOD OF A WARD
.
The bid will be awarded to the lowest responsive, responsible bidder, as will best promote the
public interest, taking into consideration the reliability of the bidder, the quality of the materials,
equipment, or supplies to be furnished, and conformity with the specifications.
13. SINGLE PRICE BID ANALYSIS
.
In the event a single bid is received, the Town will conduct a price analysis of the bid price prior
to the award of the contract.
14. MUNICIPAL EXEMPT STATUS
.
The Town is exempt from the payment of Federal, State and local taxes. Taxes must not be
included in proposal prices.
15. LABOR LAW
.
The Contractor and each and every subcontractor performing work at the site of the project to
which this Contract relates shall comply with the applicable provisions of the Labor Law, as
amended, of the State of New York.
.
IB - 5
.
INSTRUCTIONS TO BIDDERS
Attention is called to certain provisions of the Labor Law, as set forth in the Conditions of
Contract, Paragraph 11, which are hereby referred to and made a part hereof.
.
16. WAGE RATES
.
The rates of wages detennined by the New York State Industrial Commissioner pursuant to the
Labor Law, which shall be paid on this project, are set forth herein following the Instructions to
Bidders.
Contractors and subcontractors are required to submit to the Town, within thirty days after
issuance of the first payroll, and every thirty days thereafter, a transcript of the original payroll
records, subscribed and affirmed as true under the penalties of peIjury.
.
17. INSURANCE REOUlRED BY THE TOWN OF SOUTHOLD
.
The successful bidder will be required to procure and pay for the following types of insurance, as
set forth in more detail herein following the Instructions to Bidders in the Standard Insurance
requirements Section.
(a) Comprehensive Automobile Policy
(b )Comprehensive General Liability
(c)ExcessfUmbrella Insurance
(d) Workmen's Compensation Insurance
(e) Disability Insurance and Unemployment Insurance
.
18. OUANTlTlES
.
Any quantities set forth in the bid specifications are approximations only. No guarantee is made
for any quantities stated. Payment shall be on the basis of actual quantities supplied or the actual
work done at the unit prices quoted.
.
.
.
.
IB - 6
.
.
.
.
.
.
.
.
.
.
.
Eliot Spitzer. Governor
MIS Department of Labor
orkforce
ew York
M. Patricia Smith, Commissioner
Put US to work for you
Dept. of Public Works
Matthew Frascinella, Architect
LK Mclean Associates, PC
437 South Country Road
Brookhaven, N.Y. 11719
Brookhaven NY 11719
Schedule Year
Date Requested
PRC#
2006 through 2007
03/30/2007
2007002287
Location
Project 10#
Project Type
Southold
07017
Work is for removal and replacement of doors/windows. As well as the installation of a Carlisle's roof
system.
PREVAILING WAGE SCHEDULE FOR ARTICLE 8 PUBLIC WORK PROJECT
Attached is the current schedule(s) of the prevailing wage rates and prevailing hourly
supplements for the project referenced above, A unique Prevailing Wage Case Number
(PRC#) has been assigned to the schedule(s) for your project.
The schedule is effective from July 2006 through June 2007, All updates, corrections, posted
on the 1 st business day of each month, and future copies of the annual determination are
available on the Department's website www.labor.state.ny.us. Updated PDF copies of
your schedule can be accessed by entering your assigned PRC# at the proper location on
the website.
It is the responsibility of the contracting agency or its agent to annex and make part, the
attached schedule, to the specifications for this project, when it is advertised for bids and lor
to forward said schedules to the successful bidder(s), immediately upon receipt, in order to
insure the proper payment of wages.
Please refer to the "General Provisions of Laws Covering Workers on Public Work
Contracts" provided with this schedule, for the specific details relating to other
responsibilities of the Department of Jurisdiction,
Upon completion or cancellation of this project, enter the required information and mail OR
fax this form to the office shown at the bottom of this notice, OR fill out the electronic
version via the NYSDOL website,
NOTICE OF COMPLETION I CANCELLATION OF PROJECT
Date Completed:
Date Cancelled:
Name & Tille of Representative:
Phone: (518) 457-5589 Fax: (518) 485-1870
W. Averell Harriman State Office Campus, Bldg. 12, Room 130, Albany, NY 12240
www.labor.state.ny.us.
PW 200
PW Ask@labor.state,ny,us
.
General Provisions of Laws Covering Workers on Article 8 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 rate 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 education or board of cooperative educational services; a sewer, water, fire,
improvement and other district corporation; a public benefit corporation; and a public authority awarding a public work
contract.
The Department of Jurisdiction (Contracting Agency) awarding a public work contract MUST obtain a Prevailing Rate
Schedule listing the hourly rates of wages and supplements due the workers to be employed on a public work project.
This schedule may be obtained by completing and forwarding a "Request for wage and Supplement Information" form (PW
39) to the Bureau of Public Work. 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 awarding of the contract, the law requires that the Department of Jurisdiction (Contracting Agency) furnish the
following information to the Bureau: the name and address of the contractor, the date the contract was let and the
approximate dollar value of the contract. To facilitate compliance with this provision of the Labor Law, a copy of the
Department's "Notice of Contract Award" form (PW 16) is provided with the original Prevailing Rate Schedule.
. The Department of Jurisdiction (Contracting Agency) is required to notify the Bureau of the completion or cancellation of
any public work project. The Department's PW 200 form is provided for that purpose.
.
Hours
.
No laborer, worker, or mechanic in the employ of a contractor or subcontractor engaged in the performance of any public
work project shall be permitted to work more than eight hours in any day or more than five days in any week, except in
cases of extraordinary emergency. The contractor and the Department of Jurisdiction (Contracting Agency) may apply to
the Bureau of Public Work for a dispensation permitting workers to work additional hours or days per week on a particular
public work project.
Wages and Supplements
.
The wages and supplements to be paid and/or provided to laborers, workers, and mechanics employed on a public work
project shall be not less than those listed in the current Prevailing Rate Schedule for the locality where the work is
performed. If a prime contractor on a public work project has not been provided with a Prevailing Rate Schedule, the
contractor must notify the Department of Jurisdiction (Contracting Agency) who in turn must request an original Prevailing
Rate Schedule form the Bureau of Public Work. Requests may be submitted by: mail to NYSDOL, Bureau of Public Work,
State Office Bldg. Campus, Bldg. 12, Rm. 130, Albany, NY 12240; Fax to Bureau of Public Work (518) 485-1870; or
electronically at the NYSDOL website www.labor.state.ny.us.
Upon receiving the original scheduie, the Department of Jurisdiction (Contracting Agency) is REQUIRED to provide
complete copies to all prime contractors who in turn MUST, by law, provide copies of all applicable county schedules to
each subcontractor and obtain from each subcontractor, an affidavit certifying such schedules were received. If the original
schedule expired, the contractor may obtain a copy of the new annual determination from the NYSDOL website
www.labor.state.ny.us.
The Commissioner of Labor makes an annual determination of the prevailing rates. This determination is in effect from
July 1 st through June 30th of the following year. The annual determination is available on the NYSDOL website
www.labor.state.ny.us.
.
.
Payrolls and Payroll Records
.
Every contractor and subcontractor MUST keep original payrolls or transcripts subscribed and affirmed as true under
penalty of perjury. Payrolls must be maintained for at least three (3) years from the project's date of completion. At a
minimum, payrolls must show the following information for each person empioyed on a public work project: Name,
Classification(s) in which the worker was employed, Hourly wage rate(s} paid, Supplements paid or provide, and Daily and
weekly number of hours worked in each classification.
Every contractor and subcontractor shall submit to the Department of Jurisdiction (Contracting Agency), within thirty (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 Department of Jurisdiction (Contracting Agency) shall receive and
maintain such payrolls.
.
.
In addition. the Commissioner of Labor may require contractors to furnish. with ten (10) days of a request. payroll records
sworn to as their validity and accuracy for public work and private work. Payroll records include. by are not limited to time
cards. work description sheets. proof that supplements were provided. cancelled payroll checks and payrolls. Failure to
provide the requested information within the allotted ten (10) days will result in the withholding of up to 25% of the
contract. not to exceed $100.000.00. If the contractor or subcontractor does not maintain a place of business in New York
State and the amount of the contract exceeds $25.000.00. payroll records and certifications must be kept on the project .
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. Section 220-a of the Labor Law. .
All subcontractors engaged by a public work project contractor or its subcontractor. upon receipt of the original schedule
and any subsequently issued schedules. shall provide to such contractor a verified statement attesting that the
subcontractor has received the Prevailing Rate Schedule and will payor provide the applicable rates of wages and
supplements specified therein. (See NYS Labor Laws. Article 8 . Section 220-a).
Determination of Prevailing Wage and Supplement Rate Updates Applicable to All Counties
.
The wages and supplements contained in the annual determination become effective July 1st whether or not the new
determination has been received by a given contractor. Care should be taken to review the rates for obvious errors. Any
corrections should be brought to the Department's attention immediately. It is the responsibility of the public work
contractor to use the proper rates. If 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 NYSDOL
website on the first business day of each month. Contractors are responsible for paying these updated rates as well.
retroactive to July 1 st.
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. To the extent possible. the Department
posts rates in its possession that cover periods of time beyond the July 1 st 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 annual determinations that actually cover the then appropriate July 1st to June 30th time period.
Withholding of Payments
.
.
When a complaint is filed with the Commissioner of Labor alleging the failure of a contractor or subcontractor to payor
provide the prevailing wages or supplements. or when the Commissioner of Labor believes that unpaid wages or
supplements may be due, payments on the public work contract 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.
When the Bureau of Public Work finds that a contractor or subcontractor on a public work project failed to payor provide
the requisite prevailing wages or supplements. the Bureau is authorized by Sections 220-b of the Labor Law to so notify
the financial officer of the Department of Jurisdiction (Contracting Agency) that awarded the public work contract. Such
officer MUST then withhold or cause to be withheld from any payment due the prime contractor on account of such
contract the amount indicated by the Bureau as sufficient to satisfy the unpaid wages and supplements. including interest
and any civil penalty that may be assessed by the Commissioner of Labor. The withholding continues until there is a final .
determination of the underpayment by the Commissioner of Labor or by the court in the event a legal proceeding is
instituted for review of the determination of the Commissioner of Labor.
The Department of Jurisdiction (Contracting Agency) shall comply with this order of the Commissioner of Labor or of the
court with respect to the release of the funds so withheld.
Summary of Notice Posting Requirements
.
The current Prevailing Rate Schedule must be posted in a prominent and accessible place on the site of the pubiic work
project. The prevailing wage schedule must be encased in. or constructed of. materials capable of withstanding adverse
weather conditions and be titled "PREVAILING RATE OF WAGES" in letters no smaller than two (2) inches by two (2)
inches.
Every employer providing workers. compensation insurance and disability benefits must post notices of such coverage in .
the format prescribed by the Workers. Compensation Board in a conspicuous place on the jobsite.
Every employer subject to the NYS 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 NYS Department of Labor. .
.
Apprentices
.
Employees cannot be paid apprentice rates unless they are individually registered in a program registered with the NYS
Commissioner of Labor. The allowable ratio of apprentices to journeyworkers in any craft classification can be no greater
than the statewide building trade ratios promulgated by the Department of Labor and included with the Prevailing Rate
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 classification of work the employee is actually performing.
NYSDOL Labor Law, Article 8, Section 220-3, require that only apprentices individually registered with the NYS
Department of Labor may be paid apprenticeship rates on a public work project. No other Federal or State Agency of
office registers apprentices in New York State.
Persons wishing to verify the apprentice registration of any person must do so in writing by mail, to the NYSDOL Office of
Employability Development / Apprenticeship Training, State Office Bldg. Campus, Bldg. 12, Albany, NY 12240 or by Fax
to NYSDOL Apprenticeship Training (518) 457-7154. All requests for verification must include the name and 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 NYSDOL Apprenticeship
Training Albany Central office. Neither Federal nor State Apprenticeship Training offices outside of Albany can provide
conclusive registration information.
It should be noted that the existence of a registered apprenticeship program is not 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 wages 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 14-a of the Banking Law, per annum from the date of underpayment to the date restitution is made.
- A Civil Penalty may also be assessed, not to exceed 25% of the total of wages, supplements, and interest due.
.
Debarment
.
Any contractor or subcontractor and/or its successor shall be ineligibie 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 (5) years when:
- Two (2) willful determinations have been rendered against that contractor or subcontractor and/or its successor
within any consecutive six (6) year period.
- There is any willful determination that involves the falsification of payroll records or the kickback of wages or
supplements.
Criminal Sanctions
.
Willful violations of the Prevailing Wage Law (Article 8 and Article 9 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 contractor, subcontractor nor any person acting on its behalf, shall by reason of race, creed, color, disability, sex or
national origin discriminate against any citizen of the State of New York who is qualified and available to perform the work
to which the employment relates (NYS Labor Law, Article 8, Section 220-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 national origin (NYS Labor Law, Article 8, Section 220-
e(b) ).
. The Human Rights Law also prohibits discrimination in employment because of age, marital status, or religion.
There may be deducted from the amount payable to the contractor under the contract a penaity of $50.00 for each
calendar day during which such person was discriminated against or intimidated in violation of the provision of the contract
(NYS Labor Law, Article 8, Section 220-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 of
the contract (NYS Labor Law, Article 8, Section 220-e(d) ).
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.
Workers' Compensation
In accordance with Section 142 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 the New York State Workers' Compensation
Law.
.
A contractor who is awarded a public work contract 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 Workers' 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 write workers' compensation coverage in this state. The coverage must be listed under item 3A of the
information page.
The contractor must maintain proof that subcontractors doing work covered under this contract secured and maintained a
workers' compensation policy for all employees working in New York State.
Every employer providing worker's compensation insurance and disability benefits must post notices of such coverage in
the format prescribed by the Workers' Compensation Board in a conspicuous place on the jobsite.
.
Unemployment Insurance
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.
.
.
.
.
.
.
Eliot Spitzer, Governor
NVS Department of UDot
orkforce
ew York
.
M. Patricia Smith, Commissioner
.
Put US to WOr!< for yoU
Dept. of Public Works
Matthew Frascinella, Architect
LK McLean Associates, PC
437 South Country Road
Brookhaven, N.Y. 11719
Brookhaven NY 11719
Schedule Year
Date Requested
PRC#
2006 through 2007
03/30/2007
2007002287
.
Location
Project 10#
Project Type
Southold
07017
Work is for removal and replacement of doors/windows. As well as the installation of a Carlisle's roof
system.
.
Notice of Contract Award
New York State Labor Law, Article 8, Section 220.3a requires that certain information
regarding the awarding of public work contracts, be furnished to the Commissioner of Labor.
One "Notice of Contract Award" (PW 16, which may be photocopied), MUST be completed
. for EACH prime contractor on the above referenced project.
Upon notifying the successful bidder(s) of this contract, enter the required information and
mail OR fax this form to the office shown at the bottom of this notice, OR fill out the
electronic version via the NYSDOL website.
.
Contractor Information
All information must be supplied
Federal Employer Identification Number:
.
Name:
Address:
.
City:
State:
Zip:
Amount of Contract:
$
Approximate Starting Date:
I
I
Contract Type:
[] (01) General Construction
[] (02) HeatingNentilalion
[] (03) Electrical
[] (04) Plumbing
[] (05) Other :
.
Approximate Completion Date:
I
I
.
Phone: (518) 457-5589 Fax: (518) 485-1870
W. Averell Harriman State Office Campus, Bldg. 12, Room 130, Albany, NY 12240
www.labor.state.ny.us.
PW 16
PW Ask@labor.state.ny.us
.
.
To all State Departments, Agency Heads and Public Benefit Corporations
IMPORTANT NOTICE REGARDING PUBLIC WORK ENFORCEMENT FUND
.
Budget Policy & Reporting Manual
8-610
.
Public Work Enforcement Fund
effective date December 7, 2005
.
1. Purpose and Scope:
.
This Item describes the Public Work Enforcement Fund (the Fund, PWEF) and its
relevance to State agencies and public benefit corporations engaged in construction or
reconstruction contracts, and announces the recently-enacted increase to the percentage of
the dollar value of such contracts that must be deposited into the Fund. This item also
describes the roles of the following entities with respect to the Fund:
.
New York State Department of Labor (DOL),
The Office of the State of Comptroller (OSC), and
State agencies and public benefit corporations.
2. Background and Statutory References:
.
DOL uses the Fund to enforce the State's Labor Law as it relates to contracts for
construction or reconstruction as defined in subdivision two of Section 220 of the Labor
Law. State agencies and public benefit corporations participating in such contracts are
required to make payments to the Fund.
.
Chapter 511 of the Laws of 1995 (as amended by Chapter 513 of the Laws of 1997,
Chapter 655 of the Laws of 1999, Chapter 376 of the Laws of2003 and Chapter 407 of the
Laws of2005) established the Fund.
3. Procedures and Agency Responsibilities:
.
The Fund is supported by transfers and deposits based on the value of contracts for
construction and reconstruction, as defined in subdivision two of Section 220 of the Labor
Law, into which all State agencies and public benefit corporations enter.
Chapter 407 of the Laws of 2005 increased the amount required to be provided to this fund
to .10 of one-percent of the total cost of each such contract, to be calculated at the time
agencies or public benefit corporations enter into a new contract or if a contract is amended.
The provisions of this bill became effective August 2, 2005.
.
.
.
To all State Departments, Agency Heads and Public Benefit Corporations
IMPORTANT NOTICE REGARDING PUBLIC WORK ENFORCEMENT FUND
OSC will report to DOL on all construction-related ("D") contracts approved during the
month, including contract amendments, and then DOL will bill agencies the appropriate
assessment monthly. An agency may then make a determination if any of the billed
contracts are exempt and so note on the bill submitted back to DOL. For any instance
where an agency is unsure if a contract is or is not exempt, they can call the Bureau of
Public Work at the number noted below for a determination. Payment by check or journal
voucher is due to DOL within thirty days from the date of the billing. DOL will verify the
amounts and forward them to OSC for processing.
For those contracts which are not approved or administered by the Comptroller, monthly
reports and payments for deposit into the Public Work Enforcement Fund must be provided
to the Administrative Finance Bureau at the DOL within 30 days of the end of each month
or on a payment schedule mutually agreed upon with DOL.
Reports should contain the following information:
Name and billing address of State agency or public
benefit corporation;
State agency or public benefit corporation contact and
phone number;
Name and address of contractor receiving the award;
Contract number and effective dates;
Contract amount and PWEF assessment charge (if
contract amount has been amended, reflect increase or
decrease to original contract and the adjustment in the
PWEF charge); and
Brief description of the work to be performed under each
contract.
.
.
.
.
.
Checks and Journal Vouchers, payable to the "New York State Department of Labor"
should be sent to:
.
Department of Labor
Administrative Finance Bureau-PWEF Unit
Building 12, Room 464
State Office Campus
Albany, NY 12240
.
Any questions regarding billing should be directed to NYSDOL's Administrative Finance
Bureau-PWEF Unit at (518) 457-3624 and any questions regarding Public Work Contracts
should be directed to the Bureau of Public Work at (518) 457-5589.
.
.
.
.
Prevailing Wage Rates for 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
Published by the New York State Department of labor
PRe Number 2007002287
Introduction to the Prevailing Rate Schedule
Information About Prevailing Rate Schedule
. This information is provided to assist you in the interpretation of particular requirements for each classification of worker contained in the
attached Schedule of Prevailing Rates.
Classification
It is the duty of the Commissioner of Labor to make the proper classification of workers taking into account whether the work is heavy and
highway, building, sewer and water, tunnel work, or residential, and to make a determination of wages and supplements to be paid or
provided. It is the responsibility of the public work contractor to use the proper rate. If there is a question on the proper classification to be
used, please call the district office located nearest the project. District office locations and phone numbers are listed below.
.
Paid Holidays
Paid Holidays are days for which an eligible employee receives a re~ular day's pay, but is not required to perform work. If an employee
works on a day listed as a paid holiday, this remuneration is in addition to payment of the required prevailing rate for the work actually
performed.
. Overtime
Overtime holiday pay is the premium pay that is required for work performed on specified holidays. It is only required where the employee
actually performs work on such holidays.
The applicable holidays are listed under HOLIDAYS: OVERTIME. The required rate of pay for these covered holidays can be found in the
OVERTIME PAY section listings for each classification.
. Supplemental Benefits
Particular attention 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 next 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 current prevailing rates
of wages and supplements. If you have any questions please contact the Bureau of Public Work or visit the New York State Department of
Labor website (wwwJaboLstate.ny.us)for current wage rate information.
Apprentice Training Ratios
. The following are the allowable ratios of registered Apprentices to Journey-workers.
For example, the ratio 1:1,1:3 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 last ratio repeats indefinitely. Therefore, three more Journeyworkers must be present before a third Apprentice can be hired,
and so on.
Please call Apprentice Training Central Office at (518) 457-6820 if you have any questions.
.
.
Title (Trade)
boilermaker
Mason
Carpenter
Electrical (Outside) Lineman
Electrician (Inside)
Elevator/Escalator Construction & Modernizer
Glazier
Insulation & Asbestos Worker
Iron Worker
Laborer
Op Engineer
Painter
Plumber & Steamfitter
Ratio
.
1:1,1:4
1:1,1:4
1:1,1:4
1:1,1:2
1:1,1:3
1:1,1:2
1:1,1:3
1:1,1:4
1:1,1:6
1:1,1:3
1:1,1:5
1:1,1:3
1:1,1:3
.
Page 11
Prevailing Wage Rates for 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
Published by the New York State Department of Labor
PRC Number 2007002287
.
Roofer
Sheet Metal Worker
Sprinkler Fitter
1:1,1:2
1:1,1:3
1:1,1:2
If you have any questions concerning the attached schedule or would like 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, Bldg. 12
Albany, NY 12240
.
District Office Locations:
Telephone #
Bureau of Public Work - Albany
518-457-2744
FAX #
518-485-0240
Bureau of Public Work - Buffalo
716-847-7159
716-847-7650
.
Bureau of Public Work - Garden City
Bureau of Public Work - New York City
516-228-3915
212-352-6088
516-794-3518
212-352-6580
Bureau of Public Work - Rochester
585-258-4505
315-428-4056
585-258-4708
Bureau of Public Work - Syracuse
315-428-4671
.
Bureau of Public Work - Utica
315-793-2314
315-793-2514
Bureau of Public Work - White Plains
Bureau of Public Work - Central Office
914-997-9507
518-457-5589
914-997-9523
518-485-1870
.
.
.
.
.
.
Page 12
.
Prevailing Wage Rates for 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
Suffolk County General Construction
Published by the New York State Department of labor
PRC Number 2007002287 Suffolk County
Asbestos Worker
03/01/2007
.
JOB DESCRIPTION Asbestos Worker
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk
WAGES
Per hou r:
DISTRICT g
07/01/2006
12/01/06
.
Abestos Worker
Removal&Abatement Only'
$ 26.45
$27.45
.
'NOTE - On mechanical systems that are NOT to be SCRAPPED.
SUPPLEMENTAL BENEFITS
Journeyman
Removal&Abatement Only $ 8.25
OVERTIME PAY
See (B) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5,6) on HOLIDAY PAGE
NOTE: Easter Paid at Time and One-half IF worked
REGISTERED APPRENTICES
Apprentice Removal&Abatement Only:
1000 hour terms at the following percentage of Journeyman's rates.
1st 2nd 3rd 4th
78% 80% 83% 89%
.
.
Supplemental Benefits:
(per Hour worked)
Apprentice
Removal&Abatement Only
Same % as
for Wage of
$ 8.25
9-12a - Removal Only
.
Boilermaker
03/01/2007
JOB DESCRIPTION Boilermaker DISTRICT 4
ENTIRE COUNTIES
Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Sullivan, Ulster, Westchester
WAGES
. Per Hour: 0710112006
Boilermaker
$ 41.85
SUPPLEMENTAL BENEFITS
Per Hour:
07/01/2006
.
Journeymen
$ 8.27 +
48% of the
Hourly Wage
OVERTIME PAY
See (D, 0) on OVERTIME PAGE
HOLIDAY
Paid: See (8, 16,23,24) on HOLIDAY PAGE
. Overtime: See (4, 6, 11, 12, 15,25) on HOLIDAY PAGE
REGISTERED APPRENTICES
(1/2) Year Terms at the following pecentage of Journeyman's Wage
1st
65%
2nd
65%
3rd
70%
4th
75%
5th
80%
6th
85%
7th
90%
8th
95%
.
Page 13
Prevailing Wage Rates for 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
Published by the New York State Department of Labor
PRC Number 2007002287 Suffolk County
.
Supplemental Benefits Per Hour:
07/01/2006
Apprentices
$ 8.27 +
48% of the
Hourly Wage
.
4-5
Carpenter
03/01/2007
JOB DESCRIPTION Carpenter
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Rockland, Westchester
PARTIAL COUNTIES
Orange: South of but including the following, Waterloo Mills, SlateHill, New Hampton, Goshen, Blooming Grove, Mountainville, east to the
Hudson River.
Putnam: South of but including the following, Cold Spring, TompkinsCorner, Mahopac, Croton Falls, east to Connecticut border. .
Suffolk: West of Port Jefferson and Patchoque Road to Route 112 tothe Atlantic Ocean.
DISTRICT g
.
WAGES
Per hour:
07/01/2006
Core Drilling:
Driller
Assistant Driller
$ 29.56
24.59
.
Note: Hazardous Waste Pay Differential:
For Level C, an additional 10% above wage rate per hour
For Level 8, an additional 10% above wage rate per hour
For Level A, an additional 10% above wage rate per hour
Note: When required to work on water: an additional $ 0.50 per hour.
SUPPLEMENTAL BENEFITS
Per hour paid:
.
Driller
Assistant
$ 10.36
10.36
OVERTIME PAY
OVERTIME:
HOLIDAY
HOLIDAY:
Paid:
Overtime:
.
See (B,E,K',P,R") on OVERTIME PAGE.
See (5,6) on HOLIDAY PAGE.
. See (5,6) on HOLIDAY PAGE.
.. See (8,10,11,13) on HOLIDAY PAGE.
.
Assistant: One (1) year increments at the following percentage of Assistant
wages. This is not an apprenticeship for Driller.
1st Year
70%
2nd Year
80%
3rd Year
90%
4th Year
100%
9-1536-CoreDriller
.
Carpenter
03/01/2007
JOB DESCRIPTION Carpenter
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester
WAGES
Per Hour:
DISTRICT g
.
07/01/2006
Timberman $ 42.09
SUPPLEMENTAL BENEFITS
Per hour paid:
.
Page 14
.
Prevailing Wage Rates for 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
Published by the New York State Department of Labor
PRC Number 2007002287 Suffolk County
Journeyman
$ 25.01
OVERTIME PAY
See (B, E, E2, Q) on OVERTIME PAGE
. HOLIDAY
Paid: See (18,19) on HOLIDAY PAGE.
Paid: for 1st & 2nd yr.
Apprentices
See (5,6,11,13,16,18,19,25)
.
Overtime: See (5,6,11,13,16,18,19,25) on HOLIDAY PAGE.
REGISTERED APPRENTICES
Wages per hour:
( 1 ) year terms:
1st.
$ 17.37
2nd.
$ 21.04
3rd.
$ 26.54
4th.
$ 32.04
.
Supplemental benefits per hour:
Apprentices
$18.05
9-1536
.
Carpenter
03/01/2007
JOB DESCRIPTION Carpenler DISTRICT 9
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester
WAGES
Per hour:
07/01/2006
.
Building
Millwright $ 46.25
SUPPLEMENTAL BENEFITS
Per hour paid:
.
Journeyman
$ 27.34
OVERTIME PAY
See (B, E, E2, Q) on OVERTIME PAGE
HOLIDAY
Paid: See (18,19) on HOLIDAY PAGE.
.
Paid: for 1 sl & 2nd yr.
Apprentices
See (5,6,11,13,16,18,19,25)
Overtime See (5,6,11,13,16,18,19,25) on HOLIDAY PAGE.
REGISTERED APPRENTICES
Wages per hour:
. (1) yearterms:
1st.
$ 25.06
2nd.
$ 29.55
3rd.
$ 34.23
4th.
$ 4302
Supplemental benefits per hour:
. (1) yearterms:
1st.
$ 18.78
2nd.
$ 20.48
3rd.
$ 22.86
4th.
$ 25.56
.
9-740.1
Page 15
Prevailin9 Wage Rates for 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
Published by the New York State Department of Labor
PRC Number 2007002267 Suffolk County
.
Carpenter
03/01/2007
JOB DESCRIPTION Carpenter DISTRICT 9
ENTIRE COUNTIES
Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester
WAGES
Per hour:
.
07/01/2006
Marine Construction:
Marine Diver
M.D.Tender
$ 51.41
37.36
.
SUPPLEMENTAL BENEFITS
Per hour paid:
Journeyman
$ 32.22
.
OVERTIME PAY
See (8, E, E2, 0) on OVERTIME PAGE
HOLIDAY
Paid: See (18,19) on HOLIDAY PAGE.
.
Paid: for 151 & 2nd yr.
Apprentices
See (5,6,10,11,13,16,18,19)
Overtime: See (5,6,10,11,13,16,18,19) on HOLIDAY PAGE.
REGISTERED APPRENTICES
Wager per hour:
.
(1) year terms:
151
$16.55
2nd
$ 20.69
3rd
$ 26.90
41h
$ 33.11
Supplemental benefits per hour:
.
Apprentices
$ 21.43
9-1456MC
Carpenter
03/01/2007
JOB DESCRIPTION Carpenter DISTRICT 9
ENTIRE COUNTIES
Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester
WAGES
Per hour:
.
07/0 1/2006
Carpet/Resilient
Floor Coverer
$ 45.66
.
SUPPLEMENTAL BENEFITS
Per hour paid:
Journeyman
$ 25.01
.
OVERTIME PAY
See (8, E, 0) on OVERTIME PAGE
HOLIDAY
Paid: See (18, 19)on HOLIDAY PAGE.
Paid: for 1st & 2nd yr.
.
Page 16
.
Prevailing Wage Rates for 07/0112006 - 06/30/2007
Last Publlshed on Mar 01 2007
Published by the New York State Department of Labor
PRC Number 2007002287 Suffolk County
Apprentices
See (5,6,11,13,16,18,19,25)
Overtime:
See (5,6,11,13,16,18,19,25) on HOLIDAY PAGE.
.
REGISTERED APPRENTICES
Wage per hour:
(1) year terms:
1st.
$18.80
2nd.
$22.82
3rd.
$28.86
4th.
$34.90
.
Supplemental benefits per hour:
Apprentices
$18.05
9-2287
.
Carpenter
03/01/2007
JOB DESCRIPTION Carpenter DISTRICT 9
ENTIRE COUNTIES
Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester
WAGES
. Per hou r: 07/01/2006
Piledriver $ 45.68
Dockbuilder 45.68
SUPPLEMENTAL BENEFITS
. Per hour paid:
Journeyman
$ 25.01
.
OVERTIME PAY
See (B, E2, 0) on OVERTIME PAGE
HOLIDAY
Paid: See (18,19)on HOLIDAY PAGE.
.
Paid: for 1 st & 2nd yr.
Apprentices
See (5,6,11,13,16,18,19,25)
Overtime: See (5,6,11,13,16,18,19,25) on HOLIDAY PAGE.
REGISTERED APPRENTICES
Wages per hour:
.
(1 )year terms:
1st.
$ 18.80
2nd.
$ 22.83
3rd.
$ 28.87
4th.
$ 34.92
Supplemental benefits per hour:
.
Apprentices
$ 18.05
9-1456
Carpenter. Build;nR/ Heavy&HiRhway
03/01/2007
JOB DESCRIPTION Carpenter - Building / Heavy&Highway
ENTIRE COUNTIES
Nassau, Suffolk
DISTRICT 4
.
Page 17
Prevailing Wage Rates for 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
Published by the New York State Department of Labor
PRC Number 2007002287 Suffolk County
.
WAGES
Per Hour:
07/0112006
Building
$ 34.27
.
Heavy Highway
34.27
SUPPLEMENTAL BENEFITS
Per Hour:
Journeyman
$ 28.42
.
OVERTIME PAY
See (B, E, Q) on OVERTIME PAGE
HOLIDAY
Paid: See (18, 19) on HOLIDAY PAGE
Overtime: See (5, 6, 16,23,24,25) on HOLIDAY PAGE
REGISTERED APPRENTICES
One(1) Year Terms at the following pecentage of Journeymans Wage
.
1st
40%
2nd
55%
3rd
65%
4th
75%
.
Supplemental Benefits
Apprentice(s)
$15.50
4-Reg.Council Nass/Sufl
Electrician
03/01/2007
.
JOB DESCRIPTION Electrician
ENTIRE COUNTIES
Nassau, Suflolk
WAGES
Per Hour:
DISTRICT 4
07/01/2006
Tree Trimmer!
Line Clearance Specialist
SUPPLEMENTAL BENEFITS
Per Hour:
.
$ 23.87
07/01/2006
17% of Wage
Rate, Plus
$ 4.88 per
Hour
.
OVERTIME PAY
See (B, E, P, T) on OVERTIME PAGE
HOLIDAY
Paid: See (5, 6, 8, g, 10, 11, 16) on HOLIDAY PAGE
Overtime: See (1) on HOLIDAY PAGE
.
4-1 049/T ree
Electrician
03/01/2007
JOB DESCRIPTION Electrician
ENTIRE COUNTIES
Nassau, Suffolk
WAGES
Per Hour:
DISTRICT 4
.
07/01/2006-
05/31/2007
06101/2007
Telephone & Intergrated Tele-Data Systems
.
Page 18
.
Prevailing Wage Rates for 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
Published by the New York State Department of labor
PRC Number 2007002287 Suffolk County
Jou rneyma n
$31.40
$ 31.80
.
"PLEASE NOTE"
This rate classification applies to ALL Voice,Data & Video work.: Excluding Fire Alarm Systems and Energy Managment Systems (HVAC
Controls), in those cases the regular Electrician rate applies. To ensure proper use of this rate please call the Garden City District Office at
(516)228-3915.
SUPPLEMENTAL BENEFITS
Per Hour: 07/01/2006- 06/01/2007
05/31/2007
.
Journeyman
47.5% of
Hourly Wage
plus $ 3.06
47.5% of
Hourly Wage
plus $ 3.90
.
OVERTIME PAY
See (8, E, E2, Q) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 15, 16,25) on HOLIDAY PAGE
4-25tela
Electrician
03/01/2007
.
JOB DESCRIPTION Electrician
ENTIRE COUNTIES
Nassau, Suffolk
WAGES
Per Hour:
DISTRICT 4
07/01/2006-
05/31/2007
06/01/2007
.
Journeyman
Electrical Maintenance
$ 34.45
$ 34.90
"PLEASE NOTE"
Applicable to "EXISTING ELECTRICAL SYSTEMS"
including, but not limited to TRAFFIC SIGNALS &
STREET LIGHTING. Not used for addons.
SUPPLEMENTAL BENEFITS
Per Hour:
.
07/01/2006-
05/31/2007
06/01/2007
Journeyman
35.5% of Wage
plus $ 4.52 /
hour
35.5% of Wage
plus $ 5.28 /
hour
.
.
OVERTIME PAY
See (8, E2, H) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6,15,16,25) on HOLIDAY PAGE
REGISTERED APPRENTICES
One(1) Year Term(s) at the following Percentage
o! Journeyman(s) Wage:
1stYr
40%
2nd Yr
50%
3rd Yr
60%
4th Yr
70%
5th Yr
80%
.
Supplemental Benefits per hour
Apprentice(s)
35.5% of Wage
plus $ 4.52 /
hour
35.5% of Wage
plus $ 5.28 /
hour
4-25m
.
Page 19
Prevailing Wage Rates for 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
Published by the New York State Department of Labor
PRC Number 2007002287 Suffolk County
.
Electrician
03/01/2007
JOB DESCRIPTION Electrician
ENTIRE COUNTIES
Nassau, Suffolk
WAGES
Per Hour:
DISTRICT 4
.
07/0112006
Electrician
Fire Alarm
HV AC Controls
$ 44.00
44.00
44.00
.
PUMP & TANK WORK
Journeyman $ 35.20
SUPPLEMENTAL BENEFITS
Per Hour: 07/01/2006
.
Journeyman
44.5% of
hourly wage
plus $ 6.93
OVERTIME PAY
See (8, E, Q) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 15, 16,25) on HOLIDAY PAGE
REGISTERED APPRENTICES
One(l) Year Terms at the following Percetage of Journeyman(s) Wage
.
1st
35%
2nd
40%
3rd
45%
4th
50%
5th
60%
6th
70%
.
Supplemental Benefits per hour
Apprentice(s)
.
1st Term
15% of
hourly wage
plus $ 3.89
2nd Term
24% of
hourly wage
plus $ 4.78
.
3rd Term
44.5% of
hourly wage
plus $ 6.93
4th Term
44.5% of
hourly wage
plus $ 6.93
.
5th Term
44.5% of
hourly wage
plus $ 6.93
.
6th Term
44.5% of
hourly wage
plus $ 6.93
4-25
Electrician Lineman
03/01/2007
.
Page 20
.
Prevailing Wage Rates for 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
JOB DESCRIPTION Electrician Lineman
ENTIRE COUNTIES
Nassau, Suffolk
WAGES
For Utility Distribution & Transmission Line Construction
Published by the New York State Department of labor
PRC Number 2007002287 Suffolk County
DISTRICT 4
.
Per Hour: 07/01/2006- 04/01/2007
03/31/2007
Lineman/Splicer $ 38.10 $ 39.50
Marerial Man 33.15 34.37
. Heavy Equip. Operator 30.48 31.60
Groundman 22.86 32.70
Flagman 17.16 17.78
Undergrond Natural Gasline Mechanic (2" or Less)
. 07/01/2006
Journeyman U.G.Mech. $ 31.81
SUPPLEMENTAL BENEFITS
Per Hour:
. Utility Distribution & Transmission Line Construction
07/01/2006- 04/01/2007
03/31/2006
All Classifications 24% of Wage 24% of Wage
Rate, Plus Rate, Plus
. $ 6.12 $ 6.40
Underground Natural Gas Mechanic
07/01/2006
. Journeyman U.G.Mech. 12% of Wage
Rate, Plus
$ 5.96
.
OVERTIME PAY
See (B, Qj on OVERTIME PAGE
Use Codes (B,G,P) for Natural Gas Mechanic
HOLIDAY
Paid: See (5, 6, 8, 16,23,25,26) on HOLIDAY PAGE
Overtime: See (1) on HOLIDAY PAGE
REGISTERED APPRENTICES
1000 hour Periods at the following Percentage of Journeyman's Wage.
.
1st. 2nd. 3rd. 4th. 5th. 6th. 7th.
60% 65% 70% 75% 80% 85% 90%
4-1049 Line/Gas
Elevator Constructor
03/01/2007
JOB DESCRIPTION Elevator Constructor
ENTIRE COUNTIES
. Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk
PARTIAL COUNTIES
Rockland: Entire County except for the Township of Stony Point
Westchester: Entire County except for the Townships of Bedford, Lewisboro, Cortland, Mt. Kisco, North Salem, Pound Ridge, Somers and
Yorktown.
DISTRICT 9
-
-
WAGES
Per hour:
07/01/06
03/17/07
Page 21
Prevailing Wage Rates for 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
Published by the New York State Department of Labor
PRC Number 2007002287 Suffolk County
.
Elevator Constructor
Elevator Constructor
Modern. & Service
SUPPLEMENTAL BENEFITS
Per hour:
$43.90
$45.98
$35.33
$36.80
.
Elevator Constructor
$19.97
$21.85
Modern./Service
$19.47
$21.33
OVERTIME PAY
Constructor. See ( C, 0 ) on OVERTIME PAGE.
.
Modern./Serv.See ( B, H ) on OVERTIME PAGE.
When a service contract requires two 8-hour shifts, Mon-Sat, worker assigned to each of the double shifts shall work 8 hours per day, 6 days
per week for a total of 48 hours. Worker shall be paid for 52 hours at single rate. Any worker who works less than 48 hours shall have his
premium prorated.
HOLIDAY
Paid: See (5, 6, 9, 11, 15, 16,25) on HOLIDAY PAGE
Overtime: See (5, 6, 9, 11, 15, 16,25) on HOLIDAY PAGE
REGISTERED APPRENTICES
WAGES: Per Hour
One (1) year terms at the following rate
Elevator Constructor
1st Term
2nd Term
3rd Term
4th Term
.
07/01106
03/17/07
$19.83
$24.19
$28.59
$32.99
$20.70
$25.29
$29.89
$34.99
.
Modern.lService
1st Term
2nd Term
3rd Term
4th Term
$19.83
$19.43
$22.97
$26.50
$20.70
$20.24
$23.92
$27.60
.
Supplemental Benefits per hour paid:
One (1) year term at the foliowing dollar amount
Elevator Constructor:
1st Term
2nd Term
3rd Term
4th Term
Glazier
.
$15.93 $17.40
$16.41 $17.92
$17.20 $18.80
$18.00 $19.66
$15.85 $16.49 .
$16.14 $16.82
$16.88 $17.50
$17.62 $18.18
9-1
.
03/01/2007
Modernl & Service:
1st Term
2nd Term
3rd Term
4th Term
JOB DESCRIPTION Glazier DISTRICT 9
ENTIRE COUNTIES
Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Sullivan, Ulster, Westchester
WAGES ...
-
Per hour: 07/01/2006- 05/01/2007
04/30/2007
Glazier $ 41.45 Additional
$ 2.15 per
Scaffolding $ 42.45 hour worked
-
Page 22
- -----------
.
Prevailing Wage Rates lor 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
Published by the New York State Department of Labor
PRC Number 2007002287 Suffolk County
Repair & Maintenance:
Glazier
$ 24.60
$ 25.35
.
Repair & Maintenance- All repair & maintenance work on a particular building,
whenever performed, where the total cumulative contract value is under
$100,000.00.
.SUPPLEMENTAL BENEFITS
Per hour paid:Overtime rate shown in parenthisis
.
Journeyman....
$19.90
Glazier
Repair & Maintenance:
OVERTIME PAY
OVERTIME:
$ 11.79
$11.89
See (C',D'O) on OVERTIME PAGE.
.
* Denotes if an optional 8th hour is required same will be at the
regular rate of pay. If 9th hour is worked then both hours or more
( 8th and 9th or more) will be at the double time rate 01 pay.
*" For Repair & Maintenance see ( B,F, P) on overtime page.
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 16,25) on HOLIDAY PAGE
The Following are paid holidays for the Repair&Maintenance Class:New Years day,
Presidents day, Memorial day, Independents day, Labor day, Thanksgiving day, day after Thanksgiving, and Christmas day_
REGISTERED APPRENTICES
Wage per hour:
.
(1) year terms at the following wage rates.
.
1st term...
2nd term...
3rd term...
4th term...
$14.21
$ 20.75
$ 24.89
$ 33.17
Supplemental Benefits:
. (Per hour worked)
1st term..
2nd term....
3rdterm..
4th term..
$ 9.13
$13.62
$14.87
$ 17.39
.
9-1281 (DC9 NYC)
Heat & Frost Insulator
03/01/2007
.
JOB DESCRIPTION Heat & Frost Insulator
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk
WAGES
Per hour:
DISTRICT 9
.-
--
07/01/2006-
12/31/2006
01/01/2007
Insulaling Only
$ 43.61
$ 45.11
SUPPLEMENTAL BENEFITS
Per Hour:
...
Page 23
Prevailing Wage Rates for 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
Journeyman
Insulating Only
$ 25.62
OVERTIME PAY
See (A, D, 0, V) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 11, 15, 16, 25, 26) on HOLIDAY PAGE
REGISTERED APPRENTICES
Wages:
Apprentice Insulating Only:
1 year terms at the following percentage of Journeyman's rates.
1st
40%
2nd
60%
3rd
70%
4th
80%
Supplemental Benefits per hour:
Apprentice
Insulating Only
Same % as
for Wage of
$ 25.62
Published by the New York State Department of Labor
PRC Number 2007002287 Suffolk County
$ 25.62
Same % as
for Wage of
$ 25.62
.
.
.
.
.
9-12
Ironworker
03/01/2007
JOB DESCRIPTION Ironworker
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester
WAGES
Wages: (per Hour)
Structural..
Riggers...
Machinery Movers...
Machinery Erectors.
07/01/2006
$ 37.65
37.65
37.65
37.65
SUPPLEMENTAL BENEFITS
Per Hour:
Journeyman..
$44.88
OVERTIME PAY
OVERTIME:
See (B',E",Q,V) on OVERTIME PAGE.
, Time and one-half shall be paid for all work in excess of (8) eight
hours at the end of a work day to a maximum of two hours on any
regular work day (the ninth (9th) and tenth (10th) hours of work)
and double time shall be paid for all work thereafter.
" Time and one-half shall be paid for all work on Saturday up to eight
(8) hours and double time shall be paid for all work thereafter.
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 8,18, 19) on HOLIDAY PAGE
REGISTERED APPRENTICES
Wages per hour:
Six month term at the following wage rate.
Page 24
DISTRICT g
.
.
.
.
.
-
.
Prevailing Wage Rates for 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
Published by the New York State Department of labor
PRC Number 2007002287 Suffolk County
1st
$19.90
2nd
20.50
3rd
20.50
4th
21.10
5th
21.10
6th
21.10
.
Supplemental Benefits:
(per hour paid).
$32.58'
* Applies to all apprentices.
9-40/361-Str
.
Ironworker
03/01/2007
JOB DESCRIPTION Ironworker
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester
PARTIAL COUNTIES
Rockland: Southern Section
WAGES
Per hour:
DISTRICT 9
.
07/01/06
Reinforcing &
Metal Lathing
SUPPLEMENTAL BENEFITS
Per hour paid:
Journeyman
$ 34.80
.
$ 36.58
OVERTIME PAY
OVERTIME:
See (A',E',Q,V) on OVERTIME PAGE.
.
* All overtime in excess of ten (1 O)hours shall be paid at double wage.
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 8, 10, 11, 13, 18, 19) on HOLIDAY PAGE
REGISTERED APPRENTICES
Wage per hour:
. (1) year terms at the following wage rates.
1st 2nd 3rd 4th
$ 24.00 $ 27.50 $ 31.50 $ 35.50
Supplemental Benefits per hour paid:
1st 2nd 3rd 4th
. 18.23 19.73 20.73 21.73
9-46Reinf
Ironworker
03/01/2007
.
JOB DESCRIPTION Ironworker
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester
WAGES
Per hour:
DISTRICT 9
07/01/2006
01/01/2007
Ornamental
Chain Link Fence
Guide Rail Installation
SUPPLEMENTAL BENEFITS
Per hour paid:
$ 39.30
39.30
39.30
$ 38.60
38.60
38.60
Journeyman:
OVERTIME PAY
$ 34.64
$ 36.35
Page 25
Prevailing Wage Rates for 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
Published by the New York State Department of Labor
PRC Number 2007002287 Suffolk County
.
OVERTIME:
See (A.,D1 ,E..,Q,V) on OVERTIME PAGE.
*Time and one-half shall be paid for all work in excess of seven (7)
hours at the end of a work day to a maximum of two hours on any regular
work day (the eighth (8th) and ninth (9th) hours of work) and double
time shall be paid for all work thereafter.
**Time and one-half shall be paid for all work on Saturday up to seven
(7) hours and double time shall be paid for all work thereafter.
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 25) on HOLIDAY PAGE
REGISTERED APPRENTICES
(1/2 ) year terms at the following percentage of Journeyman's wage.
.
.
APPRENTICES:
1st 2nd
60% 65%
3rd
70%
4th
80%
5th
85%
6th
95%
Supplemental Benefits per hour paid:
.
1st Term
2nd Term
3rd Term
4th Term
5th Term
6th Term
$ 28.15
28.96
29.78
31.41
32.23
33.86
$ 28.15
28.96
29.78
31.41
32.23
33.86
.
9-580-0r
Ironworker
03/01/2007
JOB DESCRIPTION Ironworker
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester
WAGES
Per hour:
DISTRICT 9
.
01/01/06
07/01106
Derrickman/Rigger
$46.40
+ additional $.96
.
SUPPLEMENTAL BENEFITS
Journeyman..
$25.09
$25.09
OVERTIME PAY
OVERTIME
See (N,Dl ,E..,Q,V) on OVERTIME PAGE.
.
*Time and one-half shall be paid for all work in excess of seven (7)
hours at the end of a work day to a maximum of two hours on any regular
work day (the eighth (8th) and ninth (9) hours of work) and double time
shall be paid for all work thereafter.
**Time and one-half shall be paid for all work on Saturday up to seven
(7) hours and double time shall be paid for all work thereafter.
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 8, 10) on HOLIDAY PAGE
HOLIDAY:
Paid:........See (1) on HOLIDAY PAGE.
Overtime:....See (5*, 6*, 8**, 24***, 25**) on HOLIDAY PAGE.
...
...
*No work shall be performed on this day, except in cases of emergency.
Such work shall be done at double time rate of pay.
..Double time rate of pay.
***Work stops at schedule lunch break with full day's pay.
REGISTERED APPRENTICES
Page 26
.
Prevailing Wage Rates for 07/01/2006 - 06/30/2007
last Published on Mar 01 2007
Published by the New York State Department of labor
PRC Number 2007002287 Suffolk County
Wage per hour:
.
(112) year terms at the following percentage of journeyman's wage.
1 st 2nd 3rd 4th 5th
50% 50% 70% 80% 90%
Supplemental benefits per hour paid:
Registered Apprentice
1st year
All others
50% of journeyman's rate
75% of journeyman's rate
.
6th
90%
9-197D/R
laborer
03/01/2007
JOB DESCRIPTION laborer
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk
. WAGES
Per hour:
GROUP A: Blasters.
.
GROUP B: Tunnel workers.
* (including Miners, Drill Runners, Iron Men, Maintenance Men, Conveyor Men,
Safety Miners, Riggers, Block Layers, Cement Finishers, Rod Men, Caulkers,
Powder Carriers, Miners' Helpers, Chuck Tenders, Track Men, Nippers, Brake
Men,Derail Men, Form Men, Bottom Bell, Top Bell or Signal men, Form Workers,
Movers, Concrete Workers, Shaft Men, Tunnel laborers and Caulkers' Helpers).
GROUP C: Powder Watchmen, Top laborers and Changehouse Attendants.
.
Wages: (per hour)
7101/06
.
laborer (Tunnel)-FREE AIR:
Group A
Group B
Group C
$36.89
35.34
32.73
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
. SUPPLEMENTAL BENEFITS
Per hour paid:
GROUP A
$ 32.78 per hour paid +
0.28 per hour worked +
3.00 per day +
0.16 per overtime hour.
.
GROUP B
$ 31.34 per hour paid +
0.28 per hour worked +
3.00 per day +
0.16 per overtime hour.
GROUP C
$ 28.92 per hour paid +
0.28 per hour worked +
3.00 per day +
0.16 per overtime hour.
Small Bore Micro Tunnel Machines
For Repairs on Existing Water Tunnels
For Repairs of Sewer & Drainage Tunnels
Page 27
DISTRICT 9
80% of rates above
90% of rates above
85% of rates above
80% of rates above
80% of rates above
90% of rates above
85% of rates above
Prevailing Wage Rates for 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
For Repair & Maintenance of all Subway &
Vehicular Tunnels
Published by the New York State Department of Labor
PRC Number 2007002287 Suffolk County
80% of rates above
.
OVERTIME PAY
OVERTIME:
For Laborer (Free Air) See ( D, M, R" ) on OVERTIME PAGE.
For Repair Categories See ( B, F, R" ) on OVERTIME PAGE.
& Micro Tunneling
* Straight time first 8 hours, double time after 8 hours.
.
HOLIDAY
Paid:
Overtime:
See (5, 6, g, 11, 12, 15,25) on HOLIDAY PAGE
See (5, 6, 9, 11, 12, 15,25) on HOLIDAY PAGE
9-147Tnl/Free .
Laborer. Buildin!!
03/01/2007
JOB DESCRIPTION Laborer - Building
ENTIRE COUNTIES
Nassau, Suffolk
WAGES
Per Hour:
DISTRICT 4
.
07/01/2006-
11/30/2006
12/01/2006
Building Laborer
$ 27.00
$ 27.00
Asbestos Abatment Worker
(Re-Roofing see Roofer)
25.50
27.00
.
SUPPLEMENTAL BENEFITS
Per Hour:
07/01/2006-
11/30/2006
12/01/2006
Building Laborer
$ 20.63
$ 20.63
.
Asbestos Worker
9.91
9.91
OVERTIME PAY
See (A, E, Q) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 25) on HOLIDAY PAGE
REGISTERED APPRENTICES
Regular Hours Work Terms (Not Available for Abatment Work)
.
TERM #1
TERM #2
TERM #3
TERM #4
1 hr to 1000hrs
1001 hrs to 2000hrs
2001 hrs to 3000hrs
3001 hrs to 4000hrs
.
Wages per hour:
APPRENTICES (Not Allowed on Abatment Work)
TERM #1
TERM #2
TERM #3
TERM #4
$ 16.20
18.90
21.60
24.30
$16.20
18.90
21.60
24.30
.
Supplemental Benefits per hour:
APPRENTICES
TERM #1
TERM #2
TERM #3
TERM #4
$ 11.05
12.54
13.03
13.45
$11.05
12.54
13.03
13.45
4-66
Page 28
Prevailing Wage Rates for 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
Published by the New York State Department of Labor
PRC Number 2007002287 Suffolk County
.
laborer - Heavv&Hi!lhwav
03/01/2007
.
JOB DESCRIPTION Laborer - Heavy&Highway
ENTIRE COUNTIES
Nassau, Suffolk
WAGES
Laborer (Heavy/Highway):
DISTRICT 4
GROUP # 1: Asphalt Rakers and Formsetters.
.
GROUP # 2: Asphalt Shovelers, Roller Boys and Tampers.
GROUP # 3: Basic Laborer, Power Tool, Trackmen, Landscape, Pipelayer, Jackhammer and Concrete, Traffic Control Personnel.
WAGES PER HOUR: 07/01/2006
. GROUP # 1 $ 30.38
GROUP # 2 29.55
GROUP # 3 27.05
. SUPPLEMENTAL BENEFITS
Per Hour: 07/01/2006
ALL GROUPS $ 20.19
After Forty (40)paid
Hours in a work Week 12.17
. OVERTIME PAY
See (B, E2, F) on OVERTIME PAGE
NOTE: Premium Pay of 25% of wage for all Straight time hours on all
New York State D.O.T. and other Goverment Mandated
Off-Shift Work
NOTE:
Hazardous Material Work add an Additional 10%
of Hourly Rate
.
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (1) on HOLIDAY PAGE
REGISTERED APPRENTICES
One (1) Year Terms at the following Pecentage of the Journeyman's Wage
.
1st
80%
2nd
90%
Supplemental Benefits per hour:
.
APPRENTICES
$ 20.19
After Forty (40)paid
Hours in a work Week
12.17
4-1298
laborer - Tunnel
03/01/2007
.
JOB DESCRIPTION Laborer - Tunnel
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk
WAGES
DISTRICT 9
.
Page 29
Prevailing Wage Rates for 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
Published by the New York State Department of Labor
PRC Number 2007002287 Suffolk County
.
GROUP 2: Tunnel Workers* * (including Miners, Drill Runners,lron Men, Maintenance Men, Inside Muck Lock Tender, Pumpmen,
Electricians, Cement Finishers, Rod Men, Caulkers, Carpenters, Hydraulic Men, Shield Drivers, Monorail Operators, Motor Men, Conveyor
Men, Safety Miners, Powder Carriers, Pan Men, Riggers, Miner's Helpers, Chuck Tenders, Track Men, Nippers, Brake Men, Form Workers,
Concrete Workers, Tunnel Laborers, Caulker's Helpers), Hose Men, Grout Men, Gravel Men, Derail Men and Cable Men.
GROUP 3: Top Nipper
.
GROUP 4: Outside Man Lock Tender, Outside Muck Lock Tender, Shaft Men,Gauge Tender and Signal Men.
GROUP 5: Powder Watchmen, Top Laborers and Change house Attendants.
WAGES: (per hour) .
7/01/2006
Laborer(Compressed Air):
GROUP 1 $38.59
GROUP 2 37.26
GROUP 3 36.59
GROUP4 35.95 .
GROUP 5 31.09
SUPPLEMENTAL BENEFITS
SUPPLEMENTAL BENEFITS:
GROUP 1 $34.34 per hour paid +
0.28 per hour worked +
3.00 per day +
0.16 per overtime hour .
GROUP 2 $33.20 per hour paid +
0.28 per hour worked +
3.00 per day +
0.16 per overtime hour
GROUP 3 $32.57 per hour paid +
0.28 per hour worked +
3.00 per day + .
0.16 per overtime hour
GROUP 4 $31.98 per hour paid +
0.28 per hour worked +
3.00 per day +
0.16 per overtime hour
GROUP 5 $30.54 per hour paid +
0.28 per hour worked + .
3.00 per day +
0.16 per overtime hour
OVERTIME PAY
See (0, M, OR) on OVERTIME PAGE
NOTE: Time and one-half to be paid for all overtime repair-maintenance work on existing equipment and facilities.
.
* Straight time first 8 hours, double time after 8 hours.
HOLIDAY
Paid:
Overtime:
See (5, 6, 9, 11, 12, 15, 25) on HOLIDAY PAGE
See (5, 6, 9, 11, 12, 15, 25) on HOLIDAY PAGE
9-147Tnl/Comp Air
Mason
03/01/2007
.
JOB DESCRIPTION Mason
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk
WAGES
Per Hour
DISTRICT 9
07/01/2006
.
Bricklayer $ 41.25
SUPPLEMENTAL BENEFITS
Per Hour 07/01/2006
Journeyman
$ 21.76
.
Page 30
.
Prevailing Wage Rates for 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
Published by the New York State Department of Labor
PRC Number 2007002287 Suffolk County
.
OVERTIME PAY
See (A, E, Q) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 25) on HOLIDAY PAGE
REGISTERED APPRENTICES
wges:
(per hour paid):
.
(750 Hours) Term at the following Percentage of Journeyman's Wage"
(500 hours) term at the following percentage of jpurneyman's wage"
1st"
50%
2nd'
60%
3rd*
70%
4th'
80%
5th""
90%
6th""
95%
.
Supplemental Benefits:
(per hour)
Apprentices:
All aprrentices
$10.40
9-1Brk
Mason - Buildin!!
03/01/2007
.
JOB DESCRIPTION Mason - Building DISTRICT 9
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester
WAGES
07/01/2006
.
Building:
Tile Finisher
SUPPLEMENTAL BENEFITS
Journeyman..
$ 34.00
$16.85
.
OVERTIME PAY
See (A, E, Q) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 8,10,11,15,16) on HOLIDAY PAGE
REGISTERED APPRENTICES
Wages:
(per hour paid)
.
( 750 hour) terms at the following percentages of journeyman's wage.
1st
50%
2nd
55%
3rd
65%
4th
70%
5th
75%
6th
85%
7th
90%
8th
95%
Supplemental Benefits:
(per hour paid)
. (750) hour terms at the following dollar amount:
Apprentices.
7.50+
term wage % of $ 9.35
9-7/88-1f
.
Mason - Buildin!!
03/01/2007
JOB DESCRIPTION Mason - Building
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester
WAGES
DISTRICT 9
7101/2006
. Building
Page 31
Prevailing Wage Rates for 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
Marble/ Sawyer, Rubber
& Polisher
Marble Restoration
Finishers
SUPPLEMENTAL BENEFITS
Journeyman:
Published by the New York State Department of labor
PRC Number 2007002287 Suffolk County
.
$ 36.58
18.66
.
Polisher
Finisher
OVERTIME PAY
See (A, E, Q, V) on OVERTIME PAGE
HOLIDAY
Paid: See ("5, 6, 11, 15) on HOLlOAY PAGE
Overtime: See (5, 6,11,15) on HOLIDAY PAGE
"Journeymen receive 1/2 days pay for Labor Day. Cleaner, Maintenance and 1STthree terms of Apprentices see (5,6,11,15 Jon
HOLIDAY PAGE. All others See ( 1 ) on HOLIDAY PAGE.
REGISTERED APPRENTICES
Wages:
(per hour worked).
$14.63
5.95
.
.
( 1/2 ) year terms at the following percentage of Journeyman's wage.
1st
50%
2nd
55%
3rd
60%
4th
65%
5th
70%
6th
80%
7th
90%
8th
95%
Supplemental Benefits:
(per hour worked)
(750) hours lerm al the following dollar amount:
.
Apprentices:
term wage % of $ 8.20 + $ 6.78
9-7/24
Mason. BuildinQ
03/01/2007
.
JOB DESCRIPTION Mason - Building DISTRICT 9
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester
WAGES
07/01/2006
.
Building:
Tile Setters
SUPPLEMENTAL BENEFITS
Journeyman:
OVERTIME PAY
See (A, E, Q) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 8, 10, 11, 15, 16) on HOLIDAY PAGE
REGISTERED APPRENTICES
Wage per hour:
(750 hr)terms at the following percentage of journeyman's wage.
1 st 2nd 3rd 4th 5th 6th
50% 55% 65% 75% 85% 95%
$ 42.27
$19.28
.
.
Supplemental Benefits per hour paid:
Apprentice:
$ 9.93+ term wage % of
9.35
9-7/52
.
Mason. BuildinQ
03/01/2007
JOB DESCRIPTION Mason - Building
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester
DISTRICT 9
.
Page 32
.
Prevailing Wage Rates for 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
Published by the New York State Department of labor
PRC Number 2007002267 Suffolk County
WAGES
Building:
07/01/06
.
Mosaic & Terrazzo Worker
Mosaic & Terrazzo Finisher
$41.68
$40.37
SUPPLEMENTAL BENEFITS
Journeyman:
$18.55
.
OVERTIME PAY
See (A, E, Q, 'V) on OVERTIME PAGE
, ADD $8.05 per hour to supplements on time & one-half overtime hours. ADD $10.05 per hour to supplements on double-time overtime
hours.
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 8, 11, 15, 16,25) on HOLIDAY PAGE
REGISTERED APPRENTICES
Wage per hour:
(750 Hour) terms at the following percentage of the journeymans wage.
1st 2nd 3rd 4th 5th 6th
50% 55% 65% 70% 80% 95%
.
Supplemental benefits per hour paid:
(750 hour) terms at the following percentage of Journeyman's benefit.
.
1st
50%
2nd
55%
3rd
65%
4th
70%
5th
80%
6th
95%
9-7/3
Mason - Buildin!l/ Heavv&Hi!lhwav
03/01/2007
.
JOB DESCRIPTION Mason - Building / Heavy&Highway
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk
WAGES
DISTRICT 9
07/01/2006
.
Stone Setter
SUPPLEMENTAL BENEFITS
(per hour paid)
$ 42.58
07/01/2006
.
Stone Setter
Stone Tender
1 st year apprentice
$25.43
10.95
15.06
OVERTIME PAY
See ('C, "E, Q) on OVERTIME PAGE
* On weekdays the eighth (8th) and ninth (9th) hours are time and one-half all work thereafter is paid at double the hourly rate.
.
*" The first seven (7) hours on Saturday is paid at time and one-half all work thereafter is paid at double the hourly rate.
HOLIDAY
Paid: See (8, 25) on HOLIDAY PAGE
Overtime: See (5, 6) on HOLIDAY PAGE
REGISTERED APPRENTICES
Wages:
(per hour paid):
.
( 750 hour) terms at the following percentage of journeyman's wage.
Apprentices: 1st 2nd 3rd 4th 5th 6th
07101/2006 50% 60% 70% 80% 90% 100%
9-1Stn
.
Page 33
----------------
Prevailing Wage Rates for 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
Mason. Buildinq / Heavv&HiQhwav
Published by the New York State Department of Labor
PRC Number 2007002287 Suffolk County
.
03/01/2007
JOB DESCRIPTION Mason - Building / Heavy&Highway
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk
WAGES
Shall include but not limited to: fired clay brick pavers, pre-cast con-crete slabs (london walks), pressed concrete pavers, cobble stone, all
types of flagging, asphalt concrete pavers- asphaltic cement sand and stone aggregate, unit safety surface.
DISTRICT 9
.
WAGES: (per hour)
Journeyman
SUPPLEMENTAL BENEFITS
Journeyman
07/01/2006
$24.12
.
$10.76
OVERTIME PAY
See (B, E, Q) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 25) on HOLIDAY PAGE
REGISTERED APPRENTICES
Wages: 07/0112006
(per hour paid)
One year(1) Apprenticeship $ 20.27
.
.
Supplemental Benefits:
Apprentice:
$ 6.08
9-1 Paver
Mason. Building / Heavv&Highwav
03/01/2007
.
JOB DESCRIPTION Mason - Building / Heavy&Highway
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester
WAGES
Wages:
Marble-Riggers,
Crane & Derrickman
DISTRICT 9
07/01/2006
.
$39.23
SUPPLEMENTAL BENEFITS
Journeyman..
OVERTIME PAY
See (C, 0, V) on OVERTIME PAGE
HOLIDAY
Paid: See ("2) on HOLIDAY PAGE
Overtime: See (5, 6, 8, 11, 15, 25) on HOLIDAY PAGE
" 1/2 Day for Labor Day.
REGISTERED APPRENTICES
Wages:
(per hour paid):
$18.82
.
.
( 1/2) year terms at the following percentage of Journeyman's wage.
1 st 2nd 3rd
07/01/2006 50% 55% 65%
4th
75%
5th
85%
6th
95%
Supplemental Benefits:
(per hour paid)
07/01/2206
$ 8.65 + term wage % of $ 10.17
.
9-7/20-MR
Mason. Heavv&Hiqhwav
03/01/2007
JOB DESCRIPTION Mason - Heavy&Highway
ENTIRE COUNTIES
DISTRICT g
.
Page 34
.
Prevailing Wage Rates for 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk
WAGES
Per Hour:
07/01/2006
.
Pointer, Cleaner,&
Caulker (Mason)
SUPPLEMENTAL BENEFITS
Journeyman
$17.94
$ 34.73
.
OVERTIME PAY
See (B. E2. H) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6) on HOLIDAY PAGE
REGISTERED APPRENTICES
Wages:
(per hour paid):
.
( 1 ) year terms at the following wage rates.
07/01/2006
1st
$16.80
2nd
19.69
.
Supplemental Benefits:
(per hour paid)
Apprentices:
07/01/2006
2nd
$6.60
1st
$2.50
3rd
25.75
3rd
$8.60
4th
31.30
4th
$8.60
Published by the New York State Department of Labor
PRC Number 2007002287 Suffolk County
9-1PCC
Mason. Heavv&Hillhwav
03/01/2007
.
JOB DESCRIPTION Mason - Heavy&Highway
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk
WAGES
07/01/06
.
Cement Mason
SUPPLEMENTAL BENEFITS
Journeyman:
OVERTIME PAY
See (C, 0, V) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 8,11,13,25) on HOLIDAY PAGE
REGISTERED APPRENTICES
( 1 ) year terms at the following wage rates.
$41.25
$23.15
.
.
1st Term
2nd Term
3rd Term
$20.62
24.75
28.87
Supplement Benefits per hour paid:
Apprentices:
1st term
2nd term
3rd term
$14.94
16.59
18.25
.
DISTRICT 9
9-780
Operatinll Enllineer - Buildinll
03/01/2007
.
JOB DESCRIPTION Operating Engineer - Building
ENTIRE COUNTIES
Page 35
DISTRICT 9
Prevailing Wage Rates for 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk
WAGES
Published by the New York State Department of Labor
PRC Number 2007002287 Suffolk County
.
Survey Rates-Building:
07/0112006
Party Chief
Instrument Man
Rodman
SUPPLEMENTAL BENEFITS
(per hour paid):
Journeyman:
$44.74
33.63
29.67
.
$20.30
.
OVERTIME PAY
See (A, 'E, Q, V) on OVERTIME PAGE
* Doubletime paid on the 8th hour on Saturday.
HOLIDAY
Paid:
Overtime:
See (5, 6, 8, 11, 12, 15,25) on HOLIDAY PAGE
See (5, 6, 8, 11, 12,25) on HOLIDAY PAGE
9-15Db
.
OperatinQ EnQineer - BuildinQ
03/01/2007
JOB DESCRIPTION Operating Engineer - Building
ENTIRE COUNTIES
Nassau, Suffolk
WAGES
BUILDING CATEGORIES:
DISTRICT 4
.
CLASS" AA "CRANES:
Crane, Truck Crane, Derrick, Dragline, Dredge, Crawler Crane, Tower Crane & Pile Driver.
CLASS "A":
Asphalt Spreader, Backhoe Crawler, Boiler, Boring Machine, Cherry Picker (over 50 tons), Concrete Pump, Gradall, Grader, Hoist,Loading
Machine (10 yds. or more), Milling Machine, Power Winch - Stone Setting/Structural Steel & Truck Mounted, Powerhouse, Road 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-Multi, Dinkey Locomotive, Fork Lift, Hoist
(2 Drum), Loading Machine & Front Loader, Mulch Machine (Machine Fed), Power Winches (Not Included in Class "A"), Asphalt Roller,
Hydraulic Pump with Boring Machine, Scoop, Carryall, Sea per, Maintenance Man on Tower Crane,
Trenching Machine, Vermeer Cutter, Work Boat.
.
CLASS "C":
Curb Machine, Maintenance Engineer (Small Equip. & Well Point), Field Mechanic, Milling Machine (Small), Puivi Mixer, Pumps (all), Roller
(dirt), Ridge Cutter, Vac-AII, Shotblaster, Striping Machine, Interior Hoist, Concrete Finish Machine, ConcreteSpreader, 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":
Batching Plant, Generator, Grinder, Mixer, Mulching Machine, Oiler, Pump (gypsum), Pump (single action diaphragm), Stump Chipper, Track
Tamper, Tractor (caterpiller or wheel), Vibrator, Deckhand on Workboat.
.
07/01/2006
Class "AA" $ 48.52
Cranes: Boom length over 1 00 feet add $ 1.00 per hour
150" $1.50
250 $ 2.00
350" $ 3.00
.
Class "A"
'Add $3.50 for Hazardous Waste Work
$ 42.75'
.
Page 36
.
Prevailing Wage Rates for 07/01/2006 " 06/30/2007
Last Published on Mar 01 2007
Class "B"
"Add $2.50 for Hazardous Waste Work
Published by the New York State Department of Labor
PRC Number 2007002287 Suffolk County
$ 40.54"
.
Class "C"
"Add $1.50 for Hazardous Waste Work
$ 39.07"
Class "0"
Class "E"
$ 36.11
$ 34.62
.
SUPPLEMENTAL BENEFITS
ALL CLASSES
Note: OVERTIME AMOUNT
$ 26.04
21.85
.
OVERTIME PAY
See (0, 0) on OVERTIME PAGE
HOLIDAY
Paid: See (5, 6, 8, 9, 15, 25) on HOLIDAY PAGE
Overtime: See (5, 6, 8, 9, 15,25) on HOLIDAY PAGE
"NOTE": Employee must be employed day before and day after a
holiday to receive holiday pay.
REGISTERED APPRENTICES
One(1) Year Terms at the following Rate:
.
1st Term
2nd Term
3rd Term
$ 20.84
21.67
22.33
Supplemental Benefits per hour:
.
APPRENTICES
Note: OVERTIME AMOUNT
$15.89
5.85
4-138
Opera!i"!! E"lIi"eer - Build;"!!/ Heavv&Hi!!hwav
03/01/2007
.
JOB DESCRIPTION Operating Engineer" Building / Heavy&Highway
ENTIRE COUNTIES
Nassau, Suffolk
WAGES
Per Hour:
DISTRICT 4
07/01/2006
.
Well Driller
Well Driller Helper
$ 28.22
24.87
Hazardous Waste Differential
Added to Hourly Wage:
.
Level A
LevelB
Level C
SUPPLEMENTAL BENEFITS
Per Hour:
$ 3.00
2.00
1.00
.
Well Driller
Well Drller Helper
$ 10% of straight
time rate plus $9.55
(NOTE)
Additional $2.25 for
Premium Time
OVERTIME PAY
See (B, E, G, P) on OVERTIME PAGE
. HOLIDAY
Page 37
Prevailing Wage Rates for 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
Published by the New York State Department of Labor
PRC Number 2007002287 Suffolk County
.
Paid:
Overtime:
See (5, 6, 16,23) on HOLIDAY PAGE
See (5,6,16,23) on HOLIDAY PAGE
4-138well
OperatinQ EnQineer - Heavv&HiQhwav
03/01/2007
.
JOB DESCRIPTION Operating Engineer - Heavy&Highway DISTRICT g
ENTIRE COUNTIES
Bronx, Dutchess, Kings, Nassau, New York, Putnam, Queens, Richmond, Suffolk, Westchester
WAGES
07/01/2006
Survey Rates-Heavy/Highway:
Party Chief
Instrument Man
Rodman
$46.14
33.61
29.06
.
SUPPLEMENTAL BENEFITS
(per hour paid)
Journeyman
$1 9.45 (+ $.85 sup dues)
.
OVERTIME PAY
See (B, "E, a, V) on OVERTIME PAGE
* Doubletime paid on the 9th hour on Saturday.
HOLIDAY
Paid:
Overtime:
See (5, 6, 7,11,12) on HOLIDAY PAGE
See (5, 6, 7,11,12) on HOLIDAY PAGE
9-15Dh
.
OperatinQ EnQineer - Heavv&HiQhwav
03/01/2007
JOB DESCRIPTION Operating Engineer - Heavy&Highway
ENTIRE COUNTIES
Nassau, Suffolk
WAGES
HEAVY/HIGHWAY CATEGORIES:
DISTRICT 4
.
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 10 yds. or
more), Milling Machine, Power Winch-Stone Setting/Structural Steel or Truck Mounted, Powerhouse, Road Paver, Scoop-Carryall-Scaper in
Tandem, Shovel, Sideboom Tractor, Stone Spreader (self propelled), Tank Work, Track Alignment Machine.
.
CLASS "B":
Backhoe, Boom Truck, Bulldozer, Boring Machine/Auger, Cherry Picker (under 50 tons), Conveyor-Multi, Dinky Locomotive, Fork Lift, Hoist
(2 drum), Loading Machine & Front Loader, Mulch Machine (machine fed), Power Winches (all others not included in CLASS A), Asphalt
Roller, Hydraulic Pump with Boring Machine, Scoop, Carryall, Scaper, Maintenance Man on Tower Crane, Trenching Machine, Vermeer
Cutter, Work Boat.
.
CLASS "C":
Curb Machine, Maintenance Engineer (Small Equip. & Well Point), Field Mechanic, Milling Machine (Small), Pulvi-Mixer, Pumps, Roller
(Dirt), Vac-AII, Welding/Burning, Compressor (Structural Steel & 2 or more Batteries), Concrete Finish Machine, Concrete Spreader,
Conveyor, Curing Machine, Fireman, Hoist (One Drum), Ridge Cutter, Striping Machine, Welding Machine (Structural Steel & Pile Work).
.
CLASS "D":
Compressor (Pile,Crane,Stone Setting), Concrete Saw Cutter/ Breaker, Work Lift (Walk Behind,Power Operated), Generator (Pile
Work),Hydra Hammer, Hand Operated Compactor, Pin Puller, Portable Heater, Powered Broom/Buggy/Grinder, Pump (Single Action-1 to 3
Inches/GypsumlDouble Action Diaphragm), Hand Trenching Machine, Welding Machine.
CLASS "E":
Batching Plant, Generator, Grinder, Mixer, Mulching Machine, Oiler, Pump (Centrifugal up to 3 In.), Root Cutter, Stump Chipper, Oiler on
Tower Crane, Track Tamper, Tractor, Vibrator, Deckhand on Work Boat.
.
07/01/2006
Class "AA"
$ 49.71
.
Page 38
.
Prevailing Wage Rates for 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
Cranes: Boom Length over 100 feet add $ 1.00 per hour
"150" "$1.50
"250 "$ 2.00
"350 "$ 3.00
Published by the New York State Department of labor
PRC Number 2007002287 Suffolk County
.
Class "A"
'Add $3.50 for Hazardous Waste Work.
$ 43.93'
Class "B"
'Add $2.50 for Hazardous Waste Work.
$ 40.99'
.
Class "C"
'Add $1.50 for Hazardous Waste Work
$ 39.51'
Class "D"
$ 36.55
Class "E"
$ 35.08
.
"NOTE": PREMIUM PAY of 25% on straight time hours for NEW YORK STATE-
D.O.T. and other GOVERNMENTAL MANDATED off-shift work.
SUPPLEMENTAL BENEFITS
ALL CLASSES
Note: OVERTIME AMOUNT
$ 26.04
21.85
.
OVERTIME PAY
See (D, 0) on OVERTIME PAGE
HOLIDAY
Paid: See (5, 6, 8, 9, 15, 25) on HOLIDAY PAGE
Overtime: See (5, 6, 8, 9, 15) on HOLIDAY PAGE
"NOTE": Employee must be employed day before and day after a
holiday to receive holiday pay.
REGISTERED APPRENTICES
One(l) Year Terms at the following Rate:
.
1st Term
2nd Term
3rd Term
$ 20.84
21.67
22.33
.
APPRENTICES
Note: OVERTIME AMOUNT
$15.89
5.85
4-138
OperatinQ Enqineer - Marine Construction
03/01/2007
.
JOB DESCRIPTION Operating Engineer - Marine Construction DISTRICT 4
ENTIRE COUNTIES
Albany, Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware,
Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Kings, Lewis, Livingston, Madison, Monroe,
Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Queens, Rensselaer,
Richmond, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, S1. Lawrence, Steuben, Suffolk, Sullivan, Tioga, Tompkins,
Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates
WAGES
Per Hour:
DIPPER,CLAMSHELL DREDGES
07/01/2006
.
CLASS A
Operator
$ 29.62
.
CLASS B
Operator II
Engineer
Boat Master
$ 24.59
26.02
24.79
CLASS C
.
Page 39
Prevailing Wage Rates for 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
Maintance Engineer
Mate
Drag Barge Operator
Welder
Boat Captain
Chief of Party
Published by the New York State Department of Labor
PRC Number 2007002287 Suffolk County
.
$ 25.15
23.54
23.54
24.77
23.70
23.54
.
CLASS D
Oiler
Scowman
Rodman
Deckhand
$ 20.34
19.43
19.43
19.48
.
HYDRAULIC DREDGES
07/01/2006
CLASS A
Leverman
$ 29.62
CLASS B
Leverman II
Engineer
Derrick Operator
Chief Mate
Chief Welder
Electrician
Fill Placer
Boat Master
$ 24.59
25.47
25.72
25.37
26.03
24.98
25.37
24.78
.
.
CLASS C
Maintenance Engineer
Mate
Drag Barge Operator
Welder (Dredge)
Spider Barge Operator
Boat Captain
Chief of Party
$ 25.14
23.54
23.54
24.76
24.56
23.70
23.54
.
CLASS D
Oiler
Shareman
Rodman
Deckha nd
$19.94
19.45
19.45
19.88
.
SUPPLEMENTAL BENEFITS
Per Hour:
THE FOLLOWING SUPPLEMENTAL BENEFITS APPLY TO ALL CATEGORIES
.
07/01/2006
(overtime hours add)
$ 7.90 plus
7% of Wage
$ 1.25
.
All Classes A & B
(overtime hours add)
$ 7.30 plus
7% of Wage
$ 0.95
All Class C
(overtime hours add)
OVERTIME PAY
See (B, F, R) on OVERTIME PAGE
HOLIDAY
Paid:
Overtime:
$ 6.70 plus
7% of Wage
$ 0.65
.
All Class D
See (5, 6, 8,15,26) on HOLIDAY PAGE
See (5, 6, 8,15,26) on HOLIDAY PAGE
Page 40
.
.
Prevailing Wage Rates for 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
Published by the New York State Department of Labor
PRC Number 2007002287 Suffolk County
4-25a-MarConst
Operatin!l Enqineer - Trenchless Pipe Rehab
03/01/2007
.
JOB DESCRIPTION Operating Engineer - Trenchless Pipe Rehab DISTRICT 4
ENTIRE COUNTIES
Albany, Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware,
Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Kings, Lewis, livingston, Madison, Monroe,
Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Ot5e90, Putnam, Queens, Rensselaer,
Richmond, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Suffolk, Sullivan, Tioga, Tompkins,
Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates
WAGES
Per Hour:
.
07/01/2006
DSETIDSSET Operator
$ 30.00
Robotic Unit Operator
30.00
.
DDCC Injection Operator
30.00
Technician/Equipment Operator
25.50
AM Liner/Hydra Seal Installer
25.50
.
Hobas Pipe, Polyethyene Pipe or
Pull and Inflate Liner Inst.
25.50
SUPPLEMENTAL BENEFITS
Per Hour Worked
All Classifacations
. OVERTIME PAY
See (B, H) on OVERTIME PAGE
HOLIDAY
Paid: See (5, 6, 8, 9, 15, 25) on HOLIDAY PAGE
REGISTERED APPRENTICES
At One Year Terms
. (Per Hour)
$ 11.34
First Year
Second Year
Third Year
.
Fourth Year
Supplemental Benifit
(Per Hour Worked)
All Terms
.
Painter
JOB DESCRIPTION Painter
ENTIRE COUNTIES
. Nassau, Suffolk
WAGES
Per hour:
$16.00
16.75
17.25
18.00
$ 11.34
4-138TrchPReh
03/01/2007
DISTRICT 9
07/01/2006-
04./30/2007
05/01/2007
Drywall Taper
$ 33.50
$ 34.50
.
Page 41
Prevailing Wage Rates for 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
Published by the New York State Department of Labor
PRC Number 2007002287 Suffolk County
.
SUPPLEMENTAL BENEFITS
Per hour worked:
Journeyman
$ 18.90
$19.94
.
OVERTIME PAY
See (A, H) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (4, 5, 6, 25) on HOLIDAY PAGE
REGISTERED APPRENTICES
Wages(per Hour)
1st Year
2nd Year
3rd Year
4th Year
.
$12.70
16.50
19.80
26.40
$13.25
17.25
20.70
27.60
Suppemental Benefits:
(per Hour)
1st year
2nd Year
3rd year
4th year
.
$ 8.63
10.74
13.21
17.68
$9.64
11.89
14.47
19.17
9-NYDCT9-DWT
Painter
03/01/2007
.
JOB DESCRIPTION Painter
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Putnam, Queens, Richmond, Suffolk, Westchester
DISTRICT 9
WAGES
(Per hour) 07/01/2006- 05/01/2007
04/30/2007
Brush $ 33.50 $ 34.50
Spray & Scaffold 36.50 37.50
Fire Escape 36.50 37.50
Decorator 36.50 37.50
PaperhangerlWall Coverer 35..33 36.33
SUPPLEMENTAL BENEFITS
( per hour worked) 07101/2005 05/01/2006
Paperhanger $ 23.15 $ 23.15
All others 18.85 20.94
.
.
.
OVERTIME PAY
See (A, H) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 16,25) on HOLIDAY PAGE
REGISTERED APPRENTICES
Indentured after 5/31/93 ( 1 ) year terms at the followin9 wage rate.
(per hour)
.
Appr 1 st term...
Appr 2nd term...
Appr 3rd term..
Appr 4th term..
$ 12.70
16.75
20.10
26.80
$12.70
17.25
20.70
27.60
.
Spplemental benefis:
(per Hour worked)
Appr 1st term...
Appr 2nd term...
Appr 3rd term...
Appr 4th term...
8.63
10.74
13.21
17.68
Page 42
9.64
11.89
14.47
19.71
.
Prevailing Wage Rates for 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
Published by the New York State Department of labor
PRC Number 2007002287 Suffolk County
.
9-NYDC9-B/S
Painter. Buildinll/ Heavv&Hillhwav
03/01/2007
. JOB DESCRIPTION Painter - Building / Heavy&Highway DISTRICT 9
ENTIRE COUNTIES
Albany, Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware,
Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Kings, Lewis, Livingston, Madison, Monroe,
Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Ot5ego, Putnam, Queens, Rensselaer,
Richmond, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, 81. Lawrence, Steuben, Suffolk, Sullivan, Tioga, Tompkins,
Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates
. WAGES
07/01/2006
Metal Polisher
$ 21.98
.
All workers shall be paid a premium in an amount equal to twenty ( 20% ) percent of their basic straight time rate of pay for all time worked
on hanging scaffolds and on standing scaffolds while working more than 28 feet off the ground, such premium to be paid on top of their
straight time or overtime, whichever is applicable.
SUPPLEMENTAL BENEFITS
(% of Total Wages)
Journeymen & Apprentice -
55% of Wages
.
OVERTIME PAY
See (B, E, Q) on OVERTIME PAGE
HOLIDAY
Paid: See (5, 6, g, 11, 15, 16,25) on HOLIDAY PAGE
Overtime: See (5, 6, g, 11, 15, 16,25) on HOLIDAY PAGE
REGISTERED APPRENTICES
55% of Basic Polisher Rate (*)
.
9-8A128A-MP
Painter" Heavv&Hillhwav
03/01/2007
JOB DESCRIPTION Painter - Heavy&Highway
ENTIRE COUNTIES
Nassau, Suffolk
DISTRICT 4
. WAGES
Per Hour: 07/01/2006- 10/01/2006
09/30/2006
Structural Steel $ 42.50 $ 43.00
Bridge Painting 42.50 43.00
Power Tool/Compressor 48.50 49.00
.
"NOTE"
Bridge Painting Contracts, ALL WORKERS on and off the bridge(including flagmen) are to be paid Painting Rate. The Contract must be
ONLY for Bridge Painting.
SUPPLEMENTAL BENEFITS
Per Hour:
.
Journeyman/
All Classifications
$ 26.23
$ 26.47
.
OVERTIME PAY
See (A, 0) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6) on HOLIDAY PAGE
REGISTERED APPRENTICES
Wages per hour:
.
One(1) Year Terms at the following
Percentage of the Journeyman(s) Wage:
Page 43
Prevailing Wage Rates for 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
Published by the New York State Department of Labor
PRC Number 2007002287 Suffolk County
.
1st Term
2nd Term
3rd Term
40%
60%
80%
Supplemental Benefits per hour:
.
Apprentlce(s)
1st Term
2nd Term
3rd Term
$ 21.23
26.23
26.23
$ 21.47
26.47
26.47
4-DC9/NS-BrSS
.
Painter - Heavv&HiQhwav
03/01/2007
JOB DESCRIPTION Painter - Heavy&Highway DISTRICT 9
ENTIRE COUNTIES
Albany, Bronx, Clinton, Columbia, Dutchess, Essex, Franklin, Fulton, Greene, Hamilton, Kings, Montgomery, Nassau, New York, Orange,
Putnam, Queens, Rensselaer, Richmond, Rockland, Saratoga, Schenectady, Schoharie, Suffolk, Sullivan, Ulster, Warren, Washington, .
Westchester
WAGES
Painter (Striping-Highway):
07/01/2006
Striping-Machine Operator
Unerman Thermoplastic
SUPPLEMENTAL BENEFITS
(per hour paid)
$ 23.64
28.49
.
07/01/2006
Journeyman..
$ 7.14 +
7% of wage
OVERTIME PAY
See (B, E, P, S) on OVERTIME PAGE
HOLIDAY
Paid: See (5, 8, 11, 12, 15, 16, 17,20) on HOLIDAY PAGE
Overtime: See (5, 8, 11, 12, 15, 16, 17,20,21,22) on HOLIDAY PAGE
.
9-8a/28a (230)-HWSt
Plasterer
03/01/2007
.
JOB DESCRIPTION Plasterer
ENTIRE COUNTIES
Kings, Nassau, Queens, Suffolk
PARTIAL COUNTIES
New York: Includes work in all Islands in New York City, except Manhattan.
WAGES
(per hour)
DISTRICT 9
.
02/01/2006
07/01/2006
02/01/2007
Building:
Plasterer/Traditional
$ 34.03
Additional
$ 1.50'
Additional
$1.50'
.
* Note: May be distributed between wages and benefits.
SUPPLEMENTAL BENEFITS
( per hour worked)
Journeyman .....
.
$ 20.30
OVERTIME PAY
See (B, E, E2, Q) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
.
Page 44
.
Prevailin9 Wage Rates for 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
Overtime: See (5, 6, 8, 11, 13, 25, 26) on HOLIDAY PAGE
REGISTERED APPRENTICES
Wages:
(per hour)
Published by the New York State Department of Labor
PRC Number 2007002287 Suffolk County
.
( 1 ) year terms at the following % journeyman's wage rate.
First year: 1st 6 months 2nd 6 months
40% 45%
Second year: 1 st 6 months 2nd 6 months
. 55% 60%
Third year: 1 st 6 months 2nd 6 months
70% 75%
Supplemental Benefits:
(per hour paid):
(1) year term broken down into six month periods:
1st year:
.
1 st six months
2nd six months
3rd six months
4th six months
5th six months
6th six months
$8.37
9.35
11.35
12.33
14.33
15.33
.
9-530-Z1
Plumber
03/01/2007
.
JOB DESCRIPTION Plumber
ENTIRE COUNTIES
Nassau, Suffolk
WAGES
Per Hour:
DISTRICT 4
07/01/2006-
05/31/2007
06/0112007
.
Journeymanl
PUMP & TANK $ 38.44
SUPPLEMENTAL BENEFITS
Per Hour:
$ 40.18
Journeyman
$18.32
$ 18.57
.
.
OVERTIME PAY
See (B, N, V) on OVERTIME PAGE
(V) Sunday & Holidays Only
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 16,25) on HOLIDAY PAGE
REGISTERED APPRENTICES
One(l) Year Terms at the Following Wage Per Hour:
07/01/2006- 06/01/2007
05/31/2007
. 1st Term $ 9.31 $ 9.66
2nd Term 14.00 14.54
3rd Term 19.29 19.93
4th Term 24.72 25.57
Supplemental Benefits per hour:
.
Page 45
Prevailing Wage Rates for 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
Published by the New York State Department of Labor
PRC Number 2007002287 Suffolk County
.
1st Term
2nd Term
3rd T arm
4th Term
$ 7.67
8.64
9.04
9.29
$ 8.89
14.43
19.82
25.46
4-200 Pump & Tank .
Plumber
03/01/2007
JOB DESCRIPTION Plumber
ENTIRE COUNTIES
Nassau, Suffolk
WAGES
Per Hour:
DISTRICT 4
.
07/01/2006
Journeyman
MAINTENANCE ONLY
$ 24.25
(NOTE)
Maintenance: Correction of problem(s)with the existing fixture or group of
fixtures, preventive repairs or servicing of said fixtures.
SUPPLEMENTAL BENEFITS
Per Hour
.
Journeyman
OVERTIME PAY
See (B, J) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 15, 16) on HOLIDAY PAGE
REGISTERED APPRENTICES
One(1) Year Terms, Wages Per Hour as Follows:
$ 7.65
.
.
07/01/2006
1st Term
2nd Term
3rd Term
4th Term
5th Term
$12.34
13.29
14.28
15.31
16.38
.
Supplemental Benefits per hour:
1st Term
2nd Term
3rd Term
4th Term
5th Term
$ 6.20
6.20
6.20
6.20
6.20
.
4-200 Maintance
Plumber
03/01/2007
JOB DESCRIPTION Plumber
ENTIRE COUNTIES
Nassau, Suffolk
WAGES
Per Hour:
DISTRICT 4
.
07/01/2006-
1 0/31/2006
11/01/2006-
04/30/2007
05/01/2007
.
Journeyman
$ 42.85
$ 43.75
$ 44.90
SUPPLEMENTAL BENEFITS
Per Hour:
Journyman
$ 22.72
$ 23.32
Page 46
$ 23.42
.
.
Prevailing Wage Rates for 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
Published by the New York State Department of Labor
PRC Number 2007002287 Suffolk County
.
OVERTIME PAY
See (A, 0, V) on OVERTIME PAGE
CODE "V" is only for SUNDAYS and HOLIDAYS WORKED
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 15, 16,25) on HOLIDAY PAGE
REGISTERED APPRENTICES
One(l) Year Terms, Wages Per Hour as follows:
.
1st Term
2nd Term
3rd Term
4th Term
. 5th Term
07/01/2006- 11/01/2006- 05/01/2007
10/31/2006 04/30/2007
$17.14 $13.12 $13.47
21.43 21.86 17.96
27.85 28.44 29.19
30.00 30.63 31.22
32.14 32.81 33.66
Supplemental Benefits per hour:
1st Term
2nd Term
3rd Term
4th Term
5th Term
$12.49
14.32
15.13
16.13
17.64
$ 11.89
14.92
15.73
16.73
17.58
$11.99
13.82
15.83
16.83
17.68
.
4-200
Roofer
03/01/2007
.
JOB DESCRIPTION Roofer
ENTIRE COUNTIES
Nassau, Suffolk
WAGES
Per Hour:
DISTRICT 4
07/01/2006-
09/30/2006
10/01/2006
.
Roofer/Waterproofer
SUPPLEMENTAL BENEFITS
Per Hour:
$ 33.25
$ 35.50
Journeyman
$ 22.62
$ 22.62
.
OVERTIME PAY
Per Hour:
NEW ROOF SEE (B,E,Q)
RE-ROOF SEE (B,E,E2,Q)
HOLIDAY
. Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 13, 16,25) on HOLIDAY PAGE
REGISTERED APPRENTICES
(1) Year terms at the following pecentage of Journeyman's Wage
1 st 2nd 3rd 4th
40% 50% 70% 80%
.
Supplemental Benefits per hour:
1st Term
2nd Term
3rd Term
4th Term
$ 2.00
6.00
12.35
17.31
.
Page 47
Prevailing Wage Rates for 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
Published by the New York State Department of Labor
PRC Number 2007002287 Suffolk County
4-154
.
Sheetmetal Worker
03/01/2007
JOB DESCRIPTION Sheetmetal Worker
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk
WAGES
Per Hour:
DISTRICT 4
.
07/01/2006
Sheetmetal Worker
$ 40.99
For Temporary Operation or
Maintenance of Fans is 80% of Above Wage Rate
SUPPLEMENTAL BENEFITS
Per Hour:
.
Journeyman
$ 33.01
.
OVERTIME PAY
See (A, 0) on OVERTIME PAGE
For Fan Maintenance See Codes B & 0
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6,11,15,16,25,26) on HOLIDAY PAGE
REGISTERED APPRENTICES
Wages Per Hour:
.
(1/2) Year Terms at the following Percent of Journeyman(s) Wage
1 sf 2nd 3rd 4th 5th
30% 35% 40% 45% 50%
6th
55%
7th
60%
8th
70%
.
Supplemental Benefits per hour:
1st Term
2nd Term
3rd Term
4th Term
5th Term
6th Term
7th Term
8th Term
$12.70
14.33
15.82
17.38
18.92
20.33
22.20
25.85
.
4-28
Sheetmetal Worker
03/01/2007
.
JOB DESCRIPTION Sheetmetal Worker
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Rockland, Suffolk, Westchester
WAGES
Per Hour:
DISTRICT 9
.
Sign Erector*
07/01/06
$ 36.20
'NOTE: Overhead Highway Signs and Structurally Supported Signs
(See IRON WORKER CLASS)
SUPPLEMENTAL BENEFITS
Per Hour:
.
07/01/06
Journeyman
OVERTIME PAY
See (A, F, S) on OVERTIME PAGE
$ 25.48
.
Page 48
Prevailing Wage Rates for 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
Published by the New York State Department of Labor
PRC Number 2007002287 Suffolk County
.
HOLIDAY
Paid: See (5,6,11,12, 16,25) on HOLlOAY PAGE
Overtime: See (5, 6, 10, 11, 12, 16,25) on HOLIDAY PAGE
REGISTERED APPRENTICES
. Wage per hour: 07/01/2006
Half (1/2) year terms at the following rate(s):
1st
$12.67
2nd
$14.48
3rd
$16.29
4th
$18.10
5th
$19.91
.
6th
$21.72
7th
$23.53
8th
$25.34
9th
$27.15
10th
$28.96
Supplemental Benefits per hour paid:
Half (1/2) year terms at the following dollar amount
.
1st
$8.28
2nd
$9.21
3rd
$10.16
4th
$11.09
5th
$12.18
6th
$12.97
7th
$14.07
8th
$14.86
9th
$15.95
10th
$16.74
9-137-SE
Sprinkler Fitter. RefriQeration
03/01/2007
.
JOB DESCRIPTION Sprinkler Fitter - Refrigeration
ENTIRE COUNTIES
Bronx, Nassau, New York, Queens, Suffolk
WAGES
Per hour:
DISTRICT 9
.
07/01/2006
Steamfitter
$ 29.30
Refrigeration, AIC, Oil Burner and Stoker Service and Installations, limited on Refrigeration to combined compressors up to five (5)
horsepower, and on Ale Heating and Air Cooling to combined compressors up to ten (10) horsepower.
SUPPLEMENTAL BENEFITS
. Per hour worked:
Journeyman
$ 7.71
.
OVERTIME PAY
See (B, E, 'Q, "S) on OVERTIME PAGE
... Overtime Code Q applies to Holiday Codes 2, 6, 9,15, and 17.
** Overtime Code S applies to Holiday codes 10, 11, 26, and Memorial Day.
HOLIDAY
Paid: See (2, 6, 9,10,11,15,17,26) on HOLIDAY PAGE
Overtime: See (2, 6, 9, 10, 11, 15, 17,26) on HOLIDAY PAGE
Memorial Day a Paid Holiday with Overtime as per Overtime Code S
9-638B
.
Steamfitter
03/01/2007
JOB DESCRIPTION Steamfitter
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk
WAGES
DISTRICT 9
.
07/01/2006-
12/26/2006
Steam Fitter*
Sprinkler Fitter'
$ 43.67
43.67
.
For Work on Temporary Heat**
& Air Conditioning
33.18'
Page 49
Prevailing Wage Rates for 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
Published by the New York State Department of Labor
PRC Number 2007002287 Suffolk County
.
SUPPLEMENTAL BENEFITS
(per hour paid)
Journeyman
$ 34.60
Journeyman:
(For Work on Temporary
Heat & Air conditioning).
.
$ 27.40
OVERTIME PAY
See (<C, <<D, 0, V) on OVERTIME PAGE
.
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 11, 15, 16,25) on HOLIDAY PAGE
REGISTERED APPRENTICES
Wages per hour worked:
.
( 1 ) year terms at the foliowing percentage of Journeyman's
wage.
Apprentices: 1 st 2nd
3rd
4th
5th
40%
50%
65%
80%
85%
Suppelmental Benefits:
(1) year term at the foliowing doliar amounts:
.
Apprentices:
1st
2nd
3rd
4th
5th
07/01/2006
$ 14.00
$ 17.35
$22.37
$ 27.37
$ 29.06
Steamfitter
9-638A-StmSpFtr .
03/01/2007
JOB DESCRIPTION Steamfitter
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk
WAGES
DISTRICT 9
.
07/01/2006-
12/31/2006
Steamfitter
$ 30.45
.
Refrigeration, AlG, Oil Burner and Stoker Service and Installations,
limited on Refrigeration to combined compressors up to five (5) horsepower,
and on Ale Heating and Air Cooling to combined compressors up to ten (10)
horsepower.
SUPPLEMENTAL BENEFITS
Journeyman......
$ 7.71
.
OVERTIME PAY
OVERTIME:....See ( B, E, Q<, S" ) on OVERTIME PAGE.
HOLIDAY
HOLIDAY:
Paid:........See (2,6, g, 10, 11,15, 17, 26,Memorial Day) on HOLIDAY PAGE.
Overtime:.... < ( 2, 6, 9, 15, 17 )
.. ( 10, 11, 26, Memorial Day)
.
9-638B-StmFtrRef
Survey Crew Consultin~
03/01/2007
.
Page 50
Prevailing Wage Rates for 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
JOB DESCRIPTION Survey Crew Consulting
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Putnam, Queens, Richmond, Suffolk, Westchester
PARTIAL COUNTIES
. Dutchess: Only the portion south of the north city line in Poughkeepsie.
Published by the New York State Department of Labor
PRC Number 2007002287 Suffolk County
DISTRICT 9
.
WAGES
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)
07/01/2006
Survey Rates:
Party Chief.....
Instrument Man..
Rodman..........
$29.82
25.01
21.95
.
SUPPLEMENTAL BENEFITS
(per hour paid)
Journeyman......
$11.70
OVERTIME PAY
OVERTIME:.... See ( B, E', Q, V ) ON OVERTIME PAGE.
'Doubletime paid on the 9th hour on Saturday.
HOLIDAY
Paid: See (5, 6, 7, 11, 16) on HOLIDAY PAGE
Overtime: See (5, 6, 7, 11, 16) on HOLIDAY PAGE
.
9-15dconsult
Teamster. Buildi"!!/ Heavv&Hi!!hwav
03/01/2007
.
JOB DESCRIPTION Teamster - Building / Heavy&Highway
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk
WAGES
Per Hour:
DISTRICT 4
0710112006
Truck Driver, Chauffeur
.
Trailers
$ 25.28
Straight Jobs
SUPPLEMENTAL BENEFITS
Per Hour:
24.98
.
All Classifications
$18.80
OVERTIME PAY
See (B, L, S, S1) on OVERTIME PAGE
HOLIDAY
Paid: See (5, 6, 7, 8, 11,12,26) on HOLIDAY PAGE
Employee must work Two(2) Days in Holiday Week
4-282.Demo
.
Teamster" Build;"!!/ Heavv&Hi!!hwav
03/01/2007
.
JOB DESCRIPTION Teamster - Building / Heavy&Highway
ENTIRE COUNTIES
Nassau, Suffolk
WAGES
Per Hour: 07/05/2006
DISTRICT 4
"TRUCK DRIVER"
.
Heavy Highway
Building
$ 31.835
31.835
Page 51
Prevailing Wage Rates for 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
Asphalt Delivery
Concrete Delivery
Published by the New York State Department of Labor
PRC Number 2007002287 Suffolk County
.
ADDITIONS Per Day:
31.835
31.835
.
$10.00
$10.00
$ 8.00
.
Three(3) Axle Tractors
and Trailers:
Heavy Equipment
and Tag-Along Trailers:
Boom Truck Drivers:
SUPPLEMENTAL BENEFITS
Per Hour:
"TRUCK DRIVER"
All Classifications
$ 26.10
OVERTIME PAY
See (B, E, Q, R, T) on OVERTIME PAGE
(NOTE) PREMIUM PAY of 25% on straight time hours for New York State
D.O.T. and or other GOVERNMENTAL MANDATED off shift work.
HOLIDAY
Paid: See (5, 6,11,12,15,25) on HOLIDAY PAGE
Overtime: See (11,12,15,25) on HOLIDAY PAGE
Employee must Work TWO(2) Days in Holiday Week.
5,6,13 Paid at Triple if Worked.
.
4-282ns
.
Welder
03/01/2007
JOB DESCRIPTION Welder DISTRICT 1
ENTIRE COUNTIES
Aibany, Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, .
Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Kings, Lewis, Livingston, Madison, Monroe,
Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Ot5e90, Putnam, Queens, Rensselaer,
Richmond, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, 51. Lawrence, Steuben, Suffolk, Sullivan, Tioga, Tompkins,
Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates
WAGES
Per hour
Welder (To be paid the same rate of the mechanic performing the work)
OVERTIME PAY
HOLIDAY
.
1-As Per Trade
.
.
.
.
Page 52
.
Prevailing Wage Rates for 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
Published by the New York State Department of Labor
PRe Number 2007002287
Overtime Codes
.
Following is an explanation of the code(s) listed in the OVERTIME section of each classification contained in the attached schedule.
Additional requirements may also be listed in the HOLIDAY section.
.
(A)
(AA)
(6 )
(61 )
Time and one half of the hourly rate after 7 hours per day
Time and one half of the hourly rate after 7 and one half hours per day
Time and one half of the hourly rate atter 8 hours per day
Time and one half of the hourly rate for the 9th & 10th hours week days and the 1 st 8 hours on Saturday.
Double the hourly rate for all additional hours
( 62 ) Time and one half of the hourly rate after 40 hours per week
(C ) Double 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 9 hours per day
(E ) Time and one half of the hourly rate on Saturday
.
(E1 )
Time and one half 15t 4 hours on Saturday Double the hourly rate all additional Saturday hours
( E3 ) Between November 15t and March 3rd Saturday may be used as a make-up day at straight time when a day is
lost during that week due to inclement weather, provided a given employee has worked between 16 and 32
hours that week
.
(E2 )
Saturday may be used as a make-up day at straight time when a day is lost during that week due to inclement
weather
( E4 ) Saturday and Sunday may be used as a make-up day at straight time when a day is lost during that week due
to inclement weather
.
(G)
(F ) Time and one half of the hourly rate on Saturday and Sunday
Time and one half of the hourly rate on Saturday and Holidays
(H ) Time and one half of the hourly rate on Saturday, Sunday, and Holidays
(I ) Time and one half of the hourly rate on Sunday
.
(K)
(J ) Time and one half of the hourly rate on Sunday and Holidays
Time and one half of the hourly rate on Holidays
(L ) Double the hourly rate on Saturday
.
(N)
(M ) Double the hourly rate on Saturday and Sunday
Double the hourly rate on Saturday and Holidays
(0 ) 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)
(S ) Two and one half times the hourly rate for Holidays, if worked
Double the hourly rate on Holidays
( S1 ) Two and one half times the hourly rate the first 8 hours on Sunday or Holidays One and one half times the
hourly rate all additional hours.
.
(T )
Triple the hourly rate for Holidays, if worked
Page 53
Prevailing Wage Rates for 07/01/2006 - 06/30/2007
Last Published on Mar 01 2007
Published by the New York State Department of Labor
PRe Number 2007002287
.
(U)
(V)
(W)
Four times the hourly rate for Holidays, if worked
Including benefits at SAME PREMIUM as shown for overtime
Time and one half for benefits on all overtime hours.
.
NOTE:BENEFITS are PER HOUR WORKED,for each hour worked, unless otherwise noted
.
.
.
.
.
.
.
.
.
Page 54
.
Prevailing Wage Rates for 07/01/2006.06/30/2007
Last Published on Mar 01 2007
Published by the New York State Department of Labor
PRC Number 2007002287
Holiday Codes
PAID Holidays:
. Paid Holidays are days for which an eligible employee receives a re~ular day's pay, but is not required to perform work. If an employee
works on a day listed as a paid holiday, this remuneration is in addition to payment of the required prevailing rate for the work actually
performed.
OVERTIME Holiday Pay:
Overtime holiday pay is the premium pay that is required for work performed on specified holidays. It is only required where the employee
actually performs 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 below are to be paid at the wage rates at which the employee is normally classified.
.
.
(1 )
(2 )
(3 )
(4 )
(5 )
(6 )
.
None
Labor Day
Memorial Day and Labor Day
Memorial Day and July 4th
Memorial Day, July 4th, and Labor Day
( 7 ) Lincoln's Birthday, Washington's Birthday, and Veterans Day
New Year's, Thanksgiving, and Christmas
( 8 ) Good Friday
( g ) Lincoln's Birthday
.
(10 )
(11 )
Washington's Birthday
Coiumbus Day
( 12 ) Election Day
.
(14 )
( 13 ) Presidential Election Day
1/2 Day on Presidential Election Day
( 15 ) Veterans Day
( 16 ) Day after Thanksgiving
.
(17 )
Juiy 4th
( 18 ) 1/2 Day before Christmas
(19) 1/2 Day before New Years
( 20 ) Thanksgiving
.
(21 )
( 22 ) Christmas
New Year's Day
( 23 ) Day before Christmas
.
(25 )
( 24 ) Day before New Year's
Presidents' Day
( 26 ) MartinLuther King, Jr. Day
.
Page 55
.
NYS Department of Labor
orkforce
ew York
.
BUREAU OF PUBLIC WORK
STATE OFFICE BUILDING CAMPUS
ALBANY, NY 12240
Put us to work for you
.
REQUEST FOR WAGE AND SUPPLEMENT INFORMA nON
AS REQUIRED BY ARTICLES 8 AND 9 OF THE LABOR LAW
Fax (518) 485-1870 or mail this form for new schedules or for determination for additional occupations.
Please type all information requested below
SUBMITTED BY: 0 CONTRACTING AGENCY
. (CHECK ONE) 0 ARCHITECT OR ENGINEERING FIRM
A PUBLIC WORK CONTRACT TO BE LET BY (E t
o PUBLIC WORK DISTRICT OFFICE
I DATE:
.
n er aa e almng 0 on rae InQ i \Qeney J
1. Name and complete address ( 0 check if new or change) : 2. NY State Units (see Item 5) o 07 City
o 01 DOT D 08 Local School District
o 02 OGS 009 Special Local District, i.e.,
o 03 Dormitory Authority Fire, Sewer, Water District
o 04 State University o 10 Village
Construction Fund 011 Town
o 05 Mental Hygiene o 12 County
Telephone: ( ) Fax: ( ) Facilities Corp. 013 Other Non-N.Y. State
E-Mail: o 06 OTHER N.Y. STATE UNIT (Describe)
3. SEND REPLY TO (0 check if new or change) 4. SERVICE REQUIRED. Check appropriate box and provide project
Name and complete address: information.
o New Schedule of Wages and Supplements.
I APPROXIMATE BID DATE: I
o Additional Occupation and/or Redetermination
Telephone:( ) Fax:( ) PRC NUMBER ISSUED PREVIOUSLY FOR I OFFICE USE ONLY I
THIS PROJECT:
E-Mail:
B. PROJECT PARTICULARS
5. Project Tille 6. Location of Project:
Location on Site
Description of Work Route No/Street Address
Village or City
ConIract Identification Number Town
Note: For NYS units, the OSC ContracI No. County
7. Nature of Project - Check One: 8. OCCUPATION FOR PROJECT:
0 1. New Building ConstrucIion (Building, Heavy Guards, Watchmen
0 2. Addition to Existing Structure 0 0
0 3. Heavy and Highway Construction (New and Repair) Highway/SewerlWater) 0 Janitors, Porters, Cleaners
0 4. New Sewer or Waterline 0 Tunnel 0 Moving furniture and
0 5. Other New Construction (Explain) 0 ResidenIial equlpmenI
0 6. Other Reconstruction, Maintenance, Repair or Alteration 0 Landscape Maintenance 0 Trash and refuse removal
0 7. Demolition 0 Elevator maintenance 0 Window cleaners
0 8. Building Service Contract 0 Exterminators, Fumigators 0 Other (Describe)
9. Name and Title of Requester Signature
D t P rt
t C
f A
.
.
.
.
.
.
OFFICE USE ONLY
~~
.
PW-39 (03 - 04)
SEE PAGE TWO FOR LAWS RELATING TO PUBLIC WORK CONTRACTS
.
.
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 andlor its successor within any consecutive six-year period determining that such contractor, sub-contractor
andlor Its successor has WILLFULLY failed to pay the prevailing wage andlor supplements, or when one final determination
Involves falsification of payroll records or the kickback of wages andlor supplements, said contractor, sub-contractor andlor
Its successor shall be debarred and ineligible to submit a bid on or be awarded any public work contract/sub-contract with
the state, any municipal corporation or public body for a period of five years from the date of debarment.
.
NOTE: Where the Fiscal Officer Is denoted "NYC", the information has been provided by the New York City Comptroller's
Office, the agency Issuing the determination.
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
.
Company Name
385 Services LLC
FEIN:
16-1466399
Barred Until
01108/2009
.
Company Name
4-A General Construction Corp
FEIN: Barred Until
11-3161355 01/25/2012
.
Company Name
A & D Contracting Corp
FEIN: Barred Until
11-3203983 08/01/2010
.
Company Name
A A General Contractors Ine
FEIN:
16-1319254
Barred Until
10118/2009
Company Name
A Castricone Concrete Ine
.
FEIN:
16-1582253
Barred Until
03/03/2008
Company Name
A&T General Construction Ine
.
FEIN:
13-3927478
Barred Until
12/11/2011
Company Name
Ace Construction Corp
FEIN: Barred Until
11-2688758 OS/25/2011
.
.
Tuesday, March 20, 2007
Address
2657 State Highway 28
Fiscal Officer Notes:
DOL Multiple willful violations
Zip Code
13834
City
Portlandville
State
NY
City
Brooklyn
State
NY
Zip Code
11232
Address
131 47th Street
Fiscal Officer Notes:
AG Plea Agreement with A.G.'s Office and Spiridon Anthoulis, Anastasia Anthoulis aka Stacey
Gauzos as individuals
City
Bay Shore
State
NY
Zip Code
11706
Address
15 Pine Aire Drive
Fiscal Officer Notes:
DOL Falsification of payroll records. Also Tommaso Allocca as an individual
Address
1765 Mt Read Boulevard
Fiscal Officer Notes:
DOL And W.J. Grinder Roofing as a substantially affiliated employer and Dominic Antonucci as
an individual. Multiple willful violations
City
Rochester
State
NY
Zip Code
14606
Address
POBox 203
Fiscal Officer Notes:
DOL and Crazy Horse Tonawanda Inc
Zip Code
14010
City
Athol Springs
State
NY
Address
3 Alan B Shepard Place
Fiscal Officer Notes:
DOL and Nick Nitis as an individual. falsification of payroll records
City
Yonkers
State
NY
Zip Code
10705
Address
6 East 32nd St - 7th FI
Fiscal Officer Notes:
NYC Falsified records
City
New York
Zip Code
10016
State
NY
Page I of 27
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
.
Company Name
Aegean General Contracting loe
FEIN: Barred Until
11-3451267 03/11/2008
Company Name
Aegean Marble Co.
FEIN: Barred Until
11-3451267 03/11/2008
Company Name
Aegean Marble Contracting CO.
FEIN: Barred Until
11-3451267 03/1112008
Company Name
Albany Pipe Insulators Ine
FEIN: Barred Until
14-1617890 02/18/2008
Company Name
American Weathertite Ine
FEIN:
65-0465918
Barred Until
03/28/2010
Company Name
Amodio Russo
FEIN:
Barred Until
06/01/2010
Company Name
Anastasia Anthoulis
FEIN: Barred Until
01/25/2012
Company Name
Andres Alvarez
FEIN:
Barred Until
12/2412009
Company Name
Angelo Zaffuto
FEIN:
Barred Until
09/29/2008
Company Name
ANS Welding Corp
FEIN: Barred Until
11-1867262 06/09/2009
Tuesday, March 20, 2007
Address
57-16 157th Street
Fiscal Officer Notes:
Settlement agreement with A.G. 's Office - falsified payrolls - Also Aegean Marble Co.,
Aegean Marble Contracting Co., and George Begakis individually
Address
14 Brayron Road
Fiscal OffIcer Notes:
As in individual and P&T Iron Works. Falsification of payroll records. Settlement
Agreement with A.G.'s office
City
Flushing
State
NY
Address
City
State
Fiscal Officer Notes:
See Aegean General Contracting lne
Address
City
State
Fiscal OffIcer Notes:
See Aegean General Contracting Ine
Address
POBox 332 - Foundry Rd
Fiscal OffIcer Notes:
DOL
City
Voorheesville
State
NY
Address
POBox 208
Fiscal OffIcer Notes:
DOL
City
Clifton
State
NJ
City
Cannel
State
NY
Address
131 47th Street
Fiscal Officer Notes:
AG aka Stacey Gouzos - as an individual- See 4-A General Construction Corp
City
Brooklyn
State
NY
Address
372 North Main Street
Fiscal Officer Notes:
See Corinthian Construction Co Inc
City
Lodi
State
NJ
Address
162 Atlantic Avenue
Fiscal Officer Notes:
AG As an individual.
City
Lynbrook
State
NY
See Zaffuto Construction Company Jnc
Address
III Dale Street
Fiscal Officer Notes:
DOL Debannent period extended after additional willful violations
City
West Babylon
State
NY
Zip Code
11355
.
Zip Code
.
Zip Code
.
Zip Code
12186
.
Zip Code
07110
Zip Code
10512
.
Zip Code
11232
.
Zip Code
07644
.
Zip Code
11563
.
Zip Code
11704
.
Page 2 of 27
.
.
liST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
.
Company Name
Anthos Contracting Corp
FEIN: Barred Until
11-2967327 01/25/2012
.
Company Name
AP Painting & Improvement Ine
FEIN: Barred Until
11-2683637 04/09/2007
Company Name
APC Painting
FEIN:
Barred Until
05113/2007
.
Company Name
Apollo Construction Services Corp
FEIN: Barred Until
13-3983219 05113/2007
.
Company Name
Apolo Painting Company
FEIN: Barred Until
13-3863295 05113/2007
.
Company Name
ApoIa Painting Corp
FEIN: Barred Until
13-3863295 05113/2007
.
Company Name
Asbestos Systems loe
FEIN: Barred Until
25-1742587 OS/20/2007
Company Name
Azam Ali Chaudhry
FEIN: Barred Until
12/10/2007
.
Company Name
B & Z Development Ine
FEIN: Barred Until
13-3713559 02/22/20 I 0
.
Company Name
Bat-Jac Construction Ine
FEIN:
11-3391498
Barred Until
07/17/2009
.
. Tuesday, March 20, 2007
Address
62 Neulist Avenue
Fiscal Officer Notes:
DOL aka Bat-Jac Contracting Inc. a/k/a Bat-Jac Inc. and Kenneth Merz, president and one of its
five largest shareholders and Steve Menzer, vice president and one of its five largest
shareholders, as individuals. Falsified payrolls.
Address
131 47th Street
Fiscal Officer Notes:
AG Plea Agreement with A.G.'s Office
City
Brooklyn
State
NY
Address
575 Hempstead Turnpike
Fiscal Officer Notes:
DOL Falsified payrolls
City
West Hempstead
State
NY
Address
City
State
Fiscal Officer Notes:
See Apollo Construction Services Corp
Address
157 Tibbets Road
Fiscal Officer Notes:
DOL dba Apolo Painting Corp. - multiple willful violations
City
Yonkers
State
NY
Address
City
State
Fiscal Officer Notes:
aka APC Painting - see Apollo Construction Services Corp
Address
City
State
Fiscal Officer Notes:
See Apollo Construction Services Corp
Address
1771 Foote Avenue
Fiscal Officer Notes:
DOL Gregory McCoy T/A GM Enterprises dba Asbestos Systems Tnc
City
Jamestown
State
NY
Address
City
State
Fiscal Officer Notes:
See Republic Reconstruction & Management Toe
Address
19 West Street
Fiscal Officer Notes:
DOL dba Ben-Zvy Enterprises Tnc and Erez Ben-Zvy as an individual.
City
Spring Valley
State
NY
City
Port Washington
State
NY
Zip Code
11232
Zip Code
11552
Zip Code
Zip Code
10705
Zip Code
Zip Code
Zip Code
14701
Zip Code
Zip Code
10977
Zip Code
11050
Page 3 of 27
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
.
Company Name
Bat.Jac Contracting Joe
FEIN: Barred Until
11-3133524 07/17/2009
Company Name
Bat-Jac Inc
FEIN: Barred Until
07117/2009
Company Name
Ben-Zvy Enterprises Joe
FEIN: Barred Until
13-3713559 02/22/2010
Address
City
Fiscal Officer Notes:
See Bat-lac Construction Joe
Address
City
Flscai Officer Notes:
See Bat-lac Construction aka Bat-lac Contracting
Address
19 West Street
Fiscal Officer Notes:
See B & Z Development Inc.
City
Spring Valley
Company Name Address
Best of Friends of Schenectady Constr Co 425 Hamilton Street
FEIN: Barred Until Fiscal Officer Notes:
20-2105455 01/24/2011 DOL
Company Name
Boguslaw Bozek
FEIN: Barred Until
05/14/2008
Company Name
C B E Contracting Corp
FEiN: Barred Until
11-2968809 10/21/2007
Company Name
C J H Inc
FEIN:
14-1830289
Barred Until
06/1 0/20 10
Company Name
Calvin S Robinson Electrical foe
FEIN:
14-1657781
Barred Until
04/12/2007
City
Schenectady
Address
City
Fiscal OffIcer Notes:
As an individual - see Goldhand Construction LLC
State
Zip Code
.
State Zip Code
.
State Zip Code
NY 10977
.
State Zip Code
NY 12305
State
.
Zip Code
Address City State
310 McGuiness Blvd Greenpoint NY
Fiscal OffIcer Notes:
DOL And Muhammad A Beig as an individual. Falsified payrolls
Address
City
Fiscal OffIcer Notes:
See N F K Excavating and Construction Joe
Address
2117 Egret Drive
Fiscal Officer Notes:
DOL Falsified payrolls
City
Clearwater
Company Name Address
CapPlY Contracting Management Corp 108l Coney Island Avenue
FEIN: Barred Until Fiscal OffIcer Notes:
06-1174437 02/09/2011 NYC Falsified payroll records
Company Name
Carl Bahh
FEIN:
Barred Until
07/21/2008
Company Name
Catenary Construction Corp
FEIN: Barred Until
54-2129721 02/14/2011
Tuesday, March 20, 2007
City
Brooklyn
Address
City
Fiscal Officer Notes:
As an individual - See Olympic Window Installers Jne
Address
112 Hudson Avenue
Fiscal Officer Notes:
DOL Subsidiary of Lancet Arch Inc.
City
Rochester
Zip Code
11222
.
State
Zip Code
.
State
FL
Zip Code
33764
.
State
NY
Zip Code
11230
.
State
Zip Code
State
NY
Zip Code
14605
.
Page 4 of 27
.
.
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
.
Company Name
Causeway Construction Corp
FEIN: Barred Until
13-3065561 09/27/2007
Address
110-30 15th Avenue
Fiscal Officer Notes:
NYC Multiple willful violations
City
College Point
State
NY
Zip Code
11356
Company Name Address City State Zip Code
Cavalier Constr Corp c/o Clayman & Rosenbe 305 Madison Avenue New York NY 10165
FEIN: Barred Until Fiscal Officer Notes:
. 02/19/2008 NYC Falsified records - plea agreement. Also Kingston Trucking & Rigging Corp., Manbru
Construction Corp., Port Ewen Trucking Corp. and Super Structure Builders, Inc. as
substantially ovroed-affiliated entities and/or successors of Cavalier.
Company Name
Charles J Pardee
.
FEIN:
Barred Until
03/16/2009
.
Company Name
Charles Marangoudakis
FEIN: Barred Until
08/16/2010
Company Name
Christina J Hoek
FEIN:
Barred Until
06/1 0/20 10
.
Company Name
Christopher Nicholson
FEIN: Barred Until
10/19/2011
.
Company Name
Columbus General Construction Ine
FEIN:
11-3357344
Barred Until
12/16/2009
.
Company Name
Commercial Painting Co
FEIN: Barred Until
16-1513909 05/01/2008
Company Name
Commercial Steel Ine
.
FEIN:
16-1557064
Barred Until
03/16/2009
.
Company Name
Commercial System Construction
FEIN: Barred Until
90-0066866 10/19/20 II
.
Tuesday, March 20, 2007
Address
261 Ball Road
Fiscal Officer Notes:
DOL As an individual.
City
Hastings
Zip Code
13076
State
NY
See Dalton Steel Inc.
City
Manhasset
State
NY
Zip Code
11030
Address
25 Woodhill Lane
Fiscal Officer Notes:
DOL Individually and Marangos Construction Corp and Tropic Construction Corp. Multiple
willful violations
Address
City
Zip Code
State
Fiscal Officer Notes:
See N F K Excavating and Construction Ine
City
Buffalo
State
NY
Zip Code
14210
Address
91 Newman Place
Fiscal Officer Notes:
See Commercial System Construction
City
Brooklyn
Zip Code
11230
State
NY
Address
914 Newkirk Avenue
Fiscal Officer Notes:
AG And Mohammed A Rashid as an individual. Falsified business records.
Plea agreement.
City
Syracuse
State
NY
Zip Code
13215
Address
4872 West Seneca Turnpike
Fiscal Officer Notes:
DOL James Stanton dba Commercial Painting Co - falsified payroll records
City
Central Square
State
NY
Zip Code
13036
Address
65 Corporate Park Drive
Fiscal Officer Notes:
DOL As a successor and/or substantially-owned affiliated entity with Dalton Steel Ine dba Pardee
Construction - multiple willful violations
City
Buffalo
Zip Code
14210
State
NY
Address
91 Newman Place
Fiscal Officer Notes:
DOL And Christopher Nicholson as an individual- falsification of payroll records
Page 5 of 27
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
.
Company Name
Coromtech Communications Joe
FEIN:
16-1335983
Barred Until
11 /22/2007
Company Name
Commtech Electrical Construction
FEIN:
16-1407836
Barred Until
11/22/2007
Company Name
Corinthian Construction Co Ine
FEIN: Barred Until
13-3750033 12/24/2009
Address
649 Warwick Road
Fiscal Officer Notes:
DOL See also Commtech Electrical Construction Corp and Michael R Palmer - multiple violations
City
North Tonawanda
State
NY
Zip Code
14120
.
Address
649 Warwick Road
Fiscal OffIcer Notes:
DOL See also Commtech Communications and Michael R Palmer- multiple violations
City
North Tonawanda
State
NY
Zip Code
14120
.
Address
372 North Main Street
Fiscal OffIcer Notes:
AG And Andres Alvarez as an individual.
City
Lodi
State
NJ
Zip Code
07644
Plea agreement with A.G.'s Office
.
--------------~---------~-----------.,...-----------------
Company Name
Crazy Horse Tonawanda Joe
FEIN: Barred Until
16-1528124 03/03/2008
Company Name
Dalton Steel Joe
FEIN:
16-1557064
Barred Until
03/12/2009
Company Name
Darby General Contracting Joe
FEIN: Barred Until
11-3420817 08/04/2008
Company Name
Darby Glass Co
FEIN:
11-3081390
Barred Until
08/04/2008
Company Name
Dellapenna Associates Joe
FEIN: Barred Until
16-1465989 02/18/2008
Company Name
Dellapenna Brothers Joe
FEIN: Barred Until
16-0964223 08/04/2008
Company Name
Dennis Lounsbury Builders Inc
FEIN: Barred Until
14-1538702 OS/27/2009
Tuesday, March 20, 2007
Address
POBox 203
Fiscal OffIcer Notes:
DOL and A Castricone Concrete Inc
City
Alhol Springs
State
NY
Zip Code
14010
.
Address
197 U S Route 11
Fiscal OffIcer Notes:
DOL dba Pardee Construction and Shirley Pardee as an individual - multiple willful violations.
Also Charles J Pardee as an individual.
City
Central Square
State
NY
Zip Code
13036
.
Address
565 Oak Street
Fiscal Officer Notes:
DOL dba Darby Glass Co - multiple willful violations
City
Copiague
State
NY
Zip Code
11726
Address
City
State
Zip Code
.
Fiscal Officer Notes:
See Darby General Contracting Tnc
Address
86 Olive Street
Fiscal OffIcer Notes:
DOL Substantially owned-affiliated entity and/or successor of Dellapenna Brothers Tnc - debarment
period extended after additional violations
City
Johnson City
State
NY
Zip Code
13790
.
Address
86 Olive Street
Fiscal OffIcer Notes:
DOL multiple willfuls - debarment period extended after additional violations
City
Johnson City
State
NY
Zip Code
13790
.
Address
POBox 220
Fiscal OffIcer Notes:
DOL aka Lounsbury Erectors Inc.
City
Bulville
State
NY
Zip Code
10915
.
Page 6 of 27
.
.
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
.
Company Name Address
DePoalo and Son Building Contractors Ine 296 Morris Road
FEIN: Barred Until Fiscal Officer Notes:
14-1507523 07/12/2009 DOL Multiple willful violations
City
Schenectady
.
Company Name
DG Pipeline Ine
FEIN:
74-2917157
Barred Until
09/06/20 II
.
Company Name
Diamond "D" Construction Corp
FEIN: Barred Until
16-1103218 12/14/2010
Company Name
Diracon Commercial Contractors
FEIN:
08-1681415
Barred Until
05/18/2009
.
Company Name
DJH Mechanical Associates Ltd
FEIN:
13-3373364
Barred Until
02/01/2011
.
Company Name
Dominic Antonucci
FEIN:
Barred Until
10/18/2009
.
Company Name
Don Adams Roofing Ine
FEIN: Barred Until
13-3455881 12/07/2010
Company Name
Douglas S Griffen
FEIN:
Barred Until
09/06/20 II
.
Company Name
Drywall Systems Unlimited Ine
FEIN: Barred Until
06-1405921 10/02/2007
.
Company Name
E Green Restoration & Roofing Ine
FEIN: Barred Until
16-1561693 06/21/2009
.
Company Name
Eliyhu Benyamin
FEIN:
Barred Until
03/05/20 I 0
.
Tuesday, March 20, 2007
State
NY
Zip Code
12303
Address
312 Halseyville Road
Fiscal OffIcer Notes:
DOL and Douglas S Griffen, President and one of the five largest shareholders - falsified payrolls
City
Ithaca
Address
5270 Transit Road
Fiscal OffIcer Notes:
DOL and Joseph DiPizio individually and as its president.
City
Depew
State
NY
State
NY
Zip Code
14850
Zip Code
14043
Falsification of payroll records
Address
310 Maple Avenue
Fiscal OffIcer Notes:
DOL and Rebecca Gatto-Wood as an individual. Falsified payrolls.
City
New Hampton
City
Mount Vernon
Address
155 Kingsbridge Road East
Fiscal OffIcer Notes:
DOL False records - plea agreement
State
NY
State
NY
Zip Code
10958
Zip Code
10552
Address
1939 Town Line Road
Fiscal Officer Notes:
DOL As an individual. See A A General Contractors Inc and W J Grinder Roofing Company.
City
Hilton
Address
472 Commerce Street
Fiscal Officer Notes:
DOL Plead guilty to a felony
City
Hawthorne
Address
312 Halseyville Road
Fiscal Officer Notes:
See DG Pipeline Inc
City
Ithaca
Address
182 West Main Street
Fiscal OffIcer Notes:
DOL
City
Middletown
Address
117 Hawley Street
Fiscal OffIcer Notes:
DOL
City
Binghamton
Address
303 Ten Eyck Street
Fiscal OffIcer Notes:
As an individual.
City
Brooklyn
See W & B Mechanical Corp.
State
NY
State
NY
State
NY
State
NY
State
NY
State
NY
Zip Code
14468
Zip Code
10532
Zip Code
14850
Zip Code
10940
Zip Code
13901
Zip Code
11206
Page 7 of 27
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
.
Company Name
Elizabeth A. Carr
FEIN:
Barred Until
10/14/2008
Address
POBox82
Fiscal Officer Notes:
dba Everlasting Slate - as an individual
City
Valatie
Company Name Address
Emeis & Emeis General Contracting Corp 131 47th Street
FEIN: Barred Until Fiscal OffIcer Notes:
13-4103233 01/25/2012 AG Plea Agreement with A.G.'s Office
Company Name
Emes Heating & Plumbing Contr
FEIN: Barred Until
13-2590780
Company Name
Empire State Renovation Corp
FEIN: Barred Until
11-3170331 OS/22/2007
Company Name
Enjem's Incorporated
FEIN: Barred Until
16-1038008 03/04/2009
Company Name
Enviroclean Services LLC
FEIN:
26-0045677
Barred Until
09/07/2009
Company Name
Erez Ben-Zvy
FEIN:
Barred Until
02/22/2010
Company Name
Euro Craft Restoration, Inc.
FEIN: Barred Until
13-3769924 10/14/2008
Company Name
Everlasting Slate
FEIN:
22-3397381
Barred Until
10/14/2008
Company Name
Florence XVI Century Marble Joe
FEIN: Barred Until
11-3262505 08/03/2010
Tuesday, March 20, 2007
Address
5 Emes Lane
Fiscal Officer Notes:
DOL and Julius and Gita Behrend, as individuals. Parties entered into a voluntary agreement to
be permanently debarred
Address
41-12 Ditmars Blvd
Fiscal Officer Notes:
DOL and Savvas A. Savva (as an individual) Falsification ofrecords and kickback of wages. Plea
agreement with A.G.'s Office
City
Brooklyn
City
Monsey
Address
15 Division Place
City
Brooklyn
Fiscal OffIcer Notes:
NYC Falsified payrolls - plea agreement
Address
III South Main Street
Fiscal Officer Notes:
DOL and Francis Enjem as an individual. Falsification of records.
City
Herkimer
Address
4245 Union Rd- Suite 210
Fiscal OffIcer Notes:
DOL
City
Buffalo
Address
19 West Street
Fiscal OffIcer Notes:
As an individual.
City
Spring Valley
See B & Z Development Inc
City
Long Island City
Address
POBox 82
Fiscal OffIcer Notes:
DOL And Elizabeth A. Carr and Sean Campion as individuals.
City
Valatie
State
NY
State
NY
State
NY
State
NY
State
NY
State
NY
State
NY
State
NY
State
NY
Zip Code
12184
.
Zip Code
11232
.
Zip Code
10952
.
Zip Code
11222
.
Zip Code
13350
Zip Code
14225
.
Zip Code
10977
.
Zip Code
11105
.
Zip Code
12184
Falsification of records
.
Address
120 Glen Head Road
Fiscal Officer Notes:
Falsification of payroll records - plea agreement
City
Glen Head
State
NY
Zip Code
11545
.
Page 8 of 27
.
.
liST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name Address
Flower City Insulation Sales & Contractors 137 Yorkton Street
FEIN: Barred Until Fiscal Officer Notes:
16-1157832 08/03/2009 DOL Multiple willful violations
.
Company Name
Flower City Asbestos Joe
FEIN: Barred Until
16-1292474 08118/2009
.
Company Name
Ford Construction Joe
FEIN:
11-3167975
Barred Until
07/18/2010
.
Company Name
Ford Masonry
FEIN:
Barred Until
07118/2010
.
Address
850 St Paul Street
Fiscal Officer Notes:
DOL Multiple willful violations
City
Rochester
Zip Code
14605
State
NY
City
Webster
State
NY
Zip Code
14580
City
Astoria
Zip Code
11102
State
NY
Address
18-18 26th Street
Fiscal Officer Notes:
DOL and Mohammed Ali Alvi and Mohammed Ali Alvi T/A Ford Masonry - falsification of
records
City
Astoria
Zip Code
11102
State
NY
Address
18-18 26th Street
Fiscal Officer Notes:
DOL and Mohammed Ali Alvi individually and Ford Construction Inc. Falsification of payroll
records
Company Name Address
Foundation Construction Consultants Ioe 294 20th Street
FEIN: Barred Until Fiscal Officer Notes:
11-2761496 OS/20/2008 NYC Multiple willfuls and falsification of payroll records
City
Brooklyn
Zip Code
11215
.
Company Name
Francis Enjem
FEIN:
Barred Until
03/04/2009
.
Company Name
Franco Paints Ioe
FEIN:
Barred Until
08107/2008
.
Company Name
Frank J Tucek & Son Joe
FEIN: Barred Until
13-3300128 01/29/2012
Company Name
Frank Labene Jr
.
FEIN:
Barred Until
10/18/2010
.
Company Name
Gem Building & Equipment loc
FEIN: Barred Until
14-1793970 06/2812007
.
Tuesday, March 20,2007
State
NY
City
Herkimer
State
NY
Zip Code
13350
Address
III South Main Street
Fiscal OffIcer Notes:
As an individual. See Enjem's Incorporated.
City
Brooklyn
State
NY
Zip Code
11209
Address
159 92nd Street
Fiscal Officer Notes:
NYC and Mida Painting Ltd, Nicholas Kallergis and Stamatia Kallergis, as individuals.
Assurance ofDiscontinuance/Settlernent Agreement
Address
92 North Route W
Fiscal Officer Notes:
DOL
Slate
NY
Zip Code
10920
City
Congers
City
Rochester
State
NY
Zip Code
14624
Address
13 Cheviot Lane
Fiscal Officer Notes:
As an individual - See Lobene Painting Inc.
Address
2332 Route 9W
Fiscal Officer Notes:
DOL
City
Saugerties
Zip Code
12477
State
NY
Page 9 of 27
liST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
.
Company Name
George Begakis
FEIN:
Barred Until
10/04/2011
Company Name
George Bush
FEIN:
Barred Until
01/14/2009
Company Name
George J Leva Sf.
FEIN:
Barred Until
02/0612008
Address
City
State
Zip Code
.
Fiscal Officer Notes:
As an individual - see Aegean General Contracting Joe - Debarment period has been extended
for George Begakis as per AG.'s Plea Agreement
City
Brooklyn
State
NY
Address
19 Hoffman Drive
Fiscal Officer Notes:
DOL Falsification of payroll records
City
Latham
State
NY
Zip Code
12118
.
Zip Code
Fiscal Officer Notes:
As an individual dba Ontario Flooring Company. Debarment period extended after
additional violation
Address
116 East Saddle River Rd
Fiscal Officer Notes:
DOL Falsified payroll records
City
Saddle River
State
NJ
Address
City
State
.
Company Name Address
George Lucey,Manual T obio( see note) 150 Kings Street
FEIN: Barred Until Fiscal Officer Notes:
NYC Manuel P Tobio and Lake Constr and Development Corp (individually and as a whole)
grand larceny, falsified records, debarred permanently
Zip Code
11231
.
Company Name Address City State Zip Code
Gerasimo Andrianis 22-15 47th Street Astoria NY 11105
FEIN: Barred Until Fiscal Officer Notes:
08/03/2011 AG As an individual. See Rainbow Renovations Tne
.
Company Name Address City State Zip Code
GM Enterprises
FEIN: Barred Until Fiscal Officer Notes:
16-1509833 OS/20/2007 See Asbestos Systems Tne
Company Name
Goldhand Construction LLC
FEIN: Barred Until
22-3765123 05/14/2008
Company Name
Gregory MeCoy
FEIN:
Barred Until
OS/20/2007
Company Name
Gregory Kloepfer
FEIN:
Barred Until
10/06/2009
Company Name
Haleem Zihenni
FEIN:
Barred Until
12/11/2011
Tuesday, March 20, 2007
Address
City
State
Fiscal Officer Notes:
As an individual. See GM Enterprises dba Asbestos Systems Tne
Address
248 Lein Road
Fiscal Officer Notes:
DOL As an individual.
City
West Seneca
State
NY
See Kloepfer's Floor Coveming
Address
3 Alan B Shepard Place
Fiscal Officer Notes:
DOL As an individual see Omni Contracting Company Tnc
City
Yonkers
State
NY
Zip Code
07458
.
Zip Code
.
Zip Code
14224
.
Zip Code
10705
.
Page 10 of 27
.
.
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name Address
Hi-Amp Electrical Construction Corp 265-12 Hillside Avenue
FEIN: Barred Until Fiscal Officer Notes:
13-3520080 04/30/2007 DOL and Ivan Torres individually. Falsified payrolls
.
Company Name
Hamax Construction Corporation
FEIN: Barred Until
06-1482076 09/11/2008
Company Name
Harrison Jarvis
.
FEIN:
Barred Until
08/12/2009
.
Company Name
HDA Construction
FEIN: Barred Until
06-1613022 12/10/2007
Company Name
Hector Colon
FEIN:
Barred Until
04/17/2007
.
Company Name
Hi Tech Insulation
FEIN:
16-1487213
Barred Until
12/09/2007
.
.
Company Name
Howard K Enterprise Joc
FEIN: Barred Until
22-3791841 04/14/2010
.
Company Name
Howard Kim
FEIN:
Barred Until
04/1412010
.
Company Name
I C Construction Company loe
FEIN: Barred Until
14-1789216 08/21/2007
Company Name
IES Environmental loe
.
FEIN:
Barred Until
10/0512009
.
Tuesday, March 20, 2007
Address
540 Commerce St - Ste 6
Fiscal Officer Notes:
DOL Also Thomas Hanlon and William Valentine as individuals. Multiple willfuls and
falsification of records. Debarment period extended after other willful violations
City
Thomwood
State
NY
Zip Code
10594
Address
132 W 129th St-Ste 4W
Fiscal Officer Notes:
AG As an individual and Two By Four Carpentry and Construction Inc. Plea agreement with
AG.'s Office.
City
New York
State
NY
Zip Code
10027
Address
942 Havemeyer Avenue
Fiscal Officer Notes:
DOL Falsified records
City
Bronx
Zip Code
10473
State
NY
City
Bronx
Address
3643 Bruckner Blvd
Fiscal Officer Notes:
DOL Conducting business as M & H Climate and Energy Management Ltd.
State
NY
Zip Code
10464
Falsified payrolls
City
Rochester
Address
POBox 12861
Fiscal Officer Notes:
DOL Kevin C. Marlowe dba Hi Tech Insulation - multiple violations
State
NY
Zip Code
14612
City
Floral Park
State
NY
Zip Code
11004
Address
219-02 Northern Boulevard
Fiscal Officer Notes:
AG and Howard Kim a/kla un Hak Kim as an individual - Plea agreement. Additional
addresses: 703 Atlantic Avenue, Rochester, NY 14609 and 121 Hemingway Drive,
Rochester, NY 14620
City
Flushing
State
NY
Zip Code
11361
Address
75 West Edsall Boulevard
Fiscal Officer Notes:
AG a/kla un Hak Kim, as an individual. See Howard K Enterprise Inc
City
Palisades Park
State
NJ
Zip Code
Address
120 South Broadway
Fiscal Officer Notes:
DOL Multiple willfuls - Debarment period extended after additional violations
City
Rcd Hook
State
NY
Zip Code
12571
Address
1655 Elmwood Avenue
Fiscal Officer Notes:
DOL And International Environmental Services Ine and James J Ney Jr as an individual.
Falsification of payroll records
City
Cranston
State
RI
Zip Code
02910
Page 11 of 27
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
.
Company Name Address
Integrity Construction & Consulting Servs 7615 Myrtle Avenue
FEIN: Barred Until Fiscal Officer Notes:
11-3147728 02115/2012 NYC Falsification of payroll records
Company Name Address
Interior Decorating Floor Covering Co Jne 2229 Clifford Avenue
FEIN: Barred Until Fiscal Officer Notes:
16-1337838 07/29/2007 DOL Falsification ofrecords
City
Glendale
State
NY
City
Rochester
State
NY
Company Name Address City
International Environmental Resources
FEIN: Barred Until Fiscal OffIcer Notes:
05-0448266 08/09/2007 See International Environmental Services Ine
State
Zip Code
11385
.
Zip Code
14609
.
Zip Code
.
Company Name Address
International Environmental Services Ine 2 Stafford Court
FEIN: Barred Until Fiscal Officer Notes:
05-0448266 10105/2009 DOL dba International Environmental Resources - Falsified payrolls - Debarment period extended
after additional violation. Also IES Environmental Ine and James J Ney Jr as an individual
Company Name
Ismael Cisneros
FEIN:
Barred Until
04/14/2008
Company Name
Ivan Torres
FEIN:
Barred Until
04/30/2007
Company Name
Izi Plumbing & Heating LId
FEIN: Barred Until
11-3157717 04/14/2008
Company Name
J B C Contracting Co Ine
FEIN: Barred Until
11-3550663 03/23/2010
Company Name
J B C Contracting Company
FEIN: Barred Until
11-3330280 03/23/2010
Company Name
J Barr Construction Corp
FEIN: Barred Until
11-3344003 12114/2009
Tuesday, March 20, 2007
Address
City
Cranston
State
RI
City
State
Fiscal Officer Notes:
As an individual - See Izi Plumbing & Heating Ltd
Address
265-12 Hillside Avenue
Fiscal OffIcer Notes:
DOL Individually and Hi-Amp Electrical Construction Corp. Falsified payrolls
City
Floral Park
State
NY
Address
291 Metropolitan Avenue
Fiscal Officer Notes:
DOL and Ismael Cisneros, Individually - falsified payrolls
City
Brooklyn
State
NY
Zip Code
02920
.
Zip Code
Zip Code
11004
.
Zip Code
11211
.
Address
346 Prospect Ave - 1st FI
Fiscal Officer Notes:
AG And/or 509 McDonald Avenue, Brooklyn NY 11218. And Mohammed H Kabir as an
individual and J B C Contracting Company. Settlement agreement with A.G.'s Office
City
Brooklyn
State
NY
Zip Code
11215
.
Address
346 Prospect Ave - 1st Fl
Fiscal Officer Notes:
AG And/or 509 McDonald Avenue, Brooklyn NY 11218. And Mohammed H Kabir as an
individual and JBC Contracting Co Inc. Settlement Agreement with A.G's Office
City
Brooklyn
State
NY
Address
119-51 Metropolitan Ave
Fiscal Officer Notes:
DOL and Steve J Nictas as an individual. Multiple willful violations
City
Jamaica
State
NY
Zip Code
11215
.
Zip Code
11415
.
Page 12 of 27
.
.
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
.
Company Name
J C McCashion Construction Jne
FEIN: Barred Until
14-1767357 04/13/2011
.
Company Name
J T Painting Corp
FEIN:
06-1260246
Barred Until
02/26/2009
.
Company Name
James Avallone
FEIN:
Barred Until
08/07/2008
.
Company Name
James Avallone Tile & Marble
FEIN: Barred Until
07-5336752 08/07/2008
Company Name
James J Ney Jr
FEIN:
Barred Until
10/0512009
.
Company Name
Jans General Construction Corp
FEIN: Barred Until
13-4201562 01/25/2012
.
Company Name
Jay Meyer
FEIN:
Barred Until
02/20/2012
Company Name
lBC Industries of Parish Joe
.
FEIN:
16-1470149
Barred Until
07/24/2007
Company Name
John Bradford
FEIN:
Barred Until
12/22/2009
.
Company Name
Joseph DiPizio
FEIN:
Barred Until
12114/2010
.
.
Tuesday, March 20, 2007
Address
84 Fredericks Avenue
Fiscal Officer Notes:
DOL Multiple willful violations
Address
POBox 337
Fiscal Officer Notes:
DOL Falsification of records
Address
City
Albany
City
Burlingham
City
State
NY
State
NY
State
Zip Code
12205
Zip Code
12722
Zip Code
Fiscal Officer Notes:
As an individual - see James Avallone Tile & Marble - debarment period extended
Address
217 Christie Street
Fiscal Officer Notes:
DOL Multiple willful violations - debarment period extended
City
Ridgefield Park
City
Cranston
State
NJ
State
RI
Zip Code
07660
Address
1655 Elmwood A venue
Fiscal Officer Notes:
DOL As an individual. See International Environmental Services Joe and IES Environmental Inc
Zip Code
02910
Address
131 47th Street
Fiscal Officer Notes:
AG Plea Agreement with A.G. 's Office
City
Brooklyn
Address
239 Marsh Drive
Fiscal Officer Notes:
As an individual. see Sky Communications, Inc
Address
POBox 728 - CR 44
Fiscal Officer Notes:
DOL Multiple willful violations
Address
66 J 4 Furnace Road
Fiscal Officer Notes:
As an individual.
City
DeWitt
City
Mexico
City
Ontario
State
NY
State
NY
State
NY
State
NY
See Rusmar Environmental Services Corp.
Address
5270 Transit Road
Fiscal Officer Notes:
As an individual.
City
Depew
See Diamond "D" Construction Corp
State
NY
Zip Code
11232
Zip Code
13214
Zip Code
13114
Zip Code
14519
Zip Code
14043
Page 13 of 27
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
.
Company Name
Joseph Zaffuto
FEIN: Barred Until
09/29/2008
Company Name
JRC Aris Electric Contractors
FEIN: Barred Until
09113/2009
Company Name
JRe Electric Control Service Ine
FEIN: Barred Until
11-3199418 09113/2009
Company Name
Julius and Gita Behrend
FEIN: Barred Until
Company Name
K M R Enterprises loe
FEIN: Barred Until
14-1749993 05/03/2010
Company Name
Kefcal Construction Ine
FEIN:
Barred Until
01125/2012
Company Name
Kenneth Merz
FEIN: Barred Until
07/17/2009
Address
162 Atlantic A venue
Fiscal Officer Notes:
AG As an individual.
City
L ynbrook
State
NY
See Zaffuto Construction Company Ine
Address
City
State
Fiscal Officer Notes:
See JRC Electric Control Service lne
Address
516 East 51st Street
Fiscal OffIcer Notes:
NYC a/kIa JRC Aris Electric Contractors - multiple willfufl violations
City
Brooklyn
State
NY
Address
5 Emes Lane
Fiscal Officer Notes:
See Emes Heating & Plumbing Contractor, Ine
City
Monsey
State
NY
Address
10 Sturne Street
Fiscal OffIcer Notes:
DOL Multiple willful violations.
City
Cropseyville
State
NY
Address
131 47th Street
Fiscal Officer Notes:
AG Plea Agreement with A.G. 's Office
City
Brooklyn
State
NY
Address
62 Neulist Avenue
Fiscal OffIcer Notes:
As an individual.
City
Port Washington
State
NY
See Bat-lac Construction
Company Name Address City State
Kenneth W Griffin 101 LiII Street Rochester NY
FEIN: Barred Until Fiscal OffIcer Notes:
05/0112011 As an individual- see Lightning Fast Labor Force Services Inc
Company Name
Kevin C Marlowe
FEIN:
Address
City
State
Barred Until Fiscal OffIcer Notes:
12/09/2007 See Hi Tech Insulation
Company Name
Keystone Construction Corp
FEIN: Barred Until
16-1402500 08/20/2008
Company Name
King Machine
FEIN: Barred Until
16-1293494 04/04/2010
Tuesday, March 20, 2007
Address
9945 Fort Hamilton Pkwy
Fiscal Officer Notes:
DOL And Nicholas Margaritis as an individual
City
Brooklyn
State
NY
Address
11365 Center Road
Fiscal Officer Notes:
DOL See Robert Metzgar
City
Sheridan
State
NY
Zip Code
11563
.
Zip Code
.
Zip Code
11236
.
Zip Code
10952
Zip Code
12052
.
Zip Code
11232
.
Zip Code
11050
.
Zip Code
14621
.
Zip Code
Zip Code
11209
.
Zip Code
14135
.
Page 14 of 27
.
.
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
.
Company Name
Kingston Trucking & Rigging Corp
FEIN: Barred Until
11-3540715 02/19/2008
.
Company Name
Kloepfer's Floor Covering
FEIN: Barred Until
16-1234359 10/06/2009
.
Company Name
Kosmar Contracting Corp
FEIN: Barred Until
13-4103318 01125/2012
Company Name
K-Star Construction Corp
FEIN: Barred Until
01-0778648 12/11/2011
.
Company Name
L & T Plumbing Corp
FEIN: Barred Until
11-3223496 01111/2010
.
Company Name
Labar Enterprises of Rochester Ine
FEIN: Barred Until
16-1605462 04118/2010
.
Company Name
Labar Excavating Ine
FEIN: Barred Until
04118/2010
Address
99 St Nicholas A venue
Fiscal Officer Notes:
DOL As a substantially owned-affiliated entity and/or successor of Cavalier Construction Corp.
Falsification of records
City
Brooklyn
State
NY
City
West Seneca
State
NY
Address
248 Lein Road
Fiscal Officer Notes:
DOL And Gregory Kloepfer as an individual. Multiple willful violations
City
Brooklyn
State
NY
Address
131 47th Street
Fiscal Officer Notes:
AG Plea Agreement with A.G.'s Office
Address
4248 1615t Street
Fiscal Officer Notes:
DOL Multiple willful violations
City
Flushing
State
NY
City
Cammack
State
NY
Address
367 Veterans Memorial Hwy
Fiscal Officer Notes:
DOL And Robert DeMonte as an individual.
City
Webster
State
NY
Address
2121 Empire Boulevard
Fiscal Officer Notes:
DOL dba Labar Excavating Jnc. Multiple willful violations
Address
City
State
Fiscal Officer Notes:
See Labar Enterprises of Rochester Jnc.
State
Company Name Address City
Lake Construction and Development Corp
FEIN: Barred Until Fiscal Officer Notes:
11-2678816 See George Lucey -debarred permanently
.
Company Name
Lancet Arch Jnc
FEIN:
16-1259628
Barred Until
02/14/2011
.
Company Name
Liberty Painting Company Jnc
FEIN: Barred Until
16-1480256 12/08/2010
City
Rochester
State
NY
Zip Code
11237
Zip Code
14224
Zip Code
11232
Zip Code
11358
Zip Code
11725
Zip Code
14580
Zip Code
Zip Code
Zip Code
14605
Zip Code
14226
. Company Name Address City State Zip Code
Lightning Fast Labor Force Services Jnc 150 North Chestnut Street Rochester NY 14604
FEIN: Barred Until Fiscal Officer Notes:
20-0386651 0510112011 DOL And Winston J Goins Sf. and Kenneth W Griffin individually. Falsification ofrecords
.
Tuesday, March 20, 2007
Address
112 Hudson Avenue
Fiscal Officer Notes:
DOL Multiple willful violations - and its subsidiary Catenary Construction Corp
Address
183 Lorfield Drive
Fiscal Officer Notes:
DOL Miltiple willful violations
City
Snyder
State
NY
Page 15 of 27
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
.
Company Name Address
Linda Williams c/o MJAB Construction lne 183 Washington A venue
FEIN: Barred Until Fiscal Officer Notes:
04/22/2009 DOL As an individual. See MJAB Construction Inc
Company Name
Lobene Painting Ine
FEIN: Barred Until
16-1514981 10/18/2010
Company Name
Look Under the Carpet Services Ine
FEIN: Barred Until
01-0664654 12/1 5/20 10
Company Name
Lorenzo De V ardo
FEIN:
Barred Until
01/08/2009
Company Name
Lounsbury Erectors Ine
FEIN: Barred Until
OS/27/2009
Company Name
L TS Construction
FEIN:
16-1463105
Barred Until
06/30/2009
City
New Rochelle
State
NY
Zip Code
10801
.
Address
13 Cheviot Lane
Fiscal Officer Notes:
DOL And Frank Labene Jf and Matthew Labene as individuals - falsification of payroll records
City
Rochester
State
NY
Zip Code
14624
.
Address
POBox 686
Fiscal Officer Notes:
A.G Plea Agreement with A.Go's Office - principal place of business:
Buffalo, NY 14208
City
Buffalo
State
NY
Zip Code
14290
1557 Jefferson Avenue,
.
Address
1850 Steinway Street
Fiscal Officer Notes:
DOL As an individual.
City
Long Island City
State
NY
Zip Code
11105
See Vardo Construction Corp
.
Address
City
State
Zip Code
Fiscal Officer Notes:
See Dennis Lounsbury Builders Ine
Address
24 Miller Street
Fiscal Officer Notes:
See Thomas L. Smalls
City
Rochester
State
NY
Zip Code
.
Company Name Address
M & H Climate and Energy Management Ltd
FEIN: Barred Until Fiscal OffIcer Notes:
58-2152185 04/17/2007 See Hector Colon
City
State
Zip Code
.
Company Name Address
M & S Pipeline Excavation Company Inc 784 Conklin Road
FEIN: Barred Until Fiscal Officer Notes:
16-0926714 05/06/2009 DOL Multiple willful violations
Company Name
Manbru Construction Corp
FEIN: Barred Until
02/19/2008
Company Name
Manns Contracting Corp
FEIN: Barred Until
01/25/2012
Tuesday, March 20, 2007
City
Binghamton
State
NY
Zip Code
13903
.
Address
1439 Wood Road
Fiscal Officer Notes:
DOL Also at 201-203 E 22nd Street, New York 100 I O. As a substantially owned-affiliated entity
and/or successor of Cavalier Construction Corp. Falsification of records.
City
Bronx
State
NY
Zip Code
10462
.
Address
131 47th Street
Fiscal Officer Notes:
AG Plea Agreement with A.G. 's Office
City
Brooklyn
State
NY
Zip Code
11232
.
Page 16 of 27
.
.
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
.
Company Name
Manuel P. Tobia
FEIN: Barred Until
Company Name
Manuel Tobia
FEIN: Barred Until
.
Company Name
Marangos Construction Corp
FEIN: Barred Until
11-2554543 08/16/2010
.
Company Name
Mary Newsom
FEIN:
Barred Until
OS/24/2009
.
Company Name
Mas-Ann Mechanical Joe
FEIN: Barred Until
16-1357694 01/04/2010
.
Company Name
Masciarelli Construction Co
FEIN:
16-0902053
Barred Until
05/06/2009
Company Name
Matthew Labene
.
FEIN:
Barred Until
10/18/2010
.
Company Name
MCS Painting Contractors Joe
FEIN: Barred Until
01/25/2011
Company Name
Merchants I & S Corp Joe
FEIN: Barred Until
16-1405450 11/22/2007
.
Company Name
Merit Fence Co Joe
FEIN:
06-1350241
Barred Until
02/02/2012
.
Company Name
MGC Restoration Services Joe
FEIN:
11-3031515
Barred Until
01/01/2010
.
Tuesday, March 20, 2007
Address
City
Fiscal Officer Notes:
See George Lucey - debarred permanently
Address
City
Fiscal OffIcer Notes:
See George Lucey - debarred permanently
State
State
Zip Code
Zip Code
Address
59-45 56th A venue
Fiscal OffIcer Notes:
DOL And Charles Marangoudakis individually and Tropic Construction Corp. Multiple willful
violations.
City
Maspeth
Address
1537 Union Street
Fiscal OffIcer Notes:
DOL As an individual.
City
Schenectady
See Pachyderm Enterprises, Joe
Address
35 Regency Oaks Blvd
Fiscal OffIcer Notes:
DOL Debarment period extended after additional willful violations
City
Rochester
Address
784 Conklin Road
Fiscal OffIcer Notes:
DOL Multiple willful violations
City
Binghamton
Address
13 Cheviot Lane
Fiscal OffIcer Notes:
As an individual - See Lobene Painting Inc
City
Rochester
Address
Lime Kiln Court
Fiscal OffIcer Notes:
DOL False records - also Michael Salerno as its President
City
Stony Point
Address
7732 Victor Mendon Road
Fiscal OffIcer Notes:
DOL Debarment extended after additional violation
City
Victor
State
NY
State
NY
State
NY
State
NY
State
NY
State
NY
State
NY
Zip Code
11378
Zip Code
12309
Zip Code
14624
Zip Code
13903
Zip Code
14624
Zip Code
10980
Zip Code
14564
Address
130 Old Route 6
Fiscal Officer Notes:
DOL Multiple willful violations - debarment period extended afte rother willful violations
City
Carmel
Address
64-58 218th Street
Fiscal Officer Notes:
AG And Michael Capous individually. Plea agreement
City
Bayside
State
NY
State
NY
Zip Code
10512
Zip Code
11364
Page 17 of27
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
.
Company Name
Michael Capous
FEIN:
Barred Until
01/01/2010
Company Name
Michael R Palmer
FEIN:
Barred Until
I 1/22/2007
Company Name
Michael Salerno
FEIN:
Barred Until
01/25/2009
Company Name
Mida Painting Ltd
FEIN:
Barred Until
08/07/2008
Company Name
MJAB Construction Ine
FEIN: Barred Until
58-2620937 04/22/2009
Address
64-58 218th Street
Fiscal Officer Notes:
AG As an individual.
City
Bayside
State
NY
Zip Code
11364
.
Se MGC Restoration Services Inc.
Address
City
State
Zip Code
Fiscal Officer Notes:
As an individual - See Commtech Communications Ine and Commtech Electrical
Construction Corp
.
Address
Lime Kiln Court
Fiscal Officer Notes:
DOL Individually as president ofMeS Painting Contractors - false records
City
Stony Point
State
NY
Zip Code
10980
.
Address
159 92nd Street
Fiscal Officer Notes:
NYC and Franco Paints, Inc. and Nicholas Kallergis and Stamatia Kallergis, as individuals.
Assurance of Disco ntinuancel Settlement Agreement
City
Brooklyn
State
NY
Zip Code
11209
.
Address
183 Washington Avenue
Fiscal Officer Notes:
DOL and Linda Williams as an individual. Falsification of payroll records
City
New Rochelle
State
NY
Zip Code
10801
Company Name Address
Modem Tech Design & Services Jnc 9151 Southwestern Blvd
FEIN: Barred Until Fiscal Officer Notes:
16- 1464435 01/19/20 II DOL Multiple willful violations
City
Angola
.
Company Name
Mohammed A Rashid
FEIN: Barred Until
12/16/2009
Company Name
Mohammed Ali Alvi
FEIN: Barred Until
07/18/2010
Company Name
Mohammed H Kabir
FEIN: Barred Until
03/23/2010
Company Name
Muhammad A Beig
FEIN: Barred Until
10/21/2007
Tuesday, March 20, 2007
State
NY
Zip Code
14006
Address
914 Newkirk Avenue
Fiscal Officer Notes:
As an individual.
City
Brooklyn
State
NY
Zip Code
11230
.
See Columbus General Construction Jnc
Address
22-41 26th Street - Apt 2
Fiscal Officer Notes:
DOL Individually and Mohammed Ali Alvi T/A Ford Masonry and Ford Construction Jnc.
Falsification of payroll records
City
Astoria
State
NY
Zip Code
11102
.
Address
200 East 77th Street
Fiscal Officer Notes:
AG As an individual. See J B C Contracting Co Jnc and J B C Contracting Company -
Settlement Agreement with A.Go's Office
City
Brooklyn
State
NY
Zip Code
11218
.
Address
142 East Market Street
Fiscal Officer Notes:
DOL As an individual - See C B E Contracting Corporation. falsified payrolls
City
Long Beach
State
NY
Zip Code
] 1561
.
Page 18 of 27
.
.
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name Address
N F K Excavating and Construction Ine 22 Black Hawk Road
FEIN: Barred Until Fiscal Officer Notes:
14-1803310 06/10/2010 DOL and N F K Landscaping Supply Corp and N F K Enterprises !nc and CJH !nc and Roger A
Hoek Jr and Christina J Hoek as individuals. Falsification of payroll records
Company Name Address
Nu-Look Painting & Wallpapering Joe 151-60 7th Avenue
FEIN: Barred Until Fiscal Officer Notes:
11-3389457 08/04/2009 AG and TF Painting Corp.
Office.
.
Company Name
Muir Contractors Associates Ine
FEIN:
11-3586616
Barred Until
08/18/2010
Company Name
Musa Pacuku
FEIN:
Barred Until
04/14/2008
.
Company Name
N F K Enterprises
FEIN:
Barred Until
06/1 0/20 I 0
.
.
Company Name
N F K Landscaping Supply Corp
FEIN: Barred Until
14-1817371 06/10/2010
.
Company Name
Neuss Construction Ine
FEIN:
14-1782213
Barred Until
09/06/20 II
.
Company Name
Nicholas Kallergis
FEIN:
Barred Until
08/07/2008
.
Company Name
Nicholas Margatitis
FEIN: Barred Until
08/20/2008
Company Name
Nick Nitis
FEIN:
Barred Until
12/11/2011
.
.
.
Tuesday, March 20, 2007
City
Uniondale
State
NY
Zip Code
11553
Address
75 Argyle Ave - Suite 2B
Fiscal Officer Notes:
DOL Falsification of payroll records
Address
City
State
Zip Code
Fiscal Officer Notes:
As an individual - See Victory Roofing & Contracting Co Ine
Address
City
Zip Code
State
Fiscal Officer Notes:
See N F K Excavating and Construction Ine
City
Pine Bush
State
NY
Zip Code
12566
Address
City
Zip Code
State
Fiscal OffIcer Notes:
See N F K Excavating and Construction loe
Address
1191 Route 9W - Suite #C6
Fiscal Officer Notes:
DOL And Rudolph Neuss as an individual, as chief executive and one of the five largest
shareholders ofNeuss Construction Inc- falsification of payroll records
City
Marlboro
State
NY
Zip Code
12542
Address
159 nnd Street
Fiscal Officer Notes:
As an individual.
City
Brooklyn
State
NY
Zip Code
11209
See Franco Paints, Inc.and Mida Painting Ltd
Address
City
State
Zip Code
Fiscal Officer Notes:
See Keystone Construction Corp.
Address
3 Alan B Shepard Place
Fiscal Officer Notes:
DOL As an individual - see A&T Construction
Zip Code
10705
City
Yonkers
State
NY
City
Whitestone
State
NY
Zip Code
11357
and Tarcisio Ferreira, individually. Plea agreement with the A.Go's
Page 19 of27
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
.
Company Name Address
Olympia Mechanical Piping & Heating Ine 3624 12th Avenue
FEIN: Barred Until Fiscal OffIcer Notes:
11-3161641 08/18/2010 AG And Steven Tischler and Solomon Werzberger as individuals.
Attorney
Company Name
Olympic Window Installers Ine
FEIN: Barred Until
22-3034903 07/21/2008
Company Name
Omni Contracting Company Ine
FEIN: Barred Until
22-3431803 12/11/2011
Company Name
Ontario Flooring Company
FEIN: Barred Until
16-1554554 02/06/2008
Company Name
Oswego Trucking & Leasing
FEIN: Barred Until
16-1371814 07/21/2008
Company Name
P & H Supply Company Inc
FEIN: Barred Until
13-3868727 OS/25/2009
Company Name
P&T Iron Works
FEIN:
13-3895133
Barred Until
06/01/2010
Company Name
Pachyderm Enterprises Ine
FEIN: Barred Until
00-1386527 OS/24/2009
Company Name
Paragon Plate Glass Ine
FEIN: Barred Until
16-1113039 11107/2011
Company Name
Pardee Construction
FEIN: Barred Until
16-1557064 03/12/2009
Tuesday, March 20, 2007
City
Brooklyn
State
NY
Zip Code
11218
.
Plea Agreement with District
Address
174 Lincoln Avenue
Fiscal OffIcer Notes:
DOL and Carl and Russell Babb as individuals
City
Hawthorne
State
NJ
Zip Code
07506
.
Address
3 Alan B Shepard Place
Fiscal OffIcer Notes:
DOL And Haleem Zihenni as an individual - falsification of payroll records
City
Yonkers
State
NY
Zip Code
10705
.
Address
296 Rogers Parkway
Fiscal Officer Notes:
DOL See George J Leva Sf. Debarment period extended after additional violation
City
Rochester
State
NY
Zip Code
14617
Address
258 Washington Blvd
Fiscal Officer Notes:
DOL Falsified records
.
City
Oswego
State
NY
Zip Code
12801
Address
241-A Harrison A venue
Fiscal OffIcer Notes:
DOL Multiple willful violations - debannent period extended after additional willful violations
City
Harrison
State
NY
Zip Code
10528
.
Address
59 Plain Avenue
Fiscal Officer Notes:
and Amodio Russo individually.
with AG.'s office
City
New Rochelle
State
NY
Zip Code
10801
.
Falsification of payroll records. Settlement Agreement
Address
1537 Union Street
Fiscal Officer Notes:
DOL And Willie Jones and Mary Newsom as individuals - Multiple willful violations
City
Schenectady
State
NY
Zip Code
12309
.
Address
210 Factory Street
Fiscal Officer Notes:
DOL And Thomas E Mooney individually as President of Paragon Plate Glass Inc - falsified
payrolls
City
Watertown
State
NY
Zip Code
13601
.
Address
City
State
Zip Code
Fiscal Officer Notes:
See Dalton Steel Inc.
.
Page 20 of 27
.
.
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
.
Company Name
Paul M Maintenance Ine
FEIN: Barred Until
11-3287638 07/02/2007
Company Name
Perry Jacobs
FEIN:
Barred Until
12/04/2010
.
Company Name
Pettit & Pettit Ine
FEIN:
16-1576164
Barred Until
03/21/2010
.
Company Name
Pipejackers Ine
FEIN:
11-2209596
Barred Until
06/26/2007
.
Company Name
Port Ewen Trucking Corp
FEIN: Barred Until
11-3484639 02/19/2008
.
Company Name
Precision Site Work Ine
FEIN:
16-1609167
Barred Until
12/04/2010
.
Company Name
Rainbow Renovations Ine
FEIN:
11-3542626
Barred Until
08103/2011
.
Company Name
Rapid Demolition Co Ine
FEIN: Barred Until
11-2869485 11/18/2007
.
Company Name
Rebecca Gatto-Wood
FEIN: Barred Until
05/18/2009
Address
7 Gatewood Drive
Fiscal Officer Notes:
DOL Falsified payrolls
City
Hauppague
Zip Code
11788
State
NY
Address
736 Sherman Dr-Box 8015
Fiscal Officer Notes:
As an individual. See Precision Site Work Inc. - debarment period extended
City
Utica
State
NY
Zip Code
13505
Address
7 Schuyler Street
Fiscal Officer Notes:
DOL Multiple villful violations
City
Belmont
State
NY
Zip Code
14813
Address
15 East Bartlett Road
Fiscal Officer Notes:
DOL
City
Middle Island
State
NY
Zip Code
11953
Address
2013 Flatbush Avenue
Fiscal Officer Notes:
DOL Also at 99 St. Nicholas Avenue, Brooklyn, NY 11237. As a a substantially owned-
affiliated entity and/or successor of Cavalier Construction Corp. Falsification of records
City
Brooklyn
State
NY
Zip Code
11234
Address
736 Sherman Dr - Box 8015
Fiscal Officer Notes:
DOL And its president, Perry Jacobs, as an individual. Falsification of payroll records - debarment
period extended
City
Utica
State
NY
Zip Code
13505
Address
35-44 Crescent Street
Fiscal Officer Notes:
AG Additional addresses: 22-15 47th Street, Astoria, NY 11105 and 35-34 31st Street, Long
Island City, NY 11106. Gerasimo Andrianis debarred as an individual.
City
Long Island City
State
NY
Zip Code
11106
Address
2550 West 13th Street
Fiscal Officer Notes:
NYC And successors
City
Brooklyn
State
NY
Zip Code
11223
Address
City
State
Zip Code
Fiscal Officer Notes:
As an individual. See Diracon Commercial Contractors.
Company Name Address
Republic Construction & Management Inc 8111 7th Avenue
FEIN: Barred Until Fiscal Officer Notes:
11-3178 I 77 12/1 0/2007 NYC and Azam Ali Chaudhry - falsified payrolls - plea agreement
.
.
Tuesday, March 20, 2007
City
Brooklyn
Zip Code
11228
State
NY
Page2! of27
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
.
-
Company Name Address City State Zip Code
Robbye Bissesar 89-51 Springfield Blvd Queens Village NY 11427 .
FEIN: Barred Until Fiscal Officer Notes:
As an individual. See Star International Ioe -permanently debarred
Company Name Address City State Zip Code
Robert Amendola 1084 Snnrise Highway Amityville NY 11701
FEIN: Barred Until Fiscal Officer Notes:
03119/2008 As an individual. See Westwood Fence Corp. .
Company Name Address City State Zip Code
Robert DeMonte 367 Veterans Memorial Hwy Commack NY 11725
FEIN: Barred Until Fiscal Officer Notes:
01110/2010 As an individual. See L & T Plumbing Corp.
.
Company Name
Robert W Metzgar
FEIN: Barred Until
04/04/20 I 0
Company Name
Roger A Hoek Jr
FEIN: Barred Until
06/10/2010
Company Name
Rudolph Neuss
FEIN: Barred Until
09/06/2011
Address City
11365 Center Road Sheridan
Fiscal Officer Notes:
DOL dba King Machine - Also as an individual.
State
NY
Address
City
State
Fiscal Officer Notes:
See N F K Excavating and Construction Joe
Address
8 Far Horizons Drive
Fiscal Officer Notes:
DOL As an individual- see Neuss Construction Ioe
City
Newburgh
State
NY
Company Name Address City State
Rusmar Environmental Services Corp 703 Atlantic Avenue Rochester NY
FEIN: Barred Until Fiscal Officer Notes:
16-1492326 12/22/2009 AG And John Bradford as an individual. Falsified payrolls. Plea agreement.
Company Name
Russell Babb
FEIN: Barred Until
07121/2008
Address
City
State
Fiscal Officer Notes:
As an individual - See Olympic Window Installers Inc
Company Name Address
S & B Construction & Contracting Ltd 78 Wohseepee Road
FEIN: Barred Until Fiscal Officer Notes:
11-2987611 04115/2007 DOL
Company Name
Savvas A. Savva
FEIN:
City
Brightwaters
State
NY
Address
City
State
Barred Until Fiscal Officer Notes:
10/14/2008 See Euro Craft Restoration Inc
Company Name
Scott Bendersky
FEIN: Barred Until
04/15/2007
Tuesday, March 20, 2007
Zip Code
14135
Zip Code
.
Zip Code
12550
.
Zip Code
14609
.
Zip Code
.
Zip Code
11718
Zip Code
.
City
Brightwaters
Address
78Wohseepee Road
Fiscal Officer Notes:
DOL Individually and as Officer and/or Shareholder of S & B Construction and Contracting Ltd
.
State
NY
Zip Code
11718
Page 22 of 27
.
.
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
~--------------------------------------------------------------------------------------------
.
Company Name
Sean Campion
FEIN:
Barred Until
10114/2008
City
Valatie
State
NY
Address
POBox 82
Fiscal Officer Notes:
dba Everlasting Slate - as an individual
Zip Code
12184
---------------------------------------------------~---------------------------------------------
.
Company Name
Shirley J Pardee
FEIN:
Barred Until
03/12/2009
Address
197 U S Route 11
Fiscal Officer Notes:
As an individual.
City
Central Square
State
NY
See Dalton Steel Ioe dba Pardee Construction.
Zip Code
13036
-------------------------------------------------------------------------------------------------
Company Name
Signal Construction LLC
FEIN: Barred Until
16-1610415 11114/2011
.
Address
199 Grider Street
Fiscal Officer Notes:
DOL Multiple willful violations
City
Buffalo
State
NY
Zip Code
14215
-------------------------------------------------------------------------------------------------
Zip Code
13214
Company Name
Sky Communications Joe
FEIN: Barred Until
16-1599397 02/2012012
.
Company Name
SN Contracting Corp
FEIN: Barred Until
01/25/2012
.
Company Name
SNA Contracting Corp
FEIN: Barred Until
11-3502738 01/25/2012
.
Company Name
Solomon Werzberger
FEIN: Barred Until
08/18/2010
City
DeWitt
State
NY
Address
POBox 278
Fiscal Officer Notes:
DOL Additional address: 6305 Court Street Road, East Syracuse, NY 13057, and Jay Meyer,
individually - multiple willful violations
Address
131 47th Street
Fiscal Officer Notes:
AG Plea Agreement with AGo's Office
City
Brooklyn
State
NY
Address
131 47th Street
Fiscal Officer Notes:
AG Plea Agreement with A.G.'s Office - additional SS# 11-3617489
City
Brooklyn
State
NY
Address
56 Lyncrest Drive
Fiscal Officer Notes:
As an individual.
City
Monsey
State
NY
Zip Code
11232
Zip Code
11232
Zip Code
10952
See Olympia Mechanical Piping & Heating Incorporated
Company Name Address
Southwestern General Contracting Inc 1586 Gowans Road
FEIN: Barred Until Fiscal Officer Notes:
16-1569822 10/08/2009 DOL Falsification of records
.
Company Name
Spiridon Anthoulis
FEIN: Barred Until
01/25/2012
.
Company Name
Stacey Gouzos
FEIN:
Barred Until
01/25/2012
.
Company Name
Stamatia Kallergis
FEIN:
Barred Until
08/07/2008
.
Tuesday, March 20, 2007
City
Angola
State
NY
Address
131 47th Street
Fiscal Officer Notes:
AG As an individual - See 4-A General Construction Corp
City
Brooklyn
State
NY
Address
Fiscal Officer Notes:
See Anastasia Anthoulis
Address
159 92nd Street
Fiscal Officer Notes:
As an individual.
City
State
City
Brooklyn
State
NY
See Franco Paints, Inc. and Mida Painting Ltd
Zip Code
14006
Zip Code
11232
Zip Code
Zip Code
11209
Page 23 of 27
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
.
Company Name
Star International Ine
FEIN: Barred Until
00-1613496
Company Name
State Environmental Services Ine
FEIN:
11-3164259
Barred Until
02/25/2008
Company Name
Steve J Nictas c/o J Barr Constr
FEIN: Barred Until
12114/2009
Address
89-51 Springfield Blvd
Fiscal Officer Notes:
DOL Also Robbye Bissesar.
City
Queens Village
State
NY
Zip Code
11427
.
Falsified payroll - permanently debarred
Address
180 I Stillweil Avenue
Fiscal Officer Notes:
NYC Plea agreement
City
Brooklyn
State
NY
Zip Code
11223
.
Address
119-51 Metropolitan Ave
Fiscal Officer Notes:
DOL As an individual - See J Barr Construction Corp.
City
Jamaica
State
NY
Zip Code
11415
.
Company Name Address City State Zip Code
Steve Menzer 62 Neulist Avenue Port Washington NY 11050
FEIN: Barred Until Fiscal Officer Notes:
07/17/2009 As an individual. See Bat-lac Construction
Company Name Address City State Zip Code .
Steven Tischler 1465 46th Street Brooklyn NY 11212
FEIN: Barred Until Fiscal Officer Notes:
08118/2010 As an individual. See Olympia Mechanical Piping & Heating Incorporated
Company Name
Super Structure Builders loe
FEIN: Barred Until
11-3487355 02/19/2008
Company Name
Superior Jamestown Corporation
FEIN: Barred Until
16-1381131 03117/2008
Company Name
Tao General Contractors loe
FEIN:
Barred Until
01/25/2012
Company Name
Tarcisio Ferreira
FEIN:
Barred Until
08/04/2009
Company Name
TF Painting Corp
FEIN:
Barred Until
08/0412009
Tuesday, March 20,2007
Address
99 St Nicholas A venue
Fiscal OffIcer Notes:
DOL Also at 2013 Flatbush Avenue, Brooklyn, NY 11234. As a substantially owned-affiliated
entity and/or successor of Cavalier Construction Corp. Falsification of records
City
Brooklyn
State
NY
Zip Code
11237
.
Address
55 Jones-Gifford Avenue
Fiscal OffIcer Notes:
NYC Falsified payroll records
City
Jamestown
State
NY
Zip Code
14701
.
Address
131 47th Street
Fiscal OffIcer Notes:
AG Plea Agreement with A.G. 's Office
City
Brooklyn
State
NY
Zip Code
11232
.
Address
151-60 7th A venue
Fiscal Officer Notes:
AG and Nu-Look Painting & Wallpapering Jnc and TF Painting Corp.
A.G.'s Office.
City
Whitestone
State
NY
Zip Code
11357
Plea agreement with
.
Address
151-60 7th Avenue
Fiscal Officer Notes:
AG and Nu-Look Painting & Wallpapering Jnc. and Tarcisio Ferreira, individually.
agreement with A.G. 's Office.
City
Whitestone
State
NY
Zip Code
11357
Plea
.
Page 24 of 27
.
.
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
.
Company Name
Thomas E Mooney
FEIN: Barred Until
11/07/2011
Company Name
Thomas Hanlon
.
FEIN:
Barred Until
09/11/2008
Company Name
Thomas L Smalls
FEIN:
Barred Until
06/30/2009
.
Company Name
Thomas Masonry & Concrete Ine
FEIN: Barred Until
16-1535306 08118/2009
.
Company Name
Thomas Masonry Enterprise Ine
FEIN: Barred Until
73-3103284 08118/2009
.
Company Name
Tommaso Allocca
FEIN:
Barred Until
08/01/2010
.
Company Name
Topo-Metrics Jne
FEIN:
11-2465550
Barred Until
04/22/2009
.
Company Name
Topor Contracting Ine
FEIN: Barred Until
16-1590680 04/27/2009
Address
164 Winslow Street
Fiscal Officer Notes:
As an individual. Additional address: 150 Clinton Street, Apt 6, Watertown, NY 13601.
See Paragon Plate Glass Ine
Address
City
Watertown
City
Fiscal Officer Notes:
As an individual. See Hamax Construction Corp
Address
24 Miller Street
Fiscal Officer Notes:
DOL dba L TS Construction - also as an individual.
Address
803 West Avenue, Ste 207
Fiscal Officer Notes:
DOL Multiple willful violations
Address
955 Buffalo Road
Fiscal Officer Notes:
DOL Multiple willful violations
City
Rochester
Falsified payrolls.
City
Rochester
City
Rochester
State
NY
State
State
NY
State
NY
State
NY
State
NY
Zip Code
13601
Zip Code
Zip Code
14605
Zip Code
14611
Zip Code
14624
Zip Code
11706
Address
15 Pine Aire Drive
Fiscal Officer Notes:
DOL As an individual. T/A A & D Contracting Corp. Falsification of payroll records
Address
432 Park Avenue South
Fiscal Officer Notes:
DOL Falsification of payroll records
Address
153 Fillmore Avenue
Fiscal Officer Notes:
DOL Falsified payrolls
City
Bay Shore
City
New York
City
Buffalo
Company Name Address
Tower Building Maintenance and Mgmt 347 Kingsland Avenue
FEIN: Barred Until Fiscal Officer Notes:
11-3042307 11/24/2008 DOL Additional willful violations - debarment period extended
.
Company Name
Tri-State Building Contractors Inc
FEIN: Barred Until
14-1765905 OS/24/2009
.
.
Tuesday, March 20, 2007
Address
108 Sparrow Ridge Road
Fiscal Officer Notes:
DOL Falsified payroll records
City
Brooklyn
City
Carmel
State
NY
State
NY
State
NY
State
NY
Zip Code
10016
Zip Code
14210
Zip Code
11222
Zip Code
10512
Page 25 of 27
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
.
Company Name
Tropic Construction Corp
FEIN: Barred Until
11-2659640 08/16/2010
Address
59-45 56th Avenue
Fiscal Officer Notes:
DOL and Marangos Construction and Charles Marangoudakis individually. Multiple willful
violations
City
Maspeth
Company Name Address
Two By Four Carpentry and Constr Ine 132 W I 29th St-Ste 4W
FEIN: Barred Until Fiscal Officer Notes:
08/12/2009 AG dba of Harrison Jarvis. Plea agreement with A.G.'s Office.
Company Name
un Hak Kim
FEIN:
Barred Until
04/14/2010
Company Name
Vardo Construction Corporation
FEIN: Barred Until
11-2694892 01108/2009
Company Name
Vasilios Tsimitras
FEIN:
Barred Until
11/27/20 II
City
New York
Address
City
Fiscal Officer Notes:
AG As an individual. See Howard K Enterprise Ioe and Howard Kim
Address
1850 Stein way Street
Fiscal OffIcer Notes:
DOL And Lorenzo De V ardo as an individual.
City
Long Island City
Falsified payrolls
Address
City
Fiscal Officer Notes:
See William Tsimitras
Company Name Address
Victory Roofing & Contracting Co Ioe 265 Victory Boulevard
FEIN: Barred Until Fiscal OffIcer Notes:
38-0100331 04/14/2008 DOL and Musa Pacuku as in individual. Falsification ofrecords
Company Name
Viva Victoria Enterprises Ltd
FEIN: Barred Until
11-3355466 06/12/20 II
Company Name
W & B Mechanical Corp
FEIN: Barred Until
11-1340725 03/05/2010
Company Name
W J Grinder Roofing Company
FEIN: Barred Until
16-0846854 10/18/2009
Company Name
Westwood Fence Corp
FEIN: Barred Until
11-3084236 03/19/2008
Tuesday, March 20, 2007
City
Staten Island
Address
10317 90th Street
Fiscal OffIcer Notes:
NYC Falsification of records
City
Ozone Park
State
NY
State
NY
State
State
NY
State
State
NY
State
NY
Address
303 Ten Eyek Street
Fiscal Officer Notes:
DOL aka White and Blue Sheet Metal Inc and Eliyhu Benyamin as an individual.
records.
Address
1765 Mt Read Boulevard
Fiscal Officer Notes:
DOL As a substantially affiliated employer. See A A General Contractors, Inc.
City
Brooklyn
City
Rochester
Address
1084 Sunrise Highway
Fiscal OffIcer Notes:
And Robert Amendola as an individual.
with Suffolk County D.A.'s Office.
City
Amityville
State
NY
State
NY
Zip Code
11378
.
Zip Code
10027
.
Zip Code
.
Zip Code
11105
Zip Code
.
Zip Code
10301
.
Zip Code
11417
.
Zip Code
11206
Falsification of
.
Zip Code
14606
Multiple violations
.
State Zip Code
NY 11701
Falsified payrolls. Plea agreement entered into
.
Page 26 of 27
.
.
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
-----------------------------------------------------------------------------------~-------------
.
Company Name
White and Blue Sheet Metal Ioe
FEIN: Barred Until
03/05/2010
City
Brooklyn
State
NY
Zip Code
11206
-------------------------------------------------------------------------------------------------
.
Company Name
Wiley Development Co Ioe
FEIN: Barred Until
16-1363561 08/11/2009
Address
303 Ten Eyck Street
Fiscal Officer Notes:
See W & B Mechanical Inc.
Address
235 Northampton Street
Fiscal Officer Notes:
DOL Falsified payroll records
City
Buffalo
State
NY
Zip Code
14208
Company Name
William Tsimitras
-------------------------------------------------------------------------------------------------
Zip Code
11209
FEIN:
Barred Until
11/27/2011
.
City
Brooklyn
State
NY
-------------------------------------------------------------------------------------------------
Zip Code
Company Name
William Valentine
FEIN:
Barred Until
09/11/2008
Address
235 91 st Street
Fiscal Officer Notes:
DA aka Vasilios, individually - Plea agreement with Albany County DA
Address
City
State
.
Company Name
Willie Jones
------------------------------------------------------------------------------------------~---
Zip Code
12309
FEIN:
Barred Until
OS/24/2009
Fiscal Officer Notes:
As an individual. See Hamax Construction Corp
Address
1537 Union Street
Fiscal Officer Notes:
DOL As an individual.
City
Schenectady
State
NY
.
Company Name
Winston] Goins Sr
----------------------------------~--------------------------------------------------------------
Zip Code
14621
FEIN:
Barred Until
05/01/20 II
.
Company Name
Wintech Contracting Jnc
FEIN: Barred Until
13-3139312 07/22/2009
See Pachyderm Enterprises Jnc
City
Rochester
State
NY
Zip Code
10547
---------------------------------------------------------------------------------------~---------
Company Name
Yang General Contracting Ltd
FEIN: Barred Until
01/25/2012
.
Company Name
Yin Construction Ltd
FEIN: Barred Until
13-0520288 01125/2012
.
Company Name
Zaffuto Construction Company Jnc
FEIN: Barred Until
11-2139574 09/29/2008
Address
162 Atlantic Avenue
Fiscal Officer Notes:
AG And Angelo Zaffuto (President of ZCCI) and Joseph Zaffuto (Key Person to ZCCI), as
individuals .Settlement Agreement
Address
87 MaIling Drive
Fiscal Officer Notes:
As an individual- see Lightning Fast Labor Force Services Jnc
City
Mohegan Lake
State
NY
Zip Code
11232
Zip Code
11232
Zip Code
11563
.
------------------------------------~--------------~---------------------------~-----------------
Zip Code
11232
Company Name
Zarben General Construction Inc
FEIN: Barred Until
13-4201564 01/25/2012
.
Tuesday, March 20, 2007
Address
1950 E Main St - Ste 205A
Fiscal Officer Notes:
DOL Falsified payroll records
City
Brooklyn
State
NY
Address
131 47th Street
Fiscal Officer Notes:
AG Plea agreement with A.Go's Office
City
Brooklyn
State
NY
Address
131 47th Street
Fiscal Officer Notes:
AG Plea Agreement with A.Go's Office
City
Lynbrook
State
NY
City
Brooklyn
State
NY
Address
131 47th Street
Fiscal Officer Notes:
AG Plea Agreeement with A.G. 's Office
Page 27 of 27
.
STANDARD INSURANCE REQUIREMENTS
TOWN OF SOUTHOLD CONTRACT INSURANCE REQUIREMENTS
.
INSURANCE IDENTIFICATION: THE BID NUMBER IS TO APPEAR ON ALL INSURANCE
CERTIFICA TES
.
INDEPENDENT CONTRACTOR: The Corporation/Contractor/Agency/Consultant, is an independent
contractor and covenants and agrees that it, its agents, servants and/or employees will neither hold
itself/themselves out as, nor claim to be an employee, servant or agent of the TOWN OF SOUTH OLD,
and that it, its agents and employees will not make claim, demand or application to or for any right or
privilege applicable to an officer or employee of the TOWN OF SOUTHOLD including, but not limited
to Worker's Compensation coverage, Unemployment Insurance benefits, Social Security coverage or
retirement membership or credit.
.
INSURANCE: Contractor/vendor shall not commence work under this contract until he has obtained
all insurance required under the following paragraphs, and the TOWN OF SOUTH OLD has approved
such insurance.
.
WORKERS' COMPENSATION: Contractor/vendor shall take out and maintain during the life of this
contract, such insurance as will protect both the owner and the contractor from claims under worker's
compensation acts and amendments thereto and from any other claims for property damage and for
personal injury including death, which may arise from operations under this contract, whether such
operations by contractor or by any other party directly or indirectly employed by the contractor. Copy of
Certificate to be provided to the TOWN OF SOUTHOLD.
.
DISABILITY INSURANCE & UNEMPLOYMENT INSURANCE: Contractor/vendor shall take out
and maintain during the entire term of the contract any disability benefits and unemployment insurance as
required by law. Copy of Certificate to be provided to the TOWN OF SOUTHOLD.
.
GENERAL LIABILITY INSURANCE: The contractor/vendor shall take out and maintain during
the life of the contract, such bodily injury liability and property damage liability insurance as shall protect
him and the Town from claims for damages for bodily injury including accidental death, as well as from
claims for property damage which may arise from operations under this contract, whether such operations
be by himself or by any subcontractor or by anyone directly or indirectly employed by either of them. It
shall be the responsibility of the contractor/vendor to maintain such insurance in amounts sufficient to
fully protect himself and the Town, but in no instance shall amounts be less than those set forth below.
These amounts are specified only to establish the minimum coverage acceptable.
.
Bodily injury liability and property damage liability insurance in an amount not less than
$1,000,000 (one million dollars) for damages on account of anyone accident, and in an amount of
not less than $2,000,000 (two million dollars) on account of all accidents (general aggregate).
.
EXCESS/UMBRELLA INSURANCE: The contractor/vendor shall take out and maintain
during the life of the project an excess/ umbrella insurance policy in an amount of not less than
$2,000,000 (Five million dollars) each occurrence and aggregate.
OTHER CONDITIONS OF COMMERCIAL GENERAL LIABILITY INSURANCE:
.
]. Coverage shall be written on commercial general liability form.
2. Coverage shall include:
. SIR-l
.
STANDARD INSURANCE REQUIREMENTS
.
A. Contractual liability
B. Independent contractors
C. Products and completed operations
AUTOMOBILE LIABILITY INSURANCE: Automobile bodily injury liability and property damage
liability insurance shall be provided by the contractor/vendor with a minimum combined single limit (CSL)
of $1,000,000 (one million dollars).
.
OTHER CONDITIONS OF AUTOMOBILE LIABILITY INSURANCE:
.
I. Coverage shall include:
A. All owned vehicles
B. Hired car and non-ownership liability coverage
C. Statutory no-fault coverage
ADDITIONAL CONDITIONS OF INSURANCE:
I. Contractor/vendor shall submit copies of any or all required insurance policies as and when requested
by the Town.
. 2. If any of the contractor's/vendor's policies of insurance are cancelled or not renewed during the life of
the contract, immediate notice of cancellation of non-renewal shall be delivered to the Town no less
than 10 days prior to the date and time of cancellation or non-renewal.
.
CERTIFICATE OF INSURANCE: The contractor/vendor shall file with the TOWN OF
SOUTH OLD prior to commencing work under this contract, a certificate of insurance.
1. Certificate of insurance shall include:
.
A.
C.
E.
G.
Name and address of insured
Insurance company name
Policy number
Limits of liability for all policies
included on certificate
B. Issue date of certificate
D. Type of coverage in effect
F. Inception and expiration dates of policies included
on certificate.
Description of operationsJIocations/etc. Box must include the statement:
.
"THE TOWN OF SOUTHOLD IS LISTED AS ADDITIONAL INSURED"
.
CERTIFICATE HOLDER SHALL BE LISTED AS:
TOWN OF SOUTHOLD
53095 MAIN ROAD
PO BOX 1179
SOUTHOLD, NEW YORK 11971
.
2. If the contractor' s/vendor' s insurance policies should be non-renewed, cancelled or expire
during the life of the contact, the Town shall be provided with a new certificate indicating
the replacement policy information as requested above. Thirty days (30) prior written
notice to the TOWN OF SOUTHOLD for cancellation is applicable.
.
SIR - 2
.
GENERAL CONDITIONS
INDEX
.
.
I. Definitions of Terms
2. Standards of Workmanship
3. Samples
4. Manufactured Materials
5. Laboratory
6. Shop Drawings
7. Permits
8. Plans and Specifications
9. Cutting, Patching and Digging
10. Errors, Omissions and Discrepancies
II. Temporary Toilet
12. Proper Method of Work and Proper Materials
13. Inspection
14. Waiver
15. Water and Electric Power
16. Machinery and Equipment
17. Maintenance
18. Schedule of Operations
19. Right to Use Work
20. Notice of Warning
21. Warning Signs
22. Accident Prevention
23. Damages
24. Maintenance of Traffic
25. Final Site Cleaning
26. Protection of Land Markers, Trees, Shrubs, and Property
27. Protection of Utilities
28. No Damages for Delay
29. Record Keeping
30. Subcontractors and Suppliers
31. Penal Law
.
.
.
.
.
.
.
.
GC-I
.
GENERAL CONDITIONS
.
1. DEFINITIONS OF TERMS: Whenever the following words and expressions are used in the
Specifications, it is understood that they have the meaning defined below:
PLANS: All official drawings or reproductions of drawings pertaining to the work or to any
structure connected therewith.
.
SPECIFICATIONS: The body of directions, requirements, descriptions, etc. contained in this
document, together with all documents of any description and agreements made (or to be made)
pertaining to the methods or manner of perfonning the work and/or to the quantities and quality of
materials to be furnished and accepted under this Contract.
OWNER: Shall mean Town Board, Town of Southold.
.
ENGINEER (ARCHITECT): L.K. McLean Associates as engaged by the Owner and duly
authorized to represent the Owner in the execution of the work covered by the consultants and
assistants engaged by the Owner and the Engineer to the extent of the particular duties entrusted to
them.
.
CONTRACT: Collectively, the Contract executed by the Owner and the Contractor, Notice to
Bidders, Instructions to Bidders, Proposal Form, Conditions of Contract, General Conditions,
Special Conditions, Specifications, Construction Drawings, Addenda, Performance Bonds, and all
supplemental agreements made or to be made.
.
CONTRACTOR: The party of the second part hereto, whether corporation, firm or individual, or
any combination thereof, and successor, personal representatives, executors, administrators and
assigns, and any person, firm or corporation who or which shall at any time be substituted in place
of the second part under this Contract.
.
INSPECTOR: An authorized representative of the Owner or his Engineer assigned to make any
and all necessary inspections of the work performed and the materials furnished by the Contract.
.
MATERIALS: Any approved materials acceptable to the Engineer and conforming to the
requirements of these Specifications.
.
WORK: All of the work proposed to be accomplished at the site of the project, and all such other
work as is in any manner required to accomplish the complete project. This includes all plant,
labor, materials, supplies, equipment and other facilities and acts necessary or proper or incidental
to the carrying out and completion of the terms of this Contract. The term "work performed" shall
be construed to include the material delivered to and suitably stored at the site of the project.
.
2. STANDARDS OF WORKMANSHIP: The apparent silence of the Specifications as to any
detail or an apparent omission from them of a detailed description concerning any work to be done
and materials to be furnished shall be regarded as meaning that only the best general practice
observed in the latest current construction work is to prevail and that only material and
workmanship of first quality is to be used in this connection and all interpretations of these
Specifications shall be made upon this basis.
.
GC-2
.
GENERAL CONDITIONS
.
3. SAMPLES: The Contractor shall furnish for approval, all samples as directed. The work shall
be in accordance with approved samples.
.
Samples shall be submitted in ample time so as to prevent delay in fabrication or ordering of
materials, allowing for a reasonable time for the Engineer to consider the samples submitted and, if
necessary, to permit a resubmission of samples to the Engineer until approval is given.
.
Work and material shall be furnished and executed in accordance with approved samples, in every
aspect. Each sample shall be labeled, bearing material, name and quality, Contractor's name, date
and other pertinent data. Unless otherwise specified, samples shall be in duplicate and of adequate
size to show quality, type, color, range and finish and texture of material. Materials shall not be
ordered until approval is received in writing from Engineer.
.
4. MANUFACTURED MATERIALS: Where several materials are specified by name, the
Engineer shall have the right, before execution of the Contract, to require any and all bidders to
state the materials upon which they based their bid. Where any materials are specified by name or
trade name, or by catalog number of a company or companies, the Contractor shall furnish the
article mentioned unless approval of the Engineer is obtained in writing for a substitution. Should
Contractor desire to substitute another material for one or more specified by name, he shall apply in
writing for such permission and state credit or extra involved. He shall also provide supporting data
and samples for Engineer's consideration.
.
.
Unless particularly specified otherwise, all manufactured articles, materials and equipment shall be
applied, assembled, installed, connected, erected, used, cleaned and conditioned as directed by the
manufacturer and including the necessary preparation to properly install the work. Where reference
is made to manufacturer's directions, the Contractor shall submit such directions to the Engineer as
required.
The materials used in construction shall be disposed as not to endanger the work, and so that full
access may at all times be had to partly completed work and structures and they shall be so disposed
as to cause no injury to those having access to the work or any of the units.
.
All labor shall be performed in the best and most workmanlike manner by mechanics skilled in
their respective trades. Standards of work required throughout shall be of such grades as will bring
first-class results only. The type of labor employed by the Contractor shall be such as will insure
the uninterrupted continuity of the entire work, without conflict of any kind.
.
5. LABORATORY: Laboratories shall be designated by the Engineer for testing the materials to
be used under the Contract. Where tests are made by other than the designated laboratories, two
certified copies showing correctly the chemical analysis and physical tests shall be furnished to the
Engineer.
.
6. SHOP DRAWINGS: The Contractor shall submit to the Engineer six (6) copies of all shop
drawings and schedules and no work shall be fabricated until his approval has been given. All shop
drawings submitted to the Engineer must be in English, and must bear the Contractor's stamp of
.
GC-3
.
GENERAL CONDITIONS
.
approval evidencing that the drawings have been checked. The Contractor will make any
corrections in the drawings required by the Engineer and will file with the Engineer four corrected
copies. Approval by the Engineer of such drawings or schedules shall not relieve the Contractor
from responsibility for (a) errors of any sort in shop or setting drawings or schedules; or (b)
deviations from Plans and Specifications unless the Contractor, at the time of submission of said
drawings and schedules, has given notice to the Engineer of any such deviations.
.
7. PERMITS:
.
7.1 Municipal: All work in connection with the installation of pipes or other underground
structures of a like nature either within or without the limits of the highway, shall follow all the
provisions as contained herein together with the provisions, as they apply, of the Highway Law,
Roads Opening, Section 149, and Section 198 Town Law, with all subsequent changes, additions or
corrections thereto.
.
A. The Contractor shall obtain from the Building Department a certificate of occupancy,
whenever the scope of work of the Contract provides for the construction of a building or structure,
or for modification or alteration of a building or structure, so that a certificate of occupancy, or a
revised certificate of occupancy is required under state and/or local law .
.
The Owner shall be responsible for obtaining the building permit and permit(s) pre-reqUisite
thereto, including but not limited to the following, unless Contractor is specifically required to
obtain the same pursuant to other provisions of this document:
(I) Building permit
(2) Fire prevention permit (IF APPLICABLE)
.
The Contractor shall give all notices, and comply with all laws, ordinances, rules, regulations and
conditions of the permits, bearing on the conduct of the work as drawn and specified, and shall be
responsible for acquisition of all pertinent information necessary for such compliance.
.
The Contractor shall be responsible for: (I) Coordinating all building department and other
department and agency inspections and approvals, (2) Obtaining V.L. approvals.
.
8. PLANS AND SPECIFICATIONS: The Contractor will be furnished with five sets of Plans
and Specifications giving all the details and dimensions necessary for carrying out the work. One
copy of Plans and Specifications furnished to the Contractor must be kept constantly on the site.
Anything shown on the Plans and not mentioned in the Specifications or mentioned in the
Specifications and not shown on the Plans and all the work and materials necessary for the
completion of the work according to the intent and meaning of the Contract shall be furnished,
performed and done as if the same were both mentioned in the Specifications and shown on the
Drawings. Any conflict or inconsistency between the Plans and Specifications, or any discrepancy
between the figures and scale of Drawings, shall be submitted by the Contractor to the Engineer,
whose decision thereon shall be conclusive.
.
In the event the meaning of any portion of the Specifications or Drawings or any supplementary
.
GC-4
.
GENERAL CONDITIONS
.
drawings or instructions of the Engineer is doubtful, the same shall be understood to call for the
best type of construction, both as to materials and workmanship, which reasonably can be
interpreted.
All materials and workmanship must be strictly in accordance with the Specifications.
.
The Plans show approximate size, arrangement and location of the proposed work. The Engineer
will give base lines, grades, shapes and dimensions and the Contractor shall construct the work
exactly in accordance with such instructions of the Engineer subject, however, to change as
provided for under the headings "Changes and Alterations" and "Compensation to be Paid to the
Contractor" .
.
Additional copies of Plans and Specifications, when requested, will be furnished to the Contractor
at cost of reproduction.
The Contractor shall furnish to each of the subcontractors and materialmen such copies of the
Contract Documents as may be required for their work.
.
.
9. CUTTING. PATCHING AND DIGGING: The Contractor shall do all cutting, fitting or
patching of his work that may be required to make its several parts come together properly and fit it
to receive or be received by work of other contractors shown upon or reasonably implied by
Drawings and Specifications for the completed structure, and he shall make good after them as
Engineer may direct.
Any cost caused by defective or ill-timed work shall be borne by the party responsible therefor.
.
The Contractor shall not endanger any work by cutting, digging or otherwise, and shall not cut or
alter the work of any other contractor save with the consent of the Engineer.
10. ERRORS. OMISSIONS AND DISCREPANCIES:
.
a) If any errors, omissions or discrepancies appear in the drawings, Specifications or other
documents, the Contractor shall, within ten days from receiving such Drawings, Specifications or
documents, notify the Engineer in writing of such errors or omissions. In the event of the
Contractor's failing to give such notice, he will be held responsible for the results of any such errors
or omissions and the cost of rectifying the same.
.
b) If, in the opinion of the Contractor, any work is shown on Drawings, or details, or is specified in
such a manner as will make it impossible to produce a first class piece of work, or should
discrepancies appear between the Drawings and/or Specifications, he shall refer the same to the
Engineer for interpretation before proceeding with the work. If the Contractor fails to make such
references to the Engineer, no excuse will thereafter be entertained for failure to carry out the work
in satisfactory manner as directed.
.
c) Should a conflict occur in or between the Drawings and Specifications and/or eXlstmg
conditions, the Contractor shall be deemed to have estimated on the more expensive way of doing
.
GC-5
.
GENERAL CONDITIONS
.
the work, unless he shall have asked for and obtained a decision in writing from the Engineer,
before the submission of bids, as to which method or material will produce the results to the best
interest of the Town.
.
11. TEMPORARY TOILET: The Contractor shall provide and maintain a sanitary temporary
toilet where directed by the Engineer. The temporary toilet shall be enclosed and weatherproof and
kept in a sanitary condition at all times. Upon removal of the temporary outside toilet, the vault
shall be disinfected, filled and all evidence of the toilet removed from the site.
.
12. PROPER METHOD OF WORK AND PROPER MATERIALS: The Engineer shall have
the power in general to direct the order and sequence of the work, which shall be such as to permit
the entire work under this Contract to be begun and to proceed as rapidly as possible and such as to
bring the several parts of the work to a successful completion at 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 Engineer as insufficient or improper for assuring the
quality of the work required, or the required rate of progress, he may order the Contractor to
increase their efficiency or to improve their character, and the failure of the Engineer to demand any
increase of such efficiency or improvement shall not release the Contractor from his obligation to
secure the quality of work or the rate of progress specified.
.
During freezing or inclement weather, no work shall be done except such as can be done
satisfactorily and in a manner to secure first-class construction throughout. All work shall be done
in such a manner as will properly protect and support existing permanent structures, pipe lines, etc.
.
13. INSPECTION: Inspectors shall be authorized to inspect all work done on materials furnished.
Such inspections may extend to all parts of the work and to the preparation or manufacture of the
materials to be used. In case of any dispute arising between the Contractor and the Inspector as to
materials furnished or the manner of performing the work, the Inspector shall have the authority to
reject material or suspend the work until the question at issue shall be referred to and decided by the
Engineer. The Inspector shall not be authorized to revoke, alter, enlarge, relax or release any
requirements of these Specifications, nor to approve or accept any portion of the work, nor to issue
instruction contrary to the Plans and Specifications. The Inspector shall in no case act as foreman
or perform other duties for the Contractor or interfere with the management of the work by the
latter.
.
.
Any advice, which the Inspector may give the Contractor, shall in no way be construed as binding
the Engineer nor the Owner in any way nor releasing the Contractor from the fulfillment of the
terms of the Contract.
.
The Contractor shall be conclusively presumed to be acquainted with all existing conditions and to
guarantee that all work and materials shall, upon final completion of the work, be turned over to the
Owner in a complete and perfect condition and he shall be responsible for the proper care,
maintenance and protection of all work and material until his entire Contract is completed and all
work and materials found in good condition and accepted. The Contractor will be held responsible
for the entire work until completed and accepted by the Engineer and the Owner.
.
GC-6
.
GENERAL CONDITIONS
.
The Contractor shall, at all times, provide the Owners, Engineer, assistants and inspectors under
him with necessary facilities for determining both on the work and at the places of manufacture,
that all work being performed and all materials being manufactured are strictly in accord with the
Contract.
.
Until acceptance of work by the Owner, the Contractor shall be responsible for all damages to the
work including action of the elements or any other cause whatsoever. The Contractor shall
continuously and adequately protect the work against damage from any cause.
.
14. WAIVER: Neither the inspection by the Owner or Engineer or any part of their employees nor
any order, measurement or certificate by the Engineer nor any order by the Owner for the payment
of any money nor any payment for or acceptance of, the whole or any part of the work by the
Engineer or the Owner nor any extension of time nor any possession taken by the Owner or its
employees shall operate as a waiver of any provision of this Contract or of any power herein
reserved to the Owner or any right to damages herein provided; nor shall any waiver of any breach
of the Contract constitute a waiver of any subsequent breach. Any remedy provided in this Contract
shall be construed as cumulative; that is in addition to each and every remedy herein provided.
.
15. WATER AND ELECTRIC POWER: All water and electric power supply for construction
purposes must be provided by the Contractor. The cost shall be borne by the Contractor.
.
16. MACHINERY AND EOUIPMENT: All machinery, equipment, trucks and vehicles used in
the prosecution of the work or in connection therewith, shall at all times be in proper working
condition.
.
The Contractor shall be responsible for curtailing noise, smoke, fumes or any other nuisance
resulting from his operations. He shall, upon written notification from the Engineer, make any
repairs, replacements, adjustments, additions, and furnish mufflers when necessary to fulfill these
requirements.
.
17. MAINTENANCE: If, within one year from the date of issuance of the Final Certificate, any
portion of the work shall, in the opinion of the Owner, require repairing, replacing, or rebuilding,
the Contractor shall start such repairs within five (5) days after the receipt of notice from the
Owner, and if the Contractor shall fail or neglect to start such repairs within the said five (5) days,
the Owner may employ such other person or persons as they deem proper to make such repairs and
pay the expense thereof out of any sum retained by them, provided nothing herein contained shall
limit the liability of the Contractor or his Surety to the Owner for nonperformance of the
Contractor's obligations at any time.
.
.
18. SCHEDULE OF OPERATIONS: Within 5 days after the signing of the Contract, the
Contractor shall submit a proposed program of operations, showing clearly how he proposes to
conduct the work so as to bring about the completion of his work within the time limit specified.
This program shall outline the proposed sequence of operations, the rates of progress and the dates
when his work will be sufficiently advanced to permit the installation of work under this Contract.
.
GC-7
.
GENERAL CONDITIONS
.
19. RIGHT TO USE WORK: The Owner may enter upon and use the whole or any portion of
the work, which may be in condition to use any time previous to its final acceptance by the Owner.
Such use shall not constitute or be evidence of acceptance by the Owner or the Engineer of the
whole or any part of the material furnished or work performed under the Contract.
.
20. NOTICE OF WARNING: If the Contractor shall fail to make prompt payment to persons
supplying labor or materials for the work, or refuse or fail to supply enough properly skilled
workmen or proper materials or refuse or fail to prosecute the work or any part thereof with such
diligence as will insure its completion within the period herein specified (or any duly authorized
extension thereof) or fail to complete the work within said period or fail or refuse to regard laws,
ordinances, codes, instructions of the Engineer, then the Engineer shall forward by registered mail
to the Contractor, at the address given in the Contract, a Notice of Warning, and in the event the
Contractor fails to comply with said Notice of Warning within five (5) days from receipt thereof,
the Owner shall have the right to terminate the Contract.
21. WARNING SIGNS: Contractor shall provide and maintain proper luminous warning and
detour signs where directed by the Engineer.
.
.
Obstructions such as stored materials, equipment and excavations shall be marked with not less
than two lights, which shall be not more than 4 feet apart.
All lights shall be kept burning from one-half hour before sunset to until one-half hour after sunrise.
.
22. ACCIDENT PREVENTION: During the performance of the work, the Contractor shall
exercise all reasonable precautions for the protection of persons and property. The safety
provisions of applicable laws, building and construction codes shall be observed. Machinery,
equipment and all other physical hazards shall be guarded in accordance with the safety provisions
of the Manual of Accident Prevention in Construction published by the Associated General
Contractors of America to the extent that such provisions are not inconsistent with Federal, State or
Municipal laws or regulations.
.
.
If any operation, practice or condition is deemed by the Engineer to be unsafe, he shall notify the
Contractor in writing to take corrective action. Where, in the opinion of the Engineer, any
operation, practice or condition shall be promptly discontinued and before the affected part of the
work is resumed, remedial action taken.
.
The Owner reserves the right to remedy any neglect on the part of Contractor as regards the
protection of the work which may come to its attention, after 24 hours' notice in writing; except that
in cases of emergency it shall have the right to remedy any neglect without notice, and in either case
to deduct the cost of such remedy from money due the Contractor.
Nothing in the foregoing paragraphs shall be construed as relieving the Contractor from full
responsibility at all times for safe prosecution of the work.
.
23. DAMAGES: The Contractor shall pay and make good all losses or damages arising out of any
cause connected with the Contract and shall indemnify and save harmless the Owner from any and
all claims and any and all liability or responsibility of every nature and kind for any loss, damage or
.
GC-8
.
GENERAL CONDITIONS
.
injury which may be brought against the Owner or any of its officers or agents, by reason of, or
connected with the work or materials furnished under the Contract and shall pay all costs and
expenses of every kind, character, and nature whatever, occurring upon or arising out of the
Contract.
.
24. MAINTENANCE OF TRAFFIC: All work under this Contract is to be completed within the
time indicated in the Contract Agreement or as extended by the Owner. If in the meantime it
should become necessary, because of the lateness of the season, or any other reason to stop the
work, the Contractor shall at his own expense, open proper drainage ditches, erect temporary
structures where necessary, prepare the roads so there will be minimum interference with traffic, set
up and maintain a competent organization as directed by the Engineer, to keep the highways in first
class condition for traffic, and take every precaution to prevent any damage or unreasonable
deterioration of the work during the time it is closed.
.
.
25. FINAL SITE CLEARING: Before final payment will be approved, the Contractor shall
prepare the construction areas as follows: All basins, manholes and pipe as constructed shall be
cleaned free from accumulated construction dirt, silt, form work, etc., and all proper restoration as
called for in the items of the Specifications shall be complete in every detail. The Contractor shall
clean all construction areas free from accumulated forms, excavation fill, construction materials and
construction shanties. All areas shall be completed in every detail and shall be broom cleaned from
excess dirt and materials.
.
26. PROTECTION OF LAND MARKERS. TREES. SHRUBS. AND PROPERTY: Wherever
in the conduct of the work, a monument marking a point of public or private survey is encountered
or brought to view by excavation, the fact shall at once be communicated to the Engineer. In no
case shall the Contractor remove the same until the location for resetting shall have been made by
the Engineer. All monuments or land markings exposed to view when the work is first undertaken
shall be carefully preserved and the greatest care exercised to prevent injury to or disturbance of
position of the same.
.
.
The unit price of all items shall include the cost of restoring to its former condition any sidewalks or
curbs, as well as restoring any trees, shrubs or lawns that may be damaged during this construction.
No additional payment will be made.
The Contractor is required at his own expense to obtain any and all permits for use of private
property if he uses such property for storage, transportation or accomplishment of the work under
the Contract. Private property shall be cleaned up neatly, any damage repaired and premises
restored to their original condition.
.
.
27. PROTECTION OF UTILITIES: The Contractor shall familiarize himself with the existence
of structures of municipal and other public service corporations on or adjoining the site of the work,
and give reasonable opportunity to and cooperation with the owners of these utilities in the work of
reconstructing or altering them. Such reconstruction and alteration shall be so conducted as to
delay or interfere as little as practicable with the work of the Contractor. Any additional cost of
various items of work because of these utilities shall be included in the price bid for these items.
.
GC-9
.
GENERAL CONDITIONS
.
The Engineer shall direct the public utility corporations to shift or remove those utility structures
that may be necessary to permit the Contractor to carry out the work in accordance with the Plans.
The Contractor shall not remove or cause to be removed, any structure or part of a structure owned
by a public utility corporation without the approval of the Engineer.
.
The Contractor shall cooperate with the public utility corporation whose structures (aerial, surface
or subsurface) are within the limits of or along the outside of the right-of-way, to make it possible
for them to maintain uninterrupted service. The Contractor shall conduct his operations in such a
way as to delay or interfere as little as practicable with the work of the utility corporation.
.
28. NO DAMAGES FOR DELAY: Notwithstanding any other provisions to this Contract, the
Contractor agrees to make no claim for damages for delay in the performance of this Contract
occasioned by any act of the Town or any of its representatives, and agrees that any such claim
shall be fully compensated for by an extension of time to complete performance of the work as
provided herein. This provision shall not apply to any act or omission to act of the Town or any
of its representatives, wherein the same is done in bad faith and with deliberate intent to delay the
Contractor in the performance of this Contract.
.
29. RECORD KEEPING: The Contractor shall establish and maintain complete and accurate
books, records, documents, accounts and other evidence directly pertinent to performance under
this contract (hereinafter the "records"). The records must be kept for the balance of the contract
term and for six (6) years thereafter.
.
.
30. SUBCONTRACTORS AND SUPPLIERS: Within five days after receipt from the
Engineer of notice to begin work, the Contractor will furnish written notice of names of all
subcontractors to be employed on the project and the general items of work to be done by them.
Simultaneously, the Contractor shall furnish written notice of the names of suppliers of materials to
be used on the project. The Owner may disapprove for good cause any subcontractor or material
supplier selected by the Contractor by giving written notice of its disapproval within five (5) days
after receiving the names of subcontractors and material suppliers, to the Contractor who shall
thereupon promptly notify the Owner of the names of the subcontractor or material supplier
selected in replacement which shall again be subject to approval by the Owner.
.
31. PENAL LAW: Attention is called to Section 1918 of the Penal Law as follows:
Construction or blasting near vives conveving combustible gas
.
No person shall discharge explosives in the ground, nor shall any person other than a state or county
employee regularly engaged in the maintenance and repair thereof excavate in any then existing
street, highway, or public place, unless notice thereof in writing shall have been given at least
seventy-two hours in advance to the person, corporation or municipality engaged in the distribution
of gas in such territory. The person having direction or control of such work shall give such notice,
and further he shall ascertain whether there is within one hundred feet in such street, highway or
public place, or in the case of a proposed discharge of explosives within a radius of two hundred
feet of such discharge, any pipe of any other person, corporation or municipality conveying
combustible gas, and if thereby any such pipe, he shall also give such notice to any other such
.
.
GC -10
.
GENERAL CONDITIONS
.
person, corporation or municipality. Provided, however, that in any emergency involving danger to
life, health, or property it shall be lawful to excavate without using explosives if the notices
prescribed herein are given as soon as reasonably possible, and to discharge explosives to protect a
person or persons from an immediate and substantial danger of death or serious personal injury if
such notices are given before any such discharge is undertaken. Any such work shall be performed
in such manner as to avoid danger to any pipe conveying combustible gas. Any violation of the
provisions of this section shall be a misdemeanor.
.
.
.
.
.
.
-
-
GC-ll
----..- ------
.
CONDITIONS OF CONTRACT
INDEX
. 1. Contract Documents and Definitions
2. Scope of the Work
3. Compensation to be paid to the Contractor
4. Time of Essence
5. Commencement of Work
6. Time of Completion
. 7. Liquidated Damages for Delays
8. Extension of Time. No Waiver
9. Weather
10. Contract Security
II. Laws and Ordinances
12. Qualifications for Employment
. 13. Non-Discrimination
14. Payment of Employees
15. Estimates and Payments
16. Acceptance of Final Payment Constitutes Release
17. Construction Reports
. 18. Inspection and Tests
19. Plans and Specifications: Interpretations
20. Subsurface Conditions Found Different
21. Contractor's Title to Materials
22. Superintendence by Contractor
23. Protection of Work, Persons and Property
. 24. Representations of Contractor
25. Patent Rights
26. Authority of the Engineer
27. Changes and Alterations
28. Correction of Work
. 29. Weather Conditions
30. The Owner's Right to Withhold Payments
31. The Owner's Right to Stop Work or Terminate Contract
32. Contractor's Right to Stop Work or Terminate Contract
33. Responsibility for Work
34. Use of Premises and Removal of Debris
. 35. Suits of Law
36. Power of the Contractor to Act in an Emergency
37. Provisions Required by Law Deemed Inserted
38. Subletting, Successor and Assigns
39. General Municipal Law Clause
. 40. Grades, Lines, Levels, and Surveys
41. Insurance Requirements
42. Foreign Contractors
43. Lien Law
44. Refusal to Waive Immunity
45. Exemption from Sales and Use Tax
.
.
CC-l
.
CONDITIONS OF CONTRACT
1. CONTRACT DOCUMENTS AND DEFINITIONS
.
The Notice to Bidders, Instructions to Bidders, Proposal Form, Conditions of Contract, General
Conditions, Specifications, Form of Contract, Construction Drawings, together with any
Addenda, shall form part of this Contract, and the provisions thereof shall be as binding upon the
parties hereto, as if they were herein fully set forth. The table of contents, titles, heading,
headlines, and marginal notes contained herein are solely to facilitate reference to various
provisions of the Contract Documents and in no way affect, limit or cast light upon the
interpretation of the provisions to which they refer. Whenever the term "Contract Documents" is
used, it shall mean and include the Notice to Bidders, Instructions to Bidders, Proposal Form,
Conditions of Contract, General Conditions, Specifications, Form of Contract, Construction
Drawings and any Addenda. In case of any conflict or inconsistency between the provisions of
the Contract and those of the Specifications, the provisions of this Contract shall govern.
.
.
.
Extra Work: The term "extra work", as used herein, refers to and includes all work required by
the Owner, which in the judgement of the Engineer involves changes in or additions to work
required by the Plans, Specifications and any Addenda in their present form and which is not
covered by a specific unit price in the Form of Bid.
Subcontractor: The term "subcontractor" shall mean any person, firm, or corporation supplying
labor and material for work at the site of the project but not including the parties to this Contract.
.
Notice: The term "notice", as used herein, shall mean and include written notice. Written notice
shall be deemed to have been duly served when delivered to, or at last known business address
of, the person, firm or corporation for whom intended, or his, their, or its duly authorized agents,
representatives, or officer, or when enclosed in a postage prepaid wrapper or envelope addressed
to such person, firm or corporation at his, their or its last known business address and deposited
in a United States mailbox.
.
.
Directed. Required. Approved. Acceptable: Whenever they refer to the work or its performance,
"directed", "required", "permitted", "ordered", "designated", "prescribed", and words of like
import shall imply the direction, requirement, permission, order, designation or prescription of
the Engineer, and "approved", "satisfied", or "satisfactory", "in the judgement of', and words of
like import, shall mean approved, or acceptable to, or satisfactory to, or in the judgement of the
Engineer.
2. SCOPE OF THE WORK
.
The Contractor will furnish all plant, labor, materials, supplies, equipment and other facilities
and things necessary or proper for, or incidental to, the work contemplated by this Contract as
required by, and in strict accordance with the applicable Plans, Specifications and Addenda
prepared by the Engineer and/or required by, and in strict accordance with, such changes as are
ordered and approved pursuant to this Contract, and will perform all other obligations imposed
on him by this Contract.
CC-2
.
CONDITIONS OF CONTRACT
3. COMPENSATION TO BE PAID TO THE CONTRACTOR
.
(a) Agreed Prices: It is understood and agreed that the Contractor will accept as payment in full
the summation of products of the actual quantities in place upon the completion of the work, as
determined by the Engineer's measurements, by the unit prices bid, no allowance being made for
anticipated profit or for reasons of variations from the estimated quantities set forth in the Form
of Bid.
.
(b) Extra Work: The Owner may, at any time, by a written order and without notice to the
Sureties, require the performance of such extra work or changes in the work as it may find
necessary or desirable. The amount of compensation to be paid to the Contractor for any extra
work, as so ordered, shall be determined as follows:
.
.
I) By such applicable unit prices, if any, as set forth in the Contract; or
2) If no such unit prices are set forth, then by unit price or by a lump sum mutually agreed upon
by the Owner and the Contractor; or
3) If no such unit prices are so set forth and if the parties cannot agree upon unit prices or a lump
sum; then by actual net cost in money to the Contractor of the materials, permits, wages of
applied labor, premiums for Workmen's Compensation Insurance, payroll taxes required by law,
rental for plant and equipment used (excluding small tools) to which total cost will be added
twenty (20) percent as full compensation for all other items of profit, costs and expenses,
including administration, overhead, superintendence, insurance, insurance other than Workmen's
Compensation Insurance, materials used in temporary structures, allowances made by the
Contractor to subcontractors, additional premiums upon the performance bond of the Contractor
and the use of small tools.
.
4. TIME OF ESSENCE
.
INASMUCH AS THE PROVISIONS OF THIS CONTRACT RELATING TO THE TIME OF
PERFORMANCE AND COMPLETION OF THE WORK ARE FOR THE PURPOSE OF
ENABLING THE TOWN TO PROCEED WITH THE CONSTRUCTION OF A PUBLIC
IMPROVEMENT IN ACCORDANCE WITH A PREDETERMINED PROGRAM, SUCH
PROVISIONS ARE OF THE ESSENCE OF THIS CONTRACT.
.
5. COMMENCEMENT OF WORK
The Contractor agrees that he will commence work immediately on and not later than ten (10)
days after signing of the Contract.
.
6. TIME OF COMPLETION
.
The time of completion of the entire contract work shall be TWELVE (12) WEEKS from the
date the contract is signed by all parties. The date of such completion shall be the date of the
Certification of Completion herein specified. The entire work must be satisfactorily completed
so that the project improvements are available to the Town for use.
.
CC-3
.
CONDITIONS OF CONTRACT
.
The Owner reserves the right to order the Contractor to suspend operations, when in the opinion
of the Engineer, improper weather conditions make such action advisable, and to order the
Contractor to resume operations when weather and ground conditions permit. The days during
which such suspension of work is in force are not chargeable against the specified completion
date.
.
7. LIOUIDATED DAMAGES FOR DELAYS
.
The time limit being essential to and of the essence of this Contract, the Contractor hereby
agrees that the Owner shall be, and is hereby authorized to deduct and retain out of the money
which may be due or may become due to said Contractor under this agreement, the sum of One
Hundred Dollars ($100.00) per day which amount is hereby agreed upon, fixed and determined
by the parties hereto as the liquidated damages, including overhead charges, services, inspector's
wages and interest on the money invested, that the Owner will suffer by reason of such default,
for each and every day during which the aforesaid work may be incomplete over and beyond the
time herein stipulated for its completion in 6 - Time of Completion, provided, however, that the
Owner shall have the right to extend the time for the completion of said work.
.
8. EXTENSIONS OF TIME. NO WAIVER
.
If the Contractor shall be delayed in the completion of his work by reason of unforeseeable
causes beyond his control and without his fault or negligence, including but not restricted to, acts
of God or of the public enemy, fires, floods, epidemics, quarantine restrictions, strikes, riots,
civil commotion's or freight embargoes, the period herein above specified for completion of his
work shall be extended by such time as shall be fixed by the Owner.
.
No such extension of time shall be considered a waiver by the Owner of its right to terminate the
Contract for abandonment or delay by the Contractor as hereinafter provided, or relieve the
Contractor from full responsibility for performance of his obligations hereunder.
9. WEATHER
.
During unsuitable weather, all work must stop when such work would be subject to injury and
the Contractor shall transfer his men and materials to those parts of the work where weather
conditions will not have any effect on the workmanship. The Contractor shall not be entitled to
any damages on account of such damages or suspension, and he must protect any work that
might be injured by the elements and make good any work that is injured.
.
10. CONTRACT SECURITY
.
(a) The Contractor shall furnish a Performance Bond, or other acceptable security, equal to one
hundred percent (100%) of the amount of the bid as security for the faithful performance of the
Contract, and for the payment of all persons performing labor or furnishing materials in
connection with this Contract. The Performance Bond shall be written so as to remain in full
force and effect as a maintenance bond for a period of not less than one (I) year after the date of
acceptance of the work by the Engineer.
.
CC-4
.
CONDITIONS OF CONTRACT
.
(b) Additional or Substitute Bond: If at any time the Owner shall be or become dissatisfied with
any surety or sureties, or if for any other reason such bond shall cease to be adequate security to
the Owner, the Contractor shall within five (5) days after notice from the Owner to do so,
substitute an acceptable bond in such form and sum and signed by such other surety as may be
satisfactory to the Owner. The premiums on such bonds shall be made until the new surety shall
have been qualified.
.
11. LAWS AND ORDINANCES
.
In the execution of the Contract, the Contractor shall comply and obey all federal, state, county
and local laws, ordinances, codes and regulations relating to the performance of the Contract,
including but not limited to, labor employed thereon, materials supplied, obstructing streets and
highways, maintaining signals, storing, handling and use of explosives and all other general
ordinances and state statutes affecting him or his employees or his work hereunder in his
relations with the Municipality or any other persons, and also all laws, codes, ordinances
controlling or limiting the Contractor while engaged in executing the work under the Contract.
.
As a condition of the Contract, the Contractor shall and does hereby agree to comply with all
requirements of the labor laws of the State of New York.
.
The Contractor shall comply with the provisions of Sections 29]- 299 of the Executive Law and
Civil Rights Law, shall furnish all information and reports deemed necessary by the State
Commission for Human Rights, the Attorney General and the Industrial Commissioner for
purposes of investigation to ascertain compliance with such sections of the Executive Law and
Civil Rights Law.
.
The Contract may be forthwith cancelled, terminated or suspended, in whole or in part, by the
contracting agency upon the basis of a finding made by the State Commission for Human Rights
that the Contractor has not complied with these laws.
.
The Contractor hereby expressly agrees to comply with all the provisions of the Labor Law and
any and all amendments thereto, insofar as the same are applicable to this Contract. The Labor
Law, as amended, provides that no laborer, workman or mechanic in the employ of the
Contractor, subcontractor or other person doing or contracting to do the whole or a part of the
work contemplated by this Contract, shall be permitted or required to work more than eight (8)
hours in anyone (I) calendar day, except in cases of extraordinary emergency caused by fire,
flood or danger to life or property; that no such person shall be employed more than eight (8)
hours in any day or more than five (5) days in any week expect in such emergency; that the
wages to be paid for a legal day's work as herein before defined, to laborers, workmen or
mechanics upon the work called for under this Contract or upon any material used upon, or in
connection therewith, shall not be less than the prevailing rate for a day's work in the same trade
or occupation in the locality within the state where such work is to be done and each laborer,
workman or mechanic employed by the Contractor, subcontractor or other person about or upon
the work shall be paid the wages herein provided; that employees engaged in the construction,
maintenance, and repair of highways and in water works construction outside the limits of cities
.
.
.
CC-5
.
CONDITIONS OF CONTRACT
.
and villages are no longer exempt from the provisions of the Labor Law which require the
payment of the prevailing rate of wages and the eight (8) hour day.
.
Section 222 of the Labor Law, as amended by Chapters 556 and 557 of the Laws of 1933,
provides that preference in employment shall be given to citizens of the State of New York who
have been residents of Suffolk County for at least six (6) consecutive months immediately prior
to the commencement of their employment. Each person so employed shall furnish satisfactory
proof of residence in accordance with rules adopted by the Industrial Commissioner. Persons
other than citizens of the State of New York shall be employed only when such citizens are not
available. Section 222 further provides that upon the demand of the State Industrial
Commissioner, the Contractor shall furnish a list of names and addresses of all his
subcontractors and further provides that a violation of this section shall constitute a
misdemeanor and shall be punishable by a fine of not less than Fifty Dollars ($50.00) nor more
than Five Hundred Dollars ($500.00) or by imprisonment for not less than thirty nor more than
ninety days, or both fine and imprisonment.
.
.
Section 220-A of the Labor Law, as amended by Chapter 472 of the Laws of 1932, provides that
before payment is made by or on behalf of the State of any city, county, town or village or other
civil division of the state of any sums due on account of a contract for a public improvement, it
is the duty of the Comptroller or the financial officer of the Municipal Corporation to require the
Contractor and each and every subcontractor to file a certified statement in writing, in
satisfactory form, certifying to the amounts then due and owing to any and all laborers for daily
or weekly wages on account of labor performed upon the work of the Contractor, setting forth
therein the names of the persons whose wages are unpaid and the amount due each respectively.
.
.
Section 220-8 of the Labor Law, as so amended, provides that any interested person who shall
have previously filed a protest in writing objecting to the amounts due or to become due to him
for daily or weekly wages for labor performed on the public improvement for which the Contract
was entered into, or if for any reason, it may be deemed advisable, the Comptroller of the State
or financial officer of the Municipal Corporation may deduct from the whole amount of any
payment on account thereof of the sums or sum admitted by any contractor or subcontractor in
such statement or statements so filed to be due and owing by him on account of labor performed
and may withhold the amount so deducted for the benefit of the laborers for daily or weekly
wages, whose wages are unpaid as shown by the verified statements filed by any contractor or
subcontractor and may pay directly to any person the amount or amounts so shown to be due for
such wages.
.
.
Section 220-C of the Labor Law, as so amended, provides the penalty for making of a false oath
or verification.
.
Section 220-0 of the Labor Law provides that the advertised Specifications for every contract
for the construction, reconstruction, maintenance and/or repair of highways to which the State,
county, town and/or village is a party shall contain a provision stating the minimum rate of
hourly wage that can be paid, as shall be designated by the Industrial Commissioner, to the
laborers employed in the performance of the Contract either by the Contractor, subcontractor or
other person doing or contracting to do the whole or part of the work contemplated by the
.
CC-6
.
CONDITIONS OF CONTRACT
.
Contract, and the Contract shall contain a stipulation that such laborers shall be paid not less
than such hourly minimum rate of wage. Any person or corporation that willfully pays, after
entering into such Contract, less than such stipulated minimum hourly wage scale shall be guilty
of a misdemeanor and upon conviction, shall be punished for a first offense by a fine of Five
Hundred Dollars ($500.00) or by imprisonment for not more than thirty (30) days, or both by
fine and imprisonment; for a second offense by a fine of One Thousand Dollars ($1,000.00) and
in addition thereto, the Contract on which the violation has occurred shall be forfeited, and no
such person or corporation shall be entitled to receive any sum nor shall any officer, agent or
employee of the State pay the same or authorize its payment from the funds under his charge or
control to any person or corporation for work done upon any contract, on which the Contractor
has been convicted of second offense in violation of the provisions of this section.
The minimum wage rates established by the Industrial Commissioner, State of New York, for
this Contract are set forth herein above as part of "Instructions to Bidders".
.
.
12. OUALIFICA TIONS FOR EMPLOYMENT
.
No person under the age of sixteen (16) years and no person currently serving sentence in a
penal or correctional institution shall be employed to perform any work on the project under this
Contract. No person whose age or physical condition is such as to make his employment
dangerous to his health or safety or to the health or safety of others, shall be employed to
perform any work on this project; provided, however, that such restrictions shall not operate
against the employment of physically handicapped persons, otherwise employable, where each
person may be safely assigned to work which they can ably perform.
.
13. NON-DISCRIMINATION
.
There shall be no discrimination because of race, creed, color, national origin, age or sex in the
employment of persons for work under this Contract, whether performed by the Contractor or
any subcontractor. Neither shall the Contractor and subcontractor or any person acting on behalf
of the Contractor or subcontractor discriminate in any manner against or intimidate any
employee hired for the performance of work under this Contract on account of race, creed, color,
national origin, age or sex.
There may be deducted from the amount payable to the Contractor by the Owner under this
Contract a penalty of Five Dollars ($5.00) for each person for each calendar day during which
such person was discriminated against or intimidated in violation of the provisions of this
paragraph; provided that for a second or any subsequent violation of the terms of this paragraph,
this Contact may be canceled or terminated by the Owner and all monies due or to become due
hereunder may be forfeited.
.
.
14. PAYMENT OF EMPLOYEES
.
The Contractor and each of his subcontractors shall pay each of his employees engaged in work
on the project under this Contract in full (less deductions made mandatory by law) in cash (or
any agreed upon method by the Employee) and not less often than once each week.
.
CC-7
.
CONDITIONS OF CONTRACT
15. ESTIMATES & PAYMENTS
.
(a) Monthly: At the end of each calendar month during the progress of the work, the Engineer
shall make an approximate estimate of the work satisfactorily done, based upon the prices set
forth in the Proposal Form. In consideration of the work done, the Owner will payor cause to be
paid to the Contractor the amount estimated by the Engineer as due him less five (5) percent.
.
The making of any such estimate or payment made thereon shall not be taken or construed as an
acceptance by the Owner of any work so estimated and paid for. The five percent (5%) of the
amount of the monthly estimate remaining unpaid will be retained by the Owner as a guarantee
that the Contractor will faithfully and completely fulfill all obligations imposed by the Contract
and Specifications, and against any damages caused the Owner by reason of any failure on the
part of the Contractor to fulfill all conditions and obligations herein contained.
.
.
(b) Final Estimate: One month after the completion and acceptance of the work specified and
contracted for, the Engineer will make a final estimate of all the work done. Thereafter, the
Owner will pay the full amount, less prior payments, less any amounts retained to complete the
work according to the provisions of the Specifications, less any money paid by the Owner by
reason of said Contractor having failed to carry out faithfully and completely all the obligations
and requirements herein contained. Upon final settlement, according to the conditions herein
specified and not until such settlement shall have been made, will the Contractor be relieved
from the obligations assumed in the Contract.
.
.
(c) Measurement for Payment: The Engineer shall make due measurement of work done during
the progress of the work and his estimate shall be final and conclusive evidence of the amounts
of work performed by the Contractor under, and by virtue of, this agreement and shall be taken
as full measure of compensation to be received by the Contractor. When requested by the
Contractor, the Engineer shall measure, remeasure or re-estimate any portion of the work, but
the expense of such remeasurement or re-estimating shall, unless material error be proved, be
paid for by the Contractor.
.
(d) No payments will be made for materials delivered to the site which have not been
incorporated into the work.
(e) Contractors and subcontractors are required to submit to the Town, within thirty days after
issuance's of the first payroll, and every thirty days thereafter, a transcript of the original payroll
record, subscribed and affirmed as true under the penalties of perjury.
.
16. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE
.
The acceptance by the Contractor of the final payment shall be, and shall operate as a release to
the Owner from all claims and all liabilities to the Contractor for all the things done or furnished
in connection with this work and for every act and neglect of the Owner and others relating to or
arising out of, this work, excepting the Contractor's claims for interest upon the final payment, if
this payment be improperly delayed. No payment, however, final or otherwise, shall operate to
.
CC-8
.
CONDITIONS OF CONTRACT
.
release the Contractor or his sureties from any obligations under this Contract or the
Performance Bond.
17. CONSTRUCTION REPORTS
.
The Contractor shall submit to the Engineer prior to commencing any work under this Contract,
a detailed schedule and plan of operations indicating the manner in which the Contractor
proposes to prosecute the work and a time schedule therefor. Such schedules are not intended to
bind the Contractor to a pre-determined plan or procedure, but rather to enable the Engineer to
coordinate the work of the Contractor with work required of, and to be performed by others.
The detailed schedule shall include a list of the subcontractors and material suppliers he
proposes to use on the work.
.
The Contractor shall furnish the Engineer with periodic estimates for partial payments as
required elsewhere in the Contract Documents, and in addition thereto will furnish the Engineer
with a detailed estimate for final payment.
.
Prior to being eligible to receive the final payment under this Contract, the Contractor shall
furnish the Engineer with substantial proof that all bills for services rendered and materials
supplied have been paid.
.
The enumeration of the above reports in no way relieves the Contractor of his responsibility
under existing Federal or State Laws of filing such other reports with agencies as may be
required by such existing laws or regulations.
18. INSPECTION AND TESTS
.
All material and workmanship shall be subject to inspection, examination and test by the
Engineer at any time during the construction and at any and all places where manufacturing of
materials used and/or construction is carried on.
.
Without additional charge, Contractor shall furnish promptly all reasonable facilities, labor and
materials necessary to make any tests required by the Engineer and/or required by the
Specifications.
.
If at any time before final acceptance of the entire work, the Engineer considers necessary or
advisable an examination of any portion of the work already completed, by removing or tearing
out the same, the Contractor shall upon request, furnish promptly all necessary facilities, labor
and materials for such examination. If such work is found to be defective in any material
respect, due to the fault of the Contractor or any subcontractor, or if any work shall be covered
over without the approval or consent of the Engineer, whether or not the same shall be defective,
the Contractor shall be liable for the expense for such examination and of satisfactory
reconstruction.
.
If, however, such approval and consent shall have been given and such work is found to meet the
requirements of this Contract, the Contractor shall be recompensed for the expense of such
.
CC-9
.
CONDITIONS OF CONTRACT
.
examination and reconstruction in the manner herein provided for the payment of cost of extra
work.
.
The selection of laboratories and/or agencies for the inspection and tests of supplies, materials or
equipment shall be subject to the approval of or designated by the Owner. Satisfactory
documentary evidence that the material has passed the required inspection and tests must be
furnished to the Engineer prior to the incorporation of the material in the work.
Any rejected work will be removed from the site of the project completely at the expense of the
Contractor.
19. PLANS AND SPECIFICATIONS: INTERPRETATIONS
.
.
The Contractor shall keep at the site of the work one copy of the Plans and Specifications signed
and identified by the Engineer. Anything shown on the Plans and not mentioned in the
Specifications or mentioned in the Specifications and not shown in the Plans shall have the same
effect as if shown or mentioned in both. In case of any conflict or inconsistency between the
Plans and Specifications, the Specifications shall govern. Any discrepancy between the figures
and drawings shall be submitted to the Engineer whose decision thereon shall be conclusive.
20. SUBSURFACE CONDITIONS FOUND DIFFERENT
.
Should the Contractor encounter subsurface conditions at the site materially differing from those
shown on the Plans or indicated in the Specifications, he shall immediately give notice to the
Engineer of such conditions, before they are disturbed; the Engineer shall thereupon promptly
investigate the conditions and if he finds that they materially differ from those shown on the
Plans or indicated on the Specifications, he shall at once make such changes in the Plans and/or
Specifications as he may find necessary. Any increase or decrease of cost resulting from such
changes will be adjusted in the manner provided herein for adjustment as to extra and/or
additional work and changes.
.
21. CONTRACTOR'S TITLE TO MATERIALS
.
No materials or supplies for the work shall be purchased by the Contractor or any subcontractor
subject to any chattel mortgage or under a conditional sale or other agreement by which an
interest is retained by the seller. The Contractor warrants that he has good title to all materials
and supplies used by him in the work.
.
22. SUPERINTENDENCE BY CONTRACTOR
.
At the site of the work, the Contractor shall give his constant, personal attention to the work or
employ a construction superintendent or foreman who shall have full authority to act for the
Contractor. It is understood that such representative shall be acceptable to the Engineer and
shall be one who can be continued in that capacity for the particular job involved unless he
ceases to be on the Contractor's payroll. The Contractor's superintendent and foreman must be
able to read and speak the English language.
.
CC - 10
.
CONDITIONS OF CONTRACT
23. PROTECTION OF WORK. PERSONS AND PROPERTY
.
Precaution shall be exercised at all times for the proper protection of all persons, property and
work. The Contractor shall give notice to the owners of utilities which may serve the area and
request their assistance in predetermining the location and depth of various pipes, conduits,
manholes, and other underground facilities. The safety provisions of applicable laws, building
and construction codes shall be observed. Machinery, equipment and all hazards shall be
guarded or eliminated in accordance with the safety provisions of the Manual of Accident
Prevention in Construction published by the Associated General Contractors of America, to the
extent that such provisions are not in contravention of applicable law. The Contractor shall
furnish entirely at his own expense any and all additional safety measures deemed necessary by
the Owner or his Engineer to adequately safeguard the traveling public.
.
.
The Contractor shall, at all hours of the day, safely guard and protect his own work and adjacent
property from any damage and shall replace or make good any such damage, loss or injury,
unless such be caused directly by errors contained in the Contract Documents, or by the Owner
or its duly authorized representatives.
.
The Contractor shall provide and maintain such watchmen, barriers, lights, flares and other
signals at his own expense, as will effectively prevent any accident in consequence of his work
for which the Owner might be liable. The Contractor shall be liable for all injuries or damage
caused by his act or neglect, or that of his employees.
.
The Contractor shall take particular care to avoid the blocking of fire hydrants, fire alarm boxes,
letterboxes, traffic signals or other visible devices maintained for the use of the public.
24. REPRESENTATIONS OF CONTRACTOR
.
The Contractor represents and warrants:
.
(a) That he is financially solvent and that he is experienced in, and competent to, perform the
type of work involved under this Contract and able to furnish the plant, materials, supplies
and/or equipment to be furnished for the work; and
(b) That he is familiar with all Federal, State and Municipal Law, ordinances and regulations
which may in any way affect the work of those employed hereunder, including but not limited to
any special acts relating to the work; and
.
(c) That such work required by these Contract Documents as is to be done by him can be
satisfactorily constructed and used for the purpose for which is intended and that such
construction will not injure any person or damage any property; and
.
(d) That he has carefully examined the Plans, Specifications and the site of the work, and that
from his own investigations he has satisfied himself as to the nature and location of the work, the
character, location, quality and quantity of surface and subsurface materials, structures and
utilities likely to be encountered, the character of equipment and other facilities needed for the
.
CC - II
.
CONDITIONS OF CONTRACT
.
performance of the work, the general local conditions which may in any way affect the work or
its performance.
25. PATENT RIGHTS
.
As part of his obligation hereunder and without any additional compensation, the Contractor will
pay for any patent fees or royalties required in respect to the work or any part thereof and will
fully indemnify the Owner or his Engineer for any loss on account of any infringement of patent
rights unless prior to his use in the work a particular process or a product of a particular
manufacturer he notifies the Engineer in writing that such process or product is an infringement
of a patent.
.
26. AUTHORITY OF THE ENGINEER
.
In the performance of the work, the Contractor shall abide by all orders and directions and
requirements of the Engineer and shall perform work to the satisfaction of the Engineer, at such
time and places, by such methods, and in such manner and sequence as he may require. The
Engineer shall determine the amount, quality, acceptability, and fitness of all parts of the work,
shall interpret the Plans, Specifications, Contract Documents and any extra work orders and
shall decide all other questions in connection with the work. Upon request, the Engineer shall
confirm in writing any oral orders, directions, requirements or determinations. The enumeration
herein or elsewhere in the Contract Documents of particular instance in which the opinion,
judgement, discretion or determination of the Engineer shall control or in which work shall be
performed to his satisfaction or subject to his approval or inspection, shall not imply that only
matters similar to those enumerated shall be so governed and performed, but without exception
all the work shall be governed and so performed.
.
.
27. CHANGES AND ALTERATIONS
.
The Owner, upon the Engineers recommendation, reserves the right to make alterations in
location, line, grade, plan, form or dimensions of the work, or any part thereof, either before or
after the commencement of construction. If such alterations diminish the amount of work to be
done, no claim for damages or anticipated profits will be warranted on the work, which may be
dispensed with. If such alterations increase the amount of work, such increases shall be paid for
according to the quantity of work actually done and at the prices for such work as contained in
the schedule of prices.
28. CORRECTION OF WORK
.
.
All work and all materials whether incorporated into the work or not, all processes of
manufacture and all methods of construction shall be at all times and places subject to the
inspection of the Engineer who shall be the final judge of quality, materials, processes of
manufacture and methods of construction suitable for the purpose for which they are used.
Should they fail to meet his approval, they shall be forthwith reconstructed, made good and
replaced and/or corrected as the case may be, by the Contractor, at his own expense.
.
CC-12
.
CONDITIONS OF CONTRACT
.
If, in the opinion of the Engineer, it is not desirable to replace any defective or damaged
materials or to reconstruct or correct any portion of the work injured or not performed in
accordance with the Contract Documents, the compensation to be paid to the Contractor
hereunder shall be reduced by such amount as in the judgement of the Engineer shall be
equitable.
.
The Contractor expressly warrants that his work shall be free from any defects in materials or
workmanship and agrees to correct any defects, which may appear within one year following the
final completion of the work. Neither the acceptance of the completed work nor payment
therefor shall operate to release the Contractor or his sureties from any obligations under or upon
this Contract or the Performance Bond.
.
29. WEATHER CONDITIONS
.
In the event of temporary suspension of work or during inclement weather or whenever the
Engineer shall direct, the Contractor will, and will cause his subcontractors to protect carefully
his and their work and materials against damage or injury from the weather. If in the opinion of
the Engineer any work or material shall have been damaged or injured by reason of failure on the
part of the Contractor or any of his subcontractors to protect his or their work, such work and
materials shall be removed and replaced at the expense of the Contractor.
30. THE OWNER'S RIGHT TO WITHHOLD PAYMENTS
.
The Owner may withhold from the Contractor so much of any approved payments due him as
may, in the judgement of the Owner, be necessary:
.
(a) To assure the payment of just claims then due and unpaid of any persons supplying labor or
materials for the work;
(b) To protect the Owner from loss due to defective work not remedied; or
.
(c) To protect the Owner from loss due to injury to persons or damage to the work or property of
other contractors or subcontractors or others, caused by the act or neglect of the Contractor or
any of his subcontractors. The Owner shall have the right, as agent for the Contractor to apply
such amounts so withheld in such manner as the Owner may deem proper to satisfy such claims
or to secure such protection. Such applications of such money shall be deemed payments for the
account of the Contractor.
31. THE OWNER'S RIGHT TO STOP WORK OR TERMINATE CONTRACT
.
If,
(a) The Contractor shall be adjudged bankrupt or make an assignment for the benefit of
creditors; or
.
(b) A receiver or liquidator shall be appointed for the Contractor for any of his property and shall
not be dismissed within 20 days after such appointment, or the proceedings in connection
.
CC - 13
.
CONDITIONS OF CONTRACT
therewith shall not be stayed on appeal within the said 20 days; or
.
(c) The Contractor shall refuse or fail, after notice or warning from the Engineer, to supply
enough properly skilled workmen or proper materials; or
.
(d) The Contractor shall refuse or fail to prosecute the work or any part thereof with such
diligence as will insure its completion within the periods herein specified (or any duly authorized
extension thereof) or shall fail to complete the work within said periods; or
(e) The Contractor shall fail to make prompt payments to persons supplying labor or materials
for the work; or
.
.
(f) The Contractor shall fail or refuse to regard laws, ordinances or the instructions of the
Engineer or otherwise be guilty of a substantial violation of any provisions of this Contract; then
and in any such event, the Owner, without prejudice to any other rights or remedy it may have,
may by seven (7) days' notice to the Contractor, terminate the employment of the Contractor and
his rights to proceed either as to the entire work or (at the option of the Owner) as to any portion
thereof as to which delay shall have occurred, and may take possession of the work and
complete the work by contract or otherwise, as the Owner may deem expedient. In such case,
the Contractor will not be entitled to receive any further payment until the work is finished. If
the unpaid balance of the compensation to be paid the Contractor hereunder shall exceed the
expense of so completing the work (including compensation for additional managerial,
administrative and inspection services and any damages for delay), such excess shall be paid to
the Contractor. If such expense shall exceed such unpaid balance, the Contractor and his
sureties shall be liable to the Owner for such excess. If the right of the Contractor to proceed
with the work is so terminated, the Owner may take possession of and utilize in completing the
work, such materials, appliances, supplies, plant and equipment as may be on the site of the
work and necessary thereof. If the Owner does not so terminate the right of the Contractor to
proceed, the Contractor shall continue to work.
.
.
32. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT
.
If the work shall be stopped by order of the Court or other public authority for a period of three
(3) months without act or fault of the Contractor or any of his agents, servants, employees or
subcontractors, the Contractor may, upon ten (10) days notice to the Owner, discontinue his
performance of the work and/or terminate the Contract; in which event, the liability of the
Owner to the Contractor shall be determined as provided in Paragraph 31. The Contractor shall
not be obligated to pay to the Owner any excess of the expense of completing the work over the
unpaid balance of the compensation to be paid to the Contractor hereunder.
.
33. RESPONSIBILITY FOR WORK
.
The Contractor agrees to be responsible for the entire work embraced in this Contract until its
completion and final acceptance, and that any unfaithful or imperfect work that may become
damaged from any cause either by act of commission or omission to properly guard and protect
the work that may be discovered at any time before the completion and acceptance shall be
.
CC-14
.
CONDITIONS OF CONTRACT
.
removed and replaced by good and satisfactory work without any charge to the Owner, and that
such removal and replacement will be performed immediately on the requirement of the
Engineer, notwithstanding the fact that it may have been overlooked by the proper inspector, and
partial payment made thereon. It is fully understood by the Contractor that the inspection of the
work shall not relieve him of any obligation to do sound and reliable work as herein prescribed,
and that any omission to disapprove any work by the Engineer at or before the time of partial
payment or other estimate shall not be construed to be acceptance of any defective work.
.
34. USE OF PREMISES AND REMOVAL OF DEBRIS
The Contractor expressly undertakes at his own expense:
.
(a) To store his apparatus, materials, supplies and equipment in such orderly fashion at the site of
the work as will not unduly interfere with the progress of his work or the work of any of his
subcontractors;
.
(b) To frequently clean up all refuse, rubbish, scrap materials and debris caused by the
operations to the end that at all times, the site of the work shall present a neat, orderly and
workmanlike appearance;
(c) Before final payment hereunder to remove all surplus material, temporary structures, plants
of any description and debris of every nature resulting from his operations.
.
35. SUITS OF LAW
.
The Contractor shall indemnify and save harmless the Owner from and against all suits, claims,
demands or actions for any injury sustained or alleged to be sustained by any party or parties in
connection with the construction of the work or any part thereof, or any commission or omission
of the contractor, his employees or agents of any subcontractor, and in case of any such action
shall be brought against the Owner, the Contractor shall immediately take charge of and defend
the same at his own cost and expense.
.
36. POWER OF THE CONTRACTOR TO ACT IN AN EMERGENCY
.
In case of an emergency, which threatens loss or injury to property and/or safety of life, the
Contractor will be permitted to act as he sees fit without previous instructions from the Engineer.
He shall notify the Engineer thereof immediately and any compensation claimed 1:lY the
Contractor due to extra work made necessary because of his acts in such emergency shall be
submitted to the Engineer for approval. Where the Contractor has not taken action but has
notified the Engineer of an emergency indicating injury to persons or damage to adjoining
property or to the work being accomplished under this Contract, then upon authorization from
the Engineer to prevent such threatened injury or damage, he shall act as instructed by the
Engineer. The amount of reimbursement claimed by the Contractor on account of any such
action shall be determined in the manner provided herein for the payment of extra work.
.
.
CC-15
.
CONDITIONS OF CONTRACT
37. PROVISIONS REOUIRED BY LAW DEEMED INSERTED
.
Each and every provision of law and clause required by law to be inserted in this Contract shall
be deemed to be inserted herein and the Contract shall read and be enforced as though it were
included herein, and if through mistake or otherwise, any such provision is not inserted, or is not
correctly inserted, then upon the application of either party the Contract shall be forthwith be
physically amended to make such insertion.
.
38. SUBLETTING. SUCCESSOR AND ASSIGNS
.
The Contractor shall not sublet any part of the work under this Contract nor assign any money
due him hereunder without first obtaining the written consent of the Owner. This Contract shall
insure the benefit of and shall be binding upon the parties hereunder and upon their respective
successors and assigns, but neither party shall assign or transfer his interest herein in whole or in
part without consent of the other.
39. GENERAL MUNICIPAL LAW CLAUSE
.
.
Pursuant to the provisions of Section 103-a of the General Municipal Law, in the event that the
Bidder or any member, partner, director or officer of the Bidder, should refuse, when called
before a grand jury to testify concerning any transaction or contract had with the State, any
political subdivision thereof, a public authority or any public Department, agency or official of
the State or of any political subdivision thereof or of a public authority, to sign a waiver of
immunity against subsequent criminal prosecution or to answer any relevant question concerning
such transaction or contract, such person, and any firm, partnership, or corporation of which he
is a member, partner, director or officer shall be disqualified from thereafter selling to or
submitting bids to or receiving awards from or entering into any contracts with any municipal
corporation or any public Department, agency or official thereof for goods, work or services for
a period of five (5) years after such refusal, and any and all contracts made with any municipal
corporation or any public Department, agency or official thereof on or after the first day of July,
1959, by such person, and by any firm, partnership or corporation of which he is a member,
partner, director or officer may be cancelled or terminated by the municipal corporation without
incurring any penalty or damages on account of such cancellation or termination, but any monies
owing by the municipal corporation for goods delivered or work done prior to the cancellation or
termination shall be paid.
.
.
40. GRADES. LINES, LEVELS AND SURVEYS
.
The Engineer shall furnish the Contractor with the basic horizontal and vertical controls from
which the Contractor shall transfer and stake his lines and grades and for their accuracy.
.
The Engineer will establish the basic horizontal and vertical controls at the start of the work, and
it shall be the responsibility of the Contractor to safeguard such controls; and if, in the opinion of
the Engineer, these controls are damaged or destroyed either in whole or in part, the Contractor
shall pay the cost of having the damaged controls verified, checked, corrected or replaced.
.
CC-16
.
CONDITIONS OF CONTRACT
41. INSURANCE REOUlREMENTS
.
The Contractor shall not commence work until the Town has approved all the insurance required
under this Contract as required immediately following the Instructions to Bidders. Additionally,-
the Contractor shall indemnify and save harmless the Town of Southold from and against all
losses and all claims, demands, payments, suits, actions, recoveries and judgments of every kind
or nature, brought or recovered against the Town of Southold by reason of any act or omission of
the Contractor, his agent or employees in the performance of the Contract.
.
The Contractor shall not permit any subcontractor to commence any work under this contract
until satisfactory proof of carriage of the required insurance has been posted with and approved
by the Town.
.
42. FOREIGN CONTRACTORS
.
Foreign Contractors must comply with the provisions of Articles 9A and 16 of the Tax Law, as
amended, prior to submission of a bid for the performance of this work. The certificate of the
New York State Tax Commission to the effect that all taxes have been paid by the foreign
contractor shall be conclusive proof of the payment of taxes. The term "foreign contractor" as
used in this subdivision means in the case of an individual, a person who is a legal resident of
another state or foreign country; and in the case of a foreign corporation, one organized under
the laws of a state other than the State of New York.
.
43. LIEN LAW
.
Attention of all persons submitting bids is specifically called to the provisions of Section 25,
Subdivision 5, Section 25A and 25B of the Lien Law, as amended, in relation to funds being
received by a contractor for a public improvement declared to constitute trust funds in the hands
of such Contractor to be applied first to the payment of certain claims.
44. REFUSAL TO WAIVE IMMUNITY
.
Pursuant to the provisions of Section 103-A of the General Municipal Law, in the event that the
bidder or any member, partner, director or officer of the bidder, should refuse when called before
a grand jury to testify concerning any transaction or contract had with the State, any political
subdivision thereof, a public authority or with any public department, agency or official of the
State or of any political subdivision thereof or of an authority, to sign a waiver of immunity
against subsequent criminal prosecution or to answer any relevant question concerning such
transaction or contract, such person, and any firm, partnership or corporation of which he is a
member, partner, firm director or officer shall be disqualified from thereafter selling to or
submitting bids to or receiving awards from or entering into any contracts with any municipal
corporation or any public department, agency, or official thereof, for goods, work or services, for
a period of five (5) years after such refusal, and any and all contracts made with any municipal
corporation or any public department, agency, or official thereof on or after the first day of July,
1959, by such person and any firm, partnership or corporation of which he is a member, partner,
director or officer may be cancelled or terminated by the municipal corporation without
.
.
.
CC-17
.
CONDITIONS OF CONTRACT
.
incurring any penalty or damages on account of such cancellation or termination, but any monies
owing by the municipal corporation for goods delivered or work done prior to the cancellation or
termination shall be paid.
45. EXEMPTION FROM SALES AND USE TAXES
.
In accordance with Chapter 513 of the laws of 1974 adopted by the New York State Legislature,
amending Section 1115 (a) of the tax law, specifically paragraphs 15 and 16, political
subdivisions, as described in subdivision (a) paragraph (L) of section 1116 of the tax laws, of the
State of New York are exempt from the payment of sales and use taxes imposed on tangible
personal property within the limitations specified in tax law 1115 (a) (15) and (16).
.
.
(15) Tangible personal property sold to a contractor, subcontractor or repairman for use in
erecting a structure or building of an organization described in subdivision (a) of section 1116,
or adding to, altering or improving real property, property or land of such an organization, as the
terms real property, property and land are defined in the real property tax law; provided,
however, no exemption shall exist under this paragraph unless such tangible personal property is
to become an integral component part of such structure, building or real property.
.
(16) Tangible personal property sold to a contractor or repairman for use in maintammg,
servicing or repairing real property, or land of an organization described in subdivision (a) of
section 1116, as the terms real property, property or land are defined in the real property tax law;
provided, however, no exemption shall exist under this paragraph unless such tangible personal
property is to become an integral component part of such structure, building or real property.
.
Contractors entering into Contract with the Town of Southold shall be exempt from payment of
sales and use tax as described above. Procedures and forms are available to the Contractor direct
from the Instructions and Interpretations Unit, State of New York, Department of Taxation and
Finance, State Campus, Albany, New York, 12227.
.
.
.
.
CC-18
.
Town of Southold
· SOUTHOLD TOWN RECREATION CENTER IMPROVEMENTS
PROPOSAL PACKAGE
.
BID OPENS: TBD
.
REMINDER NOTE!!!:
.
VENDORS MUST RETURN THIS DOCUMENT INTACT
AND FILLED OUT COMPLETELY!! (Do Not Sign the
Contract Agreement. It is included only for informational
purposes, and will be signed by the successful bidder after
award of contract.)
.
.
All line items on the Proposal Form must be filled in! All
lines must have an indication of the bidder's response
whether it is a dollar figure or No Bid.
.
Please DO NOT remove any pages from this bid package! ! !
Thank you!
.
.
.
Proposal Package I of 10
.
BIDDER'S CHECK LIST
.
Your response to our above referenced bid will be considered unresponsive and will be rejected if
the following forms are not included at the time of the bid opening.
D
D
Notarized Affidavit of Non-Collusion as required by NYS Law.
.
A Bid Deposit in the amount of Five Percent of Bid Price as required in the
Invitation to Bid.
D
As per specifications, the TOWN OF SOUTHOLD requires a current
insurance certificate, with the TOWN OF SOUTHOLD listed as additional
insured, to be on file in the Town Clerk's Office. You will be given ten (10)
business days from notice of award to supply this form or the bid will be
rescinded.
.
.
D
D
D
Vendor Information Sheet and Address Record Form.
Assumed Name Certification.
Bidder's Qualification Statement.
.
NOTE: Please do NOT sign the Contract Agreement. It is included only for
informational purposes, and will be signed by the successful bidder after award of
the contract.
.
.
.
.
.
Proposal Package 2 of 10
.
VENDOR NAME:
.
VENDOR INFORMATION SHEET
.
TYPE OF ENTITY:CORP. PARTNERSHIP
FEDERAL EMPLOYEE ID #:
OR SOCIAL SECURITY #:
DATE OF ORGANIZATION:
IF APPLICABLE: DATE FILED:
STATE FILED:
If a non-publicly owned Corporation:
CORPORATION NAME:
LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares)
INDIVIDUAL
.
.
LIST OFFICERS AND DIRECTORS:
NAME
TITLE
.
.
...................................................................................
.
If a partnership:
PARTNERSHIP NAME:
LIST PARTNERS NAMES:
.
.
.
Proposal Package 3 of 10
.
ADDRESS RECORD FORM
.
MAIL BID TO:
VENDOR NAME:
ADDRESS:
.
CONTACT:
TELEPHONE:
E-MAIL:
FAX:
.
ONLY if different -
MAIL PURCHASE ORDER TO:
ADDRESS:
.
TELEPHONE:
CONTACT:
FAX:
E-MAIL:
.
ONLY if different -
MAIL PAYMENT TO:
ADDRESS:
.
TELEPHONE:
CONTACT:
FAX:
E-MAIL:
.
.
.
.
Proposal Package 4 of 10
.
VENDOR NAME:
ASSUMED NAME CERTIFICATION
.
*If the business is conducted under an assumed name, a copy of the certificate
required to be filed under the New York general business law must be attached.
ASSUMED NAME:
.
If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation,
by an officer of the corporation, or other person authorized by resolution of the board of directors,
and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or
other person authorized by a writing signed by at least one general partner and submitted with the bid
or previously filed with the Town Clerk.
.
The submission of this constitutes a certification that no Town Officer has any interest therein.
(Note: In the event that any Town Officer has any such interest, the full nature thereof should be
disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or
other municipality bid on contracts only that such interest be revealed when they do bid.)
.
.
INSURANCE STATEMENT
Bidder agrees as follows - please mark appropriate box:
Insurance Certificate as requested is attached
D
D
.
I certify that I can supply insurance as specified if awarded the bid
Insurance Certificate filed on
DATE
.
FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER.
AUTHORIZED SIGNATURE
.
.
.
Proposal Package 5 of 10
.
AFFIDAVIT OF NON-COLLUSION
.
I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s)
and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that
person to make the statements set out below on his or her behalf and on behalf of my firm.
.
I further attest that:
1. The price(s) and amount of this bid have been arrived at independently, without consultation,
communication or agreement for the purpose of restricting competition with any other contractor,
bidder or potential bidder.
2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person
who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid
opemng.
3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain
from bidding on this project, or to submit a bid higher than the bid of this firm, or any
intentionally high or non-competitive bid or other form of complementary bid.
4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or
inducement from any firm or person to submit a complementary bid.
5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of
materials or services from any other firm or person, or offered, promised or paid cash or anything
of value to any firm or person, whether in connection with this or any other project, in
consideration for an agreement or promise by an firm or person to refrain from bidding or to
submit a complementary bid on this project.
6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of
materials or services to any firm or person, and has not been promised or paid cash or anything of
value by any firm or person, whether in connection with this or any project, in consideration for
my firm's submitting a complementary bid, or agreeing to do so, on this project.
7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with
responsibilities relating to the preparation, approval or submission of my firm's bid on this project
and have been advised by each of them that he or she has not participated in any communication,
consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the
statements and representations made in this affidavit.
.
.
.
.
The person signing this bid, under the penalties of perjury, affirms the truth thereof.
.
SWORN TO BEFORE ME THIS
Signature & Company Position
NOTARY:
DAY OF
.20_
Type Name & Company Position
.
Company Name
NOTARY PUBLIC
Date Signed
.
Federal J.D. Number
.
Proposal Package 6 of 10
.
PROPOSAL FORM
SOUTHOLD TOWN RECREATION CENTER IMPROVEMENTS
.
VENDOR NAME:
VENDOR ADDRESS:
.
TELEPHONE NUMBER:
FAX:
.
The undersigned bidder has carefully examined the Contract Documents and will provide all
necessary labor, materials, equipment and incidentals as necessary and called for in the
said Contract Documents in the manner prescribed therein and in said Contract, and in
accordance with the requirements of the Engineer, at the prices listed on the attached Bid
Proposal Form.
.
If the bidder is an individual, the bid must be signed by that individual; if the bidder is a
corporation, the bid must be signed by an officer of the corporation, or other person
authorized by resolution of the board of directors, and in such case a copy of the resolution
must be attached; if a partnership, by one of the partners or other person authorized by a
writing signed by at least one general partner and submitted with the bid documents.
.
The submission of this constitutes a certification that no Town Officer has any interest
therein. (Note: In the event that any Town Officer has any such interest, the full nature
thereof should be disclosed below. It is not forbidden that individuals working for the TOWN
OF SOUTHOLD or other municipalities bid on contracts, but only that such interest be
revealed when they do bid.)
.
.
The undersigned hereby acknowledges receipt of the following Addenda (if none were
issued please write N/A below):
Addendum No.
Dated
.
.
.
Proposal Package 7 of 10
.
TOWN OF SOUTHOLD
SOUTHOLD TOWN RECREATION CENTER
Itemized Proposal for: Town of Southold
LKMA Project No. 07017
.
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE EXTENDED BID
NO. (Fill in Unit Price Written in Words) QUANTITY BID AMOUNT
1 General Conditions and Mobilizations 1 LS
for /LS
Dollars Cents
Method of Measurement: The amount bid shall include supervision and management, on-going project-related expenses, insurances,
bonding, labor, materials, equipment, and incidentals necessary to mobilize, construction staging, re-mobilization to the construction
site, meet all of the general requirements set forth under Division 1, comply with all conditions set forth in the Conditions of Contract and
General Conditions of the Contract and demobilize from the construction site upon successful completion of the project.
Method of PaYment: Payment for this item will be made in two (2) payments;
a. Fifty Percent (50%) upon complete mobilization to the site.
b. Fifty Percent (50%) upon successful completion and acceptance of the project.
Intent: This bid item shall facilitate requirements of Division 01000 of the specification and construction operations.
2 New Aluminum Windows & SF
Front Entrance Door
for /SF
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be a percentage of the lump sum price as determined by
the Town of their Duly Authorized Representative for replacement of existing windows with new heavy duty aluminum windows and
replacement of front entrance door and frame installed and accepted in accordance with the specifications and drawings.
Method of PaYment: The quantity of accepted Window and Door Replacement shall be measured and paid for at the contract lump
sum price bid as called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and
equipment necessary to satisfactorily complete the work as shown on the contract drawings and described in this specification.
Including removai of the existing metal windows and front entrance door and frame, installation of new heavy duty aluminum windows,
new aluminum sills, new glazing, new fibergalss insulation between frames and sUbframes, new hollow metal door frame, new FRP
door, new door hardware, interior and ex1erior caulking throught perimeter of new windows and new door, removal and reinstallation of,
Intent: The Contractor shall install the windows and door to the ex1ent shown on the contract drawings and specifications.
3 New Metal-Over-Metal Standing Seam 1 LS
Roof System
for /LS
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be a percentage of the lump sum price as determined by
the Town or their Duly Authorized Representative for metai-over-metal standing seam roof system installed on the the entire building
roof as shown on the drawings and as specified.
Method of PaYment: The percentage of accepted new standing seam roof system shall be paid for at the contract lump sum price bid
as called for in the proposai form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment
necessary to satisfactorily complete the work as described in this specification. Included under this item is installation of a new metal
standing seam roof system over the existing metal roof, Professional Structural Engineeer Certification for the integrity of the existing
roof structure, replacement of the existing metal roof ridge vents, replacement of all gutters and leaders, replacement of all metal
fascias and wood blocking, installation of new blanket insulation, new vapor barrier, new perimeter wood blocking, new precast concrete
splashblocks and new flashing for all roof penetrations.
Intent: The Contractor shall install the standing seam roof system as shown on the contract drawings and specifications.
CONTINUED ON NEXT PAGE
CONTRACT' A' - GENERAL - Page 1 of 2
.
.
.
.
.
.
.
.
.
.
TOWN OF SOUTHOLD
SOUTHOLD TOWN RECREATION CENTER
Itemized Proposal for: Town of Southold
LKMA Project No. 07017
.
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE EXTENDED BID
NO. (Fill in Unit Price Written in Words) QUANTITY BID AMOUNT
4 New Fully Adhered TPO Membrane-Over-Metal 1 LS
Roof System
for /LS
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be a percentage of the lump sum price as determined by
the Town or their Duly Authorized Repsentative for proposed TPO membrane-aver-metal standing seam roof system installed on the
the entire building roof shown as an alternate on the drawings and specifications.
Method of Pavment: The percentage of accepted new TPO membrane roof system shall be paid for at the contract iump sum price
bid as called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and
equipment necessary to satisfactorily complete the work as described in this specification. Inciuded under this item is installation of a
new TPO membrane roof system over the existing metal roof, Professional Structural Engineeer Certification for the integrity of the
existing roof structure, repiacement of the existing metal roof ridge vents, replacement of all gutters and leaders, replacement of all
metal fascias and wood blocking, installation of new rigid insulation "fiute filler", new 1/2" density board, new perimeter wood blocking,
new precast concrete splash blocks and new fiashing for all roof penetrations.
Intent: The Contractor shall install the TPO membrane roof system as shown on the contract drawings and specifications.
5 Exterior Wall Insulation & Finish System 1 LS
for /LS
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be a percentage of the lump sum price as determined by
the Town or their Duly Authorized Representative for exterior wall insulation and finish system installed along the entire exterior of the
building as shown on the drawings and as specified.
Method of Pavment: The percentage of accepted exterior wall insulation and finish system (EIFS) shall be paid for at the contract
lump sum price bid as called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials,
tools and equipment necessary to satisfactorily complete the work as described in this speCification. Included under this item is
installation of metai hat channels on existing metal panel, new 1/2" exterior garde plywood subbase, new 2" EPS Insulation, new
reinforcing mesh and fisnish system, removal and reinstallation of all existing light fixtures, louvers, conduits, switches, antennas as
required to accommodate the new EIFS, in conformance with the contract documents.
Intent: The Contractor shall install the EIFS along the entire exterior building as shown on the drawings and specifications.
.
.
.
.
.
CONTINUED ON NEXT PAGE
.
TOTAL
Dollars
Cents
WRITTEN IN WORDS Total all Pav Items
. NOTE: The Town of Southold reserves the right to increase, decrease, or eliminate in its entirety any or all items prior to or
after award of the bid.
TRANSFER TOTAL TO BID SHEET BS-1
.
CONTRACT 'A' - GENERAL. Page 2 of 2
.
.
.
AUTHORIZED SIGNATURE
PRINT NAME
.
TITLE
DATE
.
ACKNOWLEDGMENT
STATE OF NEW YORK, COUNTY OF
) ss.:
.
.
On the day of in the year 2007 before me, the undersigned, personally
appeared, , personally known to me or proved to me on the basis
of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within
instrument and acknowledged to me that he/she/they executed the same in hislher/their capacity(ies),
and that by hislher/their signature(s) on the instrument, the individual(s), or the person upon behalf of
which the individual(s) acted, executed the instrument.
.
NOTARY PUBLIC
.
.
.
.
Proposal Package 10 of 10
.
Town of Southold
BIDDER'S OUALIFICA nON STATEMENT
.
The signatory of this questionnaire certifies under oath the truth and correctness of all statements
and of all answers to interrogatories hereinafter made.
A Corporation
A Partnership or Entity
An Indi vidual
SUBMITTED BY:
.
FIRM NAME:
PRINCIPAL OFFICE:
.
PRINCIPAL OFFICERS:
TITLE
NAME
ADDRESS
BACKGROUND
PROFESSION/TRADE
.
I. How many years has your organization been in business under its present business name?
.
2. You normally perform what percent of the work with your own forces? _ %
.
List trades that you organization normally performs below:
.
3. Have you ever failed to complete any work awarded to you? ~. If so, note where and
why.
.
4. Are there any claims, judgments, arbitration proceedings or suits pending or outstanding
against your firm or its officers? If yes, please provide details.
.
.
QS-l
.
.
5. Has your firm requested arbitration or filed any lawsuits with regard to construction
contracts within the last five years? If yes, please provide details.
.
6. List the major construction projects your organization has underway at this date:
Project
Name
Name of:
Owner
Telephone #
Engineer/
Architect
Telephone #
Contract
Amount
Percent
Complete
Scheduled
Completion
.
.
.
Project
Name
7. List five major projects you organization has completed in the past five years:
Name of: Engineer/ Work Done
Owner Architect Contract Date of With Own Forces
Telephone # Telephone# Amount Completion % of Work
.
.
.
.
.
QS-2
.
8. List the construction experience of the principal individuals of your organization
(particularly the anticipated project supervisors):
.
Years of
Experience
Type of Work
For Which
Responsible
In What
Capacitv
Individual's Name
Present
Position
Of Office
.
.
.
9. Do you have, or can you obtain, sufficient labor and equipment to commence work when
required and complete the work within the Contract Time?
10. Bank References:
.
.
II. Trade Association Membership:
.
12. Has your firm ever been investigated by the New York State Department of Labor for
prevailing wage rate violations? If yes, when? What was the outcome of the
investigation?
.
.
.
QS-3
.
.
13. Attach current state of financial conditions showing assets, liabilities and net worth.
Failure to attach the required documentation may be considered non-responsive on the
part of the Bidder and may result in rejection of the Bidder's Proposal.
.
.
.
.
.
STATE OF
COUNTY OF
being duly sworn deposes and says that he is
the of contractor and that
answers to the foregoing questions and all statements therein contained are true and correct.
.
(Signature of person who signed bid)
.
Sworn to before me this
day of
,2007
.
Notary Public
Commission Expiration Date:
.
QS-4
.
CONTRACT AGREEMENT
.
THIS AGREEMENT made this day of AD Two Thousand
and Five by and between the Town of Southold, party of the first part (hereinafter called
the Owner), and , party of the
second part (hereinafter called Contractor).
.
WITNESSETH: That for and in consideration of the premises and the agreements herein
contained, and the payments herein provided to be made, the parties hereto agree as
follows:
.
FIRST: The Contractor shall perform all labor, and furnish all the materials, equipment,
tools, and implements and will well and faithfully perform and complete the entire work
of constructing the
SOUTHOLD TOWN RECREATION CENTER IMPROVEMENTS
.
AS DESCRIBED IN THE Contract Documents made and prepared by the Town of
Southold, and L.K. McLean Associates, P.C" the project engineers, and as set forth in the
Contractor's Bid dated TO BE DETERMINED, and in strict and entire conformity and in
accordance with the Notice to Bidders, Instructions to Bidders, Proposal Form (Bid),
Performance Bond, Conditions of Contract, General Conditions, Detailed Specifications,
Contract Drawings, Addenda, and this Agreement, hereto annexed and made a part
hereof, and hereinafter collectively referred to as "Contract Documents".
.
.
SECOND: In Consideration of the Contractor performing this Contract in the manner
herein stated and as stated in the Contract Documents, the Owner promises and agrees to
payor cause to be paid to the Contractor the sums of money mentioned in said Contract
Documents in the manner and under the conditions therein provided.
.
THIRD: The Contractor covenants and agrees that, anything in this Contract or in the
Contract Documents to be contrary notwithstanding, or regardless of any matter, thing,
contingency of condition unforeseen or otherwise, present or future, the Contractor shall
not be entitled to receive any additional or further sums of money than the amounts in
said Contract Documents provided; and the failure of the Owner or its agents to insist
upon strict performance of any of the terms, covenants, agreements, provisions or
conditions in this Agreement or in the Contract Documents, on anyone or more
instances, shall not be construed as a waiver or relinquishment for the future of any such
terms, covenants, agreements, provisions and conditions and the same shall be and
remain in full force and effect with power and authority on the part of the Owner to
enforce the same or cause the same to be enforced at any time, without prejudice to any
other rights which the Owner may have against the Contactor under this Agreement or
the Contract Documents.
.
.
.
A-I
.
Terms used in the Agreement which are defined in Article I of the General Conditions
shall have the meanings indicated in the General Conditions.
.
Neither Owner nor Contractor shall, without the prior written consent of the other, assign
or sublet in whole or part his interest under any of the Contact Documents; and,
specifically, Contractor shall not assign any monies due or to become due without the
prior written consent of the Owner.
.
Owner and Contractor each binds himself, his partners, successors, assigns and legal
representatives of the other party hereto in respect to all covenants, agreements and
obligations contained in the Contract Documents.
.
The Contract Documents constitute the entire agreement between Owner and Contractor
and may only be altered, amended or repealed by a duly executed written instrument
signed by both parties.
.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and
year first above written.
Total Bid
Dollars
Written in Words
.
$
Written in Figures
TOWN OF SOUTHOLD CONTRACTOR
.
BY BY
Scott A.Russell, Supervisor
TITLE
.
BY
Town Attorney
.
(CORPORATE SEAL)
.
.
A-2
.
ACKNOWLEDGMENT
.
STATE OF NEW YORK, COUNTY OF
) ss.:
.
On the day of in the year 2007 before me, the undersigned,
personally appeared, ,personally known to me or
proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s)
is (are) subscribed to the within instrument and acknowledged to me that he/she/they
executed the same in hislher/their capacity(ies), and that by hislher/their signature(s) on
the instrument, the individual(s), or the person upon behalf of which the individual(s)
acted, executed the instrument.
.
.
NOTARY PUBLIC
.
STATE OF NEW YORK, COUNTY OF
)ss.:
.
On the day of in the year 2007 before me, the undersigned,
personally appeared, , personally known to me or
proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s)
is (are) subscribed to the within instrument and acknowledged to me that he/she/they
executed the same in hislher/their capacity(ies), and that by hislher/their signature(s) on
the instrument, the individual(s), or the person upon behalf of which the individual(s)
acted, executed the instrument.
.'
.
NOTARY PUBLIC
.
.
A.3
.
.
ALL QUESTIONS PERTAINING TO THIS SOLICITATION
MUST BE SUBMITTED IN WRITING.
(Please use this form and fax to 631-286-8668 to the attention of Christopher Dwyer.
We will respond as soon as possible.)
.
Date:
Company Name:
Contact Name:
.
Fax No.:
Telephone No.:
.
.
.
.
.
.
.
Q-l
.
DIVISION 1 - GENERAL REQUIREMENTS
TOWN OF SOUTHOLD
.
RECREATION CENTER IMPROVEMENTS
GENERAL
The work under this Division shall be subject to the requirements of the CONDITIONS OF
. CONTRACT, GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS,
DRAWINGS, SCHEDULES, ADDENDA and other Contract documents.
Refer to the Drawings and Specifications of other trades and Contractors for items which might
affect the work under this Division.
.
TABLE OF CONTENTS - DIVISION NO.1 - GENERAL REQUIREMENTS
Included in this Division are the following sections:
.
01010 General
01025 Measurement and Payment
01500 Construction Facilities & Temporary Controls
01501 Health & Safety Provisions
01770 Project Closeout
.
.
.
.
.
.
DIVISION I - Page I of 14
SITE
.
DIVISION 1 - GENERAL REOUlREMENTS
SECTION 01010 - GENERAL
.
The site of the proposed work for the Southold Town Recreation Center is located in the Town of
Southold, County of Suffolk, State of New York and more particularly shown on the Contract
Drawings.
.
SCOPE
A.
The work to be performed under this Contract shall include all labor, materials, equipment,
services and incidentals required to perform the proposed construction as indicated in the
Specifications, shown on the Contract Drawings and/or as approved by the Engineer.
.
B.
In general, the work shall include all items but not limited to the following.
· Replacement of the existing windows and front entrance door.
· Installation of a new metal standing seam roof over the existing metal roof.
· Alternate for a fully adhered TPO roof system installed over the existing metal standing
seam roof in lieu of the metal roof.
. Installation of a new exterior insulation finish system.
.
C.
Without restricting the generality of the foregoing and for the convenience of each
Contractor, the items of work are specified under the Standard 16 Uniform Divisions of the
Construction Specifications Institute as follows:
.
1.
7.
8.
9.
General Requirements
Thermal and Moisture Protection
Doors and Windows
Finishes
.
D.
The work covered under these Divisions shall be bid under three (3) separate Contracts:
Contract A - General Construction
.
E.
Each Prime Contractor shall be responsible for coordinating their contractual construction
schedules with each other. Each Prime Contractor shall submit a computer generated
critical point method schedule indicating all items of work under their respective contracts
and in accordance with each Prime Contractor's associated work. It shall be each Prime
Contractor's responsibility to update the schedule as required to reflect changes in schedule
of any or all Prime Contractors.
.
SHOP DRAWINGS
The Contractor shall make or provide any shop drawings, cuts or samples which the Engineer may
require for the approval of details and to show the construction as it will be installed. No shop
drawing shall be issued or used until it has been approved by the Engineer or his representative.
.
DIVISION I - Page 2 of 14
.
.
DIVISION 1 - GENERAL REOUIREMENTS
.
After approval, no changes or deviations shall be made without written notice being sent to the
Engineer. The Engineer's approval shall not relieve the Contractor from responsibility for
deviations from the Drawings or Specifications unless he has, in writing, called the Engineer's
attention to such deviations at the time of submission, nor shall it relieve him from responsibility for
errors or omissions of any sort in the Shop Drawing or schedule. The Contractor shall submit six
(6) copies of each requested item to the Engineer for approval.
.
SUPERINTENDENCE AND WORKMEN
.
The Contractor shall give his constant personal attention to the work while it is in progress, and he
shall place it in charge of a competent and reliable superintendent, who shall have authority to act
for the Contractor, and who shall be acceptable to the Engineer. The Contractor shall, at all times,
employ labor and equipment which shall be sufficient to prosecute the work to full completion in
the manner and time specified. All workmen must have sufficient skill and experience in such
work to properly and satisfactorily perform it and operate the equipment involved. Any person
employed by the Contractor whom the Engineer may deem incompetent or unfit to perform the
work, shall be at once discharged and shall not be again employed.
.
INSPECTION
.
All proposed work under this Contract shall be performed during and with Engineer's approval.
The Contractor is advised to inspect carefully the full premises and consult with the Engineer
regarding any items of construction or reconstruction that may be questionable.
MAINTENANCE AND PROTECTION OF TRAFFIC
.
The Contractor shall so conduct his operations as to interfere to the least extent practicable with the
passage of vehicles, pedestrians and all other kinds of public traffic; and he must take every
precaution against accidents happening to said vehicles, pedestrians and other traffic because of his
operations. The Contractor shall enforce regulations and restrictions as may be necessary or
required for the protection of fire, accidents, property damage and public nuisance. He shall
provide and maintain such toilet facilities at or adjacent to the site as may be required. The
Contractor shall erect and maintain such signs, channel and obstruction markers and barricades as
may be required for the protection of traffic. The Contractor shall not deposit or store any
equipment or materials within the Site Area except with written permission from the Engineer.
.
MAINTENANCE AND PROTECTION OF UTILITIES
.
A. The Contractor shall familiarize himself with th~ existence of structures of municipal and
other public service corporations on or adjoining the site of the work and give reasonable
opportunity to and cooperation with the owners of these utilities in the work of reconstructing
or altering them. Such reconstruction and alteration shall be so conducted as to delay or
interfere as little as practicable with the work of the Contractor. Any additional cost of
various items of work because of these utilities shall be included in the price bid for these
items.
.
.
DIVISION 1 - Page 3 of 14
DIVISION 1 - GENERAL REOUlREMENTS
.
B. The Engineer shall direct the public utility corporations to shift or remove those utility
structures that may be necessary to permit the Contractor to carry out the work in accordance
with the Plans. The Contractor shall not remove or cause to be removed, any structure owned
by a public utility corporation without the approval of the Engineer.
.
C. The Contractor shall cooperate with the public utility corporation whose structures (aerial,
surface or subsurface) are within the limits of or along the outside of the right- of-way, to
make it possible for them to maintain uninterrupted service. The Contractor shall conduct his
operations in such a way as to delay or interfere as little as practicable with the work of the
utility corporation.
.
GRADES. LINES. LEVELS AND SURVEYS
A. The Owner's Engineer will establish one (1) bench mark and location of the work lines as
reference points for the Contractor.
.
B. The reference points shall be maintained by the Contractor. All other required lines, levels,
grades, etc., shall be furnished by the Contractor from the reference points.
.
C. Re-establishment of the reference points by the Engineer for the Contractor shall be done at
the Contractor's expense.
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 aforementioned to the Engineer before
commencing work. Commencement of work shall be corrected by the Contractor at his
expense.
.
LABOR. LAWS AND WORKMANSHIP
.
A. All Contractors and Subcontractors employed upon the work shall and will be required to
conform to the Labors Laws ofthe State of New York, the Occupation Safety and Health Act
of the various acts amendatory and supplementary thereto; and to all other laws, ordinances
and legal requirements applicable thereto.
.
B. 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.
OUALIFICA TIONS
.
All bidders must have been established in the type of construction of whichever Prime Contract
they are submitting a bid for as specified in the Contract Documents for a period of at least five (5)
years. On request, bidders must furnish a list of a minimum of five (5) projects of similar type
construction that was built by them in the Nassau- Suffolk area. List must contain name, address
and telephone number of client's Engineer for which each project was undertaken by Contract. A
minimum of five (5) ofthe projects must have been built for municipal clients.
.
DIVISION I - Page 4 of 14
.
.
DIVISION 1 - GENERAL REQUIREMENTS
.
APPROVAL OF SUBCONTRACTORS
.
A. No Subcontractors shall be employed on the work unless prior approval has been given by the
Engineer. The Contract shall, within five (5) days after signing of the Contract, submit a list
of proposed Subcontractors to the Engineer for approval. The list shall contain firm names,
names of all principals and addresses and projects completed by each Subcontractor and
names, addresses and telephone numbers of the particular project's Engineer for which the
Subcontractor on the aforementioned project list must have been of similar nature. A
minimum of five (5) projects for each proposed Subcontractor must be submitted.
.
B. If for any reason a Subcontractor must be discharged from work, the Contractor shall notif'y
the Engineer at least 24 hours prior to discharge, stating the reasons, and shall provide the
Engineer with the name and qualifications of the replacement Subcontractor for approval by
the Engineer. This action is deemed necessary to maintain continuity of the work and to
minimize project disruptions. All costs due to slowdown of the project for such reasons shall
be borne by the Contractor.
.
STANDARD SPECIFICATIONS
.
Where reference is made in these Specifications to a society, the portion referred to shall be. read
into and shall be a part of this Contract and Specifications. Materials, methods and equipment shall
conform with the latest AS.T.M., AW.P.A, A.S.A., N.E.C., LE.S., etc. Specifications as may
relate to or govern the construction work.
TEMPORARY OFFICE AND STORAGE SHED
.
A. This Contractor is not required to provide a temporary office. If a temporary office is used it
shall be placed where directed by the Engineer shall be removed from the site upon
completion of all work and the office site restored to original conditions.
.
B. The Contractor shall provide and maintain on the premises, where directed, watertight storage
sheds for storage of all materials which might be damaged by weather, and shall remove them
from the site at the completion of the work. Restoration of the shed site shall be done by the
Contractor to the condition prior to erection of sheds.
CONTRACT DRAWINGS
.
The Contract drawings which accompany and form part of these Specifications, bear the general
title Southold Town Recreation Center Renovations, Suffolk County, New York and are
separately numbered and entitled as follows:
.
Tl
Al
A2
A3
Title Sheet & General Notes
Floor Plan, Window & Door Elevations, Details & Notes
Roof Plan, Details & Notes
Building Elevations, EIFS Notes & Details
.
DNISION I - Page 5 of 14
DIVISION 1 - GENERAL REOUIREMENTS
.
CLEAN-UP
The Contractor shall at all times keep the construction area, including storage areas used by him,
free from accumulation of waste material and rubbish and prior to completion of the work, remove
any rubbish from and about the premises. Upon completion of the construction, the Contractor
shall leave the work premises in a clean, neat and workmanlike condition satisfactory to the
Engineer.
.
.
GUARANTEES
A. Before issuance of the final certificate, the Contractor shall deliver to the Owner the following
guarantees in addition to those specifically required in the General Conditions and in the
various technical sections.
.
B. The Contractor hereby guarantees that all materials and workmanship installed under his
respective contract to be new and of good quality in every respect and to remain so for a
period of one (1) year or for longer periods where so provided for in the Specifications, from
the date of issuance of the Final Certificate by the Engineer.
.
C. Should any defects develop in the aforesaid work within the stipulated periods due to faults in
materials and/or workmanship, the Contractor hereby agrees to make all repairs and do all
necessary work to correct the defective parts. Such repairs and corrective work, including the
cost of making good all other work damaged by or otherwise affected by making of the repairs
or corrective work shall be done without any cost or expense to the owner, and at the entire
cost and expense of the Contractor, within five (5) days after notice to the Contractor. The
owner may have the work done and charge the cost thereof to the Contractor and/or his
Sureties who agree to pay the owner the cost of such work if the Contractor fails to respond as
required.
.
.
PAYMENTS
Payment(s) made under this Contract will be made on the basis of actual work completed in
accordance with the Contract Documents. Payments will be computed from the unit and lump sum
bid. Payment will only be made for the items shown in the Proposal Form.
.
END OF SECTION 01010 - GENERAL
.
.
DIVISION I - Page 6 of 14
.
.
DIVISION 1 - GENERAL REOUIREMENTS
SECTION 01025 - MEASUREMENT AND PAYMENTS
.
DESCRIPTION
The Contractor shall furnish all labor, materials, tools, equipment, appurtenances and all services
necessary to perform all Work as required by the plans and specifications or as required by the
Engineer, at the lump sum or unit prices for the items listed herein.
.
ENGINEER'S ESTIMATE OF OUANTITIES
.
The ENGINEER'S estimated quantities for unit price pay items are approximate only and are
included solely for the purpose of comparison of Bids. The OWNER does not expressly or by
implication agrees that the nature of the materials encountered below the surface of the ground or
the actual quantities of material encountered or required will correspond with the estimated
quantities.
PAYMENT ITEMS
.
The method of payments and measurement of payments for each contract item shall be described on
the Proposal Form (PF) section ofthe bid specification.
.
END OF SECTION 01025 - MEASUREMENT AND PAYMENTS
.
.
.
.
.
DIVISION I - Page 7 of 14
DIVISION 1 - GENERAL REOUIREMENTS
.
SECTION 01500 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
SCOPE
.
Work shall include but not be limited to the following:
A. Temporary Utilities - Electricity, lighting, heat, ventilation, water and sanitary facilities shall
be provided by the Contractor for their use as required.
.
B. Temporary Controls - Barriers, enclosures and fencing, protection of the Work, and water
control.
C. Construction Facilities - Access roads, parking, progress cleaning, project signage, and
temporary buildings.
.
TEMPORARY SANITARY FACILITIES
A. The Contractor shall provide at the site suitable enclosed toilet facilities for the use of
construction personnel. The Contractor shall observe and enforce all sanitary regulations and
maintain satisfactory sanitary conditions around and on all parts of the work.
.
B. Adequate washing facility shall be provided for the construction personnel.
C. The Contractor shall maintain, service, clean, and disinfect facilities in a satisfactory manner
and enforce proper use of the sanitary facilities.
.
D. The Contractor shall be subject to a fine and prosecution if any human excrement is deposited
in or around the construction site.
E. The Contractor shall pay for all expenses associated with temporary sanitary facilities during
the course of the work, including furnishing all necessary permits and fees required for
temporary sanitary facilities.
.
F. Comply with all applicable codes and arrange for all necessary inspections and approvals.
FIRST-AID FACILITIES AND ACCIDENTS
A. First Aid Facilities and Accidents - The Contractor shall provide, at the site, such equipment
and facilities as are necessary to supply first-aid to any of his personnel who may be injured in
connection with the work.
.
B. Accident
1. The Contractor shall promptly report in writing to the Engineer all accidents and
whatsoever arising out of, or in connection with, the performance of the work, whether
on or adjacent to the site, which cause death, personal injury or property damage, giving
full details and statements of witness.
.
2. If death or serious injuries or serious damages are caused, the accident shall be reported
immediately by telephone or messenger to both the Owner and the Engineer.
.
DIVISION I - Page 8 of 14
.
.
DIVISION 1 - GENERAL REOUlREMENTS
.
3. If any claim is made by anyone against the Contractor or a Subcontractor on account of
any accidents, the Contractor shall promptly report the facts in writing to the Engineer,
giving full details ofthe claim.
.
WATER CONTROL
The buildings and parking lots shall at all times be protected from water damage.
SECURITY
Coordinate with Owner. Contractor is responsible for protection of all work during contract period.
.
PARKING
A. The Contractor's personnel shall not park on the main road or adjacent private side streets.
.
B. When space is not adequate, provide additional off-site parking.
C. Contractor shall provide vehicle parking for tenants during construction.
.
PROGRESS CLEANING
A. Maintain areas free of waste materials, debris and rubbish. Maintain site in a clean and
orderly condition.
.
B. Remove waste materials, debris and rubbish from site and dispose weekly in areas as
designated by the Owner.
.
PROTECTION OF UTILITIES. FACILITIES AND CONTROLS
A. All existing above grade or buried utilities, equipment, facilities, and materials are to remain
and protected during construction.
B. Clean and repair damage caused by installation or use of temporary work.
C. Restore existing facilities used during construction to original condition. Restore permanent
facilities used during construction to specified conditions.
.
END OF SECTION 01500 - CONSTRUCTION FACILITIES AND TEMPORARY
CONTROLS
.
.
DIVISION 1 - Page 9 of 14
DIVISION 1 - GENERAL REOUIREMENTS
.
SECTION 01501 - HEALTH AND SAFETY PROVISIONS REOUIREMENTS
A. The Contractor shall be responsible to maintain a safe workplace and to monitor working
conditions at all times during construction and, as necessary, to provide appropriate protective
clothing, equipment and facilities for his personnel, and/or to establish work place procedures
to ensure their safety, and to enforce the use ofthese procedures, equipment and/or facilities in
accordance wit the following guidelines:
.
.
1. Safety and Health Regulations Promulgated by the U.S. Department of Labor OSHA, 29
CFR 1910 - Occupational Safety and Health Standards, and 29 CFR 1920 - Safety and
Health Regulations for Construction.
2. U.S. Environmental Protection Agency Medical Monitoring Program Guidelines.
.
B. If, at any time, the Owner or the Engineer is apprised of a safety hazard which demands
immediate attention because of its high potential for hann to public travel, persons on or about
the work, or public or private property, the owner of the Engineer shall have the right to order
such safeguards to be erected and such precautions to be taken as necessary and the Contractor
shall comply with such orders. If, under such circumstances, the Contractor does not or
cannot or his representative is not upon the site so that he can be notified immediately of the
insufficiency of safety precautions, the Owner may put the work into such a condition that it
shall be, in his opinion, in all respects safety, and the Contractor shall pay all expenses of such
labor and materials as may have been used for this purpose by him or by the Owner. The fact
that the Owner or the Engineer does not observe a safety hazard or does not order the
Contractor to take remedial measures shall in no way relieve the Contractor of the entire
responsibility for any costs or claims for loss, damage, or injury by or against any part
sustained on account of the insufficiency of the safety precautions taken by him or by the
Owner acting under authority of this Section.
.
.
.
C. It is the responsibility of the Contractor to take appropriate safety precautions to meet
whatever conditions of hazard may be present during the performance of the work, whether
reasonably foreseeable or not. The Contractor is alerted to the fact that it shall be his sole
responsibility to anticipate and provide such additional safety precautions, facilities, personnel
and equipment as shall be necessary to protect life and property from whatsoever conditions
of hazard are present or may be present.
.
END OF SECTION 01501 - HEALTH AND SAFETY PROVISIONS REOUIREMENTS
.
.
DIVISION I - Page 10 of 14
.
.
DIVISION I - GENERAL REQUIREMENTS
SECTION 01770 - PROJECT CLOSEOUT
.
SCOPE
Prior to the release of final accrued retainage monies, the Contractor shall comply with the
procedures for closing out the Construction Contract and to effect the project's transition to the
Owner as summarized herein below.
.
PUNCH LIST AND FINAL INSPECTION
A. Upon completion of work under the Contract, notify the Owner and Engineer that work is
complete and ready for final inspection.
.
B. The work shall be inspected within a reasonable period of time and a "Punchlist" shall be
prepared showing all items of work, if any, requiring correction or attention on the part of the
Contractor.
.
C. Upon satisfactory completion of remedial work, the Engineer will issue notification and
application for final payment may be submitted in accordance with the appropriate Article of the
General Conditions.
.
D. Use of Completed Portion - The Owner shall have the right to take possession and use any
completed or partially complete portions of the work notwithstanding that the time of
completing the entire work or such portions may not have expired. Such taking possession and
use shall not be deemed an acceptance of any work not completed in accordance with Contract
Documents.
.
CLEAN-UP PRIOR TO FINAL ACCEPTANCE
A. Clean all construction areas free from accumulated forms, excavation fill, construction materials
and construction shanties.
.
B. All basins, manholes, and pipe as constructed shall be cleaned free from accumulated
construction dirt, silt, form work, etc., and all proper restoration called for in the items of the
Specifications shall be complete in every detail.
C. Remove stains, prints, paint, and soil marks of any nature from all ceilings, walls, floors,
hardware, new and existing fixtures and equipment
.
OPERATIONS AND MAINTENANCE INSTRUCTIONS
.
A. The Contractor shall start up, test, adjust, balance and otherwise place in a satisfactory working
condition all items of mechanical and electrical systems, and shall fully instruct representatives
of the Owner in the care and operation of such systems.
B. Instruction of the Owner's Maintenance Supervisor in the proper methods of cleaning and
.
DIVISION 1 - Page II of 14
.
DIVISION 1 - GENERAL REOUlREMENTS
maintaining all the finished surfaces and the proper methods of replacement of the consumable
items such as filters, light bulbs, washers, etc., shall be a part of this work.
.
CONTRACT CLOSEOUT DOCUMENTS
After Execution of Certificate of Substantial Completion, and prior to submittal of Final
Application for Payments, the Contractor shall submit the following documents to the
Engineer! Architect:
.
A. Contractor's notarized affidavit that all payrolls, bill and materials, equipment, and other
indebtedness connected with the work have been paid.
B. Notarized Certificates of Waiver of Liens for himself, each Subcontractor, each material
supplier or person furnishing materials or services to the project.
.
C. List of subcontractors and major material suppliers including address, telephone number, and
name of individual to contact.
D. Validated warranties and notarized copies of all guarantees for equipment and materials
specifically called for in the Contract Documents if applicable.
.
E. Consent of Surety to Final Payment.
F. Fire Underwriters Certification (where applicable).
.
G. Conformed Construction Drawings (As-built) if applicable.
a. Corrected mylars of original, reflecting changes from original bid documents.
b. Three (3) bid sets of blue line print, recording changes in colored pencils including location
by dimension from building walls, inside and outside, for all buried construction.
.
H. Record copy of each shop drawing or installation diagram if applicable.
1. Operating manual (three (3) sets) assembled and bound, each containing if applicable:
.
a. Explanatory brochures of all equipment.
b. Catalog cut.
c. Wiring diagrams.
d. Instruction sheets for operation and maintenance.
.
J. Maintenance Bond shall be submitted as part of the final payment for review. The bond shall
name the Town as the recipient and value equal to the final contract amount with extras and
altemates. The bond shall be valid for a period of one year, starting on the date of project
completion agreed by the Engineer.
.
GUARANTEES
DIVISION I - Page 12 of 14
.
.
DIVISION I - GENERAL REOUlREMENTS
.
A. Before issuance of the Final Payment, the Contractor shall deliver to the Owner the following
guarantee in addition to those specifically required in the General Conditions and in the various
Technical Sections ofthe specifications.
.
The Contractor hereby guarantees that all materials and workmanship installed under his
respective contract to be new and of good quality in every respect and to remain so for a period
of one (1) year, for longer periods where so provided for in any manufacturers literature, from
the date of the issuance of the Final Certificate by the Engineer.
.
Should any defect develop in the aforesaid work within the stipulated periods due to faulty
materials and/or workmanship, the Contractor hereby agrees to make all repairs and do all
necessary work to correct the defective parts. The Contractor at the expense of the Contractor
shall complete such repairs and corrective work, including the cost of making good all the work
damaged by or otherwise affected by the making of the repairs or corrective work, within five
(5) days after notice to the Contractor by the Owner.
.
In case the Contractor fails to do the work so ordered, the Owner may have the work done and
charge the cost thereof against the monies retained as provided for in the contract and if no
money is available, the Contractor and/or his sureties agree to pay the owner the cost of such
work.
.
B. Obtain, endorse and provide separate guarantees from sub-Contractors where called for in the
various sections of this specification.
C. Documents Required to be Delivered to Engineer
1. Release ofliens
.
2. Affidavit from all Subcontractors and material suppliers for job, stating that they have
been paid.
3. Affidavit that all payrolls, bills for materials, equipment and other indebtedness
connected with the work has been paid.
.
4.
Releases and waivers of liens from Subcontractors, if required by the Owner.
5. Consent of surety to final payment.
6. Record plans if applicable.
.
7. Maintenance and Instruction Manuals if applicable
a. The Contractor shall include all literature of the manufacturer's relating to
equipment, including motors or other manufactured equipment; also, cuts, wiring
. diagrams, instruction sheets, and all other information pertaining to same that
would be useful to the owner in the operation and maintenance of same.
. DIVISION I - Page 13 of 14
.
DIVISION 1 - GENERAL REOUlREMENTS
b. The Contractor shall also instruct the Owner's designated personnel III the
operation of the equipment and/or systems.
.
EMERGENCY REPAIRS
During a valid warranty period, if the Contractor is unable or unwilling to respond immediately to
make emergency repairs under conditions which the Owner may determine to be an emergency
situation, the Owner reserves the right, and the Contractor recognizes such right, to make such
emergency repairs and then to bill the Contractor for a fair and reasonable amount in
reimbursement for such repairs.
.
END OF SECTION 01770 - PROJECT CLOSEOUT
.
.
.
.
.
.
.
DNISION I - Page 14 of 14
.
.
DIVISION 2 - SITE WORK
GENERAL
.
The work under this Division shall be subject to the requirements of the CONDITIONS OF
CONTRACT, GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS,
DRAWINGS, SCHEDULES, ADDENDA and other Contract documents.
.
Refer to the Drawings and Specifications of other trades and Contractors for items which might
affect the work under the Division.
TABLE OF CONTENTS - DIVISION NO.2 - SITE WORK
.
Included in this Division are the following sections:
02050
Site Demolition
.
.
.
.
.
.
.
DIVISION 2 - Page I of2
.
DIVISION 2 - SITE WORK
SECTION 02050 - SITE DEMOLITION
DESCRIPTION
.
Under this Section, the Contractor shall supply all labor, materials, equipment and incidentals
necessary to complete the Demolition work and Debris removal as specified herein, shown on the
Contract Drawings and/or as directed by the Engineer.
.
SCOPE
In general, the work to be done shall include but not be limited to the following:
A.
Removal and disposal of windows and doors.
.
DEMOLITION DESCRIPTION AND DETAILS
A.
The Contractor shall completely remove windows and doors of the building to allow for the
installation of the new windows and doors as shown on the Contract Drawings and directed
by the Architect. All materials and debris to be demolished shall be removed and disposed
of off site.
.
B.
The Contractor shall exercise extreme care NOT to damage the existing structures and
surfaces which are to remain. The Contractor shall remove from the site all cut-offs and
demolished materials.
.
c.
Off-site disposal for all demolished material and debris shall be at a facility approved by the
New York State Department of Environmental Conservation. All costs, permits, etc., for
proper disposal shall be borne by the Contractor.
.
END OF SECTION 02050 - SITE DEMOLITION
.
.
.
DIVISION 2 - Page 2 of2
.
.
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
GENERAL
.
The work under this Division shall be subject to the requirements of the CONDITIONS OF
CONTRACT, GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS,
DRAWINGS, SCHEDULES, ADDENDA, and other Contract documents.
.
Refer to the Drawings and Specifications of other trades and contracts for items which might affect
the work under this Division.
TABLE OF CONTENTS - DIVISION NO.7 - THERMAL & MOISTURE PROTECTION
.
Included in this Division are the following sections:
.
07240
07412
07543
07600
07711
07920
Exterior Insulation and Finish Systems (EIFS)
Preformed Metal over Metal Retrofit Roofing System
Thermoplastic Polyolefin (TPO) Roofing
Flashing & Trim
Gutters & Downspouts
Sealants & Caulking
.
.
.
.
.
.
DIVISION 7 - Page I of 35
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
.
SECTION 07240 - EXTERIOR INSULATION AND FINISH SYSTEMS (EIFS)
SCOPE
.
A. This Section specifies requirements for following Scope of Work:
I. Prepare existing surfaces on the exterior walls.
SUBMITTALS
2.
3.
.
Exterior insulation and finish system shall be job-fabricated exterior wall covering
consisting of trowel applied acrylic weather barrier applied directly to gypsum
substrate, fiber reinforced acrylic modified adhesive, insulation, reinforcing fabric,
base coat, finish coat, and accessories. Finish coat texture and color shall be as
selected by the Owner. System shall be Dryvit or approved equal. Variations and
conflicts will be brought to attention of the architect prior to the commencement
of installation for resolution.
.
Contractor shall be an approved installer of submitted system and shall utilize
skilled and experienced specialty workers to install work.
.
A. Submit following:
1.
2.
3.
.
Samples:
a. Two one-foot square samples ofEIFS finish's over insulation identical to
proposed installation in thickness, color, texture, and workmanship.
Manufacturer's Catalog Data
.
a.
b.
Weather Barrier
Thermal Insulation
Adhesive, (all types)
Accessories
Base coat
Reinforcing Fabric
Finish Coat
Sealant
Primer
Drainage Strip
Warranty.
Data Package Including Repair Procedures
.
c.
d.
.
e.
f.
g.
h.
1.
J.
k.
1.
Shop Drawings
.
a. Show layout, construction and expansIOn joints, decorative grooves,
DIVISION 7 - Page 2 of35
.
.
.
4.
.
.
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
thermal insulation board, and reinforcement mesh and strip reinforcing
fabric; joint and flashing details; types and location of fasteners; details at
windows, corners, and edges.
Test Reports
a.
b.
Abrasion resistance
Accelerated weathering
Impact resistance
Mildew resistance
Salt spray resistance
Water vapor transmission
Absorption - freeze-thaw
Flame spread
Water penetration
c.
d.
e.
f.
g.
h.
1.
.
5. Color Selection Samples - to be selected by owner.
a. EIFS - standard color chips.
b. Sealant - standard color samples.
.
OUALITY ASSURANCE
A.
Qualification of Installer
1.
.
Use only EIFS installer trained and approved by EIFS manufacturer and having
successfully completed at least 10 installations at or near size and complexity of
this project within previous 36 months.
DELIVERY AND STORAGE
Deliver materials to job site in original unopened packages, marked with manufacturer's
name, brand name, and description of contents. Store materials off ground in accordance
with manufacturer's recommendations in a clean, dry, well-ventilated area. Protect stored
materials from rain, sunlight, and excessive heat. Keep coating materials which would be
damaged by freezing at temperature not less than 40 degrees F. Do not expose insulation
board to flame or other ignition sources.
A.
.
.
ENVIRONMENTAL CONDITIONS
A. Do not apply EIFS during inclement weather unless appropriate protection IS
provided. Protect installed materials from inclement weather until they are dry.
.
B.
Apply sealants and wet materials only at ambient temperatures of 40 degrees F or above
and rising, unless supplemental heat is provided.
.
DIVISION 7 - Page 3 of35
.
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
C. Do not leave insulation board exposed to sunlight after installation.
PRODUCTS
.
COMPATIBILITY
A.
Provide all materials compatible with each other and with substrate, and as recommended
IFS manufacturer. Manufacturer shall be Dryvit Systems, Inc. or approved equal.
.
THERMAL INSULATION
A. Manufacturer's Recommendations
.
I. Provide only thermal expanded polystyrene insulation recommended by EIFS
manufacturer for type of application intended.
B. Insulation Board
.
1. Thickness of insulation board shall be min. },;" and shall be maintained at all
locations. Note: It is recommended that a min. I" thick insulation board be
installed to maintain the min. thickness after rasping, reveals are installed, etc.
WEATHER BARRIER
.
A. Barrier shall be trowel applied acrylic product field mixed with Portland cement at a ratio
approved by EIFS manufacturer.
B.
Flashing shall be a high density polyethylene film backed with a rubberized asphalt
adhesi ve.
.
C. Primer shall be water based surface conditioner and adhesion promoter for flashing tape.
ADHESIVE
.
A. Adhesive to attach insulation to substrate shall be fiber-reinforced acrylic modified
product mixed with Portland cement.
B.
Adhesive to attach drainage strip shall be moisture cured urethane adhesive as
recommended by EIFS manufacturer.
.
ACCESSORIES
A.
Conform to recommendations of EIFS manufacturer, including trim, edging, anchors,
and expansion joints unless specified otherwise. All metal items and fasteners to be
corrosion resistant.
.
DIVISION 7 - Page 4 of 35
.
.
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
B.
Drainage channels shall be pve ''1'' channels with weeps at no greater than lZ-inches on
center.
.
C. Drainage strip shall be corrugated plastic sheet material.
D. Fasteners and plates for securement of insulation shall be as required by EIFS
manufacturer.
.
BASE COAT
A. A liquid polymer-based material, which is field mixed with Portland cement.
.
REINFORCING FABRIC
A. A 430 g (15 oz) mesh recommended for all ground floor and high traffic area
applications.
.
FINISH COAT
A. Performance Requirements
.
TEST TEST METHOD REOUIREMENT
Flame Spread (Test samples ASTM E 84 Flame spread of 24 or less.
shall include base coat, fabric, Smoke developed rating 450 or
finish mounted on non- less.
combustible substrate
Full Scale Wall Fire Test ASTM E 108 No significant surface flaming or
propagation of vertical or lateral
flames.
Impact Resistance EIMA 101.86 Medium Impact Resistance 50-
89 inch lbs.
Structural Perfonnance (Test ASTM E 330 No permanent deformation,
panels 4 feet by 4 feet, typical delamination or deterioration for
of project application) positive and negative pressures
as required.
Water Penetration ASTM E 331 No Water penetration
Abrasion Resistance ASTM D 968 500 liters or sand-slight
smoothing - no loss of film
integrity.
.
.
.
.
.
DIVISION 7 - Page 5 of35
.
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
Accelerated Weathering ASTM G 23 2000 hours. No deterioration.
Salt Spray Resistance ASTM B 117 Withstand 300 hours. No
deleterious efforts.
Water Vapor ASTM E 96 No more than 18 grains an hour
per square foot.
Absorption-Freeze- Thaw (Pre- ASTM C 67 50 After 50 cycles - Total weight
weighted 4" by 8" specimens; Cycles: 20 hrs. at gain of not more than 6.2 grams.
I" insulation, faced with finish -9 deg C' 4-hr. No checking, splitting, or
,
coat cured and stored in air; thaw in water cracking.
tested with edges and back
onen. )
.
.
.
SEALENT
A.
ASTM C 920, Type S or M, Grade P, Class 25, Use T, compatible with EIFS materials
and recommended by both sealant manufacturer and EIFS manufacturer for application.
.
PRIMER
A.
Non-staining, quick-drying type recommended by sealant manufacturer and EIFS
manufacturer.
.
B. Primer for attachment of weather barrier material shall be as approved by EIFS
manufacturer.
.
BOND BREAKER
A. As required by EIFS manufacturer and recommended by sealant manufacturer and EIFS
manufacturer.
BACKER ROD
.
A.
Closed cell polyethylene free from oil or other staining elements and as recommended by
sealant manufacturer and EIFS manufacturer. Do not use absorptive materials as backer
rod. Backer rod should be sized 25 percent larger than width of joint.
.
EXECUTION
FIELD QUALITY CONTROL
A.
Field Inspection
.
I. Packaging, storage, and protection of materials
DIVISION 7 - Page 6 of35
.
.
.
.
.
.
.
.
.
.
.
.
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
2.
3.
4.
5.
6.
Condition of substrate
Installation of EIFS
Wall penetrations, corners, and window corners
Joint Preparation
Sealing of Joints
EXAMINATION
A.
Examine substrate and existing conditions to determine that EIFS can be installed as
required by EIFS manufacturer and that all work related to EIFS is properly coordinated.
Determine flatness, plumbness and any other conditions for conformance to
manufacturer's instructions. If deficiencies are found, provide corrective methods (shims,
etc.) to assure proper installation of EIFS. Do not proceed with installation until
deficiencies are corrected. Provide 8-foot by 6-foot mock-ups at two (2) separate
locations as selected by the Town. Mock-up shall be in place for 7 days. Test adhesion of
each component by removing materials to a point of failure. Provide written test results to
the Town. Provide additional mock-ups as required to achieve aesthetic and performance
criteria acceptable to the Town.
SURFACE PREPARATION
A.
Prepare existing surfaces for application of EIFS to meet flatness tolerances and surface
preparation according to manufacturer's installation instructions but provide flatness of
not more than 1I8-inch. Provide clean surfaces free of oil and loose material without
protrusions adversely affecting installation of insulation board. Cracked, loose, or
otherwise damaged gypsum shall be repaired to satisfactory condition as required by
Manufacturer. Use low pressure water blast to prepare surfaces. Dryvit finishes that
become soiled with mildew or algae may be cleaned by use of the following cleaning
solution:
I gallon warm water
I quart of household bleach
8 ounces of trisodium phosphate (TSP)
B.
Apply the solution to the entire area and lightly agitate with a soft bristle brush. Use of
hard scrubbing action or a hard bristle brush will damage the finish. Rinse thoroughly
with clean water
C.
Dryvit finishes that become soiled may also be cleaned with "Sure Klean No. 600". It is
recommended that a trial area be cleaned beginning with a concentration of one (1) part
"Sure Klean No. 600" to twenty (20) parts water. The concentration may be increased
until the dirt is removed. It is recommended that the concentration be no stronger than
one (1) part "Sure Klean No. 600" to six (6) parts water. Before applying the solution, the
area to be cleaned must be pre-wetted with water. Care must be taken when applying the
solution since too much agitation will do more harm than good. Application and rinsing
should be as gentle as possible.
DIVISION 7 - Page 7 of35
.
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
INSTALLATION
A.
.
Install EIFS as indicated and in conformance with EIFS manufacturer's installation
instructions and shop drawings showing details and construction and expansion joint
locations. Install EIFS only by an applicator trained and approved by EIFS manufacturer.
1.
The system shall be installed in accordance with the EIFS manufacturer's
instructions.
.
2. The overall minimum base coat thickness shall be sufficient to fully embed the
mesh. The recommended method is to apply the base coat in two (2) passes.
3.
Sealant shall not be applied directly to textured finishes or base coat surfaces.
.
4. When installing the system, the notched trowel method of adhesive application
shall be used over gypsum sheathing substrates.
5.
High impact meshes shall be installed as specified at ground level, high traffic
areas and other areas exposed to or susceptible to impact damage.
.
JOINT SEALING
A.
Provide joints in EIFS at intervals no greater than that recommended by Manufacturer.
Provide sealant joints at all locations detailed. At horizontal terminations of EIFS,
provide weeps at 24inches maximum, on center in sealant joint.
.
B.
Surface Preparation, Backer Rod, and Primer: Immediately prior to application, remove
loose matter from joint. Ensure that joint is dry and free of paint, finish coat, or other
foreign matter. Install backer rod. Apply primer as required by sealant and EIFS
manufacturer. Check that joint width is as shown on drawings but in no case shall it be
less than 0.5 inch for perimeter seals and 0.75 inch for expansion joints. Width shall not
be less than 4 times anticipated movement. Check sealant manufacturer's
recommendations regarding proper width to depth ratio.
.
.
c.
Sealant Apply sealant in accordance with sealant manufacturer's instructions with gun
having nozzle that fits joint width. Do not use sealant that has exceeded shelf life or
cannot be discharged in a continuous flow. Completely fill joint solidly with sealant
without air pockets so that full contact is made with both sides of joint. Tool sealant with
a round instrument that provides a concave profile and a uniformly smooth and wrinkle
free sealant surface. Do not wet tool joint with soap, water, or any other liquid tooling
aid. Do not apply sealant until all EIFS coatings are fully dry. During inclement weather,
protect joints until sealant application. Use particular caution in sealing joints between
window and door frames and EIFS wall and at all other wall penetrations. Clean all
surfaces to remove \ excess sealant.
.
.
DIVISION 7 - Page 8 of35
.
.
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
CLEANUP
.
A.
Upon completion, remove all scaffolding, equipment, materials and debris from site.
Remove all temporary protection installed to facilitate installation of EIFS.
OPERATION AND MAINTENANCE MANUALS
.
A.
Provide operation and maintenance manuals for EIFS to County after project
completion.
.
END OF SECTION 07240 -EXTERIOR INSULATION AND FINISH SYSTEMS
.
.
.
.
.
.
.
DIVISION 7 - Page 9 of 35
.
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
SECTION 07412 - PREFORMED METAL OVER METAL ROOFING RETROFIT
SYSTEM
.
PRIMARY RE-ROOF SYSTEM
SYSTEMS DESCRIPTION
A.
This work involves the installation of a new standing seam metal roof system directly
over an existing sloped standing seam metal roof. This system must meet the New York
State Building Code for 120 m.p.h. wind zone.
.
B.
The extent of the metal roofing system is indicated on the drawings and is defined to
include metal roof panels, structural members, roof insulation, roof trims including
gutters, sealants, fasteners and miscellaneous flashings, closures and accessories directly
related to the metal roof system.
.
C.
The system also includes all related roof accessories, snow clips, metal flashings and
concealed flashings.
.
D. The Manufacturer's standard components shall be used, provided components,
accessories and complete structure conform to the requirements and design appearance
shown.
.
SUBMITTALS
A. Submittals Package: Submit Product Data catalog sheets and specifications
B.
Contract Closeout Submittals:
.
I. Warranties: Copy of specified Warranties.
DELIVERY. STORAGE. AND HANDLING
A.
Delivery: Deliver materials to the site III the manufacturer's labeled, unbroken
containers.
.
B. Storage and Handling: Store materials in a dry, well ventilated place protected from the
weather.
.
1. Do not store materials so as to overload the deck or structural assembly.
2. Store all materials on raised platforms covered with properly secured breathable
water resistant covers.
.
3. Store metal panels flat on slightly sloped, raised platforms to prevent water
staining. Store preformed and prefinished materials in a manner that will prevent
DIVISION 7 - Page 10 of 35
.
.
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
twisting, bending or abrasion.
.
4.
Store all rolled materials on end.
5. Do not remove materials from factory packaging until ready for use.
6.
Store adhesives, and sealants at temperatures between 60 degrees F and 80
degrees F.
.
7. Volatile liquids shall be stored in a separate storage building or trailer, or removed
from the site at the end of each work day.
.
a.
Store volatile liquids at temperatures recommended by the manufacturer.
8. Handle materials by methods that will prevent damage to components, including
finishes. Lift up prefinished panels when unstacking; do not slide.
.
9.
Remove wet, damaged, or permanently stained materials from the site.
WARRANTY
A.
Special Warranty: The one year period required the General Conditions is extended to 2
years for the Work of this Section.
.
B. Manufacturer's Warranties:
I.
Furnish a single source warranty issued by the roofing system manufacturer for
the Work of this Section as follows:
.
a. Ten year, no leak warranty covering workmanship and all materials
provided by the metal roof manufacturer.
.
b.
Twenty Year Finish Warranty including, but not limited to; corrosion, rust,
finish durability, and other defects that would impair the aesthetic or
waterproofing properties of the roofing system.
c.
The warranty shall include, but not be limited to, repair and/or replacement
of the roof panels or flashings as necessary to correct defects in materials
or workmanship.
.
PRODUCTS
MATERIALS
.
A.
TREMCO TremLock VP MOM (Metal over Metal) standing seam metal roof system or
approved equal.
.
DIVISION 7 - Page II of35
B.
.
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
Finish: Full strength Kynar 500 / Hylar 5000 Fluorocarbon Coating applied by the coil
coating process. Minimum dry film thickness 1.0 mil.
.
C. Blocking: pressure treated wood blocking. Blocking shall finish flush with the top of the
insulation.
D.
Rigid Insulation And Vapor Barrier Underlayment (Uniform Thickness): Closed cell
isocyanurate foam core skinned on both sides with factory applied fiberglass reinforced
facer sheets. ASTM CI289-01, Type II, Class 1, Grade 2. Factory Mutual Class 1
approved for direct application over steel decks. Minimum Aged R Value 5.6 per inch
thickness.
.
E.
Vapor Barrier And Concealed Flashing: Self-adhering, self-sealing, rubberized asphalt
sheet membrane with manufacturer's primer for masonry surfaces (if any). Acceptable
Product; "Bituthane Ice And Water Shield" by W.R. Grace Co., 62 Whittemore Ave.,
Cambridge, MA 02140, (800) 354-5414.
.
F.
Mechanically Attached Snow Guards: Aluminum or stainless steel cross members,
couplings and non-penetrating clamps with stainless steel fasteners. The snow guards
shall be designed to be secured to the vertical seam of the roof panels without penetrating
the metal panels or paint finish. Clamps with cup point set screws are not acceptable.
.
1.
"The Vermont Snowguard" by Snow Management Systems, RR 1 Box 1605
Harrel St., Morrisville, VT 05661 (802) 888-8573, or "Snow Sentury" by
Vermont Slate And Copper Services, Inc. P.O. Box 430 Stowe, VT 05672, (802)
888-8753.
.
2.
"ColorGard S-5" by Metal Roof Innovations, Ltd., distributed by Dynamic
Fasteners, 1413 Hunting Valley, Saint Paul, MN 55108, (800) 755-2426.
.
G. Touch Up Paint: Panel manufacturers recommended paint compatible with the panel
finish. Color to match the exposed surfaces.
EXECUTION
.
EXAMINATION
Contractor is to provide a Professional Engineer's Certification with sealed stamped shop
drawings and calculations confirming the structural integrity of the existing building
incorporating the additional dead load from the new roof system.
.
INSTALLATION
Install the Work of this Section in accordance with the Manufacturer's detail and instructions.
.
DIVISION 7 - Page 12 of35
.
.
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
ADJUSTING
.
Restore minor visual damage to factory applied finishes in a manner to match the appearance and
performance of the original finish, or remove the damaged parts and replace them with
undamaged parts.
.
CLEANING
A. Remove strippable protective coatings, if any, immediately after completion of Work.
B.
Clean exposed exterior surfaces. Remove residue from strippable coatings. Comply with
manufacturer's printed instructions for cleaning.
.
END OF SECTION 07412 - PREFORMED METAL OVER METAL ROOFING
RETROFIT SYSTEM
.
.
.
.
.
.
.
DIVISION 7 - Page 13 of35
.
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
SECTION 07543 THERMOPLASTIC POLYOLEFIN (TPO) ROOFING SYSTEM
(METAL RETROFIT ROOFING SYSTEM)
.
ALTERNATE RE-ROOF SYSTEM
SCOPE
Furnish labor, materials, equipment and appliances necessary or required to perform and
complete a metal roof retrofit with a flute filler insulation and fully adhered single ply TPO
roofing system.
Design of this system is based on the Carlisle SynTec Inc. Sure-Weld fully adhered metal retrofit
roofing system.
.
.
OUALITY ASSURANCE
A.
This roofing system must be installed by a Carlisle Authorized Roofing Applicator in
compliance with shop drawings as approved by Carlisle. There must be no deviations
made without the PRIOR WRITTEN APPROVAL of Carlisle.
.
B. Upon completion of the installation, an inspection will be conducted by a Technical
Representative of Carlisle to ascertain that the roofing system has been installed
according to Carlisle's specifications and details.
.
SUBMITTALS
A. To ensure compliance with Carlisle's minimum warranty requirements, shop drawings
shall be forwarded to Carlisle for review.
.
B. For all projects (prior to project inspection by Carlisle) a final shop drawing should be
approved and assigned a number by Carlisle.
PRODUCT DELIVERY, STORAGE AND HANDLING
A. Deliver materials to the job site in the original, unopened containers labeled with the
manufacturer's name, brand name and installation instructions.
.
B.
Job site storage temperatures in excess of 900F (320C) may affect shelf life of curable
materials (i.e., uncured flashing, adhesives, sealants, Pourable Sealer and Pressure-
Sensitive Flashing).
.
C. When liquid adhesives and sealants are exposed to lower temperatures, restore to a
minimum of600 F (160 C) before use.
D.
Do not store adhesive containers with opened lids due to the loss of solvent which will
occur from flash off.
.
DIVISION 7 - Page 14 of35
.
.
.
.
.
.
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
E.
Insulation and underlayment must be stored so it is kept dry and is protected from the
elements. Store insulation on a skid and completely cover with a breathable material such
as tarp or canvas. If the insulation is lightweight, it should be weighted to prevent
possible wind damage.
JOB CONDITIONS
A.
When fastening to a structural purlin, a trial fastener should be installed when purlins are
heavier than 12 gauge to determine the feasibility of the HP Purlin Fastener. HP Purlin
Fasteners are designed to engage purlins 18 to 12 gauge.
B.
Due to the wide variety of edge conditions found in metal buildings, edge details may be
submitted to Carlisle for review preferably prior to installation.
WARRANTY
For Sure-Weld Roofing Systems
15 year Total System Warranty with extended wind speed coverage (120 mph).
PRODUCTS
.
MEMBRANE
.
Sure-Weld .080"(mil) thick scrim-reinforced TPO (Thermoplastic Polyolephin) membrane
available in white, grey or tan.
EXECUTION
GENERAL
.
.
.
.
When feasible, begin the application at the highest point of the highest rooflevel and work to the
lowest point to prevent moisture infiltration and to minimize construction traffic on completed
sections. This will include completion of all flashings and terminations.
EXISTING METAL ROOF CRITERIA
A.
Defects in the existing metal roof deck or purlin system must be reported and documented
to the specifier, general contractor and building owner for assessment. The Carlisle
Authorized Roofing Applicator shall not proceed unless the defects are corrected.
B.
The following chart identifies the minimum pullout values which must be achieved with
both the Sure-Seal HP Purlin Fastener, which is required for RUSS/membrane
securement, and the Sure-Seal HP or HP-X Fastener, which is required for additional
membrane securement around penetrations (i.e., vent pipes) and is recommended for
insulation securement:
DIVISION 7 - Page 15 of35
.
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
Gauges HP PURLIN Gauges HP or HP-X
FASTENER FASTENER
Min. Pullouts Min.
(Ibs.lfastener Pullouts
) (Ibs.lfastener
Purlins Metal )
Roof
12 1,000
24 300
14 1,000 26 200
16 800 28 * 150
18 600
.
.
.
* Pullouts must be submitted to Carlisle when an Adhered Assembly is to be selected.
.
SUBSTRATE PREPARATION
A. Clear the substrate of debris and foreign material.
B. Treated wood nailers are required at all roof edges where metal edging and gutter systems
are specified and must be flush with the top of the specified membrane underlayment.
.
Only lumber which has been pressure treated with salt preservatives can be used. Lumber
treated with other wood preservatives such as, Creosote, Pentachlorophenol, Copper
Naphthenate, Copper 8-quinolinolate, will adversely affect the membrane when in direct
contact and are, therefore, unacceptable.
.
c.
On standing seam metal roofs, two layers of wood nailers are required with the first layer
installed between the raised standing seams, flush with the top surface of the seams.
These nailers must be mechanically fastened directly to the structural purlins with Sure-
Seal HP Purlin Fasteners spaced a maximum of 16 inches on center. Sections of wood
nailers installed between standing seams must have a minimum of 2 fasteners positioned
approximately 3 inches from each end of the nailer (spaced no more than 16 inches apart).
.
.
The top layer of wood nailers is then fastened to the bottom layer of wood nailers with
Sure-Seal HP or HP-X Fasteners spaced a maximum of 16 inches on center with all
fasteners penetrating the bottom layer of wood nailers a minimum of I inch.
Note: In lieu of Sure-Seal Fasteners, galvanized or coated nails may be used when positioned 12
inches on center. The nails shall be sufficient in length to penetrate the bottom nailer a
minimum of 1-1/4 inch.
.
DIVISION 7 - Page 16 of35
.
.
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
D.
On corrugated metal roofs, batt insulation or other compressible filler must be used
beneath perimeter wood nailers to minimize infiltration of air beneath this roofing
system.
.
E. On flat seam metal roofs, the underside of the wood nailer should be notched at the flat
seam areas to achieve a smooth, stable base.
.
Note: The existing metal roof may be trimmed at metal edge and gutter locations to minimize
the dimension between the edge purlin support and the edge of the metal roof. To allow
standard size nailers (2" x 6") to be fastened to the edge purlin flush with the roof edge.
.
INSTALLATION
A.
Insulation Placement and Attachment
.
CAUTION: Reduced fastening patterns used under conventional adhered systems in
conjunction with 22 gauge metal decks, are not applicable for recovering of metal roofs.
The minimum fastening of insulation boards shall not be less than I fastener per 2 square
feet.
I. Membrane underlayment must be butted together with no gaps greater than 1/4
inch. Gaps greater than 1/4 inch are not acceptable.
.
2. On standing seam metal roofs, insulation must be installed in multiple layers. The
first layer of insulation is used as a fill between standing seams, relatively flush
with the top surface of the seams. A second layer of insulation is placed over the
first layer and the standing seams to serve as the membrane underlayment.
.
3. When mechanical fasteners are specified for insulation securement, the bottom
layer (fill boards) can be loose laid with the top layer (membrane underlayment)
mechanically fastened to the metal roof at the rate I fastener per 2 square feet for
Adhered Systems.
.
Note: Metal roofs 28 gauge or lighter may require an enhanced fastening pattern for
insulation used as underlayment for Adhered Systems. Pullouts using HP-X
Fasteners and Plates should be submitted for Carlisle's review.
.
4. Insulations by others (when promoted by the respective manufacturer and
accepted by Carlisle) shall be fastened to the existing metal roof at the same
fastening rate identified previously, unless a heavier fastening density is required
by the respective manufacturer.
.
B. Membrane Installation
I.
Ensure that water does not flow beneath any completed sections of the membrane
system by completing all flashings, terminations and daily seals by the end of each
.
DIVISION 7 - Page 17 of 35
2.
.
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
workday.
Sweep all loose debris from the substrate.
.
3. Position Sure-Weld membrane over the acceptable substrate.
4.
Fold membrane sheet back so half the underside is exposed.
.
5. Stir Sure-Weld Bonding Adhesive thoroughly scraping the sides and the bottom
of the can (minimum 5 minutes stirring is recommended). Bonding surfaces must
be dry and clean.
6.
Apply Sure-Weld Bonding Adhesive to the exposed underside of the membrane
and the corresponding substrate area. Do not apply Bonding Adhesive along the
splice edge of the membrane to be heat welded over adjoining sheet.
Apply adhesive evenly, without globs or puddles with a plastic core medium nap
paint roller to achieve continuous coating of both surfaces at a coverage rate of
approximately 120 square feet per gallon per one surface (membrane or substrate)
or approximately 60 square feet per gallon per finished surface (includes coverage
on both membrane and substrate). A 9" roller will easily fit into the 5-gallon
containers. A mechanical roller dispenser can be used to apply Bonding Adhesive
when the continuous coating and coverage rate noted above are maintained.
.
.
.
CAUTION: Due to solvent flash-off, condensation may form on freshly applied
Bonding Adhesive when the ambient temperature is near the dew point. If
condensation develops, possible surface contamination may occur and application
of Bonding Adhesive must be discontinued. Allow surface to dry and apply a thin
freshener coat at a coverage rate approximately half the coverage rate stated above
to previously coated surface when conditions allow for continuing.
.
7. Allow adhesive to dry until it is tacky but will not string or stick to a dry finger
touch.
8.
Roll the coated membrane into the coated substrate while avoiding wrinkles.
.
9.
Brush down the bonded section of the membrane sheet immediately after rolling
the membrane into the adhesive with a soft bristle push broom to achieve
maximum contact.
.
10. Fold back the unbonded half of the sheet and repeat the bonding procedures.
Apply Bonding Adhesive to the remaining exposed underside of membrane and
adjacent substrate and complete this section as described above.
II.
Install adjoining membrane sheets in the same manner, overlapping edges a
minimum of 2" to provide for a minimum 1-1/2" heat weld. It is recommended
that all splices be shingled to avoid bucking of water.
.
DIVISION 7 - Page 18 of35
.
.
.
.
.
.
.
.
.
.
.
.
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
CAUTION: If aesthetics are of concern, protect completed sections of the roof so
Bonding Adhesive not discolor the membrane surface. Do not place Bonding
Adhesive containers or their lids directly on the surface of the Sure-Weld
membrane.
C.
Heat Welding Procedures
I. General
a.
Heat weld the Sure-Weld membrane sheets using the Automatic Heat
Welder or Hot Air Hand Welder and silicone roller.
b. It is recommended that membrane sheets be installed in groups of 3 in
order to routinely examine the heat welded seams as work progresses
across the roof deck during each day.
c.
When roof slope exceeds 5" per horizontal foot, use of the Automatic Heat
Welder may become more difficult; use of the Hand Held Hot Air Welder
is recommended.
2.
Check the surfaces of the Sure-Weld membrane to be heat welded to ensure they
are properly prepared as outlined below:
a.
Membrane Cleaning - The surfaces to be heat welded must be clean.
Membrane overlaps, which become contaminated with field dirt must be
cleaned with Weathered Membrane Cleaner. Weathered Membrane
Cleaner should be wiped dry with a clean HP Splice Wipe prior to
welding. No residual dirt or contaminants should be evident.
b.
Exposed Membrane Seam Preparation - Surface oxidation of Sure-
Weld membrane will occur upon exposure to heat and sunlight. After
exposure to the elements, membrane must be cleaned with Weathered
Membrane Cleaner prior to heat welding as follows:
1)
Apply Weathered Membrane Cleaner to the surface of the
membrane which has been exposed using a clean HP Splice Wipe
or other white rag and wipe along the direction of the seam.
If natural fiber rags are used, they must be white to prevent fabric
dye from discoloring the membrane.
Prior to heat welding, wipe the surface where Weathered
Membrane Cleaner has been applied with a clean, dry HP
Splice Wipe or other white rag to remove cleaner residue.
DIVISION 7 - Page 19 of 35
.
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
2)
Weathered Membrane Cleaner will achieve approximately 600
linear feet (one surface) of coverage per gallon for a standard heat
welded splice area.
.
c.
The membrane can typically be repaired with the standard cleaning
method referenced above. In cases where the standard cleaning method is
not sufficient, additional scrubbing and cleaning will be required.
.
3. Operating Automatic Heat Welder
a. Temperature Settings
When making a Sure-Weld splice, no one temperature setting or speed can
be used to describe the
temperature setting or speed to set the robot. The splice must be tested to
determine the quality of the splice.
.
Consult the respective heat welding machine manufacturer for
recommendations concerning proper temperature setting and speed control
of their equipment.
Typically, the colder the ambient temperature (and likewise the membrane
temperature) the slower the Automatic Heat Welder speed control must be
adjusted to produce proper seams.
.
.
As a general guide, Sure-Weld membrane will weld at a lower
temperature (10000 F) and faster speed (10' to 15' per minute) than
most other heat welded membrane materials.
With the Leister Varimat Automatic Heat Welder, the suggested heat
setting is 10040 F at 12.5' per minute. With any other brand of robot
welder, the temperature should be set at the manufacturer's recommended
temperature to obtain the correct splice results.
.
The following is a list of items to be checked to determine the temperature
setting and the speed at which a splice should be completed:
.
I)
When the membrane is in direct sunlight, the temperature or robot
speed may have to be adjusted when moving into a shaded area,
check the splice results. Remember the membrane surface in a
shaded area will be cooler than a membrane surface that is in
sunlight. Darker colored membrane (such as gray) will be warmer
than white and may affect the welder speed.
.
2)
Dampness on the membrane from dew, a passing rain shower or
misting condition will reduce heat from the splice due to
evaporating moisture from the membrane surface. The heat
.
DIVISION 7 - Page 20 of35
.
.
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
.
.
4)
.
.
.
welding temperature (increased) or the robot speed (slower) will
have to be adjusted to produce a good splice. Water must be wiped
from the welding surface prior to welding the splice.
3)
Wind has a cooling affect as it blows over the surface. It will also
affect the air flow in the splice reducing the effectiveness of the hot
air gun. This will require the operator to increase heat from the hot
air gun or reduce the welder speed.
Substrates make a substantial difference in the amount of heat
required to produce a proper heat welded splice. The robot will
have to be adjusted accordingly:
Plywood and Concrete act as heat sinks and will take a higher
temperature or slower speed setting than insulation. Cool damp
substrates will take a higher temperature or slower speed setting
than dry substrates.
5) Membrane "bleed-out" from between sheets will not occur with
Sure-Weld membrane if properly welded. Ifbleed-out is occurring
(the dark underside of the membrane begins to melt and flow), the
welder speed should be increased to reduce welding temperature.
b. Equipment Set-Up
.
.
.
.
.
Equipment set up is the responsibility of the Authorized Applicator. When
poor welding is occurring check the following:
I) If the membrane is overheated on one side or the other, check the
nozzle to be sure it is distributing the heat evenly between the two
sheets.
2)
If the heat is bypassing the edge of the sheet producing a cold weld
along the edge of the splice, be sure the nozzle is completely under
the sheet and the air dam is in place and functional.
3)
If the probed splice is tight at the edge but a cold weld is present in
the center of the splice (the heat is melting the edges but does not
melt the center of the splice), check to be sure the robot is not
running too fast.
4)
Ensure the silicone pressure wheel is intact with no voids in the
silicone. If voids are present, incomplete welding will result.
DIVISION 7 - Page 21 of35
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
.
5) If a machine with a brass plate air dam is used, be sure all wheels
on the air dam are not binding. Binding wheels will cause sheet
movement and distortion during the welding process.
.
6) The Automatic Heat Welder nozzle should be adjusted as close to
the pressure wheel as possible. If the nozzle is too far away from
the pressure wheel, distortion of the membrane may occur due to
heat expansion.
.
Note: Adjust weld nozzle so the curved portion (heel) extending outside
the seam area does not contact or drag on the exposed surface of
the membrane. This portion of the nozzle should be 1/16" to 18"
above the membrane surface.
.
7) Overheating the membrane will cause poor welds. It IS
recommended that the automatic welder be run not less than 10' a
minute on average temperature days. Only on very cold days would
the welder be run below this speed. The temperature and welder
speeds must be determined based on test welds prior to actual sheet
welding.
.
8) Clean screen of dirt and debris on air inlet of heat gun every day.
Accumulation of contaminants on screen will reduce air flow and
heat output of welder.
.
c. Membrane Welding
I)
Prepare the Automatic Heat Welder and allow it to warm for
approximately 5 to 10 minutes to reach operating temperature.
.
2)
Position the Automatic Heat Welder properly prior to seaming with
the guide handle pointing in the same direction the machine will
move along the seam.
.
3) Lift overlapping membrane sheet and insert blower nozzle of
Automatic Heat Welder between the overlap. Immediately begin
moving machine along seam to prevent burning the membrane.
4)
Proceed along the seam ensuring that the small guide wheel in
front of the machine aligns with the edge of the top membrane
sheet. Guide the machine from the front only.
.
CAUTION: Ensure the power cord has plenty of slack to prevent
dragging the machine off course (which could result from a tightly
stretched cord).
.
DIVISION 7 - Page 22 of35
.
.
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
.
5) At all splice intersections, roll the seam with a silicone roller to
ensure a continuous heat welded seam (the membrane should be
creased into any membrane step-off with the edge of the silicone
roller). A false weld may result due to surface irregularities created
by multiple thicknesses of Sure-Weld membrane sheets.
.
Note: When using 60-mil or thicker Sure-Weld Membrane, TPO "T"
Joint Cover or a surface splice of Sure-Weld Non-Reinforced
Flashing must be applied over all "T" joint splice intersections,
refer to Detail SW A-2A.
.
6) To remove the Automatic Heat Welder from the finished splice,
stop the movement of the machine and immediately remove the
nozzle from the seam area.
.
7) Mark the end of the heat welded seam with a water-soluble marker
for easy identification. A Hand Held Welder will be necessary to
complete the weld in the area between where the Automatic Heat
Welder is stopped and restarted.
.
8) Perform a test weld at least at the start of work each morning and
afternoon. Test welds should be made if any changes in substrate
or weather conditions occur.
9) Recommendation to Prevent Membrane Creeping and
Movement
.
a)
The operator of the robot must apply foot pressure to the
membrane, kicking and sliding the membrane under the
robot to keep the membrane tight. Always have the operator
stand on the unfastened sheet of membrane to prevent sheet
movement.
.
b)
Do not release foot pressure from the membrane until the
pressure wheel rolls over the membrane in front of the foot
that is holding the membrane in place.
.
c)
Use of Welding Tracks
.
Set welding tracks lengthwise along the splice, close to the
Automatic Heat Welder air dam to reduce membrane
movement caused by the welding process. The operator
must continue to apply foot pressure to the welding tracks
to help hold the membrane splice in place. Welding tracks
are moved as welder progresses along seam.
.
DIVISION 7 - Page 23 of35
.
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
Welding tracks can be:
Sheet metal, 22 gauge - 12" wide by 10' long (with
rounded corners).
Aluminum or steel plates - 114" x 3", 4' to 6' long (with
rounded corners).
Lay flat tubing filled with sand - 4' to 6' long.
Wood planks - 2" x 12" X 4' to 6' long.
Heavy plywood - 3/4" x 24" x 8' long.
.
.
d. Test Cuts
I)
Perform a test weld at least at the start of work each morning and
afternoon.
.
2) The test sample should be approximately I inch wide and longer
than the width ofthe seam (cut across the heat welded seam).
.
3) Peel the test sample apart after it has thoroughly cooled
(approximately 10 minutes) and examine for a consistent 1-112"
wide minimum weld. Delamination of the membrane from the
scrimreinforcement is an indication of a properly welded seam.
4) Identify the following seam problems to assure seam quality:
.
Discolored or melted membrane - Increase speed or decrease temperature
setting if membrane discolors or exhibits melting (membrane begins to flow).
Voids and wrinkles - A proper heat welded seam has no voids or wrinkles and
must be at least 1-112" wide. Refer to Seam Probing procedures outlined below
for proper inspection of seam deficiencies.
.
4.
Hand Held Welder Settings
.
a. Temperature setting for hand held welders when used for flashing should
be approximately "6" (on a scale from I to 10).
b.
Temperature settings for hand held welders when used for membrane
should be approximately "8" (on a scale from I to 10).
.
c. Exact settings will vary based on ambient temperatures, substrate and type
of welder.
d.
.
Silicone roller should always be placed flat against membrane to be
welded. Do not turn roller on edge to weld membrane or flashings.
DIVISION 7 - Page 24 of35
.
.
.
.
.
.
.
.
.
.
.
.
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
S. Seam Probing
Carlisle's Seam Probe is recommended to be used to probe all heat welded seams.
As an option, a cotter pin puller can be used to probe heat welded seams. Probing
seams must be done once heat welds have thoroughly cooled. Heat welded seams
must be probed throughout the day to check seam quality and to make proper
adjustments to heat welding equipment. The repair of deficiencies must be done
routinely throughout the day but no later than the end of each workday.
a. Allow heat welded seams to cool thoroughly for approximately 30
minutes. Premature probing can damage warm seams.
b. Draw the probing tool tip along the edge of the heat welded seam. Apply
firm pressure to probe the seam junction, but not into the bottom
membrane sheet. The tool will not penetrate into the lap area of a properly
welded seam.
c. If the seam probing tool penetrates into the lap area, mark the seam using a
water-soluble marker at the beginning and the end of voids or wrinkles in
the seam edge.
d. Repair seam deficiencies as soon as possible using the hand held welder.
Carlisle recommends that repairs be made the same day they are
discovered.
e. Probe repaired seams after they have cooled completely. If the repair is
acceptable, wipe off the water soluble marker lines; if not acceptable,
repair the seam using the procedures for repair of heat welded seams as
outlined in Repair Procedures for Aged Sure-Weld Membrane.
Note: All laps must be probed each day soon after it has cooled to verify the
welder set-up is effective. Particular attention must be given to all
membrane intersections and heat welded seams at insulation joints. In
addition, there should be periodic checks (including at the start of each
day) to verifY good peel strength.
J.
f. Apply Cut-Edge Sealant on all cut edges of the reinforced membrane
(where the scrim reinforcement is exposed) after seam probing is
completed. Cut-Edge Sealant is not required on vertical splices. When a
1/8" diameter bead of Cut-Edge Sealant is applied, approximately 225 -
275 linear feet of coverage per squeeze bottle can be achieved.
WELDING PROBLEMS/REPAIRS
1.
A Hand Held Hot Air Welder and a 2" wide silicone roller must be used when
repairing the Sure-Weld membrane. When the entire heat welded seam is to be
overlaid, an Automatic Heat Welder may be used.
DIVISION 7 - Page 25 of35
K.
.
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
2.
Prior to proceeding with any repair procedure, the area to be repaired must be
cleaned and any material that has been exposed to the elements must be prepared
with Weathered Membrane Cleaner as outlined in Paragraph L2.b, Exposed
Membrane Seam Preparation. The membrane can typically be repaired with a
standard cleaning method. In cases where the standard cleaning method is not
sufficient, the following procedures must be used.
.
a.
Scrub the area to be welded with a primer pad and Weathered Membrane
Cleaner. The cleaner will become discolored with abraded membrane
during this procedure.
.
b.
Clean all residue from the area to be welded with a Splice Wipe or natural
fiber (cotton) clean rag.
.
c. Weld the new membrane to the cleaned area using standard welding
procedures.
3.
Voids in welded seams can be repaired using a Hand Held Hot Air Welder and a
silicone roller.
.
4.
Position the hand held welder facing into void so hot air is forced between
overlapping membranes. Roll the top membrane surface using positive pressure
toward the outer edge until the heated membrane surfaces are fused.
.
5.
Exposed scrim-reinforcement (resulting from scorching surface of membrane) and
test weld areas must be repaired by overlaying the damaged area with a separate
piece of Sure-Weld reinforced membrane with rounded comers. The overlay must
extend a minimum of2" past the area to be repaired.
.
6. Probe all edges of the overlay once cooled to ensure a proper weld has been
achieved.
7.
Seal all cut edges of Sure-Weld reinforced membrane with Cut-Edge Sealant.
.
Note: The same overlay repair procedures may be used for punctures in the Sure-Weld
membrane.
ADDITIONAL MEMBRANE SECUREMENT
.
Additional membrane securement is required at the perimeter of each roof level, roof
section, curb, skylight, interior wall, penthouse, etc., at any inside angle change where
slope or combined slopes exceed 2" in one horizontal foot, and at other penetrations in
accordance with the applicable Carlisle details.
.
DIVISION 7 - Page 26 of35
.
.
.
.
.
.
.
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
Securement may be achieved as follows:
1.
Carlisle standard 2" diameter Seam Fastening Plates or Piranha Plates may be
used to secure the membrane, which will be flashed with a separate piece of Sure-
Weld Reinforced Membrane as shown in the applicable Carlisle Detail.
2.
As an option, 6" wide TPO Pressure-Sensitive RUSS may be installed in
conjunction with Carlisle Fasteners and 2" diameter Seam Fastening Plates spaced
a maximum of 12" on center below the deck membrane. The securement strip
shall be installed horizontally at the base of walls or penetrations. The deck
membrane is primed with HP-250 Primer, spliced to the RUSS and continued as
wall flashing resulting in continuous membrane flashing without penetration of
the deck membrane.
3. Securement of the membrane shall be a maximum of 12" on center. Fasteners
shall be positioned 6" minimum to 9" maximum from the inside or outside comer.
4.
Refer to the "Insulation Fastening Criteria" chart in "Attachment I" at the end of
this section for the required Carlisle Fastener/Plate with the corresponding deck
type.
5. After securing the membrane, flash in accordance with the appropriate detail.
L. FLASHING
.
.
.
.
.
1.
General Flashing Conditions
Flashing of parapets, curbs, expansion joints and other parts of the roof must be
performed using Sure-Weld reinforced membrane. Sure-Weld non-reinforced
membrane can be used for flashing pipe penetrations, Sealant Pockets and
scuppers as well as inside and outside comers when the use of pre-molded or pre-
fabricated accessories are not feasible. When possible, all reinforced membrane
splices are heat welded with the Automatic Heat Welder. The Hand Held Hot Air
Welder should be utilized in hard to reach areas, smaller curbs, vertical splices
and when using non-reinforced membrane.
a.
All existing loose flashing must be removed prior to application of Sure-
Weld membrane especially when the new Sure-Weld Flashing is to be
adhered. The new Sure-Weld membrane must totally conceal all existing
intact flashing, but must not conceal weep holes or cover existing
throughwall counterflashing.
b. Install surface mounted reglets and compression bar terminations directly
to the wall surface.
c.
Application of Sure-Weld Bonding Adhesive
DIVISION 7 - Page 27 of 35
.
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
On vertical surfaces such as walls, curbs and pipes, Bonding Adhesive is
not required when the flashing height is 12" or less and the membrane is
terminated under metal counterflashing (nailed). When a coping or
termination bar is used for the vertical termination, the Bonding
Adhesive may be eliminated when the flashing height is 18" or less.
.
I)
When required as noted on Carlisle's installation details, membrane
shall be adhered to vertical surfaces with Sure-Weld Bonding
Adhesive. The Bonding Adhesive shall be applied continuously,
without globs or puddles, with a plastic core medium nap paint
roller. A 9" roller will easily fit into the 5-gallon containers.
.
2)
The Bonding Adhesive must be applied to both the membrane and
the surface to which it is being bonded to achieve a coverage rate
of approximately 120 square feet per gallon per one surface
(membrane or substrate) or approximately 60 square feet per gallon
per finished surface (includes coverage on both membrane and
substrate).
.
.
3) After the Bonding Adhesive has dried to the point that it is tacky
but does not string or stick to a dry finger touch, roll the membrane
into the adhesive.
.
d. Care must be taken when setting the flashing to avoid bridging greater
than 3/4" at angle changes (i.e., where a parapet or roof penetration meets
the roof deck). This can be accomplished by creasing the membrane into
the angle change.
e. Terminate the edges of the installed membrane III accordance with
Carlisle's applicable SW-9 Termination Details.
.
f.
In areas where metal counterflashing or surface mounted reglets are used
as the vertical termination, the counterflashing must be sealed with a
rubber grade caulking to prevent moisture migration behind the new wall
flashing.
.
g.
On Total System Warranty projects, Carlisle's Termination Bar in
conjunction with Water Cut-Off Mastic must be installed under
counterflashings and surface mounted reglets used for vertical wall
terminations.
.
2. Walls, Parapets, Curbs, Skylights, etc.
The flashing height must be calculated so that the Sure-Weld membrane flashing
includes a minimum 1-1/2" heat weld beyond the Fastening Plates.
.
DIVISION 7 - Page 28 of35
.
.
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
a.
Fasten at angle change as identified in Paragraph K, Additional Membrane
Securement, with the required Carlisle Fastener and Plate.
.
b. Flash the fasteners/plates with a separate piece of Sure-Weld reinforced
membrane; crease the flashing into the angle change before attaching it to
the vertical surface.
.
c.
As an option, 6" wide TPO Pressure-Sensitive RUSS may be used and the
field membrane can be adhered to the RUSS and continued as wall
flashing as shown on the applicable Carlisle Detail.
3. Metal Edge Terminations
.
The metal edge must be secured to the wood nailer as specified by the
manufacturer. Refer to the appropriate SW -I Detail for flashing options and
requirements.
.
5.
Other Penetrations
a. Pipes, Round Supports, etc.
I)
Flash pipes with Molded Pipe Flashings or Split Pipe Seals where
their installation is possible. Deck flanges cannot be overlapped or
installed over angle changes. Molded pipe flashings cannot be cut
and patched; deck flanges cannot be overlapped or installed over
angle changes.
.
.
2)
Where Molded Pipe Flashings or Split Pipe Seals cannot be
installed, APPLY FIELD F ABRICA TED PIPE FLASHING using
Sure- Weld non-reinforced membrane.
b.
Flexible Penetrations (braided cables, conduits, wires, etc.) must be
enclosed in a stable "goose neck". Apply a TPO Split Pipe Seal or field
fabricated pipe flashing to flash the goose neck.
.
c. Hot pipes that exceed 1200 F, must utilize an insulated metal collar and
rain hood, flashed with a field fabricated pipe flashing. Refer to Detail
SW-SC.
.
d. For pipe clusters or unusually shaped penetrations, a Molded TPO Sealant
Pocket must be utilized.
N. DAILY SEAL
.
1.
On phased roofing, when the completion of flashings and terminations is not
possible by the end of each work day, provisions must be taken to temporarily
.
DIVISION 7 - Page 29 of35
.
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
close the membrane to prevent water infiltration.
2.
Temporarily seal any loose membrane edge down slope using asphaltic based roof
cement, hot asphalt, spray urethane foam or a similar product so that the
membrane edge will not buck water. Caution must be exercised to ensure that the
membrane is not temporarily sealed near drains in such a way as to promote water
migration below the membrane.
.
.
3. On existing built-up roofs, remove the gravel. The surface must be clean and dry.
4.
After embedding the membrane in daily seal material, CHECK FOR
CONTINUOUS CONTACT. Provide continuous pressure over the length of the
temporary seal with 15' lengths of 2-1/2" diameter Lay Flat Tubing filled with dry
sand.
.
Note: The use of rigid wood nailers is not recommended due to warping and because
constant compression cannot be achieved on an uneven substrate.
.
5. When work is resumed, pull the Sure-Weld membrane free; trim and remove
membrane where the daily seal material was previously applied before continuing
installation of adjoining sections.
O.
CLEAN UP
.
Hand prints, footprints, general traffic grime, industrial pollutants and environmental dirt
shall be cleaned from the surface of the Sure-Weld membrane by scrubbing with soapy
(non-abrasive soap) water and rinsing the area completely with clean water. Weathered
Membrane Cleaner can also be used to clean the surface of the Sure-Weld membrane.
.
END OF SECTION 07543 THERMOPLASTIC POLYOLEFIN (TPO) ROOFING
SYSTEM (METAL RETROFIT ROOFING SYSTEM)
.
.
.
DIVISION 7 - Page 30 of35
.
.
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
SECTION 07600 - FLASHING AND SHEET METAL
.
DELIVERY
A. Delivered materials shall be in the manufacturer's original packages and containers clearly
marked with the approved manufacturer's name and trademark for every item.
.
B.
Store all materials in a dry, ventilated place off the ground. During adverse weather
conditions and job delays, store materials under cover or in a totally enclosed space. Use of
wet materials will not be permitted.
PREPARATION
.
A. Vents, drains and other projections through surfaces shall be properly positioned.
B. Wood blocking and nailers for flashing cleats shall have been rigidly anchored in place.
.
C.
Dissimilar metals in contact shall be fully isolated from each other. Unprimed, abraded or
otherwise corrosive surfaces of metal shall receive a coat of the bituminous paint and allow
to dry before assembling.
MATERIALS
.
A. Stainless Steel: Sheets or strips - ASTM A167, Type 302 or 304 gauge. .015 inch - 8 to 10-
foot lengths. Finish - 2D. Solder - ASTM B32 - 60-40% block tin and pig lead. Flux-
Acid type. Sealant - single component synthetic rubber - color as selected by the Engineer.
.
B.
PoP Rivets - noncorrosive metal, may be used where water tightness of fastener is not a
factor or if waterproof rivets are used.
C. Pipe Flashing - Flashing around pipes and vents extending above the roof shall extending at
least 12" above the finished roof surface, and extending at least six inches beyond opening.
.
D.
Mechanical Equipment Flashing - Examine Plans and Specifications for mechanical and
electrical trades and note extent of flashing covered herein. Provide all flashing in addition
thereto as necessary.
.
MISCELLANEOUS WORK AND CLEANING
A. Do all necessary cutting, patching, fitting in connection with the fitting and sealing of the
modular units, one to another.
B. On completion, work shall be left in perfect condition.
.
END OF SECTION 07600 - FLASHING AND SHEET METAL
.
DIVISION 7 - Page 31 of 35
.
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
SECTION 07711 - GUTTERS AND DOWNSPOUTS
SCOPE
.
Under this Section, the Contractor shall supply all labor, materials, equipment and incidentals
necessary to complete the gutter replacement as specified herein, shown on the Contract Drawings
and/or as directed by the Engineer. In general, the work to be done shall include but not be limited
to the following:
.
I.
2.
3.
4.
Gutter
Gutter hanger bracket
Downspout
Sealant
.
SUBMITTALS
Product Data: Catalog sheets.
.
MATERIALS
A. Gutter: Match existing.
B.
Fascia Cleat (Surface Mounted): Gutter manufacturer's continuous aluminum fascia cleat
designed for attachment directly to the fascia board.
.
C. Gutter Hanger Brackets: Gutter manufacturer's aluminum hanger brackets designed to
span across the top of the gutter forming a spreader and stiffener bar.
D.
Downspout: Match existing.
.
E. Downspout Strap: Downspout manufacturer's standard strap.
F.
Finish: Match existing.
.
G. Accessories: Gutter manufacturer's standard or recommended sealant, pop rivets, screws,
and bolts.
H.
Sealant:
I. Silicone, one part, low modulus.
2. Butyl rubber, one part.
.
FABRICATION
A.
Fabricate gutters, downspouts, and fittings to the shape and profile indicated on the
Drawings. When fabrication details are not indicated follow the applicable requirements
.
DIVISION 7 - Page 32 of35
.
.
.
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
of the Architectural Sheet Metal Manual of the Sheet Metal And Air Conditioning
Contractors National Association, Inc.
\. Form gutters in continuous sections and downspouts in 10 foot long sections.
PREPARATION
.
A.
Do not install the Work of this Section unless all necessary nailers, blocking and other
supporting components have been provided.
INST ALLA TION
.
A.
Unless shown or specified otherwise, install the gutter system in accordance with the
manufacturer's installation instructions.
B. Install continuous fascia cleat.
I. Secure the fascia cleat to the fascia board with aluminum nails 6 inches oc.
.
C. Trim the top front and back edges of one end of each gutter section so the sections will
overlap each other 2 inches and nest snugly together. Before joining sections together,
apply sealant between the mating surfaces.
.
.
.
.
.
D.
Install gutter brackets 3 feet on center.
\. Lock the front of the bracket to the gutter edge and secure the other end to the
fascia board with aluminum screws.
Install gutter end pieces, mitered corners, and drop tubes. Apply sealant between mating
surfaces and secure with pop rivets.
E.
F.
Install downspouts with end joints that telescope a minimum of 1-1/2 inches.
G. Install necessary offsets and elbows.
H.
Install a minimum of 2 straps at each downspout section. Fasten downspouts to straps
with pop rivets.
I. Secure straps to wood walls with screws.
J.
Discharge Elbows: Fasten leader shoes to downspouts with pop rivets.
CLEANING
A. The General Construction Contractor shall, upon completion of his Work, clean his
equipment to the satisfaction of the Owner.
END OF SECTION 07711 - GUTTERS AND DOWNSPOUTS
.
DIVISION 7 - Page 33 of35
.
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
SECTION 07920 - SEALANTS AND CAULKlNGS
WORK INCLUDED
.
A.
Caulking of exterior joints formed by the intersection of different materials, such as
masonry and concrete, masonry and metal, wood with masonry or metal, and adjacent
dissimilar materials.
.
B. Caulking of joints at heads, jambs and sills of door frames and windows.
C. All other caulking where indicated on Drawings or required by building conditions.
DELIVERY
.
A.
Materials delivered to the job site shall bear the quality label and the name or trademark of
the approved manufacturer; shall be new, unopened and from fresh stock, and shall be the
same products and manufacture as approved. Caulking tubes shall bear label indicating
conformance to referenced Federal Specifications.
.
MATERIALS
A.
Caulking compound for general exterior application shall be "Tremco's Dymeric", a two-
part polytremdyne polymer sealant conforming to Federal Specifications TT-S-00227E as
manufactured by the Tremco Manufacturing Co., Cleveland, Ohio. Approved equivalent
items of the following manufacturers may be provided: Pecora Chemical Corp.,
Harleysville, Pa. or Products Research and Chemical Corp., Burbank California.
.
B.
Caulking compound for general interior application shall be "Tremco"s Caulking
Compound" an oleo-resinous caulking compound conforming to Federal Specifications TT-
C598B as manufactured by the Tremco Manufacturing Co., Cleveland, Ohio. Approved
equivalent items of the following manufacturers may be provided: Pecora Chemical Corp.,
Harleysville, Pa., or Products Research and Chemical Corp., Burbank, California.
.
c.
Colors of Caulking Compound - As selected by the Engineer.
.
D.
Primer - A quick drying, non-staining liquid as recommended by the caulking compound
manufacturer. Primer shall be used in all installations unless the caulking manufacturer
specifically states otherwise.
.
E. Back-up (Packing) Material - Polyethylene foam or hollow tubing or other approved non-
staining material.
INSTALLATION
.
A. Surface Preparation - Remove dust, dirt, grease and other foreign and objectionable
material.
DIVISION 7 - Page 34 of35
.
.
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
B.
Application of Caulk
.
1. Joints deeper than 1/2" shall have backing material installed to within 1/4" of the face of the
joint.
.
2. Apply caulking compound under sufficient pressure to force out all air and to completely fill
the joints, using a caulking gun with nozzles of widths as necessary to fit the various joints,
except in locations where knife application is necessary.
3. Tool joints to a neat and smooth bead of uniform width, finishing flush with adjoining
surfaces or tool to a concave profile.
.
4. Upon completion of caulking, joints not completely filled shall have caulk roughened and
then the joint shall be properly filled and tooled.
5. Adjacent surfaces soiled by caulking operations shall be cleaned immediately.
.
END OF SECTION 07920 - SEALANTS AND CAULKINGS
.
.
.
.
.
.
DIVISION 7 - Page 35 of35
.
DIVISION 8 - DOORS AND WINDOWS
GENERAL
.
The work under this Division shall be subject to the requirements of the CONDITIONS OF
CONTRACT, GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS,
DRAWINGS, SCHEDULES, ADDENDA, and other Contract documents.
.
Refer to the Drawings and Specifications of other trades and contractors for items which might
affect the work under this Division.
TABLE OF CONTENTS - DIVISION NO.8 - DOORS AND WINDOWS
. Included in this Division are the following sections:
.
08110
08500
08710
08800
Steel Doors and Frames
Metal Windows
Finish Hardware
Glazing
.
.
.
.
.
DIVISION 8 - Page I of 16
.
.
DIVISION 8 - DOORS AND WINDOWS
SECTION 08110 - STEEL DOORS AND FRAMES
STANDARDS (OF DESIGN AND CONSTRUCTION)
.
A.
Steel Doors and Frames shall conform to requirements of Steel Door Institute (SDI 1000) as
modified by local code requirements and as specified herein. Doors and frames shall bear a
label indicating compliance with the referenced standards.
.
B. Doors 1-3/4" thick, 18 gauge. LF 18 Series Galvannealed with polystyrene core exterior as
manufactured by Steelcraft Building Products, Cincinnati, Ohio (513-745-6400) or
approved equal, in elevations as indicated on the drawings.
C.
Frames - Full width type 16 gauge. Include provisions for silencers and gaskets. Frame
profile shall be one piece.
.
D.
Maximum Clearance
. top rail and hinge stile: 1/16"
. lock stile: 1/8"
. floor and saddle: 1/4"
.
SHOP PAINTING
Material - A thermosetting primer (in which the vehicle is a mixture of epoxy and pheolic resins or
straight epoxy) formulated for metal priming and baking.
.
INST ALLA TION OF DOORS & FRAMES
A. Steel Doors and Frames
.
I. Install in accordance with the final shop drawings, manufacturer's data, and as herein
specified.
2.
Placing frames - Set frames accurately in position, plumbed, aligned and braced
securely until permanent anchors are set. After wall construction is complete, remove
temporary braces and spreaders leaving surfaces smooth and undamaged.
.
a.
Make field splices in frames as detailed on final shop drawings, welded and
finished to match factory work.
.
b. Remove spreader bars only after frames or bucks have been properly set and
secured.
3. Door Installation
.
a. Jambs and head: 3/32".
b. Meeting edges, pairs of doors: 1/8".
DIVISION 8 - Page 2 of 16
.
.
.
4.
.
DIVISION 8 - DOORS AND WINDOWS
c.
d.
Bottom: 1/4", where no threshold.
Bottom: At threshold: 1/8".
Place fire-rated doors with clearances as specified in NFP A Standard No. 80.
e.
Adjustments
Check and readjust operating finish hardware items just prior to final inspection.
Leave work in complete and proper operating condition. Remove and replace
defective work, including doors or frames which are warped, bowed or otherwise
unacceptable.
.
INST ALLA nON OF FINISH HARDWARE
A. GENERAL
.
.
.
.
.
.
.
1.
All finishing hardware specified in the Section 08710 of this specification entitled
"Finish Hardware" shall be received, accounted for, stored and applied under this
Section.
2. Hardware shall be sorted and stored in space assigned by Contractor and shall be
kept at all times under lock and key. The safety and preservation of all items
delivered will be the responsibility of the Contractor.
3. Hardware shall be carefully fitted and securely attached, in accordance with these
specifications and the instructions of the various manufacturers.
4.
Mount hardware units at heights recommended in "Recommended Locations for
Builders' Hardware" by NBHA unless otherwise noted on Drawings. (See Door
Type elevations in the Drawings.)
5.
Install each hardware item in compliance with the manufacturer's instructions and
recommendations. Wherever cutting and fitting is required to install hardware onto
or into surfaces which are later to be painted or iinished in another way, install each
item completely and then remove and store in a secure place during the finish
application. After completion of the finishes, re-install each item. Do not install
surface-mounted items until finishes have been completed on the substrate.
6.
Set units level, plumb and true to line and location. Adjust and reinforce the
attachment substrate as necessary for proper installation and operation.
7. Drill and countersink units which are not factory prepared for anchorage fasteners.
Space fasteners and anchors in accordance with industry standards.
8.
Cut and fit threshold and floor covers to profile of door frames, with mitered comers
and hair-line joints. Join units with concealed welds or concealed mechanical joints.
Cut smooth openings for spindles, bolts and similar items, if any.
DIVISION 8 - Page 3 of 16
.
DIVISION 8 - DOORS AND WINDOWS
9.
All keys used shall be construction keys which are to be tagged with fiber discs as
approved, clearly labeled with identifying inscriptions and then neatly arranged in a
temporary cabinet. All construction keys shall be returned to the Owner.
.
B. ADJUSTING AND CLEANING
.
1.
Adjust and check each operating item of hardware and each door, to ensure proper
operation or function of every unit. Lubricate moving parts with type lubrication
recommended by manufacturer (graphite-type if no other recommended). Replace
units which cannot be adjusted and lubricated to operate freely and smoothly as
intended for the application made.
.
2.
Final adjustment: Wherever hardware installation is made more than one month
prior to acceptance or occupancy of a space or area, return to the work during the
week prior to acceptance or occupancy, and make a final check and adjustment of all
hardware items in such space or area. Clean and re-lubricate operating items as
necessary to restore proper function and finish of hardware and doors. Adjust door
control devices to compensate for final operation of heating and ventilating
equipment.
.
CLEAN UP AND PROTECTION
.
A. CLEAN-UP
At regular intervals during the course of the work, all debris and excess material shall be
cleaned up and removed from the site. Upon completion of installation, clean all spaces of
debris caused by woodwork installation.
.
B. PROTECTION
Protect all woodwork hardware, doors and frames and finish accessories from marring,
defacement or other damage until final completion and acceptance of the project by the
Owner. Repair or replace all defective units prior to final inspection as directed by the
Architect. Any units that cannot be satisfactorily repaired in the opinion of the Architect shall
be replaced with new units of same original design, at no additional cost to the Owner.
.
END OF SECTION 08110 - STEEL DOORS AND FRAMES
.
.
DIVISION 8 - Page 4 of 16
.
.
DIVISION 8 - DOORS AND WINDOWS
SECTION 08500 - METAL WINDOWS
.
SUMMARY
Furnishing all labor, materials, equipment and appliances necessary or required to perform and
complete all work including, but not limited to, the following:
.
1.
Aluminum operable double hung window.
DESCRIPTION
.
A. Applicable provisions of the "General Conditions", the "Supplementary and Special
Conditions" and "Division I General Requirements" form a part of this section.
B. Furnish all labor, materials, equipment and appliances necessary or required to perform
and complete all work including, but not limited to, the following:
.
1.
2.
Aluminum operable windows
Insect screens for all operating sash
OUALITY ASSURANCE
.
A. All materials shall be free from defects impairing strength, durability or appearance and
shall be the best quality for the purpose specified.
B. Performance
I. "U" values: ASHRAE .56, Tested .69
.
2.
Structural Rating: A2-HP 50 to lOa (dependent on window size.
3. Air Infiltration Rating: A2-HP have a .17 rating
.
4.
Water Resistant Ratings: A2-HP have a 9.34 rating
SUBMITTALS
.
A. Submit shop drawings and samples in accordance with the General Conditions as
requested by the Architect.
B. Before proceeding with the manufacture of aluminum windows, prepare and submit
complete manufacturing and installation drawings, showing all parts of all members
indicating thickness of metal, details of construction, and methods of anchoring a
relationship of abutting construction.
.
DIVISION 8 - Page 5 of 16
.
.
DIVISION 8 - DOORS AND WINDOWS
DELIVERY, STORAGE AND HANDLING
.
A. Deliver in ample time to facilitate the work of this Section.
B. Take care to protect components during handling and storage.
JOB CONDITIONS
.
A. Protect surfaces of aluminum window components during and after installation to
preclude any damage.
B. Remove and replace all work showing any defects or blemishes without additional
expense to the Owner.
MATERIALS
.
A. Aluminum Thermal Break Double Hung Windows:
1.
Frame, sash, and panel sections: Extruded aluminum shapes of alloy 6063- T5 with
a minimum ultimate tensile strength of 22000 P.S.I. with integral thermal structural
barriers. Mainframe, sash and panel sections shall have a nominal wall thickness of
not less than 0.062" and sills shall have a nominal wall thickness of not less than
0.078".
.
2. Sash glazing rabbets shall be between 5/8" to 7/8" to receive double insulated
glazing.
.
3.
Weatherstripping: Mylar shielded pile in both sash to create a continuous
uninterrupted weather seal.
.
4. Screens: Extruded aluminum frames with 18 x 14 mesh aluminum screen cloth and
aluminum hardware for windows shall be provided by the manufacturer of the
double hung windows.
5.
.
Louvers: Z type frame and blades 6063-T52 alloy extruded aluminum sections,
minimum .081" thick.
6.
Anchors, clips, bolts, and screws to secure windows and mullions in place:
Aluminum, non-magnetic stainless steel or zinc coated steel.
.
7. Locking handles, and miscellaneous hardware: Aluminum or non-corrosive
material compatible with aluminum.
8.
Finish: Electrostatically applied baked acrylic enamel finish. Color shall be as
selected by the Architect.
.
DIVISION 8 - Page 6 of 16
.
.
DIVISION 8 - DOORS AND WINDOWS
FABRICATION
.
A. Aluminum Thermal Break Double Hung Windows:
I. Frame corners shall be machined, double screwed, and sealed at head and sill with
ductile type sealant.
.
2.
Sash rails shall be machined at both ends to receive stiles and are secured with one
screw per joint.
3. Treat with anodic finish after fabrication
.
MANUFACTURER
Aluminum Double Hung, insulated glass, thermal break window: Series 670 DH as by Efco
Windows or equal. Units shall be provided with tilt in sash for cleaning.
.
INSPECTION
.
A. Window openings shall conform with details, dimensions and tolerances shown on the
window manufacturer's approved shop drawings.
B. Conditions which may adversely affect the window installation must be corrected before
installation commences.
.
INSTALLATION
A. Install using men of the trade, in accordance with the manufacturer's instructions, as
herein specified and as shown on the drawings.
.
1.
Set units plumb, level and true to line, without warp or rack of frames or vents.
2. Anchor units securely to surrounding construction with approved fasteners.
3.
The exterior joints between the sash, trim and mullions shall be properly sealed
watertight with an approved sealant and neatly pointed.
.
4. Tightly caulk all joints between metal and masonry to insure a watertight job.
.
B. Attach ventilator hardware and adjust ventilators to operate smoothly free from twist and
be weathertight when closed.
C. Install fixed and operable windows of type indicated, in openings in strict accordance
DIVISION 8 - Page 7 of 16
.
.
DIVISION 8 - DOORS AND WINDOWS
with approved shop drawings. Install panning system at head, jambs and sills of
replacement windows.
.
I. Set units and panning, plumb level and true to line, without warp or rack of frames
or vents.
2.
Anchor units and panning, securely to surrounding construction with approved
fasteners.
.
3. The exterior joints between the sash, trim, mullions and panning, shall be properly
sealed watertight with an approved sealant and neatly pointed.
ADJUSTMENT AND CLEANING
.
A. Adjust windows for smooth operation.
B. Adequately protect exposed portions of aluminum windows from damage caused by
adjacent construction.
.
C. At completion of project, remove protective materials and clean with plain water or water
with soap or household detergent.
.
END OF SECTION 08500 - METAL WINDOWS
.
.
.
.
DIVISION 8 - Page 8 of 16
.
.
DIVISION 8 - DOORS AND WINDOWS
SECTION 08710 -FINISH HARDWARE
.
DESCRIPTION
Furnishing all labor, materials, equipment and appliances necessary or required to perform and
complete all work including, but not limited to, the following:
.
1.
Finish Hardware
2. Weatherstripping
3. Door Saddles
.
OUALITY ASSURANCE
Hardware shall conform to Federal Specification FF-H-106, FF-H-116Iatest edition.
.
SUBMITTALS
A. Product Data: Submit manufacturer's latest printed literature on materials specified
herein. Obtain approval before materials are delivered to the job site.
.
B.
Samples: Submit samples in accordance with the Contract Conditions for the various
pieces of hardware required.
DELIVERY, STORAGE AND HANDLING
.
Deliver hardware and specialty items in ample time to facilitate the work of this section.
GUARANTEE
.
Furnish to the Owner a written guarantee signed by an authorized official of the various suppliers
for a period of two (2) years as evidenced by the date of final payment. All hardware shall be
guaranteed against faulty workmanship and finish and to satisfactorily perform the functions
required at the various places.
PRODUCTS
.
A.
Hinges, lock and latch sets, door closers, holders, push and pull protective plates, exit
devices, door stops and flush bolts, shall be as indicated in the "Hardware Schedule".
B. Code Requirements: Hardware for rated doors and doors indicated as labeled shall
conform to applicable requirements of the Building Code.
.
C. Door Silencers: All door frames, except gasketed frames, shall be furnished with three
silencers for single doors and four for head of frame for pair of doors.
DIVISION 8 - Page 9 of 16
.
D.
.
DIVISION 8 - DOORS AND WINDOWS
Anchorage Devices: Exposed parts of screws and bolts shall be finished same as
hardware they secure. Plates shall be secured with Phillips slot screws. Concealed devices
shall be on non-ferrous metal, galvanized steel or stainless steel.
.
E. Templates: Furnish suitable templates, together with the approved schedule to the
respective trades, as required.
F.
Packing and Marking: Each item of hardware shall have fastening devices, key and
instructions included in the same package as the hardware. Each package shall be
properly labeled indicating contents and the part of the work for which intended. Labels
shall include a marketing corresponding to equivalent designation on the approved
hardware schedule.
.
.
G. Hardware Requiring Shop Installation: Shall be delivered to the proper Contractor in
sufficient time so as not to delay the progress of the work.
H.
I.
MATERIALS
A.
B.
C. Finished:
Protection: Wrappings furnished by the manufacturers on knobs, handles, protective
plates, kick plates, push plates and pulls, shall be of adhesive-coated paper, of a type
easily removed without marring the finish of the hardware.
.
Field Checks: The Contractor shall make periodic checks during installation of finish
hardware to ascertain the correctness of the installation. After completion of the work, he
shall certifY, in writing, that all items of finish hardware have been installed, adjusted and
are functioning in accordance with the specification requirements.
.
Finished hardware shall include but not be limited to: butts lock and latch sets, rosettes,
escutcheons, push plates, pulls, door mutes; 3 for single doors, closers, stops, holders and
all other items necessary to make a complete job. Doors shall have 1-1/2 pair of butts per
door minimum.
.
All hardware for labeled doors shall conform to the requirements for labeled doors of the
class as shown whether herein specified or not.
.
I.
2.
3.
4.
5.
6.
7.
8.
USlOD
US26D
US32D
SBL
DBL
DURO
LBL
USP
Satin Bronze
Satin Chrome
Satin Stainless Steel
Sprayed Aluminum
Sprayed Bronze
313
Bronze Enamel
Prime Coated
.
.
DIVISION 8 - Page 10 of 16
.
MANUFACTURER
A. Butts Stanley, Hager, Lawrence, McKinney
B. Locks and Cylinders Sargent, Best
C. Closers L.C.N., Sargent
D. Overhead Stops Ives, Rockwood Mfg.
E. Stops and Bumpers Ives, Rockwood Mfg.
F. Exit Devices Von Duprin, Sargent, Adams Rite
G. Kick, Mop and Armor Plates Rockwood Mfg., Ives
H. Push and Pulls Rockwood Mfg., Ives
I. Silencers Ives, Rockwood Mfg.
J. Key Cabinet Telkee
K. Thresholds & Weatherstripping Pemko, Zero, National Guard
.
D. Keying
.
.
.
.
.
.
.
.
.
.
DIVISION 8 - DOORS AND WINDOWS
1.
Construction Master Key System shall be provided for all locks during
construction. Construction master key system shall be changed over to the
building master key system upon completion of the work.
2.
Keying System: The Contractor will consult with the Owner to ascertain the
specified requirements for individual keying, master keying and grand master
keying. Within 30 days of receipt of such information, prepare and submit a
keying chart for the Owner's approval.
3.
Keys
a. Formed of nickel silver, with change number and key control symbol stamped
thereon.
b. Forward master keys and grand master key by registered mail, in safety
envelopes, to the Owner.
c. Furnish keys as follows, except as otherwise requested by the Owner.
I) Individual lock setting........... 2 keys each
2) Master key setting.................. 3 keys each
3) Blanks.................................... 25 extra
4) Grand master key setting......... I key
DIVISION 8 - Page II of 16
DIVISION 8 - DOORS AND WINDOWS
.
INSTALLATION
A. Install door saddles full width of door opening scribed to frame, set in bed of caulking
compound and anchored with 3/8" white bronze flush head expansion bolts 12" o.c.
Provide removable cover plates of matching design where floor hinges occur.
B. Install door weatherstripping at head and jambs with No. 8 stainless steel flat head
machine screws 12" O.c.
C. Finish Hardware
I. Receive, store and distribute all finishing hardware and assume the responsibility
for its safety. Leave the protection wrapped around pieces of hardware as it is
installed, properly maintain until the final completion of the building.
.
.
2.
Do not install finishing hardware in the building until all wet work had been fully
completed and dry.
.
3. Apply hardware not only to the work furnished under this Section but fit and adjust
to work furnished under other Sections.
.
4. Accurately fit and secure hardware in place, adjust to operate perfectly and free
from scratches and/or other defacement.
5.
Assume responsibility for the condition and operation of all finished hardware until
the issuance of the Certificate of Final Acceptance or until the building is occupied,
whichever event is sooner.
.
6. Face hardware shall, after being fitted, be removed before the woodwork finish or
painting is applied.
7.
Immediately prior to completion of all work, go over the entire building with the
Architect and see that each piece of hardware is undamaged, in perfect working
order and that the proper key for the lock in question is identified.
.
8.
Properly tag and identify all keys and turn over to the hardware supplier, for filing
by him in the key cabinet.
.
ADJUST AND CLEAN
A. At time of completion of the work, the Contractor shall clean and adjust all hardware and
replace any damaged parts.
.
B. Setting Up: The hardware supplier shall gather together all keys and data concerning
them and shall perform the actual work of setting up and putting into operation the
complete key control system for the entire project. All keys shall be properly tagged,
indexed and filed in the key cabinet in accord with the instructions of the manufacturer of
the lock sets and as approved by the Architect. Keys shall be turned over to the Architect,
who will issue a receipt for same.
.
DIVISION 8 - Page 12 of 16
.
.
.
SCHEDULE
DIVISION 8 - DOORS AND WINDOWS
A. For any doors which may be indicated on the drawings but not mentioned in the DOOR
and HARDWARE SCHEDULE listed hereafter, hardware of the same kind, quality and
function as that scheduled for similar proposed door shall be provided.
.
Exterior Doors
.
.
.
l.
2.
Hinges: (6) Stanley FBBI99-4-1/2" x 4-1/2", bronze finish.
Door Closer: (2) LCN overhead 4041 Series Alum. finish wi Hold-Open arm &
metal cover.
Exit device/Lockset: (2) Von Duprin 98NL series Rim exit device, US26D
finish, (2) 697NL Series Tubular fixed pull, (2) 3216 rim cylinders.
Removable Mullion - (I) Von Duprin 4954 wi 299 strike
Silencers: (6) Ives SR65
Weather stripping: standard frame & door sweep
Threshold: Pemko Extruded aluminum offset low profile (ADA compliant)
Kick Plate - (2) 10" X 34" Stainless Steel
3.
4.
5.
6.
7.
8.
END OF SECTION 08710 - FINISH HARDWARE
.
.
.
.
.
DIVISION 8 - Page 13 of 16
DIVISION 8 - DOORS AND WINDOWS
.
SECTION 08800 GLAZING
DESCRIPTION
Furnishing all labor, materials, equipment and appliances necessary or required to perform and
complete all work including, but not limited to, the following:
1. Clear Glass
2. Tempered Glass
3. Insulated Glass
.
.
OUALITY ASSURANCE
A. All materials shall be free from defects impairing strength, durability or appearance and
shall be of the best quality for the purpose specified.
.
B. Glass shall meet Federal Specification DD-G-45Id.
C. Glazing compound shall meet Federal Specification TT-G-410.
.
SUBMITTALS
A. Submit samples in accordance with the General Conditions, as requested by the Architect.
DELIVERY, STORAGE AND HANDLING
A. Deliver products to job site in ample time to facilitate the work of this section.
B. Store all glass with due care to prevent breakage.
.
JOB CONDITIONS
A. Protect all glass on the project before, during, and after installation.
.
MATERIALS
A. Clear Glass: Type I - Primary glass (annealed float) Class I Transparent, Quality q-3
Glazing Select; 1/4" thick except as otherwise indicated.
.
B. Laminated Glass: 2 sheets Type I-Primary Glass (annealed float) Class 1 Transparent,
Quality q-5 Glazing B permanently laminated together with a 0.030" thick sheet of clear
plasticized polyvinyl butyral. Finished thickness 1/4" except as otherwise indicated.
.
C. Tempered Glass: Type I-Primary Glass (annealed float) Class 1 Transparent; Quality q-5
Glazing B; heat strengthened by manufacturer's standard process (after cutting to final
size) to achieve a flexural strength of 4 times normal glass strength. Provide with
MANUFACTURER'S SEAL INSCRIBED ON EACH LIGHT, 1/4" thick except as
otherwise indicated.
.
DIVISION 8 - Page 14 of 16
.
.
DIVISION 8 - DOORS AND WINDOWS
D. Safety Glass: Laminated or Tempered as specified above for the following:
.
1.
All doors, both exterior and interior.
2. All sidelights, both exterior and interior.
3.
All vision panels, fixed or sliding.
.
E. Insulated Glass: Two sheets of 1/4" thick Type I-Primary Glass (annealed float) Class I
Transparent, Quality q-3 glazing select; permanently and hermetically sealed together at
edges with spacers, sealant and metal protective edge binding; to provide a dehydrated air
space 1/2" thick with a -60 degree dew point.
.
F. Butt Glazing Compound: Silicone sealant.
.
G. Glazing Gaskets: Preformed glazing gaskets formulated of a neoprene compound
conforming to the requirements of ASTM C542. Gaskets shall be as detailed on the
drawings and shall be as manufactured by the Standard Products Co.
H. Glazing Compound: "Dap 1012" as by Dap Inc. or approved equal.
.
I. Joint cleaner, primer and sealer: Recommended by the manufacturer of the primary
glazing material for each specific use.
J. All other materials herein specified.
MANUFACTURER
.
Unless otherwise noted above, provide products manufactured by Pittsburgh Plate Glass Co.,
Libby-Owens and Ford Glass Co. or A.F.G. Industries, Inc.
INSPECTION
.
Examine conditions and be responsible for the proper arrangement and fit of the work. Correct
discrepancies prior to proceeding with the work of this section.
INSTALLATION
.
A. Perform all work using mechanics skilled in their trade and execute work in a first class
manner.
B. Set all glass in a true plane, tight and straight, with proper and adequate clearance, firmly
anchored to prevent rattling and looseness, with all edges cleanly cut; do not nip or seam
the edges.
.
c. Cut and set sheet window glass with waves running horizontallv.
DIVISION 8 - Page 15 of 16
.
.
DIVISION 8 - DOORS AND WINDOWS
D. Set smooth surfaces of figured glass on the outside for exterior openings and on the
corridor side for interior openings.
.
E. Obtain and verifY all measurements and size of work, accept responsibility for the correct
and accurate fit of all work.
F. Well bed and back putty glass and carefully remove all surplus glazing compound from
doors, sash and adjoining work while still fresh. Finish glazing compound in true, even
lines, neat and smooth faced.
.
ADJUST AND CLEAN
A. Upon completion of glazing, thoroughly clean all glass surfaces, correct all imperfections,
replace and clean all damaged or broken glass before leaving project.
.
END OF SECTION 08800 GLAZING
.
.
.
.
.
.
DIVISION 8 - Page 16 of 16
.
.
DIVISION 9 - FINISHES
GENERAL
.
The work under this Division shall be subject to the requirements of the CONDITIONS OF
CONTRACT, GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS,
DRAWINGS, SCHEDULES, ADDENDA and other Contract documents.
.
Refer to the Drawings and Specifications of other trades and contractors for items which might
affect the work under this Division.
TABLE OF CONTENTS - DIVISION NO.9 - FINISHES
.
Included in this Division are the following sections:
99 I 2 Interior Painting
9652 Resilient Tile Flooring
.
.
.
.
.
.
.
DIVISION 9 - Page I of7
DIVISION 9 - FINISHES
.
SECTION 09912 - INTERIOR PAINTING (patch work around new doors and windows)
.
SCOPE
Furnish all labor, materials, equipment and appliances necessary or required to perform and
complete all interior painting including, but not limited to, the following:
.
I. Walls
2. Millwork
3. Exposed concrete floors
APPROVED PAINT MANUFACTURERS
.
I.
2.
3.
4.
Benjamin Moore & Company
The Glidden Company
Sherwin-Williams Company
Or approved equal
.
PAINT MATERIALS
A. All finish paint colors used shall be as selected by the Owner and or Engineer / Architect.
B.
Contractor to supply and install the following:
.
I.
2.
3.
Benjamin Moore Eco Sped Interior Latex Eggshell Enamel
Benjamin Moore Eco Sped Interior Latex Semi-Gloss Enamel
Benjamin Moore Latex Floor & Patio Enamel
.
EXTRA MATERIALS
A.
Amount: Upon completion of the work of this section, deliver to the Owner an extra 2
gallons of each color, type, and gloss of paint used on the work.
.
B. Packaging: Tightly seal each container and clearly label with the contents and location
used.
DELIVERY AND STORAGE
.
A. Deliver materials to the job site in original containers and packages bearing the
manufacturer's name, type and brand. Paints shall be delivered ready-mixed except as
otherwise approved.
B.
Store materials and equipment used on the job in a single designated space. Keep
storage area neat and clean and floors adequately protected from paint spillage. Place
cloths and cotton waste which might constitute a tire hazard in metal containers; remove
.
DIVISION 9 - Page 2 of7
.
.
DIVISION 9 - FINISHES
.
at the end of each work day.
PREPARATION
A. General - Surfaces to receive paint shall be clean, dry and free of all matter which will
affect adhesion of paint or appearance of finished surfaces.
B.
.
Paint Removal: Contractor to remove all layers of existing paint on all surfaces to
receive new paint as shown on the contract drawings. Paint layers to be removed using
the "Peel-Away" products or equal by Dumond Chemicals. Contractor to follow
manufacturer recommendations for the various surfaces.
C. Fixtures: Remove lighting fixtures, canopies, switch plates, receptacle plates and the
like before painting adjacent surfaces; replace after painting. Protect flush type fixtures.
.
D. Protection of Adjoining Surfaces:
.
.
.
.
.
.
.
1.
Prior to application of paint, remove fixture frames, escutcheons, cover plates
and other similar objects on walls and store in protected area until ready to be
replaced.
2. Use tarps, drop cloths, masking tape and other suitable covers as required to
protect adjacent and underlying surfaces which are likely to be stained, spotted or
otherwise marred.
PAINT APPLICATIONS
A. All surfaces to be painted must be primed.
B.
All joints of dissimilar materials (i.e. base trim to gyp. wall) are to be caulked with
painters caulk after the primer is dry and before the first finish coat of paint.
C. The contractor is to follow the manufacturer's instructions when applying primer and
paint.
D.
The contractor is to sand and clean all painted surfaces between each coat.
E. Material for succeeding coats on anyone surface shall be the product of the same
manufacturer furnishing the first or primer- sealer coat for that particular surface except
where metal primer is used applied in accordance with manufacturer's recommendation.
F.
Exercise care so that paint does not splatter. When splattering does occur, remove
promptly.
G.
Primer and intermediate coats of paint shall be unscarred and completely integral at the
time of application of each succeeding coat. Each coat of paint shall be inspected and
approved before the succeeding coat is put on. Tint each coat of paint a slightly different
shade for identification of the different coats.
DIVISION 9 - Page 3 of 7
.
DIVISION 9 - FINISHES
H. The number of coats hereinafter specified is in addition to any shop primer coats.
PAINTING SCHEDULE
.
I. Millwork, Windows & Metal Doors
a. One coat Latex Primer (omit if pre-primed)
b. Two coats Semi-Gloss Enamel
.
2. Finished gypsum board walls
a. One coat
b. Two coats
Latex Primer
Latex Enamel (as selected)
.
CLEAN-UP
A. Upon completion of the work, remove staging, scaffolding and containers from the site;
leave storage areas in acceptable condition.
.
B. Replace fixture frames, escutcheons, cover plates and other similar items which were
removed during painting. Paint stops and stains shall be completely removed without
damage to surface.
END OF SECTION 09912 - INTERIOR PAINTING
.
.
.
.
.
DIVISION 9 - Page 4 00
.
.
DIVISION 9 - FINISHES
.
SECTION 09652 - RESILIENT TILE FLOORING
SUBMITTALS
A. Product Data: Manufacturer's specifications, and surface preparation and installation
instructions, for each material specified except primer.
.
B.
.
c.
Samples:
I. Resilient Tile: Full size, each type, size, and color required.
2. Base: 12 inch long sections, each type, size, and color required.
3. Color Samples: Manufacturer's standard colors, patterns, and textures.
Contract Closeout Submittals:
I. Maintenance Data: Deliver 2 COpieS covering the installed products, to the
Owner's Representative.
.
QUALITY ASSURANCE
Compatibility of Materials: For each type oftile specified, furnish associated materials made by
or recommended by the tile manufacturer.
.
PROJECT CONDITIONS
.
.
.
.
.
A.
Environmental Requirements: Continuously heat spaces to receive flooring to a
temperature of 68 degrees F for at least 48 hours prior to flooring installation, during the
installation, and for 48 hours after installation.
B.
Condition flooring materials by placing them in the spaces where they will be installed
for at least 48 hours prior to installation.
MAINTENANCE
A.
Extra Materials:
I. Furnish extra tile, equal to 2 percent of the tile installed, of each type and color of
tile required. The extra tile shall be from the same run and lot number as the
installed tile.
2. Place extra materials in storage at the site where directed.
MATERIALS
A. Vinyl Composition Tile: FS SS-T-312, Type IV, Composition I; 12 x 12 inch size, 1/8
inch gage.
B.
Rubber Base: FS SS-W-40, Type I; 4 inches high, 1/8 inch gage; with matching
preformed external comer units.
DIVISION 9 - Page 5 of?
.
DIVISION 9 - FINISHES
C.
Underlayment:
I. Mastic Type: Latex underlayment or other mastic underlayment recommended
by flooring material manufacturer for the type of substrate indicated.
.
D. Tile Adhesive: Water resistant, formulated for application on type of subfloor indicated,
and recommended by the tile manufacturer.
E.
Floor Finish: FS P-W-155; heavy traffic water emulsion floor wax, minimum 16 percent
total solids.
.
EXAMINATION
A.
Verification of Conditions:
I. Examine substrate surfaces to receive the Work of this Section for defects that
will adversely affect the execution and quality of the Work. Do not proceed until
unsatisfactory conditions are corrected, and installer's substrate surface
acceptability certification has been acknowledged by the Engineer.
.
.
2. Do not install the Work of this Section until after all other finishing operations,
including painting, have been completed unless otherwise indicated or directed
by the Engineer.
SURFACE PREPARATION
.
A. Unless otherwise specified, follow the materials manufacturers' written instructions.
B.
Remove dirt, grease, oil, paint, varnish, wax, sealers, and other contaminants which may
impair the full bonding of the materials.
.
C. Immediately before application of the flooring adhesive, vacuum clean the prepared
subfloor surface.
INSTALLATION
.
A. Install the flooring from center marks established with principal walls; layout the tile
field and adjust to avoid use of cut units less than one-half tile wide at perimeters. Match
tile units for color and pattern by using the tile in manufactured and packaged sequence.
B.
.
Install tile units in adhesive bed in compliance with manufacturer's printed instructions.
Butt tile units tightly to vertical surfaces, thresholds, nosing, and edgings. Scribe tile
around obstructions and openings as necessary to produce neat joints. Install tile evenly
in straight, parallel lines. Extend tile into toe spaces, door reveals, closets and other
similar openings.
.
C. Install tile on pan type access cover plates for electrical and telephone ducts and other
such items which occur within finished resilient tile floor areas. Maintain color and
DIVISION 9 - Page 6 on
.
.
DIVISION 9 - FINISHES
pattern continuity with tile installed on such areas.
.
D.
Install resilient edge strips at unprotected edges of flooring, unless otherwise indicated.
E. Install metal edge strips where indicated. Securely fasten in place.
F.
Install resilient base in compliance with manufacturer's printed instructions. Install base
on walls, partitions, columns, and permanent fixtures unless otherwise indicated. Install
base in as long lengths as practicable, with preformed external comer units. Miter
internal corners. Scribe and fit base to door frames and other interruptions.
.
CLEANING
.
Remove any excess adhesive and other surface soiling from face of installed materials with
cleaning agents recommended by the manufacturer of the material being cleaned.
PROTECTION
.
Protect installed flooring from traffic and damage. Apply non-staining kraft paper covering
where necessary. Maintain covering until directed to remove it by the Engineer.
FINISHING
.
Prior to the final inspection, when directed by the Engineer, thoroughly clean tile floors and
accessories. Apply 2 coats of floor finish and buff to finish. Comply with the tile
manufacturer's recommended cleaning, finishing, and buffing procedures.
.
END OF SECTION 09652 - RESILIENT TILE FLOORING
.
.
.
.
DIVISION 9 - Page 7 of?