Loading...
HomeMy WebLinkAboutSalt Air Farm Contract • TOWN OF SOUTHOLD SALT AIR FARM - DIKE REHABILITATION PROJECT CONTRACT DOCUMENT & TECHNICAL SPECIFICATIONS • CUTCHOGUE, TOWN OF SOUTHOLD, SUFFOLK COUNTY, NEW YORK LKMA Project No: 13050.000 • lb • Prepared For: • TOWN OF SOUTHOLD 53095 Route 25 P.O. Box 1179 Southold, N.Y. 11971 Prepared By: • L.K. McLEAN ASSOCIATES, P.C. Consulting Engineers 437 South Country Road Brookhaven, New York 11719 (631) 286-8668 • 141141 NOVEMBER 7, 2013 1/ • TOWN OF SOUTHOLD 53095 MAIN ROAD, SOUTHOLD, NEW YORK 11971 PHONE: 631-765-1938 / FAX: 631-765-3136 • INVITATION TO BID NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND REQUESTED FOR THE FOLLOWING: • BID NAME: "SOUTHOLD TOWN DIKE REHABILITATION PROJECTS" It is important to note that there will be four (4) separate bids accepted by the Town for each of the four farms; Salt Air (Cutchogue), Wickham Farm (Cutchogue), Terry Farm (Orient) and Latham Farm (Orient). A prospective bidder can bid on any and all of the four sites. • Definite specifications may be obtained at the Southold Town Clerk's Office beginning November 7, 2013 PLACE OF OPENINGS: DATE OF OPENINGS: TIME OF OPENINGS: • TOWN OF SOUTHOLD November 26, 2013 10:00 AM TOWN CLERKS OFFICE 53095 MAIN ROAD SOUTHOLD, NY 11971 CONTACT PERSON: Christopher F. Dwyer • L.K. McLean Associates PC, 631-286-8668 (X245) VENDORS MUST SUBMIT BIDS IN SEALED ENVELOPES. 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 or business check (payable to the Town of Southold). • A non-mandatory pre-bidder's conference will be held at 10.OOAM on November 18, 1013 at the Southold Town Hall Building on Main Street in Southold The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. • • TABLE OF CONTENTS TOWN OF SOUTHOLD SALT AIR FARM - DIKE REHABILITATION PROJECT • Title Page Invitation to Bid Table of Contents Instructions to Bidders IB-I thru IB-6 Standard Insurance Requirements SIR I thru SIR 3 • General Conditions GC-1 thm GC-12 Conditions of Contract CC-1 thru CC-18 Proposal Form Package Qualification of Bidders QS-1 thru QS-4 Contract Agreement A-I thru A-3 NYS Wage Rates Davis Bacon Wage Rates Specifications Appendix A - NYS DEC Permit Appendix B - Southold Trustees Permit Appendix C - Suffolk County Farmland Committee Permit Plans • • • INSTRUCTIONS TO BIDDERS INDEX 1. Receipt and Opening of Bids 2. Form, Preparation and Presentation of Proposal • 3. Bid Security 4. Qualifications of Bidders 5. Rejection of Bids 6. Bidders Responsibility 7. Construction Terms and Conditions 8. Security for Faithful Performance • 9. Bid Reservations 10. Non-Collusive Statement 11. Addenda and Interpretations 12. Method of Award 13. Single Price Bid Analysis • 14. Municipal Exempt Status 15. Labor Law 16. Wage Rates 17. Insurance Required by the Town of Southold 18. Quantities • • • • • • 113 - 1 • INSTRUCTIONS TO BIDDERS 1. RECEIPT AND OPENING OF BIDS • The Town of Southold invites bids on the forms herein provided for the Salt Air Farm - Dike Rehabilitation Project in Cutchogue, New York. Sealed bids shall be received by the office of the Southold Town Clerk, 53095 Route 25 Southold, New York 11971, no later than 10:00 A.M. prevailing time on Tuesday, November 26a , 2013 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 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. hi 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 the completion of ten • percent (10%) of the work under the Contract. • 113-2 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. QUALIFICATIONS OF BIDDERS • (a) Forms for qualifications of bidders, giving evidence of sufficient facilities, equipment, experience and financial ability to insure completion of the work are provided with the bid specification package, and shall be filled out by the contractor and returned with the bid submission. (b) Information contained in any statement of financial ability shall be not more than thirty days • old at the time of submission. (c) The Town reserves the right to make such investigation as it may deem 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. • (c) The submission of a bid will be construed to mean that the bidder is fully informed as to the • 113 -3 • INSTRUCTIONS TO BIDDERS 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 warned 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 • percent 000%) 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 (1) year after the date of final acceptance of the work. • The successful bidder, upon failure to execute and deliver the bonds required within ten (10) days after the date of notice of award, shall forfeit to the Owner, as liquidated damages for such failure or refusal, the security deposited with his bid, and he will be liable for and he agrees to pay to the Owner on 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. • 113 -4 I• 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 Purchasing Agent. • 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 Town Engineering Department of Southold 53095 Main Road Southold, New York 11971 (fax) 631-765-1366, 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 AWARD The bid will be awarded to the lowest responsive, responsible bidder, as will best promote the • public interest, taking into consideration the reliability of the bidder, the quality of the materials, equipment, or supplies to be l Unshed, 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 determined by the New York State Industrial Commissioner pursuant to the Labor Law, which shall be paid on this project, are set forth herein following the Instructions to Bidders. Due to the federal funds used to subsidize the cost of construction, Davis Bacon Wage Rates are also applicable to all labor used on this project. Contractors and subcontractors are required to submit to the Town, within thirty days after • issuance of the fast payroll, and every thirty days thereafter, a transcript of the original payroll records, subscribed and affirmed as true under the penalties of perjury. 17. INSURANCE REQUIRED BY THE TOWN OF SOUTHOLD • The successful bidder will be required to procure and pay for the following types of insurance, as set forth in more detail herein following the Instructions to Bidders in the Standard Insurance requirements Section. (a) Comprehensive Automobile Policy (b)Comprehensive General Liability (c)Excess/Umbrella Insurance • (d)Owner's and Contractor's Protective Liability (e) Workmen's Compensation Insurance (f) Disability Insurance and Unemployment Insurance 18. QUANTITIES • Any quantities set forth in the bid specifications are approximations only. No guarantee is made for any quantities stated. Payment shall be on the basis of actual quantities supplied or the actual work done at the unit prices quoted. • • • • 113 -6 • STANDARD INSURANCE REQUIREMENTS TOWN OF SOUTHOLD CONTRACT INSURANCE REQUIREMENTS INSURANCE IDENTIFICATION: THE BID NUMBER IS TO APPEAR ON ALL INSURANCE CERTIFICATES INDEPENDENT CONTRACTOR: The Corporation/Contractor/Agency/Consultant, is an independent • contractor and covenants and agrees that it, its agents, servants and/or employees will neither hold itself/themselves out as, nor claim to be an employee, servant or agent of the TOWN OF SOUTHOLD, and that it, its agents and employees will not make 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 Southold 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 any one accident, and in an amount of not less than $1,000,000 (one 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 (Two million dollars) each occurrence and aggregate. SIR - I • STANDARD INSURANCE REQUIREMENTS OTHER CONDITIONS OF COMMERCIAL GENERAL LIABILITY INSURANCE: II• 1. Coverage shall be written on commercial general liability form. 2. Coverage shall include: A. Contractual liability !I • 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: 1. Coverage shall include: A. All owned vehicles • B. Hired car and non-ownership liability coverage C. Statutory no-fault coverage OWNERS & CONTRACTORS PROTECTIVE LIABILITY: An OCP Policy shall be required by the Town of Southold in limits of $1,000,000 combined single limit, each occurrence, $1,000,000 General Aggregate. This insurance must fully cover the legal liability of the specific farm owner, as Owner, NAMING THE FARM OWNER AND TOWN OF SOUTHOLD AS INSURED. The contractor shall furnish the Town with the original insurance policy. ADDITIONAL CONDITIONS OF INSURANCE: II'• 1. Contractor/vendor shall submit copies of any or all required insurance policies as and when requested by the Town. 2. If any of the contractor's/vendor's policies of insurance are cancelled or not renewed during the life of the contract, immediate notice of cancellation of non-renewal shall be delivered to the Town no less than 10 days prior to the date and time of cancellation or non-renewal. • CERTIFICATE OF INSURANCE: The contractor/vendor shall file with the Town of Southold prior to commencing work under this contract, a certificate of insurance. • 1. Certificate of insurance shall include: A. Name and address of insured B. Issue date of certificate C. Insurance company name D. Type of coverage in effect E. Policy number F. Inception and expiration dates of policies included G. Limits of liability for all policies on certificate. • included on certificate SIR-2 • • STANDARD INSURANCE REQUIREMENTS Description of operations/locations/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 • SOUTHOLD. NY 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. 0 • • • • SIR - 3 • • GENERAL CONDITIONS • INDEX 1. Definitions of Terms 2. Standards of Workmanship 3. Samples • 4. Manufactured Materials 5. Laboratory 6. Shop Drawings 7. Permits 8. Plans and Specifications 9. Cutting, Patching and Digging • 10. Errors, Omissions and Discrepancies 11. Temporary Office & 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-1 • GENERAL CONDITIONS 1. DEFINITIONS OF TERMS: Whenever the following words and expressions are used in the • Specifications, it is understood that they have the meaning defined below: PLANS: All official drawings or reproductions of drawings pertaining to the work or to any structure connected therewith. • SPECIFICATIONS: The body of directions, requirements, descriptions, etc. contained in this document, together with all documents of any description and agreements made (or to be made) pertaining to the methods or manner of performing the work and/or to the quantities and quality of materials to be famished and accepted under this Contract. OWNER: Shall mean Town Board, Town of Southold. • ENGINEER (ARCHITECT): the Owner and/or duly authorized representative 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 famished 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 fast quality is to be used in this connection and all interpretations of these • Specifications shall be made upon this basis. GC-2 0 • 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 firmished 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 firrnished 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 j • drawings submitted to the Engineer must be in English, and must bear the Contractor's stamp of approval evidencing that the drawings have been checked. GC-3 • • GENERAL. CONDITIONS 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 (Town Code) • with all subsequent changes, additions or corrections thereto. A. The Contractor shall obtain from the Building Department a certificate of occupancy, whenever the scope of work of the Contract provides for the construction of a building or structure, or for modification or alteration of a building or structure, so that a certificate of occupancy, or a • revised certificate of occupancy is required under state and/or local law. The Owner shall be responsible for obtaining the building permit and permit(s) pre-requisite thereto, including but not limited to the following, unless Contractor is specifically required to obtain the same pursuant to other provisions of this document: • (1) Building permi (2) Fire prevention permit (3) Health Department/Application to construct a) Sanitary system including SPDES permit • b) Hazardous materials storage The following additional permits when required under law shall also be obtained by the Owner: I (1) NYSDECpermit(s) (2) Town Division of Environmental Protection • (3) U.S. Army Corp of Engineers The Contractor shall give all notices, and comply with all laws, ordinances, rules, regulations and conditions of the permits, bearing on the conduct of the work as drawn and specified, and shall be responsible for acquisition of all pertinent information necessary for such compliance. • The Contractor shall be responsible for: (1) Coordinating all building department and other department and agency inspections and approvals, (2) Obtaining U.L. approvals, (3) Health Department inspections and approvals, (4) Obtaining final certificate of occupancy. • On projects involving multiple contracts, it shall be the responsibility of the "General Contractor" to coordinate with the building department and other agencies and to obtain the certificate of GC-4 • • GENERAL CONDITIONS occupancy. It shall be the responsibility of the mechanical contractors (prime contractors other than • the G.C.) to coordinate inspections and approvals of that part of the project, which falls within the scope of their contract with the G.C., and/or as may be appropriate, directly with the approving agency. In the event that one or more of the contractors on a multi-contract project fails to perform the work • in a timely manner, thereby causing undue delay in the completion of the project, and the issuance of the certificate of occupancy, the owner shall in that event, have the option to exercise "The owners right to stop work or terminate contract" as provided for in the conditions of the contract. B. Pines and Underground Structures: All work in connection with the installation of pipes or other underground structures of a like nature either within or without the limits of the highway, shall • follow all the as the apply, of provisions, they the Highway Law As per Town Code Standards) with all i subsequent changes, additions or corrections thereto. C. Any work to be performed within the Town Hi way right-of-way will require a Town Highway Department road-opening permit. Obtaining of the permit and subsequent release/approval shall be the responsibility of the Contractor. Acceptance of the contractor's performance bond in lieu of the Contractors road-opening bond shall be at the option of the Highway Department. 7.2 Suffolk County: All permits required for opening County roads and making connections with County drains will be obtained by the Owner. A copy of the permit, which must be kept on the job at all times, will be supplied to the Contractor. The Contractor will not be permitted to open any County road or make any connection to any County drain until he has been supplied with this 0 permit. (a) Department of Public Works All permits required for opening County roads and making connections with County drains, will be obtained by the Owner. A Copy of the permit, which must be kept on the job at all times, will be 10 supplied to the Contractor. The Contractor will not be permitted to open any County road or make any connection to any County drain until he has been supplied with this permit. The Contractor shall be responsible for conformance to all conditions of the permit and for the subsequent release/approval. (b) Department of Health Services: The Contractor shall be responsible for obtaining approvals pursuant to Health Department permits described in paragraph 7.1 A. 0 7.3 State of New York: The Contractor shall obtain all necessary New York State highway permits GC-5 GENERAL CONDITIONS whenever the Contract requires any work to be done within or upon existing State highway right-of- ways. These permits shall be obtained from the District Office in Hauppauge prior to the performance of the work. Upon application for the permit, the Contractor will be required to supply the following: (1) Three (3) copies of a sketch or print showing description and location of the proposed work. • The Engineer will supply these prints to the Contractor. (2) Contingent liability insurance for the State (in addition to his own liability insurance) shall be furnished in amounts and manner as required by the State of New York. The contingent protective liability and completed operations liability insurance policy to cover: "The people of the State of New York and/or the Superintendent of Public Works covering liability • arising with respect to all operations through highway permits by permittee or by anyone acting by, through or for the pemrittee, including omissions and supervisory acts of the State", in the amount of personal injury (including death) and property damage as required. 8. PLANS AND SPECIFICATIONS: The Contractor will be furnished with five sets of Plans • and Specifications giving all the details and dimensions necessary for carrying out the work. One copy of Plans and Specifications furnished to the Contractor must be kept constantly on the site. Anything shown on the Plans and not mentioned in the Specifications or mentioned in the Specifications and not shown on the Plans and all the work and materials necessary for the completion of the work according to the intent and meaning of the Contract shall be furnished, performed and done as if the same were both mentioned in the Specifications and shown on the Drawings. Any conflict or inconsistency between the Plans and Specifications, or any discrepancy between the figures and scale of Drawings, shall be submitted by the Contractor to the Engineer, whose decision thereon shall be conclusive. In the event the meaning of any portion of the Specifications or Drawings or any supplementary • drawings or instructions of the Engineer is doubtful, the same shall be understood to call for the best type of construction, both as to materials and workmanship, which reasonably can be interpreted. All materials and workmanship must be strictly in accordance with the Specifications. The Plans show approximate size, arrangement and location of the proposed work. The Engineer • will give base lines, grades, shapes and dimensions and the Contractor shall construct the work exactly in accordance with such instructions of the Engineer subject, however, to change as provided for under the headings "Changes and Alterations" and "Compensation to be Paid to the Contractor". • Additional copies of Plans and Specifications, when requested, will be fiunished 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. GC-6 • GENERAL CONDITIONS 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 cant' out the work in satisfactory manner as directed. c) Should a conflict occur in or between the Drawings and Specifications and/or existing conditions, the Contractor shall be deemed to have estimated on the more expensive way of doing the work, • unless he shall have asked for and obtained a decision in writing from the Engineer, before the submission of bids, as to which method or material will produce the results to the best interest of the Town. 11. TEMPORARY OFFICE & TOILET: The Contractor shall provide an office trailer for use by the town and its representatives. The trailer shall be climate controlled and have a clean plan • table, desk and chair provided inside. 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 GC-7 • GENERAL CONDITIONS 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 famished 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. 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. GC- 8 • • GENERAL CONDITIONS • 15. WATER AND ELECTRIC POWER: All water and electric power supply for construction purposes must be provided by the Contractor. The cost shall be home by the Contractor. 16. MACHINERY AND EQUIPMENT: All machinery, equipment, trucks and vehicles used in the prosecution of the work or in connection therewith, shall at all times be in proper working • condition. The Contractor shall be responsible for curtailing noise, smoke, fumes or any other nuisance resulting from his operations. He shall, upon written notification from the Engineer, make any repairs, replacements, adjustments, additions, and famish 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 anytime. 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. • 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. GC-9 • • GENERAL. CONDITIONS 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 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 famished 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. GC - 10 I• • GENERAL CONDITIONS • 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. 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. • GC - 11 • • GENERAL CONDITIONS 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 pipes conveying combustible gas No person shall discharge explosives in the ground, nor shall any person other than a state or county employee regularly engaged in the maintenance and repair thereof excavate in any then existing street, highway, or public place, unless notice thereof in writing shall have been given at least seventy-two hours in advance to the person, corporation or municipality engaged in the distribution • of gas in such 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 • 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-12 • 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 IL 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-1 • • CONDITIONS OF CONTRACT 1. CONTRACT DOCUMENTS AND DEFINITIONS • The Notice to Bidders, Instructions to Bidders, Proposal Form, Conditions of Contract, General Conditions, Specifications, Form of Contract, Construction Drawings, together with any Addenda, shall form part of this Contract, and the provisions thereof 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 judgment 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, Aunroved, 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 judgment of', and words of like import, shall mean approved, or acceptable to, or satisfactory to, or in the judgment 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 quantifies set forth in the Form • of Bid. (b) Extra Work: The Owner may, at any time, by a written order and without notice to the Sureties, require the performance of such extra work or changes in the work as it may fmd 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: 1) By such applicable unit prices, if any, as set forth in the Contract; or 2) If no such unit prices are set forth, then by unit price or by a lump sum mutually agreed upon by the Owner and the Contractor; or 3) If no such unit prices are so set forth and if the parties cannot agree upon unit prices or a lump • sum; then by actual net cost in money to the Contractor of the materials, permits, wages of applied labor, premiums for Workmen's Compensation Insurance, payroll taxes required by law, rental for plant and equipment used (excluding small tools) to which total cost will be added twenty (20) percent as full compensation for all other items of profit, costs and expenses, including administration, overhead, superintendence, insurance, insurance other than Workmen's Compensation Insurance, materials used in temporary structures, allowances made by the • Contractor to subcontractors, additional premiums upon the performance bond of the Contractor and the use of small tools. 4. TIME OF ESSENCE • INASMUCH AS 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 ONE HUNDRED TWENTY (120) CONSECUTIVE CALENDAR DAYS 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. LIQUIDATED DAMAGES FOR DELAYS The time limit being essential to and of the essence of this Contract, the Contractor hereby agrees that the Owner shall be, and is hereby authorized to deduct and retain out of the money which may be due or may become due to said Contractor under this agreement, the sum of One Thousand Five Hundred ($1,500.00) 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 fiumish 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 famishing materials in connection with this Contract. The Performance Bond shall be written so as to remain in full • force and effect as a maintenance bond for a period of not less than one (1) year after the date of acceptance of the work by the Engineer. CC-4 • ~I• 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 291- 299 of the Executive Law and Civil Rights Law, shall famish 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 any one (1) calendar day, except in cases of extraordinary emergency caused by fire, flood or danger to life or property; that no such person shall be employed more than eight (8) hours in any day or more than five (5) days in any week expect in such emergency; that the • wages to be paid for a legal day's work as herein before defined, to laborers, workmen or mechanics upon the work called for under this Contract or upon any material used upon, or in 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 fiunish 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 famish 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-B of the Labor Law, as so amended, provides that any interested person who shall have previously filed a protest in writing objecting to the amounts due or to become due to him for daily or weekly wages for labor performed on the public improvement for which the Contract was entered into, or if for any reason, it may be deemed advisable, the Comptroller of the State or financial officer of the Municipal Corporation may deduct from the whole amount of any payment on account thereof of the sums or sum admitted by any contractor or subcontractor in such statement or statements so filed to be due and owing by him on account of labor performed and may withhold the amount so deducted for the benefit of the laborers for daily or weekly wages, whose wages are unpaid as shown by the verified statements filed by any contractor or • subcontractor and may pay directly to any person the amount or amounts so shown to be due for such wages. Section 220-C of the Labor Law, as so amended, provides the penalty for making of a false oath or verification. • Section 220-D of the Labor Law provides that the advertised Specifications for every contract for the construction, reconstruction, maintenance and/or repair of highways to which the State, county, town and/or village is a party shall contain a provision stating the minimum rate of hourly wage that can be paid, as shall be designated by the Industrial Commissioner, to the • laborers employed in the performance of the Contract either by the Contractor, subcontractor or other person doing or contracting to do the whole or part of the work contemplated by the CC-6 • CONDITIONS OF CONTRACT Contract, and the Contract shall contain a stipulation 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. QUALIFICATIONS FOR EMPLOYMENT No person under the age of sixteen (16) years and no person currently serving sentence in a penal or correctional institution shall be employed to perform any work on the project under this Contract. No person whose age or physical condition is such as to make his employment dangerous to his health or safety or to the health or safety of others, shall be employed to perform any work on this project; provided, however, that such restrictions shall not operate against the employment of physically handicapped persons, otherwise employable, where each person may be safely assigned to work which they can ably perform. • 13. NON-DISCRIMINATION There shall be no discrimination because of race, creed, color, national 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 • company check and not less often than once each week. CC-7 ~I • CONDITIONS OF CONTRACT 15. ESTIMATES & PAYMENTS • (a) Monthly: At the end of each calendar month during the progress of the work, the Engineer shall make an approximate estimate of the work satisfactorily done, based upon the prices set forth in the Proposal Form. In consideration of the work done, the Owner will pay or cause to be paid to the Contractor the 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 faithfuly 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, re-measure or re-estimate any portion of the work, but • the expense of such re-measurement or re-estimating shall, unless material error is 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. • • Cc-8 I• CONDITIONS OF CONTRACT 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 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. I• 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. I 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 firnish 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 CC-9 • • CONDITIONS OF CONTRACT 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 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 Fa nished 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. hi 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. CC - 10 I` • CONDITIONS OF CONTRACT • 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. 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 famish 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 famished for the work; and • CC-11 • CONDITIONS OF CONTRACT (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 r 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 confuin 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, judgment, 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. II, 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 CC-12 r I~ CONDITIONS OF CONTRACT 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. 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 judgment of the Engineer shall be equitable. The Contractor expressly wan-ants 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 judgment 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 CC-13 1 CONDITIONS OF CONTRACT 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 • 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. I• CC-14 • III CONDITIONS OF CONTRACT 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 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 IIL• 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. CC-15 • I • CONDITIONS OF CONTRACT • 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 by the • Contractor due to extra work made necessary because of his acts in such emergency shall be submitted to the Engineer for approval. Where the Contractor has not taken action but has notified the Engineer of an emergency indicating injury to persons or damage to adjoining property or to the work being accomplished under this Contract, then upon authorization from the Engineer to prevent such threatened injury • or damage, he shall act as instructed by the Engineer. The amount of reimbursement claimed by the Contractor on account of any such action shall be determined in the manner provided herein for the payment of extra work. 37. PROVISIONS REQUIRED BY LAW DEEMED INSERTED • Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and the Contract shall read and be enforced as though it were included herein, and if through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon the application of 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 CC-16 • CONDITIONS OF CONTRACT 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. 41. INSURANCE REQUIREMENTS • 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. CC-17 • i• CONDITIONS OF CONTRACT 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 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, sspecifically 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 maintaining, servicing or repairing real property, or land of an organization described in subdivision (a) of section 1116, as the terms real property, property or land are defined in the real property tax law; provided, however, no exemption shall exist under this paragraph unless such tangible personal property is to become an integral component part of such structure, building or real property. Contractors entering into Contract with the Town of Southold shall be exempt from payment of sales and use tax as described above. Procedures and forms are available to the Contractor direct from the 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 Dike Rehabilitation Project - Salt Air Farm Itemized Proposal Form LKMA 13050.000 ITEM NO. ESTIMATED DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS 1M 1 Mobilization (Shall not exceed Bid, Price by more than 10%) foch ~ ll, . ~Q` and /LS 2oooo oo 2ooo0 00 Dollars r Cents 2SF 6,720 Structural Fill ~p~~ for ~ r'1 \1 1 VS CY ` J Dollars Cents 2TS 780 Topsoil for" I t 10~ I /CY ut') OD Dollars Cents 3 1 Erosion and Sediment Control for(' I ~i Vol/ 1 Q~tSW1 '~I /LS 15 000 DO 15 000 00 Dollars Cents 4 3,840 Permanent Erosion yCoontrol/Slope Stabilizing System 00 for 1 1 ~Nez /SY II Dollars Cents 5 2,810 Turf Reinforcement Mat (TRM) 50 fom'sk~351 ~ /SY Dollars Cents TOWN OF SOUTHOLD Southold Dike Rehabilitation Project - Salt Air Farm Itemk•ed Pro osal Form LKMA« 3050.000 1-1 EM NO. ESTIMATED DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS 6A 37,670 Hydroseeding - Freshwater Slope Seeding Mix T O~ forzeXO ~I t }Q. /SF v 3S 1ID3 V V Dollars Cents 6B 23,120 Hydroseeding -Tidal Slope Seeding ,Miixp~ forZ~rD K, t rvZ "I /SF I'0 2O$ob 00 Dollars Cents 7 88,850 Clearing and Grubbing for 2ryn .T Tf ~AL ' 4 ~15F 215 22-2-12 Dollars Cents 8A-1 1,770 Freshwater Planting - Swamp Rose Marsh Q Q o r fo /EA 2 VO `~Q Oo Dollars Cents 8A-2 14,110 Freshwatef Planting - Needlegrass Rush /EA (it` ~ ~ ~ ^ Dollars Cen s 8A-3 14,110 Freshwater Planting -Big Cordgrass ~ V O 3~ 5~ O~ for EA ollars Cent TOWN OF SOUTHOLD Southold Dike Rehabilitation Project - Salt Air Farm Itemized Proposal Form LKMA 13050.000 ITEM NO. ESTIMATED DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS 8A-4 2,220 Freshwater Planting - Narrowleaf Cattail for u u /EA 2 to ~2IO 00 Dollars en 815-1 2,070 Tidal Planting - American Beachgrass for 'D ~ /EA Dollars Cent 86-2 2,340 Tidal Planting -Spike Grass fil ~ for o /EA 515 00 Z Dollars Ce s 88-3 19,810 Tidal Planting - Smooth Cordgrass for WO S~XT /EA 2 YJ~ ~I~B ~l/ Dollars Cents 88-4 2,340 Tidal Planting - SalMeadow Cordgrass K-N ~ O o2q 0 for 1 /EA 'Ll Dollars Cents 8C-1 3,500 Premium Coir Fiber Rolls (12") 20 5o I 150 00 for /LF Dollars Cents 11 TOWN OF SOUTHOLD Southold Dike Rehabilitation Project - Salt Air Farm Itemized Pro osal Form LKMA# x050.000 ITEM NO. ESTIMATED DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS 8C-2 1,350 Premium Coir Fiber Rolls (16") for11 ~ LF I vU~~ o V ~Dollar~s I Cents ^ 8D 1 Waterfowl Canopy Fence In hh LS 0b 2(o r,DW 00 for Dollars `11oV0 Cents 10A 800 3/4" Crushed Natural Stone 5d o0 0 000 0/0 for /TON Dollars Cents 10B 2,650 8 oz. Non-Woven Filter Fabric for /SY Dollars Cents 10C 2,650 HDPE Geoweb Materi I 5~ for y Dollars Cents 11A 130 Galvanized Corrugated M tal Pip 00 91500-0 fo /LF Dollars Cents TOWN OF SOUTHOLD Southold Dike Rehabilitation Project Salt Air Farm Itemized Proposal Form LKMA 13050.000 ITEM NO. ESTIMATED DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS 11B 3 Tidal Check Valve I~yI~- for 1 l 1 61'd"0- 525 To Do Dollars Cents TOTAL BID (Add All Items) I Gi ~O 235 forOY~ZYYl1~~1pyi1&.V1~'~ - I ~t% kvdej v r'VllvlC~J Dollars Cents SIX WRITTEN IN WORDS WRITTEN NUMERICALLY 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. Each contract containing estimated quantities and lump sum items will be awarded to that responsible bidder whose combination of Total Estimated Bid (Base Bid) is the lowest number of dollars, unless bids are rejected. • s Town of Southold BIDDER'S QUALIFICATION STATEMENT • The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. nn,, J SUBMITTED BY: ? t IK.7 41 ~S 1 A Corporation • nn~ artnership or Entity FIRM NAME:S~~ o IYIKL\I~~ I I~IG• An Individual PRINCIPAL OFFICE: M) NO O „ A Q~te ~1 re-e+ PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROF SSION/TRADE • T)reSlde~l S k 55 e Win , I 6l 57 Eywict-qoy) 1. How many years has your organization been in business under its present business name? • J~he l°~a5 2. You normally perform what percent of the work with your own forces? M10% List trades that you organization normally performs below: • 3. Have you ever failed to complete any work awarded to you? No . 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-1 • • • I 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: Name of: Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone # Telephone # Amount Complete Completion rlorl 5( 1a0-9n'b JmoloO~ 900 l l jZa )15 rtovlaa ~~eff 13mmin~ Pwd i tia1 10,1 Qh+ 2225 500,000 ~15°/° lZlit 3 • 7. List five major projects you organization has completed in the past five years: • Name of: Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone # Telephone# Amount Completion % of Work boviac elf 8rovnbeY92 M 200°1 00% N~BIOVIW WiI~Iow aviVeit* 5113 [0o°/a C-~o~-F JoeCGreH-o~t 5?~ q71-`~5~ ~rl ti1r'9h1 A250POD ?3 X00°lD a,l 2555 • Tbw r~ of ou ar~lp 3- c o t3=() 9 Wo ~~ew IS Rd ~jra~ 20 I I Jon $ 31- 2011 Ica lb LexuS ~ Sm?~Q wn s 516--t D- l'l~b • S. List the construction experience of the principal individuals of your organization • (particularly the anticipated project supervisors): Present 'T'ype of Work Position Years of For Which In What Individual's Name Of Office Experience Responsible Capacity 20 AU- AN' 6(Aarn F%0W h) 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? \(~C 10. Bank References: • I~r°?dge~n0~m~~n (~a-h ~?~al ~a~n~ ~Ta~a~Ot~G~~ (~O3~go~-2125 11. Trade Association Membership: • 12. Has your firm ever been investigated by the New York Slate Department of Labor for prevailing wage rate violations? If yes, when? What was the outcome of the investigation? n O • ~V 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 04W Of COUNTY OF 5 {p K ) 5T~ 2 r~ lur Z l u tsk, being duly sworn deposes and says that he is the 4a.C6:tJ1A{- of 6 ,m U. ,(d,ttIftcontractorand that answers to the foregoing questions and all statements therein contained are true and correct. • (Signature of person who signed d) awutn to be ore me t %s as day of_jpS~__, 2013 Notary Public • Commission Expiration Date: JOSEPH JOHN ORLg4j)O Notary Public, N State of NYo* No, 0'0:!62583r,;, , SuffoUr OcuYe Oomm"lon Expires March pg, ou lie • • • • QS-4 • • CONTRACT AGREEMENT • THIS AGREEMENT made this ~j' day of ~k~, 2013 by and between the Town of Southold, party of the first part (hereinafter called the Owner), and Steven M. Mezynieski Inc., 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 Salt Air Farm. • 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 November 26, 2013, 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 pay or cause to be paid to the Contractor the sums of money mentioned in said Contract Documents in the manner and under the conditions therein provided. The Contractor acknowledges that the Owner anticipates reimbursement for the full value of this Contract through the Community Development Block Grant Disaster Recovery Program • (CDBG - DR)(25%) and the United States Department of Agricultural Natural Resources Conservation Service (Cooperative Agreement No. 68-201-3-0007, Project DSR-S- TSH-01)(75%). All work required by this Contract shall comply with the requirements of the CDBG-DR and Cooperative Agreement No. 68-2C31-3-0007. The Contractor shall also provide any and all documents, information or materials to the Owner that are • requested or required by the CDBG-DR and Cooperative Agreement No. 68-2C31-3- 0007. 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 A-1 • • • conditions in this Agreement or in the Contract Documents, on any one or more instances, shall not be construed as a waiver or relinquishment for the future of any such • terms, covenants, agreements, provisions and conditions and the same shall be and remain in full force and effect with power and authority on the part of the Owner to enforce the same or cause the same to be enforced at any time, without prejudice to any other rights which the Owner may have against the Contactor under this Agreement or the Contract Documents. • FOURTH: If, during the term of a contract, it is determined that extra work needs to be performed or materials are needed to be purchased, which would increase the original Contract amount, a formal change order must be in place. If a change order to this Contract results in an aggregate increase of $1,000 over the original Contract award, then the following procedures apply: (a) a Public Contract Change Order Approval Form • must be completed and signed by an authorized representative of Owner and must be accompanied by a detailed explanation of why the change is needed and also accompanied by a Change Order Proposal from the Contractor (these documents must be forwarded to the Comptroller's Office); and (b) the change order must be approved by the Comptroller's Office and the Town Attorney's Office, and once approval has been • granted, an authorized representative of the Owner must prepare a Town Board resolution requesting authorization for the change from the Board. Only after all of these procedures have been completed and approvals granted, can the Contractor go forward with the extra work. • FIFTH: The Supervisor has executed this Contract pursuant to a resolution adopted by the Town Board of the Town of Southold at a meeting thereof held on December 3, 2013. Scott A. Russell, Supervisor, whose signature appears hereafter, is duly authorized and empowered to execute this instrument and enter into such a Contract on behalf of the Town. This instrument shall be executed in duplicate. At least one copy shall be • permanently filed, after execution thereof, in the office of the Town Clerk, Elizabeth A. Neville. SIXTH: Any and all notices and payments required hereunder shall be addressed as follows, or to such other address as may hereafter be designated in writing by either party hereto: • To Town: Elizabeth A. Neville, Town Clerk Town of Southold P.O. Box 1179 Southold, NY 11971-0959 To Contractor: Steven M. Mezynieski Inc. c/o Steven Mezynieski 110 North Magee Street Southampton, NY 11968 • A-2 • • SEVENTH: This Contract is governed by the laws of the State of New York. • Terms used in the Agreement which are defined in Article 1 of the General Conditions shall have the meanings indicated in the General Conditions. Neither Owner nor Contractor shall, without the prior written consent of the other, assign or sublet in whole or part his interest under any of the Contact Documents; and, • specifically, Contractor shall not assign any monies due or to become due without the prior written consent of the Owner. Owner 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 / / ' / d/ t~1 ~o~ZU • ac gi l lip1l rwP (V 1 4v1RJ i /i06. CaAC7 t(~i2~~ Dollars Written in Words ~ Written in'Figures • TOWN OF UTHOLD STEVEN M. MEZYNIESKI INC. BY BY S tt A. Russel , Supervisor Steven M. Mezynieski TITLE Finnelaa_ III • TOWN O EY B • (CORPORATE SEAL) A-3 • • ACKNOWLEDGMENT • STATED ty-appeared, OFF NEW YORK, COUNTY OF SUFFOLK) ss.: On theday of ~ in the year 2013 before me, the undersigned, persona S TT A. RUSSELL, personally known to me or proved to me on • the basis of satisfactory evidence to be the individual whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his capacity, and that by his signature on the instrument, the individual, or the person upon behalf of which the individual acted, executed the instrument. NOTA Y PU~N,t rnN N - , - ~,en York n ]aunty • Cam r~i 5 i. a ch 26, 20 - STATE OF NEW YORK, COUNTY OF , uC)ss.: On the day of COs' l n the year 2013 before me, the undersigned, personally appeared, STEVEN M. MEZYNIESKI, personally known to me or proved to • me on the basis of satisfactory evidence to be the individual whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his capacity, and that by his signature on the instrument, the individual, or the person upon behalf of which the individual acted, executed the instrument. • NOTARY PU LIC N? `.ew York punt • A-4 • • • app NEIy Andrew M. Cuomo, Governor Peter M. Rivera, Commissioner • NT Town of Southold Schedule Year 2013 through 2014 Patrick Terry, Engineer Date Requested 11/04/2013 L.K. McLean Associates, P.C. PRC# 2013009902 437 South Country Road • Brookhaven NY 11719 Location Various - Town of Southold Project ID# Project Type Rehabilitate four dike systems located on farms throughout the town of Southold. • 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 2013 through June 2014. 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 /or 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 / CANCELLATION OF PROJECT Date Completed: Date Cancelled: • Name & Title 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 PWAsk@labor.state.ny.us i,• 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. r 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. Both the PW 16 and PW 200 forms are available for completion online. 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. There are very few exceptions to this rule. Complete information regarding these exceptions is available on the "4 Day / 10 Hour Work Schedule" form (PW 30R). 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 schedule, 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 employed on a public work project: Name, Address, Last 4 Digits of Social Security Number, Classification(s) in which the worker was employed, Hourly wage rate(s) paid, Supplements paid or provided, 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 collect, review for facial validity, 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 pay or 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 1 st 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 1st. 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 1st 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 1 st 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 pay or 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 pay or provide the requisite prevailing wages or supplements, the Bureau is authorized by Sections 220-b and 235.2 of the Labor Law to so notify the financial officer of the Department of Jurisdiction (Contracting Agency) that 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 public 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. The "Public Work Project" notice must be posted at the beginning of the performance of every public work contract, on each job site. • 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. 0 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 joumeyworker'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. 0 Debarment Any contractor or subcontractor and/or its successor shall be ineligible to submit a bid on or be awarded any public work contract or subcontract with any state, municipal corporation or public body for a period of five (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 of the Labor Law) may be a felony punishable by fine or imprisonment of up to 15 years, 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 0 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 penalty 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. I• • NBiy Andrew M. Cuomo, Governor Peter M. Rivera, Commissioner • NT i Town of Southold Schedule Year 2013 through 2014 Patrick Terry, Engineer Date Requested 11/04/2013 L.K. Mclean Associates, P.C. PRC# 2013009902 437 South Country Road • Brookhaven NY 11719 Location Various - Town of Southold Project ID# Project Type Rehabilitate four dike systems located on farms throughout the town of Southold. • 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: S, Contract Type: [ ] (01) General Construction Approximate Starting Date: [ ] (02) Heating/Ventilation [ ] (03) Electrical • Approximate Completion Date: [ ] (04) Plumbing [ ] (05) Other • 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 PWAsk@labor.state.ny.us • • IMPORTANT NOTICE • FOR • CONTRACTORS & CONTRACTING AGENCIES • Social Security Numbers on Certified Payrolls • The Department of Labor is cognizant of the concerns of the potential for misuse or inadvertent disclosure of social security numbers. Identity theft is a growing problem and we are sympathetic to contractors' concerns with regard to inclusion of this • information on payrolls if another identifier will suffice. For these reasons, the substitution of the use of the last four digits of the social security number on certified payrolls submitted to contracting agencies on public work projects is now acceptable to the Department of Labor. • NOTE: This change does not affect the Department's ability to request and receive the entire social security number from employers during the course • of its public work / prevailing wage investigations. • • • To all State Departments, Agency Heads and Public Benefit Corporations IMPORTANT NOTICE REGARDING PUBLIC WORK ENFORCEMENT FUND • Budget Policy & Reporting Manual • B-610 Public Work Enforcement Fund effective date December 7, 2005 I,• 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, maintenance and repair, 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, maintenance and repair, 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 of 2003 and Chapter 407 of the • Laws of 2005) 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, maintenance and repair, 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 I', • 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. • • • • Construction Industry Fair Play Act • Required Posting For Labor Law Article 25-B § 861-d • Construction industry employers must post the •'Construction Industry Fair Play Act" notice in a prominent and accessible place on the job site. • Failure to post the notice can result in penalties of up to $1,500 for a first offense and up to $5,000 for • a second offense. The posting is included as part of this wage • schedule. Additional copies may be obtained from the NYS DOL website, www.labor.ny.aov. • If you have any questions concerning the Fair Play Act, please call the State Labor Department toll-free at 1-866-435-1499 or email us • at: dol.misclassified@labor.state.ny.us . • • New York State Department of Labor Required Notice under Article 25-B of the Labor Law ATTENTION ALL EMPLOYEES, CONTRACTORS AND SUBCONTRACTORS: • YOU ARE COVERED BY THE CONSTRUCTION INDUSTRY FAIR PLAY ACT The law says that you are an employee unless: • You are free from direction and control in performing your job AND • You perform work that is not part of the usual work done by the business that hired you AND • You have an independently established business Your employer cannot consider you to be an independent contractor unless all three of these facts apply to your work. IT IS AGAINST THE LAW FOR AN EMPLOYER TO MISCLASSIFY EMPLOYEES AS INDEPENDENT CONTRACTORS OR PAY EMPLOYEES OFF-THE-BOOKS. • Employee rights. If you are an employee: • You are entitled to state and federal worker protections such as o unemployment benefits, if unemployed through no fault of your own, able to work, and otherwise qualified • o workers' compensation benefits for on-the-job injuries o payment for wages earned, minimum wage, and overtime (under certain conditions) c prevailing wages on public work projects o the provisions of the National Labor Relations Act and o a safe work environment • • It is a violation of this law for employers to retaliate against anyone who asserts their rights under the law. Retaliation subjects an employer to civil penalties, a private lawsuit or both. Independent Contractors: If you are an independent contractor: • You must pay all taxes required by New York State and Federal Law. • Penalties for paying off-the-books or improperly treating employees as independent contractors: • Civil Penalty First Offense: up to $2,500 per employee. Subsequent Offense(s): up to $5,000 per employee. • • Criminal Penalty First Offense: Misdemeanor - up to 30 days in jail, up to a $25,000 fine and debarment from performing Public Work for up to one year. Subsequent Offense(s): Misdemeanor - up to 60 days in jail, up to a $50,000 fine and debarment from performing Public Work for up to 5 years. • If you have questions about your employment status or believe that your employer may have violated your rights and you want to file a complaint, call the Department of Labor at 1(866)435-1499 or send an email to dol.misclassified(&Iabor.state.nv.us. All complaints of fraud and violations are taken seriously and you can remain anonymous. • Employer Name: IA 999(09/10) • • • WORKER NOTIFICATION (Labor Law §220, paragraph a of subdivision 3-a) Effective February 24, 2008 • This provision is an addition to the existing prevailing wage rate law, Labor Law §220, paragraph a of subdivision 3-a. It requires • contractors and subcontractors to provide written notice to all laborers, workers or mechanics of the prevailing wage rate for their particular job classification on each pay stub*. It also requires • contractors and subcontractors to post a notice at the beginning of the performance of every public work contract on each job site that includes the telephone number and address for the Department of • Labor and a statement informing laborers, workers or mechanics of their right to contact the Department of Labor if he/she is not • receiving the proper prevailing rate of wages and/or supplements for his/her particular job classification. The required notification will be provided with each wage schedule, may be downloaded • from our website www.labor.state.ny.us or made available upon request by contacting the Bureau of Public Work at 518-457-5589. • * In the event that the required information will not fit on the pay stub, an accompanying sheet or attachment of the information will suffice. p~.nl • Department %i New York State Labor Bureau of Public Work t 2, Attention Employees • THIS IS A: PUBLIC WORK PROJECT If you are employed on this project as a worker, laborer, or mechanic you are entitled to • receive the prevailing wage and supplements rate for the classification at which you are working. Chapter 629 of These wages are set by law and must be posted • the Labor Laws at the work site. They can also be found at: of 2007: www.labor.ny.gov If you feel that you have not received proper wages or benefits, please call our nearest office.* Albany (518) 457-2744 Patchogue (631) 687-4882 Binghamton (607) 721-8005 Rochester (585) 258-4505 Buffalo (716) 847-7159 Syracuse (315) 428-4056 Garden City (516) 228-3915 Utica (315) 793-2314 New York City (212) 775-3568 White Plains (914) 997-9507 Newburgh (845) 568-5287 For New York City government agency construction projects, please contact the Office of the NYC Comptroller at (212) 669-4443, or www.comptroller.nyc.gov - click on Bureau of Labor Law. Contractor Name: • Project Location: PW 101 (10.12) • • • OSHA 10-hour Construction • Safety and Health Course - 51537-A • Effective July 18, 2008 • This provision is an addition to the existing prevailing wage rate law, Labor Law §220, section 220-h. It requires that on all public work projects of at least $250,000.00, all laborers, workers and • mechanics working on the site, be certified as having successfully completed the OSHA 10-hour construction safety and health course. It further requires that the advertised bids and contracts for every public work contract of at least $250,000.00, contain a provision of this requirement. • NOTE: The OSHA 10 Legislation only applies to workers • on a public work project that are required, under Article 8, to receive the prevailing wage. (03.12) Page 1 of 2 • • Where to find OSHA 10-hour Construction Course • 1. NYS Department of Labor website for scheduled outreach training at: www.labor.state.ny.us/workemrotectior/safetyhealth/DOSH ONSITE CONSULTATION.shtm • 2. OSHA Training Institute Education Centers: Rochester Institute of Technology OSHA Education Center Rochester, NY • Donna Winter Fax(585)475-6292 e-mail: dlwtyo(a rit.edu (866) 385-7470 Ext. 2919 www.r-it.edu/-outreach/course.php3?CourselD=54 • Atlantic OSHA Training Center UMDNJ - School of Public Health Piscataway, NJ Janet Crooks Fax (732) 235-9460 • e-mail: crooksienaumdnj.edu (732) 235-9455 hiips://ophhp.umdni.edu/wconnect/ShowSchedule.awp?--GROUP-AOTCON--10- Atlantic OSHA Training Center . University at Buffalo Buffalo, New York Joe Syracuse Fax(716)829-2806 e-mail: mailto:Laps@buffalo. edu (716) 829-2125 • bM://www.smbs.buffalo.edu/CENTERS/tre/schedule OSHA.php Keene State College Manchester, NH Leslie Singleton • e-mail: Isingl etinn keene.edu (800) 449-6742 www.keene.edu/courses/print/courses osha.cfm 3. List of trainers and training schedules for OSHA outreach training at: • www.OutreachTrainers.ora (03.12) Page 2 of 2 • • Requirements for OSHA 10 Compliance Chapter 282 of the Laws of 2007, codified as Labor Law 220-h took effect on July 18, 2008. The statute provides as follows: • The advertised specifications for every contract for public work of $250,000.00 or more must contain a provision requiring that every worker employed in the performance of a public work contract shall be certified as having completed an OSHA 10 safety training course. The clear intent of this provision is to require that • all employees of public work contractors, required to be paid prevailing rates, receive such training "prior to the performing any work on the project." The Bureau will enforce the statute as follows: All contractors and sub contractors must attach a copy of proof of completion of the OSHA 10 course to the first certified payroll submitted to the contracting agency and on each succeeding payroll where any new or additional employee is first listed. Proof of completion may include but is not limited to: • • Copies of bona fide course completion card (Note: Completion cards do not have an expiration date.) • Training roster, attendance record of other documentation from the certified trainer pending the issuance of the card. • Other valid proof **A certification by the employer attesting that all employees have completed such a course is not sufficient proof that the course has been completed. Any questions regarding this statute may be directed to the New York State Department of Labor, Bureau of Public Work at 518-485-5696. 1 Page 1 of 1 1 • WICKS Reform 2008 (For all contracts advertised or solicited for bid on or after 7/1/08) • Raises the threshold for public work projects subject to the Wicks Law requiring • separate specifications and bidding for the plumbing, heating and electrical work. The total project's threshold would increase from $50,000 to: $3 million in Bronx, Kings, New York, Queens and Richmond counties; $1.5 million in Nassau, Suffolk and Westchester counties; and $500,000 in all other counties. • . For projects below the monetary threshold, bidders must submit a sealed list naming each subcontractor for the plumbing, HVAC and electrical work and the amount to be paid to each. The list may not be changed unless the public owner finds a legitimate construction need, including a change in specifications or costs or use of a Project Labor Agreement (PLA), and must be open to public inspection. Allows the state and local agencies and authorities to waive the Wicks Law and use a PLA if it will provide the best work at the lowest possible price. If a PLA is used, all contractors shall participate in apprentice training programs in the trades of work it employs that have been approved by the Department of Labor • (DOL) for not less than three years. They shall also have at least one graduate in the last three years and use affirmative efforts to retain minority apprentices. PLA's would be exempt from Wicks, but deemed to be public work subject to prevailing wage enforcement. • The Commissioner of Labor shall have the power to enforce separate • specification requirements on projects, and may issue stop-bid orders against public owners for non-compliance. • Other new monetary thresholds, and similar sealed bidding for non-Wicks projects, would apply to certain public authorities including municipal housing • authorities, NYC Construction Fund, Yonkers Educational Construction Fund, NYC Municipal Water Finance Authority, Buffalo Municipal Water Finance Authority, Westchester County Health Care Association, Nassau County Health Care Corp., Clifton-Fine Health Care Corp., Erie County Medical Center Corp., NYC Solid Waste Management Facilities, and the Dormitory Authority. • • Reduces from 15 to 7 days the period in which contractors must pay subcontractors. • • • • IMPORTANT INFORMATION Regarding Use of Form PW30R • "Employer Registration for Use of 4 Day / 10 Hour Work Schedule" • To use the `4 Day / 10 Hour Work Schedule': • There MUST be a Dispensation of Hours (PW30) in place on the project • AND You MUST register your intent to work 4 / 10 hour days, by completing the PW30R Form. • REMEMBER.., The '4 Day/ 10 Hour Work Schedule' applies ONLY to Job Classifications and Counties listed on the PW30R Form. • Do not write in any additional Classifications or Counties. (Please note : For each Job Classification check the individual wage schedule for specific details regarding their 4/10 hour day posting.) • PW30R-Notice (03.11) NYSDOL Bureau of Public Work 1 of 1 • • Instructions for Completing Form PW30R "Employer Registration for Use of 4 Day/ 10 Hour Work Schedule" Before completing Form PW30R check to be sure • There is a Dispensation of Hours in place on the project. • The 4 Day / 10 Hour Work Schedule applies to the Job Classifications you will be using. • The 4 Day / 10 Hour Work Schedule applies to the County / Counties where the work will take place. Instructions (Type or Print legibly): Contractor Information: • Enter the Legal Name of the business, FEIN, Street Address, City, State, Zip Code; the Company's Phone and Fax numbers; and the Company's email address (if applicable) • Enter the Name of a Contact Person for the Company along with their Phone and Fax numbers, and the personal email address (if applicable) Project Information: • Enter the Prevailing Rate Case number (PRC#) assigned to this project • Enter the Project Name / Type (i.e. Smithtown CSD - Replacement of HS Roof) • Enter the Exact Location of Project (i.e. Smithtown HS, 143 County Route #2, Smithtown,NY; Bldgs. 1 & 2) • If you are a Subcontractor, enter the name of the Prime Contractor for which you work • On the Checklist of Job Classifications - o Go to pages 2 and 3 of the form o Place a checkmark in the box to the right of the Job Classification you are choosing o Mark all Job Classifications that apply ***Do not write in any additional Classifications or Counties. Reouestor Information: • Enter the name of the person submitting the registration, their title with the company , and the date the registration is filled out Return Completed Form: • Mail the completed PW30R form (3 pages) to: NYSDOL Bureau of Public Work, SOBC- Bldg.12 - Rm.130, Albany, NY 12240 -OR- 0 Fax the completed PW30R form (3 pages) to: NYSDOL Bureau of Public Work at (518)485-1870 PW30R-Instructions (03.11) NYSDOL Bureau of Public Work l of 1 • ~~oe HEW New York State Department of Labor ,s' Bureau of Public Work Pen' 'L `rs, W. Averell Harriman State Office Campus • Building 12 - Room 130 Albany, New York 12240 EN'T Phone - (518) 457-5589 Fax - (518) 485-1870 • Employer Registration for Use of -4 Day 110 Hour Work Schedule Before completing Form PW30R check to be sure There is a Dispensation of Hours in place on the project. The 4 Day / 10 Hour Work Schedule applies to the Job Classifications you will be using. The 4 Day / 10 Hour Work Schedule applies to the County / Counties where the work will take place. • Please Type or Print the Requested Information When completed Mail to NYSDOL Bureau of Public Work, SOBC, Bldg. 12, Rm.130, Albany, NY 12240 -or- Fax to NYSDOL Bureau of Public Work at (518) 485-1870 Contractor Information Company Name: FEIN: • Address: City: State: Zip Code: Phone Number Fax Number: Email Address: • Contact Person: Phone No: Fax No: Email: Project Information • Project PRC#: Project Name/Type: Exact Location of Project: County: (If you are Subcontractor) • Prime Contractor Name: Job Classification(s)to Work 4/10Schedule: (Chooseall that apply on Job ClassificationChecklist -Paoes2&3) ***Do not write in any additional Classifications or Counties*** Requestor Information Name: Title: Date PW-30R (08 -12) 1 of 4 • • Job Classification Checklist (Place a checkmark by all classifications that will be using the 4/10 schedule) ***Do not write in onyodditional Classifications or Counties*** r Job Classification Tag # Applicable Counties chick Box Carpenter - Building 1042 Clinton, Essex, Franklin ? Albany, Fulton, Greene, Montgomery, Rensselaer, Schenectady, ? • Carpenter - Building 370 Schoharie Carpenter - Building 370Z2 Hamilton, Warren, Washington ? Carpenter - Building 370Z3 Saratoga ? Carpenter- Heavy&Highway 370Saratoga Saratoga ? Carpenter- Heavy&Highway 370/1042H/H Clinton, Essex, Franklin, Hamilton Albany, Fulton, Montgomery, Rensselaer, Schenectady, Schoharie, ? Carpenter - Heavy&Highway 370H/H Warren, Washington Carpenter- Building 85 Livingston, Monroe, Ontario, Wayne, Wyoming + Carpenter - Building 281B Cayuga, Seneca, Yates ? Carpenter - Heavy/Highway 281HH Cayuga, Seneca, Yates Carpenter - Building/Heavy&Highway 280 Genesee, Niagara, Orleans, Wyoming Carpenter - Building/Heavy&Highway 9 Erie, Cattaraugus Carpenter - Heavy&Highway 66h Allegany, Chautauqua, Cattaraugus ? • Carpenter - Building 66 Allegany, Chautauqua, Cattaraugus ? Carpenter - Building 277 CST Cortland, Schuyler, Tomp kins Carpenter - Building 277JLS Jefferson, Lewis, St. Lawrence ? Carpenter - Building 277 omh Herkimer, Madison, Oneida ? Carpenter - Building 2770n Onondaga Carpenter - Building 2770s Oswego Carpenter - Heavy/Highway 277h CST Cortland, Schuyler, Tompkins ? Carpenter- Heavy/Highway 277h JLS Jefferson, Lewis, St. Lawrence ? • Carpenter- Heavy/Highway 277h On Onondaga ? Carpenter - Building/Heavy&Highway 277CDO Chenango, Delaware, Otsego ? Carpenter - Heavy/Highway 277oneidah Herkimer, Madison, Oneida ? Carpenter - Heavy/Highway 277h Os Oswego ? Electrician 25m Nassau, Suffolk ? Cayuga, Chenango, Cortland, Herkimer, Madison, Oneida, ? Electrician 43 Onondaga, Oswego, Otsego, Tompkins, Wayne 840Teledata ? • Electrician and 840 Z7 Cayuga, Onondaga, Ontario, Seneca, Wayne, Yates PW-30R (08-12) NYSDOL Bureau of Public Work 2 of 4 • • Job Classification Checklist (Place a checkmark by all classifications that will be using the 4/10 schedule) ***Do not write in any additional Classifications or Counties' w Job Classification Tag # Applicable Counties Chmk Box Electrician 86 Genesee, Livingston, Monroe, Ontario, Orleans, Wayne, Wyoming E ~~i • Electrician 910 Clinton, Essex, Franklin, Jefferson, Lewis, St. Lawrence Electrician Lineman 10491-ine/Gas Nassau, Suffolk Albany, Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, ? w Montgomery, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Rensselaer, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Sullivan, Tioga, Tompkins, Ulster, Warren, Washington, Wayne, Electrician Lineman 1249a Wyoming, Yates Columbia, Delaware, Dutchess, Greene, Orange, Putnam, Rockland, ? III + Elevator Constructor 138 Sullivan, Ulster, Westchester Allegany, Cattaraugus, Chautauqua, Erie, Genesee, Niagara, Orleans, ? Elevator Constructor 14 Wyoming Chemung, Livingston, Monroe, Ontario, Schuyler, Seneca, Steuben, ? Elevator Constructor 27 Wayne, Yates 0 Albany, Clinton, Columbia, Essex, Franklin, Fulton, Greene, Hamiliton, ? Herkimer, Montgomery, Oneida, Otsego, Rensselaer, Saratoga, Elevator Constructor 35 Schenectady, Schoharie, Warren, Washington Broome, Cayuga, Chenango, Cortland, Delaware, Jefferson, Lewis, Elevator Constructor 62.1 Madison, Oneida, Onondaga, Oswego, St. Lawrence, Tioga, Tompkins III • Allegany, Cattaraugus, Chautaugua, Erie, Genesee, Niagara, ? Glazier 660 Orleans, Wyoming Allegan Cattaraugus, Chautaugua Erie Genesee. Niagara ? Glazier 660r Orleans Wyoming Jefferson, Lewis, Livingston, Monroe, Ontario, Seneca, St. Lawrence, ? Glazier 677.1 Wayne, Yates • Glazier 6671-2 Cayuga, Cortland, Herkimer, Madison, Oneida, Onondaga, Oswego Broome, Chemung, Chenango, Delaware, Otsego, Schuyler, Steuben, ? Glazier 67723 Tioga,Tompkins . Glazier 667r.2 Cayuga, Cortland, Herkimer, Madison, Oneida, Onondaga, Oswego Broome, Cayuga, Chemung, Chenango, Cortland, Herkimer, ? Jefferson, Lewis, Madison, Oneida, Onondaga, Oswego, Otsego, Insulator - Heat & Frost 30-Syracuse Schuyler, Seneca, St. Lawrence, Tioga, Tompkins PW-30R (08 -12) NYSDOL Bureau of Public Work 3 of 4 i r A Job Classification Checklist (Place a checkmark by all classifications that will be using the 4/10 schedule) 0 ***Do not write in any additional Classifications or Counties*** Job Classification Ta # Applicable Counties check 9 sox Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, • Chenango, Clinton, Cortland, Delaware, Essex, Franklin, Genesee, ? Jefferson, Lewis, Livingston, Monroe, Onondaga, Ontario, Orleans, Laborers - Residential Oswego, Schuyler, Seneca, St. Lawrence, Steuben, Tioga, Tompkins, Deconstruction, Demolition 601 Warren, Wayne, Wyoming, Yates Laborer - Building 621b Allegany, Cattaraugus, Chautauqua ? . Laborer - Residential 621r Allegany, Cattaraugus, Chautauqua ? Mason-Building/Heavy&Highway 780 Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk ? Operating Engineer - Allegany, Chemung, Genesee, Livingston, Monroe, Ontario, ? Heavy& Highway 832H Schuyler, Steuben, Wayne, Yates Operating Engineer - ? A Heavy/Highway 137H/H Putnam, Westchester Painter 178 B Broome, Chenango, Tioga ? Painter 178 E Chemung, Schuyler, Steuben ? . Painter 1780 Delaware, Otsego ? Cayuga, Herkimer, Lewis, Madison, Oneida, Onondaga, Ontario, ? Painter 31 Oswego, Seneca Painter 38.0 Oswego ? Allegany, Cattaraugus, Chautauqua, Erie, Genesee, Livingston, ? • Painter 4-Buf,Nia,Olean Niagara, Orleans, Steuben, Wyoming Painter 4-Jamestown Cattaraugus, Chautauqua ? Painter 150 Livingston, Monroe, Ontario, Wayne, Yates ? • Sheetmetal Worker 46 Livingston, Monroe, Ontario, Seneca, Wayne, Yates ? Albany, Columbia, Fulton, Greene, Montgomery, Rensselaer, ? Teamster - Heavy&Highway 294h/h Saratoga, Schenectady, Schoharie, Warren, Washington Allegany, Cayuga, Cortland, Seneca, Steuben, Tompkins, Wayne, ? Teamster -Heavy&Highway 317a.hh Yates i Teamster - Heavy&Highway 693.1-1/1-1 Broome, Chenango, Delaware, Otsego, Tioga ? Teamster - Building/Heavy&Highway 456 Putnam, Westchester ? 0 PW-30R (08 -12) NYSDOL Bureau of Public Work 4 of 4 40 Prevailing Wage Rates for 07/01/2013 - 06130/2014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 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. Prevailing Wage Schedules are issued separately for "General Construction Projects" and "Residential Construction Projects" on a county- by-county basis. General Construction Rates apply to projects such as: Buildings, Heavy & Highway, and Tunnel and Water & Sewer rates. Residential Construction Rates generally apply to construction, reconstruction, repair, alteration, or demolition of one family, two family, row • housing, or rental type units intended for residential use. Some rates listed in the Residential Construction Rate Schedule have a very limited applicability listed along with the rate. Rates for occupations or locations not shown on the residential schedule must be obtained from the General Construction Rate Schedule. Please contact the local Bureau of Public Work office before using Residential Rate Schedules, to ensure that the project meets the required criteria. Paid Holidays Paid Holidays are days for which an eligible employee receives a regular day's pa , 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 At a minimum, all work performed on a public work project in excess of eight hours in anyone day or more than five days in any workweek is overtime. However, the specific overtime requirements for each trade or occupation on a public work project may differ. Specific overtime requirements for each trade or occupation are contained in the prevailing rate schedules. 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 gay York State Department of Labor website (www.labor.state.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) Ratio Boilermaker (Construction) 1:1,1:4 Boilermaker (Shop) 1:1,1:3 Carpenter (Bldg.,H&H, Pile Driver/Dockbuilder) 1:1,1:4 Carpenter (Residential) 1:1,1:3 Electrical (Outside) Lineman 1:1,1:2 Page 27 • Prevailing Wage Rates for 0710112013 - 06/30/2014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Electrician (Inside) 1:1,1:3 Elevator/Escalator Construction & Modernizer 1:1,1:2 Glazier 1:1,1:3 • Insulation &Asbestos Worker 1:1,1:3 Iron Worker 1:1,1:4 Laborer 1:1,1:3 Mason 1:1,1:4 Millwright 1:1,1:4 • Op Engineer 1:1,1:5 Painter 1:1,1:3 Plumber & Steamfitter 1:1,1:3 Roofer 1:1,1:2 Sheet Metal Worker 1:1,1:3 • Sprinkler Fitter 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 # FAX # Bureau of Public Work - Albany 518457-2744 518-485-0240 • Bureau of Public Work - Binghamton 607-721-8005 607-721-8004 Bureau of Public Work - Buffalo 716-847-7159 716-847-7650 Bureau of Public Work - Garden City 516-228-3915 516-794-3518 Bureau of Public Work - Newburgh 845-568-5287 845-568-5332 • Bureau of Public Work - New York City 212-775-3568 212-775-3579 Bureau of Public Work - Patchogue 631-6874882 631-6874904 Bureau of Public Work - Rochester 585-2584505 585-258-4708 • Bureau of Public Work -Syracuse 3154284056 315-4284671 Bureau of Public Work - Utica 315-793-2314 315-793-2514 Bureau of Public Work - White Plains 914-997-9507 914-997-9523 Bureau of Public Work - Central Office 518457-5589 518485-1870 • Page 28 • • Prevailing Wage Rates for 07101/2013 - 0613012014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County Suffolk County General Construction Asbestos Worker 11/01/2013 JOB DESCRIPTION Asbestos Worker DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES Per Hour: 07/01/2013 Abestos Worker $40.95 Removal & Abatement Only' NOTE: 'On Mechanical Systems that are NOT to be SCRAPPED. SUPPLEMENTAL BENEFITS Per Hour: Abestos Worker $8.25 Removal & Abatement Only OVERTIME PAY See (B, B2, *E, J) on OVERTIME PAGE Hours worked on Saturdays are aid at time and n half p oe only if forty hours have been worked during the week. HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 8) on HOLIDAY PAGE 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 BENEFIT Per Hour: Apprentice Removal & Abatement $8.25 4-12a - Removal Only Boilermaker 11/01/2013 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: 07/01/2013 • Boilermaker $ 47.98 Repairs & Renovations $ 47.98 SUPPLEMENTAL BENEFITS Per Hour: 07/01/2013 • Boilermaker 33% of hourly Repairs & Renovations Wage Paid +$22.25 NOTE: "Hourly Wage Paid" shall include any and all premium(s) pay. Repairs & Renovation Includes replacement of parts and repairs & renovation of existing unit. Page 29 • Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County OVERTIME PAY OVERTIME PAY See (D, O) on OVERTIME PAGE • HOLIDAY Paid: See (8, 16, 23, 24) on HOLIDAY PAGE Overtime: See (5, 6, 11, 12, 15, 25) on HOLIDAY PAGE NOTE: 'Employee must work in pay week to receive Holiday Pay. "Boilermarker gets 4 times the hourly wage rate for working on Labor Day. "'Repairs & Renovation see (B,E,Q) on HOLIDAY PAGE HOLIDAY • REGISTERED APPRENTICES 'REGISTERED APPRENTICES (1/2) Year Terms at the following pecentage of Boilermaker's Wage 1st 2nd 3rd 4th 5th 6th 7th 8th • 65% 65% 70% 75% 80% 85% 90% 95% Supplemental Benefits Per Hour: 07/01/2013 Apprentice(s) 33% of Hourly Wage Paid plus amount below • tat 2nd 3rd 4th 5th 6th 7th 8th $17.41 $18.10 $18.79 $19.48 $20.17 $20.86 $21.55 $22.25 NOTE: "Hourly Wage Paid" shall includ any and all premium(s) 4-5 • Carpenter 11/01/2013 JOB DESCRIPTION Carpenter DISTRICT 9 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. WAGES Per hour: 07/01/2013 Core Drilling: • Driller $ 35.46 Plus $2.40' Assistant Driller $ 28.89 Plus $2.40' `Additional to be added to Wages or Benifts • Note: Hazardous Waste Pay Differential: For Level C, an additional 10% above wage rate per hour For Level B, 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. May be allocated between wages and benefits. • SUPPLEMENTAL BENEFITS Per hour paid: Driller $17.52 Asst. driller 17.52 Page 30 • • Prevailing Wage Rates for 07/01/2013 - 06130/2014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County OVERTIME PAY OVERTIME: See (B,E,K',P,R") on OVERTIME PAGE. HOLIDAY • HOLIDAY: Paid: See (5,6) on HOLIDAY PAGE. Overtime: ' 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 2nd Year 3rd Year 4th Year 70% 80% 90% 100% 9-1536-CoreDriller Carpenter 11/01/2013 • JOB DESCRIPTION Carpenter DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester WAGES Per Hour: 07/01/2013 • Timberman $ 44.03PIus $2.40' `Additional to be added to Wages or Benifts SUPPLEMENTAL BENEFITS Per Hour: • 07/01/2013 $ 40.62 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 is Pecentage of Journeymans Wage. • ( 1 ) year terms: 1 st 2nd 3rd 4th 40% 50% 65% 80% Supplemental benefits per hour: • Apprentices $ 25.14 9-1536 Carpenter 11/01/2013 JOB DESCRIPTION Carpenter DISTRICT 9 • ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester WAGES Per hour: 07/01/2013 Building ' Page 31 • Prevailing Wage Rates for 07/0112013 - 0613012014 Published by the New York Slate Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County Millwright $ 46.19 Plus an addtitional $ 2.40' May be allocated between wages and benefits • SUPPLEMENTAL BENEFITS Per hour paid: Millwright $ 48.12 OVERTIME PAY • See (B, E, Q) on OVERTIME PAGE HOLIDAY Paid: See (18,19)' on HOLIDAY PAGE. Overtime See (5,6,8,11,13,18,19,25) on HOLIDAY PAGE. ' must show up to work • REGISTERED APPRENTICES Wages per hour is Pecentage of Journeyworkers wage: (1) year terms: 1st. 2nd. 3rd. 4th. • 55% 65% 75% 95% Supplemental benefits per hour paid: (1) year terms: 1 St. 2nd. 3rd. 4th. $31.12 $34.32 $38.64 $43.95 • 9-740.1 Carpenter 11/01/2013 JOB DESCRIPTION Carpenter DISTRICT 9 ENTIRE COUNTIES Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester • WAGES Per Hour: 07/01/2013 Marine Construction: Marine Diver $ 58.95 Plus $2.40' M.D.Tender 42.10 Plus $2.40' • NOTE:('Additional to be added to wages or benifit) SUPPLEMENTAL BENEFITS Per Hour Paid: Journeyman $ 42.37 • OVERTIME PAY See (B, E, E2, Q) on OVERTIME PAGE HOLIDAY Paid: See (18,19) on HOLIDAY PAGE Overtime: See (5, 6, 10, 11, 13, 16, 18, 19) on HOLIDAY PAGE 9-1456MC Carpenter 11/0112013 JOB DESCRIPTION Carpenter DISTRICT 9 ENTIRE COUNTIES Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester Page 32 • • Prevailing Wage Rates for 0710112013 - 0613012014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County WAGES Per hour: 07/01/2013 • Carpet/Resilient Floor Coverer $ 45.34 Plus $2.40' 'Additonal to be Added to Wages or Benifts INCLUDES HANDLING & INSTALLATION OF ARTIFICIAL TURF AND SIMILAR TURF INDOORS/OUTDOORS. • SUPPLEMENTAL BENEFITS Per hour paid: Floor Coverer $ 38.58 OVERTIME PAY See (B, E, Q) 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 Wage per hour is Pecentage of Journeyworkers Wage (1) year terms: 1 St. 2nd. 3rd. 4th. • 40% 50% 65% 80% Supplemental benefits per hour: Apprentices $ 25.83 9-2287 • Carpenter 11/01/2013 JOB DESCRIPTION Carpenter DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester WAGES Per hour: 07/01/2013 • Piledriver $ 46.74 Plus $2.40' Dockbuilder $ 46.74 Plus $2.40' Note('Additional to be added to wages or benifit) • SUPPLEMENTAL BENEFITS Per hour paid: Journeyworker $42.45 OVERTIME PAY See (B, E2, O) 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) • Page 33 • Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County Overtime: See (5,6,11,13,16,18,19,25) on HOLIDAY PAGE. REGISTERED APPRENTICES Wages per houris Pecentage of Journeyworkers Wage • (1)year terms: 1 St. 2nd. 3rd. 4th. 40% 50% 65% 80% Supplemental benefits per hour: Apprentices $ 27.77 • 9-1456 Carpenter - Building / Heavy&Highway 11/01/2013 JOB DESCRIPTION Carpenter- Building / Heavy&Highway DISTRICT 4 ENTIRE COUNTIES Suffolk • PARTIAL COUNTIES Nassau: Work performed "North of Southern State Parkway and East of Seaford Creek" WAGES Per Hour: 07/01/2013 Carpenter • (Building) $46.47 Carpenter (Heavy Highway) $46.47 SUPPLEMENTAL BENEFITS Per Hour: • Both Carpenter Categories $28.81 OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE • Overtime: See (5, 6, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES One(1) Year Terms at the following: Per Hour: 1st 2nd 3rd 4th $18.14 $23.98 $27.88 $31.78 • Supplemental Benefits Per Hour: All Terms: $17.50 4-Reg.Council Nass/Suff • Electrician 11/01/2013 JOB DESCRIPTION Electrician DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES • Per Hour: 07/01/2013 Electrician Pump&Tank $40.05 SUPPLEMENTAL BENEFITS Page 34 • I • Prevailing Wage Rates for 07/01/2013 - 0613012014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County Per Hour: Electrician • Pump & Tank 65.25% of *Wage Paid 'Wage Paid includes any and all Premiums OVERTIME PAY • See (B, E, Q) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES 1 Year Terms at the Following: • Per Hour: 1 st Term $14.02 2nd Term $16.02 3rd Term $18.02 4th Term $20.03 5th Term $26.03 • 6th Term $30.04 SUPPLEMENTAL BENEFITS Per Hour: All Terms 65.25% of `Wage • Paid 'Wage Paid includes any and all Premiums 4-25 Pump & Tank Electrician 11/01/2013 • JOB DESCRIPTION Electrician DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour: 07/0112013 04/26/2014 • ElectricianNVireman $48.45 $49.20 HVAC Controls $48.45 $49.20 Fire Alarms $48.45 $49.20 SUPPLEMENTAL BENEFITS Per Hour: 07/01/2013 04/26/2014 ElectrcianAArtreman 16.0% of Hourly 16.0% of Hourly • (all categories) Wage Paid + $23.01 Wage Paid + $22.14 NOTE: "Hourly Wage Paid" shall include any and all premium[s] OVERTIME PAY See (B, E, E2, Q) 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 Terms at the following Percetage of Journeyman(s) Wage: Apprentices with start dates PRIOR TO 10/02/2010: 4th 5th 6th 50% 60% 70% • Page 35 • Prevailing Wage Rates for 07/01/2013 - 0613012014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County Apprentices with start dates AFTER 10/02/2010: 1st 2nd 3rd 4th 5th 6th 35% 40% 45% 55% 65% 75% • SUPPLEMENTAL BENEFITS Per Hour: 07/01/2013 04126/2014 07/01/2013 04/26/2014 Start Date Prior to 10/02/2010 Start Date After 10/02/2010 1st Term 0% of Hourly 3% of Hourly • Wage Paid + Wage Paid + $0.00 $2.38 $2.56 2nd Term 0% of Hourly 8% of Hourly Wage Paid + Wage Paid + $0.00 $4.20 $3.88 3rd Term 0% of Hourly 9% of Hourly Wage Paid + Wage Paid + $0.00 $5.07 $4.70 • 4th Term 16% of Hourly 10% of Hourly Wage Paid + Wage Paid + $11.50 $11.07 $7.12 $6.66 5th Term 16% of Hourly 13% of Hourly Wage Paid + Wage Paid + $13.80 $13.28 $10.71 $10.16 6th Tenn 16% of Hourly 14% of Hourly • Wage Paid + Wage Paid + $16.11 $15.50 $17.05 $16.40 "Hourly Wage Paid Shall Include Any and All Premiums" "Second Amount Starts 04/26/2014" 4-25 Electrician 11/01/2013 • JOB DESCRIPTION Electrician DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour: 07/01/2013 • Telephone & Intergrated Tele- $ 36.18 Data Sytems Electrician 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 Nassau Offices at (516)228-3915 or Suffolk Offices at (631)687-4882. SUPPLEMENTAL BENEFITS Per Hour: Tela-data Electrician 16% of Hourly Wage Paid + $16.15 NOTE: "Hourly Wage Paid" shall include any and all premium(s) pay OVERTIME PAY OVERTIME PAY See (B, E, E2, Q) on OVERTIME PAGE • OVERTIME PAY See (B, E, E2, Q) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (2, 17, 20, 21) on HOLIDAY PAGE Page 36 • • Prevailing Wage Rates for 07101/2013 - 06/30/2014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County 4-25tela Electrician 11/01/2013 JOB DESCRIPTION Electrician DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour: 07/01/2013 03130/2014 Tree Trimmer/ Line Clearance Specialist $29.36 $30.09 NOTE: This Rate Applys For Electrical Line Clearance and Long Island Rail Road Right of Way(s) ONLY. All other Tree Trim/Removal see "Laborers/Heavy Highway Group# 3" SUPPLEMENTAL BENEFITS SUPPLEMENTAL BENEFITS Per Hour: Tree Trimmer/ Line Clearance Specialist $13.62 $14.39 • OVERTIME PAY See (B, E, `K, P) on OVERTIME PAGE `K: Plus the Holiday Pay HOLIDAY Paid: See (5, 6, 8, 16, 23, 24, 25, 26) on HOLIDAY PAGE Overtime: See (5, 6, 8, 16, 23, 24, 25, 26) on HOLIDAY PAGE 4-1049/Tree Electrician 11/01/2013 JOB DESCRIPTION Electrician DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES • Per Hour: 07/01/2013 Electrcian Electrical Maintenance $39.95 "PLEASE NOTE" Applicable to "EXISTING ELECTRICAL SYSTEMS" including, but not limited to TRAFFIC SIGNALS & STREET LIGHTING. Not used for • addons. IMPORTANT NOTICE - EFFECTIVE 04/01/2009 Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday, with one-half (1/2) hour allowed for a lunch period. NOTE - In order to use the A Day/10 Hour Work Schedule,' you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work • Schedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project. SUPPLEMENTAL BENEFITS Per Hour: Electrcian 12% of Hourly Wage Paid + $1578 • NOTE: "Hourly Wage Paid" shall include any and all premium(s) pay OVERTIME PAY See (B, E2, H) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 15, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES Page 37 • Prevailing Wage Rates for 07/0112013 - 06/3012014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County One(1) Year Tenn(s) at the following Percentage of Journeyman(s) Wage: 1st 2nd 3rd 4th 5th 40% 50% 60% 70% 80% Supplemental Benefits Per Hour: 07/01/2013 1st Term 12% of Hourly Wage + $ 9.91 2nd Term 12% of Hourly Wage + $10.80 3rd Term 12% of Hourly Wage + $11.71 • 4th Term 12% of Hourly Wage $12.60 5th Term 12% of Hourly Wage + 13.49 NOTE: "Hourly Wage Paid" shall include any and all premium(s) pay 4-25m Electrician Lineman 11/01/2013 JOB DESCRIPTION Electrician Lineman DISTRICT 4 ENTIRE COUNTIES Nassau, Queens, Suffolk WAGES For Utility Distribution & Transmission Line Construction: Per Hour: 07/01/2013 03/30/2014 Lineman/Splicer $48.31 $49.52 Material Man $ 42.03 $43.08 Heavy Equip. Operator $ 38.65 $39.62 Groundman $ 28.99 $29.71 Flagman $ 21.74 $22.28 For Natural Gasline Construction: Per Hour: Journeyman U.G.Mech. $ 40.24 IMPORTANT NOTICE - EFFECTIVE 04/0112009 " Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. NOTE - In order to use the'4 Day/10 Hour Work Schedule,' you must submit an'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project. SUPPLEMENTAL BENEFITS Per Hour: 07/01/2013 Utility Distribution & Transmission Line Construction: All Classifications 23% of Hourly Wage Paid + $13.89 NOTE: "Hourly Wage Paid" shall include any and all premium(s) pay Natural Gasline Construction: Page 38 • Prevailing Wage Rates for 07/01/2013 - 06130/2014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County Per Hour: Journeyman U.G.Mech. $ 20.02 OVERTIME PAY See (B, E. Q) on OVERTIME PAGE OVERTIME for Natural Gas Mechanic(B,G,P) HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 8, 16, 23, 25, 26) on HOLIDAY PAGE Same as Above for natural Gas Mechanic. REGISTERED APPRENTICES 1000 hour Terms at the following Percentage of Journeyman's Wage. 1st 2nd 3rd 4th 5th 6th 7th 60% 65% 70% 75% 80% 85% 90% SUPPLEMENTAL BENEFIT: 07101/2013 All Terms 23% of Hourly Wage Paid + $13.89 Natural Gas Mechanic: $20.02 4-1049 Line/Gas Elevator Constructor 11/01/2013 JOB DESCRIPTION Elevator Constructor DISTRICT 4 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. WAGES Per hour: 07/01/2013 Elevator Constructor $57.01 Modernization & $45.14 Service/Repair SUPPLEMENTAL BENEFITS Per Hour: "PECTENTAGES BASED ON YEARS OF EMPLOYMENT AS FOLLOWS BELOW: 4%-Up to 5 years li 6%-6th year to 15 years 8%-15 years or more 07/01/2013 Elevator Constructor $28.03 plus"% of wage per hour • Modernization & $27.88 Service/Repair plus"% of wage per hour OVERTIME PAY Constructor. See (D, O) on OVERTIME PAGE. Modern./Service See ( B, H) on OVERTIME PAGE. Page 39 • Prevailing Wage Rates for 07101/2013 - 06130/2014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County HOLIDAY Paid: See (5, 6, 8, 11, 15, 16, 25) on HOLIDAY PAGE Overtime: See (5, 6, 8, 11, 15, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES • WAGES PER HOUR: BASED ON PERCENTAGE OF JOURNEYMANS WAGE IN THE CLASSIFICATION WORKED EITHER ELEVATOR CONSTRUCTOR OR MODERNIZATION,SERVICR/REPAIR 1 YEAR TERMS • 1st Term 2nd Term 3rd Term 4th Term 50% 55% 65% 75% SUPPLEMENTAL BENEFITS 07/01/2013 Elevator Constructor 1 at Term $24.05 • 2nd Term $24.45 3rd Term $25.24 4th Term $26.04 Modernization & Service/Repair 1 at Term $23.97 • 2nd Term $24.37 3rd Term $25.14 4th Term $25.92 4-1 i Glazier 11/01/2013 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: 07/01/2013 11/01/2013 05/01/2014 Additional Glazier $ 50.00 $ 50.50 $ 1.50", • Additional Additional $ .10 per hour $ .10 per hour for all regular for all regular hours worked hours worked i 'Scaffolding $ 50.00 $ 50.50 $ 1.50- • Additional Additional $1.10 per $1.10 per hour hour for all for all regular regular hours hours worked worked 'Includes swing scaffold, mechanical equipment, scissors jacks, man lifts, booms & buckets 24' or more, but not pipe scaffolding. • Repair & Maintenance: "Glazier $ 26.50 $ 26.50 $ 26.60 Additional $ .10 per hour for all regular hours worked "Repair & Maintenance-All repair & maintenance work on a particular building, whenever performed, where the total cumulative contract value is under • $100,000.00. "'To be allocated. SUPPLEMENTAL BENEFITS Page 40 • • Prevailing Wage Rates for 07/01/2013 - 0613012014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County Per hour paid: 07/01/2013 11/01/2013 05/01/2014 Journeyworker... $ 25.34 $ 25.69 $ 25.69 Repair&Maintenance: Glazier- $ 15.64 $ 15.64 $ 16.14 OVERTIME PAY OVERTIME: Premium is applied to the respective base wage only. See (C',D' E2, O) on OVERTIME PAGE. If an optional 8th hour is required to complete the entire project, the same shall be paid at the regular rate of pay. If a 9th hour is worked, then both hours or more (8th & 9th or more) will be paid at double time rate of pay. For Repair & Maintenance see ( B,F, P) on overtime page. HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (4, 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: 07/01/2013 11/01/2013 1st term $ 16.95 $ 16.95 2nd term $ 24.99 $ 25.29 3rd term $ 30.00 $ 30.35 4th term $ 40.05 $ 40.45 Supplemental Benefits: (Per hour worked) • 1 st term $ 12.07 $ 12.07 2nd term $ 17.28 $ 17.46 3rd term $ 17.28 $ 19.10 4th term $ 22.12 $ 22.40 9-1281 (DC9 NYC) • Insulator - Heat & Frost 11/01/2013 JOB DESCRIPTION Insulator - Heat & Frost DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES Per Hour: 07/01/2013 1213112013 • Insulators $63.38 Plus Additional Heat & Frost $ 2.00' $ 2.00' to be Added 'Additional may be allocated between Wages & Supplements SUPPLEMENTAL BENEFITS Per Hour: Insulators $27.69 Heat & Frost OVERTIME PAY See (A, D. O, 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: 07/01/2013 12/31/2013 Page 41 • Prevailing Wage Rates for 07101/2013 - 06/3012014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County Additional Apprentice Insulator(s) $ 2.00* to be Added 1 year terms at the following wage rate. • 1st 2nd 3rd 4th $25.35 $38.04 $44.37 $50.70 plus $ 2.00* to all terms Additional may be allocated between wages & benefits) Supplemental Benefits per hour: Apprentice Insulator(s) 1st 2nd 3rd 4th $11.08 $16.61 $19.39 $22.15 4-12 Ironworker 11101/2013 • JOB DESCRIPTION Ironworker DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester PARTIAL COUNTIES Rockland: Southern section - south of Convent Road and east of Blue Hills Road. WAGES • Per hour: 07/01/2013 07/01/2014 Reinforcing & Additional Metal Lathing $ 50.73 $ 2.00* *To be allocated at a future date SUPPLEMENTAL BENEFITS • Per hour paid: Reinforcing & $ 31.08 Metal Lathing OVERTIME PAY See (B, B1, Q) on OVERTIME PAGE HOLIDAY • Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 8, 11, 13, 18, 19, 25) on HOLIDAY PAGE REGISTERED APPRENTICES (1) year terms at the following wage rates: Wages Per Hour: • Apprentices Registered BEFORE 6/29/2011 I at term 2nd term 3rd term $ 28.11 $ 32.71 $ 37.77 Apprentices Registered ON or AFTER 6/29/2011 $17.71 $22.81 $27.91 • SUPPLEMENTAL BENIFITS Per Hour: • Apprentices Registered BEFORE 6/29/2011 1 st term 2nd term 3rd term $ 23.02 $ 24.67 $ 25.82 Apprentices Registered On or AFTER 6/29/2011 Page 42 • • Prevailing Wage Rates for 0710112013 - 06/30/2014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County $ 20.08 $ 20.08 $ 20.08 • 4-46Reinf Ironworker 11/01/2013 JOB DESCRIPTION Ironworker DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester • WAGES Per hour: 07/01/2013 Ornamental $ 41.00 Chain Link Fence $ 41.00 Guide Rail Installation $ 41.00 • SUPPLEMENTAL BENEFITS Per hour paid: 07/01/2013 Journeyworker: $40.07 • OVERTIME PAY 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 (2) hours on any regular work da (8th & 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 1st term represents first 1-4 months, thereafter (1/2) year terms at the following percentage of Journeyman's wage. APPRENTICES: Employed Prior to 8/01/2008 1st 2nd 3rd 4th 5th 6th • 60% 65% 70% 80% 85% 95% APPRENTICES: Employed After 8/0112008 1st 2nd 3rd 4th 5th 6th 50% 50% 55% 60% 70% 80% Supplemental Benefits per hour paid: 07/01/2013 • APPRENTICES: 1st Term $ 31.75 2nd Term 31.75 3rd Term 32.58 4th Term 33.41 5th Term 35.08 6th Term 36.74 • 4-580-Or Ironworker 11/01/2013 JOB DESCRIPTION Ironworker DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester WAGES Per Hour. 07/01/2013 IRONWORKER: Ironworker Rigger $ 51.75 • Page 43 • Prevailing Wage Rates for 07/01/2013 - 06130/2014 Published by the New York Stale Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County Ironworker Stone Derrickman $ 51.75 SUPPLEMENTAL BENEFITS • Ironworker: $ 37.28 OVERTIME PAY 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 (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, *24,25) on HOLIDAY PAGE *Work stops at schedule lunch break with full day's pay. REGISTERED APPRENTICES • Wage per hour: (1/2) year terms at the following hourly wage rate: 1st 2nd 3rd 4th 5th 6th $23.75 23.75 34.35 38.40 42.45 42.45 07/01/2013 An additional $ 1.50' $ 1.50* $ 2.10* $ 2.40* $ 2.70* $ 2.70* • * May be allocated between wages and benefits. Supplemental benefits Per hour paid: Registered Apprentice • 1st term $ 19.27 2nd term $ 19.27 All others $ 28.15 9-197D/R Ironworker 11/01/2013 JOB DESCRIPTION Ironworker DISTRICT 4 • ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester WAGES PER HOUR: 07/01/2013 01/01/2014 Ironworker: • Structural $46.75 'additional Bridges $2.45/Hr Machinery *To be allocated to Wages or Benifits. SUPPLEMENTAL BENEFITS • PER HOUR: Journeyman $62.95 OVERTIME PAY 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 Page 44 41 • Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County Overtime: See (5, 6, 18, 19) on HOLIDAY PAGE REGISTERED APPRENTICES WAGES PER HOUR: 6 month terms at the following rate: 1 st Term $24.48 'additional $2.45/Hr for all 2nd Term $25.08 Terms 3rd - 6th Term $25.68 `To be allocated to Wages or Benifits Supplemental Benefits PER HOUR: ALL TERMS $44.64 4-40/361-Str Laborer - Building 11/01/2013 W JOB DESCRIPTION Laborer -Building DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk I, • WAGES WAGES Per Hour: 07/01/2013 Building Laborer $35.65 Asbestos Abatement Workers $35.10 (Re-Roofing Removal see Roofer) SUPPLEMENTAL BENEFITS Per Hour: 07/01/2013 Building Laborer $26.16 Asbestoes Abetment Worker $15.10 OVERTIME PAY See (B, E. Q) on OVERTIME PAGE See also(H)for Fire Watch on OVERTIME PAGE Asbestos Worker See (B, H) HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 25) on HOLIDAY PAGE Asbestos Worker see (5,6,8 &28) REGISTERED APPRENTICES Regular Hours Work Terms TERM #1 1 hr to 1000hrs TERM #2 1001hrs to 2000hrs TERM #3 2001hrs to 3000hrs TERM #4 3001 hrs to 4000hrs Wages per hour: APPRENTICES Building Laborer 1st Term $16.60 2nd Term $19.45 3rd Term $22.85 Page 45 • Prevailing Wage Rates for 07/01/2013 - 06/3012014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County 4th Term $27.12 Benifits per hour Building Laborer • 1 st Term $16.77 2nd Term $18.87 3rd Term $19.64 4th Term $19.64 4-66 Laborer - Heavy&Highway 11/01/2013 • JOB DESCRIPTION Laborer - Heavy&Highway DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES Laborer (Heavy/Highway): GROUP # 1: Asphalt Rakers, Concrete Curb Formsetters. • GROUP # 2: Asphalt Shovelers, Roller Boys and Tampers. GROUP # 3: Basic Laborer, Power Tool(Jackhammer), Landscape Construction, Traffic Control Personnel(flaggers) WAGES PER HOUR: 07/01/2013 GROUP#1 Total Wage Paid $43.47 • "Base Wage" $38.55 GROUP#2 Total Wage Paid $42.36 "Base Wage" $37.44 GROUP#3 • Total Wage Paid $38.97 "Base Wage" $34.05 NOTE: "Base Wage" for Premium/Overtime calculation Only. $4.92 is difference between "Base" and "Total" SUPPLEMENTAL BENEFITS Per Hour: • ALL GROUPS $ 25.51 After Forty (40)paid Hours in a work Week OVERTIME PAY $ 15.52 OVERTIME PAY OVERTIME PAY • See (B, E2, F) on OVERTIME PAGE NOTES: Premium/Overtime Pay to be calculated on "Base Wage" only" Example Group# 3: $34.05 X Time and One Half = 51.08+$4.92 = $56.00 Premium Pay of 30% of base wage for all Straight time hours on all New York State, D.O.T. and other Goverment Mandated Off-Shift Work. Hazardous Material Work add an Additional 10% of base wage HOLIDAY HOLIDAY • Paid: See (1) on HOLIDAY PAGE Overtime: See (1) on HOLIDAY PAGE REGISTERED APPRENTICES 2000 hour(s) Terms at the following Pecentage of the Journeyman's Wage: 1 st 0-1999/Hrs 80% • 2nd 2000-3999/Hrs 90% Supplemental Benefits per hour: Page 46 • ' Prevailing Wage Rates for 07/01/2013 - 06/3012014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County All APPRENTICES $25.51 After Forty(40) paid hours in a work Week $15.52 4-1298 Mason 11/01/2013 JOB DESCRIPTION Mason DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES Per Hour: 07/01/2013 Brick/Blocklayer $53.71 SUPPLEMENTAL BENEFITS Per Hour: Brick/Block Layer $23.08 OVERTIME PAY See (A, E, E2, Q) on OVERTIME PAGE HOLIDAY Paid: See 1 o PAGE Overtime: See (5) ,6n ,25) onDHOLIDAY PAGE REGISTERED APPRENTICES (800 hour) Terms at the following Percentage of Journeyworkers Wage: 1st 2nd 3rd 4th 5th 50% 60% 70% 80% 90% Supplemental Benefits per hour: All Apprentices $ 14.90 4-1 Brk Mason - Building 11/01/2013 JOB DESCRIPTION Mason - Building DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester WAGES Per hour: 07/01/2013 • Building: Tile Finisher $ 40.09 SUPPLEMENTAL BENEFITS Per Hour: Journeyworker $ 18.25' plus $7.57 ' This portion of benefits subject to the same premium as overtime wages OVERTIME PAY See (A, E, *Q) on OVERTIME PAGE "APPLIES TO WORK ON SATURDAYS BEYOND 10 HOURS HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 11, 15, 16, 25) on HOLIDAY PAGE 9-7/88-ff Page 47 • Prevailing Wage Rates for 07/0112013 - 06/30/2014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County Mason - Building 11/0112013 JOB DESCRIPTION Mason - Building DISTRICT 9 ENTIRE COUNTIES • Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester WAGES Per hour: 07/01/2013 Building-Marble Restoration: Marble, Stone & $ 38.01 • Terrazzo Polisher, etc SUPPLEMENTAL BENEFITS Per Hour Paid: Journeyworker: Building-Marble Restoration: • Marble, Stone & Polisher $ 21.92 OVERTIME PAY See (A, E, Q, V) on OVERTIME PAGE ON SATURDAYS, 8TH HOUR AND SUCCESSIVE HOURS PAID AT DOUBLE HOURLY RATE. HOLIDAY • Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 8, 11, 15, 25) on HOLIDAY PAGE 1ST TERM APPRENTICE GETS PAID FOR ALL OBSERVED HOLIDAYS. REGISTERED APPRENTICES WAGES per hour: (900 hour)terms at the following wages: • 1st 2nd 3rd 4th 0-900 901-1800 1801-2700 over 2700 07/01/2013 $ 26.57 $ 30.37 $34.15 $ 37.96 Supplemental Benefits Per Hour: • $ 20.05 $ 20.67 $ 21.30 $ 21.92 9-7/24-MP Mason - Building 11/01/2013 JOB DESCRIPTION Mason - Building DISTRICT 9 ENTIRE COUNTIES • Bronx, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester WAGES Per hour: 07/01/2013 Building: Tile Setters $ 50.90 • SUPPLEMENTAL BENEFITS Journeyworker: Per Hour: Tile Setters $ 21.25' plus $ 7.71 ' This portion of benefit is subject to the same premium as shown for overtime. OVERTIME PAY See (A,'E, Q) on OVERTIME PAGE ' Work beyond 10 hours on Saturday shall be paid at double the hourly wage rate. Page 48 • • Prevailing Wage Rates for 07/01/2013 - 06130/2014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 8, 15, 25) on HOLIDAY PAGE REGISTERED APPRENTICES Wage per hour: Tile Setters: (750 hr)terms at the following wage rate: Term: 1st 2nd 3rd 4th 5th 6th 7th 8th 9th 1- 751- 1501- 2251- 3001- 3751- 4501- 5251- 6001- 750 1500 2250 3000 3750 4500 5250 6000 6750 $26.25 $29.23 $33.24 $35.01 $37.85 $39.30 $45.08 $50.35 $50.85 Supplemental Benefits per hour: 1st term $ 13.10' plus $0.52 6th term $ 15.60' plus $4.95 2nd term $ 14.10' plus $0.54 7th term $ 17.75' plus $5.01 3rd term $ 14.10' plus $0.54 8th term $ 20.02' plus $5.45 4th term $ 16.00' plus $0.86 9th term $ 21.25' plus $7.71 5th term $ 17.10' plus $0.91 • ' This portion of the benefit is subject to same premium as overtime. 9-7/52 Mason - Building 11101/2013 JOB DESCRIPTION Mason - Building DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester WAGES Building: Per Hour: 07/0112013 Mosaic & Terrazzo Mechanic $ 45.73 plus $ 2.50' Mosaic & Terrazzo Finisher $ 44.16 plus $ 2.45' 'May be allocated between wages and benefits SUPPLEMENTAL BENEFITS Journeyworker Mechanic $ 19.40' plus $10.25 Finisher $ 19.40` plus $10.25 ` This portion of benefit subject to same premium as wages. OVERTIME PAY See (A, 'E, Q) on OVERTIME PAGE Double the rate after 10 hours on Saturday 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 wage rate. 07/01/2013 1st 2nd 3rd 4th 5th 6th 7th 8th 1- 751- 1500- 2251- 3001- 3751- 4501- 5251- 750 1500 2250 3000 3750 4500 5250 6000 $22.74 $25.11 $27.41 $29.68 $31.98 $34.25 $38.81 $43.38 Page 49 • Prevailing Wage Rates for 07101/2013 - 06/30/2014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County Supplemental benefits per worked. (750 hour) terms as shown above. 1st 2nd 3rd 4th 5th 6th 7th 8th 9th • $9.70- $10.67' $11.64' $12.61' $13.58' $14.55' $16.49' $18.43' $19.40' +5.13 +5.64 +6.15 +6.66 +7.18 +7.69 +871 +9.74 +10.25 'This portion of benefits subject to same premium as overtime wages. 9-7/3 • Mason - Building 11/0112013 JOB DESCRIPTION Mason - Building DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester • WAGES Per hour: 07/01/2013 Marble, Stone,etc. Finishers $ 19.95 plus $1.00 SUPPLEMENTAL BENEFITS Journeyworker • Per Hour: Marble, Stone, etc Finisher $ 11.06 OVERTIME PAY See (A, E, Q, V) on OVERTIME PAGE Double hourly rate after 7 hours on Saturday • HOLIDAY Paid: See (*5,6,11, 15) on HOLIDAY PAGE Overtime: See (5, 6, 11, 15) on HOLIDAY PAGE REGISTERED APPRENTICES WAGES per hour: (750 hour)terms at the • following wages: 07/01/2013 1st term 0-750 $ 14.32 plus $ .50' 2nd term 750-1500 15.14 plus $ .56' 3rd trem 1501-2250 15.94 plus $ .60' 4th term 2251-3000 16.77 plus $ .66' 5th term 3001-3750 17.99 plus $ .70' 6th term 3751-4500 19.62 plus $ .76' • ' May be allocated between wages and benefits Supplemental Benefits: Per hour paid • 1st term $ 10.79 2nd term 10.80 3rd term 10.81 4th term 10.82 5th term 10.83 6th term 10.86 • 9-7/24M-MF Mason - Building / Heaw&Highway 11/0112013 JOB DESCRIPTION Mason - Building / Heavy&Highway DISTRICT 9 Page 50 • • Prevailing Wage Rates for 07/01/2013 - 06130/2014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester WAGES • Per hour: 07/01/2013 Marble-Finisher $ 43.72 SUPPLEMENTAL BENEFITS Journeyworker: per hour paid 0 Marble- Finisher $ 27.51 OVERTIME PAY See (A, *E, Q, V) on OVERTIME PAGE HOLIDAY Overtime: See (5, 6, 15, 25) on HOLIDAY PAGE * Work beyond 7 hours on a Saturday shall be paid at double the rate. 4 " When an observed holiday falls on a Sunday, it will be observed the next day. 9-7/20-MF Mason - Building / Heavy&Highway 11/0112013 JOB DESCRIPTION Mason - Building / Heavy&Highway DISTRICT 4 ENTIRE COUNTIES 0 Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES Per Hour: 07101/2013 07/01/2014 Additional Cement Mason $ 45.63 $1.00' ' To be allocated to Wages or Benefits. " IMPORTANT NOTICE Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Friday. Any make-up day must be paid at the premium rate. NOTE - In order to use the A Day/10 Hour Work Schedule,' you must submit an'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project. SUPPLEMENTAL BENEFITS Per Hour: Cement Mason $ 32.37 OVERTIME PAY See ('B1, E2, **Q, **'V) on OVERTIME PAGE ' Applies to 9th and 10th hours on Saturday "Holidays" only for Building Construction Additional $10.18 to be added to all Time and a Half hours paid HOLIDAY Building Construction - See (5, 6 & 25) on HOLIDAY PAGE Heavy Highway Construction - See (1) on HOLIDAY PAGE REGISTERED APPRENTICES ( 1 ) year terms at the following Percentage of Journeyworkers Wage. 1 at Term 50% 2nd Term 60% 3rd Term 70% Supplement Benefits per hour paid: 1 st Term $ 22.11 2nd Term 24.16 3rd Term 26.21 4-780 Mason - Building / Heavy&Highway 11/01/2013 Page 51 • Prevailing Wage Rates for 07/0112013 - 06/3012014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County JOB DESCRIPTION Mason - Building / Heavy&Highway DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES • WAGES NOTE: Shall include but not limited to Precast concrete slabs (London Walks) Marble and Granite pavers 2'x 2' or larger. Per Hour: 07/01/2013 07/01/2014 Additional • Stone Setter $58.69 plus $1.50 to be $1.00' Added' Stone Tender $40.51 plus $1.00' 'Additional Amounts to be added to Wages and or Benifits. SUPPLEMENTAL BENEFITS • Per Hour: Stone Setter $ 27.48 Stone Tender $ 17.53 OVERTIME PAY See ('C, "E, Q) on OVERTIME PAGE • ' On weekdays the eighth (8th) and ninth (91h) hours are time and one-half all work thereafter is paid at double the hourly rate. " The first nine (9) hours on Saturday is paid at time and one-half all work thereafter is paid at double the hourly rate. HOLIDAY Paid: See ('18) on HOLIDAY PAGE Overtime: See (5, 6, 10) on HOLIDAY PAGE Paid: *Must work First 112. REGISTERED APPRENTICES • Per Hour: Stone Setter(800 hour) terms at the following Percentage of Stone Setters wage rate per hour: tat 2nd 3rd 4th 5th 6th 50% 60% 70% 80% 90% 100% • Supplemental Benefits: All Apprentices $17.69 4-1 Stn Mason - Heavy&Highway 11101/2013 JOB DESCRIPTION Mason - Heavy&Highway DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES Per Hour: 07/01/2013 07/0112014 Additional • Pointer, Caulkers & $46.72 plus $1.80 to be Cleaners $1.35' Added' 'Additional Amounts to be added to Wages and or Benifits SUPPLEMENTAL BENEFITS Per Hour: Pointer, Cleaners & $ 23.61 • Caulkers OVERTIME PAY See (B, E2, H) on OVERTIME PAGE HOLIDAY Page 52 • • Prevailing Wage Rates for 07/01/2013 - 06/3012014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 25, 26) on HOLIDAY PAGE REGISTERED APPRENTICES • Wages per hour: One (1) year terms at the following wage rates. 07/01/2013 07/01/2014 1st 2nd 3rd 4th Additional $25.00 $27.25 $32.23 $38.66 $ 1.80 to be • Added' Additional $ 1.35* to be added 7/01/2013 'Additional Amount(s)to be added to Wages and or Benifits Apprentices Supplemental Benefits: (per hour paid) • $3.64 $8.59 $11.34 $11.34 4-1 PCC Operating Engineer - Building 11101/2013 JOB DESCRIPTION Operating Engineer - Building DISTRICT 4 ENTIRE COUNTIES • Nassau, Suffolk WAGES BUILDING CATEGORIES: CLASS " AA "CRANES Crane, Truck Crane, Derrick, Dragline, Dredge, Crawler Crane, Tower Crane & Pile Driver. • CLASS "A": Asphalt Spreader, Backhoe Crawler/Hydraulic Excavator(360 upto & over 150,000lbs), Boiler, Boring Machine, Cherry Picker(over 70 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, Steam Shovel, Sideboom Tractor, Stone Spreader(selfpropelled Tank Work, Tower Crane Engineer. • CLASS "B": Backhoe(other than 360), Boom Truck, Bulldozer, Boring Machine/Auger, Cherry Picker(under 70 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/Scaper, Skid Loader/Skid Steer, Maintenance Man on Tower Crane,Trenching Machine, Vermeer Cutter, Work Boat. CLASS "C": Curb Machine(asphalt & Concrete), Maintenance Engineer(Small Equip. & Well Point), Field Mechanic, Milling Machine(Small), Pulvi Mixer, • Pumps(all), Roller(dirt), Ridge Cutter, Vac-All, Jet Pump, Shotblaster, 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": Belching 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. 07/0112013 Class "AA" $ 66.92 • Cranes: Boom length over 100 feet add $ 1.00 per hour 150""$ 1.50 250""$2.00"" 350""$3.00"" Class "A" $ 55.85- • Page 53 • Prevailing Wage Rates for 07/0112013 - 06/30/2014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County *Add $3.50 for Hazardous Waste Work Class "B" $ 53.06* • *Add $2.50 for Hazardous Waste Work Class "C" $ 51.20* *Add $1.50 for Hazardous Waste Work Class "D" $ 47.44* • *Add $1.00 for Hazardous Waste Work Class "E" $ 45.56 SUPPLEMENTAL BENEFITS Per Hour: 07/01/2013 • ALL CLASSES $ 30.45 NOTE: Overtime Rate $ 22.85 OVERTIME PAY See (D, O) on OVERTIME PAGE HOLIDAY • Paid: See (5, 6, 15, 16, 25) on HOLIDAY PAGE Overtime: See (5, 6, 15, 16, 25) on HOLIDAY PAGE "NOTE" Employee must be Employed day before and day after Holiday to recieve Holiday Pay. REGISTERED APPRENTICES One(1) Year Terms at the following Rate: • 1 st Term $ 20.84 2nd Term 21.67 3rd Term 22.33 Supplemental Benefits per hour: APPRENTICES $ 15.89 • Note: OVERTIME AMOUNT $ 5.85 4-138 Operating Engineer - Building / HeavyBHighway 11/01/2013 JOB DESCRIPTION Operating Engineer - Building / HeavyBHighway DISTRICT 4 • ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour: 07/01/2013 Well Driller $ 33.98 • Well Driller Helper $ 29.76 Hazardous Waste Differential Added to Hourly Wage: Level A $ 3.00 Level B 2.00 • Level C 1.00 Monitoring Well Work Add to Hourly Wage: Level A $ 3.00 Level B 2.00 Page 54 • • Prevailing Wage Rates for 07/01/2013 - 06130/2014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County SUPPLEMENTAL BENEFITS Per Hour: • 07/01/2013 Well Driller $ 10% of straight & Helper time rate plus $ 10.79 (NOTE) Additional $3.42 for Premium Time OVERTIME PAY • See (B, E, G, P) on OVERTIME PAGE HOLIDAY Paid: See (5, 6, 16, 23) on HOLIDAY PAGE Overtime: See (5, 6, 16, 23) on HOLIDAY PAGE REGISTERED APPRENTICES Apprentices at 12 Month Terms • Wages Per Hour: 07/01/2013 1 st Term $20.84 2nd Term $21.67 3rd Term $22.33 SUPPLEMENTAL BENIFITS • Per Hour: 1 st Term 10% of Wage +$5.10 2nd Term 10% Of Wage +$5.60 3rd Term 10% Of Wage • +$6.60 BENEFITS AT PREMIUM TIME Per Hour: 1 st Term 10% of Wage +$5.85 • 2nd Term 10% of Wage +$6+60 3rd Term 10% of Wage +$8.10 4-138well Operating Engineer - Heavy&Highway 11/01/2013 • JOB DESCRIPTION Operating Engineer - Heavy&Highway DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES HEAVY/HIGHWAY CATEGORIES: • CLASS "AA" CRANES: Crane, Truck Crane, Derrick, Dragline, Dredge, Crawler Crane, Tower Crane, Pile Driver. CLASS "A": Asphalt Spreader, Backhoe Crawler/Hydraulic Excavator(360 up to & over 150,000lbs), Barrier Machine, Cherrypicker(over 70 tons), Concrete Pump, Grader, Gradall, Hoist, Loading Machine(bucket 10 yds. or more), Laser Screed, Milling Machine(Large), Power Winch- Stone Setting/Structural Steel or Truck Mounted, Powerhouse, Road Paver, Scoop-Carryall-Scaper in Tandem, Side Boom Tractor, Stone • Spreader(self propelled), Striping Machine(long line/truck mounted), Tree Graple, Tank Work, Track Alignment Machine. CLASS "B": Backhoe(other than 360), Boom Truck, Bulldozer, Boring Machine/Auger, Cherry Picker(under 70 tons), Conveyor-Multi, Post Hole-Auger, 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/Scraper, Skid Loader/Skid Steer, Maintenance Man on Tower Crane, Trenching Machine, Vermeer Cutter, Work Boat. • Page 55 • Prevailing Wage Rates for 07101/2013 - 06/30/2014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County CLASS "C": Boiler(Thermoplastic), Curb Machine(Asphalt & Concrete), Maintenance Engineer(Small Equip. & Well Point), Field Mechanic, Milling Machine(Small), Pulvi-Mixer, Pumps(Hydralic & 4in or over), Roller(Dirt), Vac-All, Jet Pump, Compressor(Structural Steel & 2 or more • Batteries), Concrete Finish Machine, Concrete Spreader, Conveyor, Curing Machine, Fireman, Hoist (One Drum), Ridge Cutter, Shot Blaster, 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/Gypsum/Double Action Diaphragm), Welding Machine, Robotic Units, Hand Line Striper. • CLASS "E": Batching Plant(On Job Site), Compressor, Generator, Grinder, Mixer, Mulching Machine(Hand Feed), Oiler, Pumps(Single action up to 3 In.), Root Cutter, Stump Chipper, Oiler on Tower Crane, Trenching Machine(Hand,walk behind), Track Tamper, Tractor, Vibrator, Deckhand on Work Boat. 07/01/2013 • Class "AA" $66.26 Cranes: Boom Length over 100 feet add $ 1.00 per hour 150$ 1.50 250""$2.00"" 350""$3.00"" • Class "A" $58.79` `Add $3.50 for Hazardous Waste Work. Class "B" $55.02' 'Add $2.50 for Hazardous Waste Work. Class "C" $53.11' • 'Add $1.50 for Hazardous Waste Work Class "D" $49.25' 'Add $1.00 for Hazardous Waste Work Class "E" $47.37 "NOTE": ADD 30% to straight time hrly wage for NEW YORK STATE • D.O.T. and other GOVERNMENTAL MANDATED off-shift work. SUPPLEMENTAL BENEFITS Per Hour ALL CLASSES $30.07 Note: OVERTIME AMOUNT $22.85 • OVERTIME PAY See (D, O) on OVERTIME PAGE HOLIDAY Paid: See (5, 6, 7, 8) on HOLIDAY PAGE Overtime: See (5, 6, 7, 8) on HOLIDAY PAGE "Note" Employee must be employed day before and day after • a holiday to receive holiday pay. REGISTERED APPRENTICES REGISTERED APPRENTICES One(1) Year Terms at the following Rate: 1 st Term $20.84 2nd Term $21.67 • 3rd Term $22.33 SUPPLEMENTAL: APPRENTICES $15.89 Page 56 • • Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County Note: OVERTIME AMOUNT $ 5.85 4-138 Operating Engineer - Heavy&Highway 11101/2013 JOB DESCRIPTION Operating Engineer- Heavy&Highway DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES Party Chief - One who directs a survey party Instrument Man - One who runs the instrument and assists Party Chief Rodman - One who holds the rod and in general, assists the survey party Categories cover GPS & Under Ground Surveying Per Hour: 07/01/2013 Heavy Highway/Building Party Chief $ 60.40 Instrument Man 46.02 Rodman 39.46 SUPPLEMENTAL BENEFITS Per Hour: Heavy Highway/Building $ 30.62 Premium`: Heavy Highway/Building $ 42.74 Premium": Heavy Highway/Building $ 54.84 `Applies to instances where 1-1/2 regular rate are paid -Applies to instances where 2 times the rate are paid. OVERTIME PAY See (B, `E, Q) on OVERTIME PAGE ' Doubletime paid on the 9th hour on Saturday. HOLIDAY Paid: See (5, 6, 8, 11, 12, 15, 25) on HOLIDAY PAGE Overtime: See (5, 6, 8, 11, 12, 15, 25) on HOLIDAY PAGE 4-15D-N/S co. Operating Engineer - Marine Construction 11/0112013 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, St. Lawrence, Steuben, Suffolk, Sullivan, Tioga, Tompkins, Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates WAGES Per Hour: DREDGING OPERATIONS 07101/2013 CLASS A Operator, Leverman, $ 32.89 Lead Dredgeman CLASS Al To conform to Operating Engineer Dozer, Front Loader Prevailing Wage in locality where work Operator is being performed including benefits. CLASS B Spider/Spill Barge Operator, $ 28.49 Page 57 • Prevailing Wage Rates for 07101/2013 - 06130/2014 Published by the New York Slate Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County Tug Operator(over1000hp), Operatorll, Fill Placer, Derrick Operator, Engineer, Chief Mate, Electrician, 0 Chief Welder, Maintenance Engineer Certified Welder, $ 26.84 Boat Operator(licensed) CLASS C 0 Drag Barge Operator, $ 26.14 Steward, Mate, Assistant Fill Placer, Welder (please add)$ 0.06 Boat Operator $ 25.29 CLASS D Shoreman, Deckhand, $ 21.09 Rodman, Scowman, Cook, Messman, Porter/Janitor Oiler(please add)$ 0.09 SUPPLEMENTAL BENEFITS Per Hour: THE FOLLOWING SUPPLEMENTAL BENEFITS APPLY TO ALL CATEGORIES 07101/2013 All Classes A & B $ 8.45 plus 7% of straight time wage overtime hours add $ 0.63 All Class C $ 8.10 plus 8% of straight time wage overtime hours add $ 0.48 All Class D $ 7.85 plus 8% of straight time wage overtime hours add $ 0.33 OVERTIME PAY See (B, F. R) on OVERTIME PAGE HOLIDAY 0 Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 8, 15, 26) on HOLIDAY PAGE 4-25a-MarConst Operating Engineer - Survey Crew - Consulting Engineer 11/01/2013 JOB DESCRIPTION Operating Engineer- Survey Crew - Consulting Engineer DISTRICT 9 0 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Putnam, Queens, Richmond, Suffolk, Westchester PARTIAL COUNTIES Dutchess: That part of Dutchess county lying SOUTH of the North City Line of Poughkeepsie. WAGES Feasibility and preliminary design surveying, any line and grade surveying for inspection or supervision of construction. 0 WAGES: (per hour) 07/01/2013 07101/2014 Survey Rates: An additional Page 58 41 Prevailing Wage Rates for 07/01/2013 - 06/3012014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County Party Chief..... $ 33.55 $ 1.06 Instrument Man.. $ 29.41 0.94 Rodman.......... $ 25.54 0.86 SUPPLEMENTAL BENEFITS Per Hour: All Crew Members: $ 17.90 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 Operating Engineer - Trenchless Pipe Rehab 11/01/2013 JOB DESCRIPTION Operating Engineer - Trenchless Pipe Rehab DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES • IMPORTANT NOTE: This Category & Classifications are now located in Operating Engineers/Heavy Highway & Laborers/ Heavy Highway. Per Hour: 07101/2012 (SEE) Robotic Unit Operator Operator(class D) Technician/Boiler, Generator Operator(classes C&D) AM Liner/Hydra Seal Laborer(Grp#3) Hobas Pipe, Polyethyene Pipe or Pull and Inflate Liner Laborer(Grp#3) OVERTIME PAY HOLIDAY 4-138TrchPReh • Painter 11/0112013 JOB DESCRIPTION Painter DISTRICT 9 ENTIRE COUNTIES Putnam, Suffolk, Westchester PARTIAL COUNTIES Nassau: All of Nassau except the areas described below: Atlantic Beach, Ceaderhurst, East Rockaway, Gibson, Hewlett, Hewlett Bay, • Hewlett Neck, Hewlett Park, Inwood, Lawrence, Lido Beach, Long Beach, parts of Lynbrook, parts of Oceanside, parts of Valley Stream, and Woodmere. Starting on the South side of Sunrise Hwy in Valley Stream running east to Windsor and Rockaway Ave., Rockville Centre is the boundary line up to Lawson Blvd. turn right going west all the above territory. Starting at Union Turnpike and Lakeville Rd. going north to Northern Blvd. the west side of Lakeville road to Northern blvd. At Northern blvd. going east the district north of Northern blvd. to Port Washington Blvd. West of Port Washington blvd.to St.Francis Hospital then north of first traffic light to Port Washington and Sands Point, Manor HAven, Harbour Acres. WAGES Per hour: 07/01/2013 05/01/2014 Drywall Taper $ 41.75 $ 41.75 SUPPLEMENTAL BENEFITS Per hour worked: 07/01/2013 Journeyman $ 20.97 Page 59 • Prevailing Wage Rates for 07/0112013 - 06/30/2014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County OVERTIME PAY See (A, H) on OVERTIME PAGE For Journeyman: Deduct $4.25 from wage rate BEFORE calculating overtime pay. • For Apprentices: Deduct $ 2.44 from 2nd term wage rate, and $ 3.25 from 3rd term wage rate BEFORE calculating overtime pay. HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (4, 5, 6, 25) on HOLIDAY PAGE REGISTERED APPRENTICES • Wages(per Hour) 07/01/2013 01/0112014 06/25/2014 1500 hour terms at the following wage rate: 1st term $ 17.73 $ 17.93 $ 18.13 2nd term $ 26.39 $ 26.89 $ 27.19 3rd tens $ 35.46 $ 35.86 $ 36.26 • Suppemental Benefits per hour: One year term (1500 hours)at the following dollar amount. 1 at year $ 10.25 • 2nd year $ 16.43 3rd year $ 19.25 9-NYDCT9-DWi Painter 11/01/2013 JOB DESCRIPTION Painter DISTRICT 9 • ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Putnam, Queens, Richmond, Suffolk, Westchester WAGES Per hour: 07/01/2013 05101/2014 Brush $ 41.85 $ 43.85 AbatementlRemoval of lead based $ 41.85 $ 43.85 or lead containing paint on materials to be repainted. Spray & Scaffold $ 44.85 $ 46.85 Fire Escape $ 44.85 $ 46.85 • Decorator $ 44.85 $ 46.85 Paperhanger/Wall Coverer $ 39.10 $ 41.18 SUPPLEMENTAL BENEFITS Per hour worked: 07/01/2013 05/01/2014 • Paperhanger $ 29.33 $ 29.33 All others $ 20.97 $ 20.97 Premium' $ 23.47' $ 23.47' 'Applies only to "All others" catergory,not paperhanger journeyman. 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 Page 60 • • Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County Indentured after 5131/93 ( 1) year terms at the following wage rate. (per hour) 07/01/2013 05/01/2014 • Appr 1st term... $ 15.85 $ 16.65 Appr 2nd term... $ 20.76 $ 21.76 Appr 3rd term... $ 25.14 $ 26.34 Appr 4th term... $ 33.52 $ 35.12 Spplemental benefis: (per Hour worked) • Appr 1 st term... $ 10.23 $ 10.23 Appr 2nd term... $ 12.92 $ 12.92 Appr 3rd term... $ 15.20 $ 15.20 Appr 4th term... $ 19.70 $ 19.70 9-NYDC9-B/S I Painter - Bridsle & Structural Steel 11/01/2013 JOB DESCRIPTION Painter - Bridge & Structural Steel 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 Per Hour Worked: 07/01/2013 1011/2013 STEEL: Bridge Painting $52.13 $53.13 Power Tool/Spray is an additional $6.00 per hour above hourly rate, whether straight time or overtime Note: Generally, for Bridge Painting Contracts, ALL WORKERS on and off the bridge (including Flagmen) are to be paid Painter's Rate; the contract must be ONLY for Bridge Painting. SUPPLEMENTAL BENEFITS Per Hour Worked: 07/01/2013 10/1/2013 Journeyworker $27.05' $27.55' Hourly Rate after 40 hours from May 1 st to Nov. 15th $6.75 only $6.75 only Hourly Rate after 50 hours from Nov. 16th to April 30th $6.75 only $6.75 only 'For the period of May list to November 15th: This rate shall be paid up to maximum of forty (40) hours worked per week. For all hours exceeding 40, the hourly rate shall drop to the hourly rate shown above by date. EXCEPT for the first and last week of employment on the project, and for the weeks of Memorial Day, Independence Day and Labor Day, this rate shall be paid for the actual number of hours worked. 'For the period of November 16th to April 30th: This rate shall be paid up to a maximum of fifty (50) hours worked per week. For all hours exceeding 50, the hourly rate shall drop to the hourly rate shown above by date. OVERTIME PAY See (A, F, R) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (4,6) on HOLIDAY PAGE I', • REGISTERED APPRENTICES (Wage per hour Worked): Apprentices: (1) year terms 07/01/2013 10101/2013 1 st 90 days $20.85 $21.25 1 st year after 90 days $20.85 $21.25 Page 61 • Prevailing Wage Rates for 07/0112013 - 06/30/2014 Published by the New York Stale Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County 2nd year $31.28 $31.88 3rd year $41.70 $42.50 Supplemental Benefits per hour worked: • 07/01/2013 10/0112013 1 at 90 days $ 8.45 $ 6.65 1 at year after 90 days $ 8.70 $ 8.90 2nd year $19.15 $19.45 3rd year $23.10 $23.50 9-DC9/806/155-BrSS Painter - Line Striping 11/01/2013 • JOB DESCRIPTION Painter - Line Striping 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, Su olk, Sullivan, Ulster, Warren, Washington, Westchester WAGES • Per hour: Painter (Striping-Highway): 07/01/2013 Striping-Machine Operator* $ 27.11 Linerman Thermoplastic $ 32.37 • Note: * Includes but is not limited to: Positioning of cones and directing of traffic using hand held devices. Excludes the Driver/Operator of equipment used in the maintenance and protection of traffic safety SUPPLEMENTAL BENEFITS Per hour paid: 07/01/2013 Journeyworker: Striping-Machine operator $ 14.18 • Linerman Thermoplastic $ 14.55 OVERTIME PAY See (B, B2, E, E2, S) on OVERTIME PAGE HOLIDAY Paid: See (5,20) on HOLIDAY PAGE Overtime: See (5, 8, 11, 12, 15, 16, 17, 20, 21, 22) on HOLIDAY PAGE • 9-1456-LS Painter - Metal Polisher 11/01/2013 JOB DESCRIPTION Painter- Metal Polisher 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, Otsego, 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 07/0112013 Metal Polisher $ 27.15 • Metal Polisher- $ 28.24 Metal Polisher*** $ 30.65 **Note: Applies on New Construction & complete renovation Note: Applies when working on scaffolds over 34 feet. SUPPLEMENTAL BENEFITS • Per Hour: 07/01/2013 Journeyworker: All classification $ 13.61 OVERTIME PAY See (B, E, E2, P, T) on OVERTIME PAGE Page 62 • • i Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County HOLIDAY Paid: See (5, 6, 11, 15, 16, 25, 26) on HOLIDAY PAGE Overtime: See (5, 6, 9, 11, 15, 16, 25, 26) on HOLIDAY PAGE • REGISTERED APPRENTICES Wages per hour: One (1) year term at the following wage rates: 1st 2nd 3rd $11.00 $12.50 $15.50 • Supplentals benefits: Per hour paid: 1st 2nd 3rd $ 9.94 $10.31 $10.51 9-8A/28A-MP Plasterer 11101/2013 • JOB DESCRIPTION Plasterer DISTRICT 9 ENTIRE COUNTIES Kings, Nassau, Queens, Suffolk PARTIAL COUNTIES New York: Includes work in all Islands in New York City, except Manhattan. • WAGES Per hour: 07/01/2013 Building: Plastererlrraditional $ 35.53 SUPPLEMENTAL BENEFITS Per hour worked: • Journeyworker $ 21.80 OVERTIME PAY See (B, E, E2, Q) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 8, 11, 13, 25, 26) on HOLIDAY PAGE REGISTERED APPRENTICES • Wages: (per hour) ( 1 ) year terms at the following % Journeyworkers wage rate. First year: tat 6 months 2nd 6 months 40% 45% Second year: 1 st 6 months 2nd 6 months • 55% 60% Third year: 1st 6 months 2nd 6 months 70% 75% Supplemental Benefits: (per hour paid): (1) year term broken down into six month periods: • 1atyear: 1 at six months $ 8.37 2nd six months 9.35 3rd six months 11.35 4th six months 12.33 5th six months 14.33 6th six months 15.33 • 9-530-21 Plumber 11101/2013 JOB DESCRIPTION Plumber DISTRICT 4 ENTIRE COUNTIES • Page 63 • Prevailing Wage Rates for 07/0112013 - 06/3012014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County Nassau, Suffolk WAGES Per Hour: 07/01/2013 0 Plumber MAINTENANCE ONLY $ 29.46 (NOTE) Maintenance: Correction of problem(s)with the existing fixture or group of fixtures, preventive repairs or servicing of said fixtures SUPPLEMENTAL BENEFITS SUPPLEMENTAL BENEFITS 0 Per Hour: Plumber MAINTENANCE ONLY $11.25 OVERTIME PAY OVERTIME PAY See (B, J) on OVERTIME PAGE 0 HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 15, 16) on HOLIDAY PAGE HOLIDAY 4-200 Maintance Plumber 11/0112013 JOB DESCRIPTION Plumber DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour: 07/01/2013 • Plumber/ PUMP &TANK $43.24 SUPPLEMENTAL BENEFITS Per Hour: Plumber $ 23.06 OVERTIME PAY See (B, Q, *V) on OVERTIME PAGE (V) For Sundays & Holidays if Worked Only HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES One(1) Year Terms at the Following Percentage of Journeymans wage: tat Term 30% 2nd Term 40 /a 3rd Term 50% 4th Term 60% 5th Term 70% 6th Term 85% Supplemental Benifits Per Hour: 1 at Term $11.38 2nd Term $12.01 3rd Term $12.79 4th Term $13.16 5th Term $16.36 6th Term $19.65 4-200 Pump & Tank Page 64 • Prevailing Wage a Rates for 07101/2013 - 06/3012014 9 9 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County Plumber 11/01/2013 JOB DESCRIPTION Plumber DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour: 07/01/2013 11/01/2013 05/01/2014 Plumber $48.48 $48,48 $48,48 • SUPPLEMENTAL BENEFITS Per Hour: Plumber $31.90 $32.90 $34.90 OVERTIME PAY See (A, E, Q. *V) on OVERTIME PAGE CODE'/" 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(1) Year Terms at the following percentage of Plumbers Rate: 1st Term 2nd Term 3rd Term 4th Term 5th Term 30% 40% 50% 60% 70% Supplemental Benefits per hour: 07/01/13 11/01/13 05/01/14 1st Term $18.19 $19.19 $21.32 . 2nd Term $20.57 $21.57 $23.10 3rd Term $21.94 $22.94 $24,44 4th Term $23.46 $24.46 $25.96 5th Term $25.06 $26.06 $27.56 4-200 Roofer 11/01/2013 JOB DESCRIPTION Roofer DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES Rate Per Hour 07/01/2013 ROOFER/Waterproofer Total Wage $ 42.50 to be Paid "Base" Wage $ 38.50" SUPPLEMENTAL BENEFITS Per Hour: ROOFER/Waterproofer $ 24.69 OVERTIME PAY Per Hour: NEW ROOF SEE (B,E,Q) RE-ROOF SEE (B,E,E2,Q) NOTE:" Overtime Pay to be calculated on "BASE" Wage then add $4.00. (Example: $38.50 x time and one half = $57.75 + $4.00 = $61.75 ) HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 13, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES Page 65 • Prevailing Wage Rates for 07/01/2013 - 06130/2014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County (1) Year terms at the following Wage Rates of Roofers/Waterproofers. 1st 2nd 3rd 4th $15.40 $1925 $29.65 $34.00 • Supplemental Benefits per hour: 07/01/2013 1st Term $ 6.92 2nd Term $ 8.65 3rd Term $17.00 4th Term $19.43 4-154 • Sheetmetal Worker 1110112013 JOB DESCRIPTION Sheetmetal Worker DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk • WAGES Per Hour: 07/01/2013 08/01/2013 Sheetmetal Worker $50.60 $49.41 Temporary Operation or Maintenace of Fans $40.48 $39.53 • SUPPLEMENTAL BENEFITS Per Hour: Sheetmetal Worker $40.46 $41.65 Maintenance Worker $40.46 $41.65 OVERTIME PAY • See (A, E, E2, Q, V) on OVERTIME PAGE For Maintenance See Codes B,E, Q & V HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 11, 15, 16, 25, 26) on HOLIDAY PAGE REGISTERED APPRENTICES 07/01/2013 08/01/2013 • Per Hour:Wages Six(6) Month Terms As Follows: 1 st Term $14.35 $14.35 2nd Term $17.72 $17.72 3rd Term $22.12 $22.12 • 4th Term $24.89 $24.89 5th Term $26.24 $26.24 6th Term $28.45 $28.45 7th Term $34.53 $34.53 8th Term $37.23 $37.23 9th Term $40.34 $40.34 • Per Hour: Supplemental Benifts 1 st Term $6.05 $6.15 2nd Term $1535 $15.77 3rd Term $22.06 $22.60 4th Term $23.86 $24.46 5th Term $25.49 $26.25 • 6th Term $27.59 $28.30 7th Term $31.15 $31.98 8th Term $32.32 $33.22 9th Term $33.49 $34.44 4-28 Page 66 • i • Prevailing Wage Rates for 07/01/2013 - 06/3012014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County Sheetmetal Worker 11/01/2013 i JOB DESCRIPTION Sheetmetal Worker DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Rockland, Suffolk, Westchester WAGES Per Hour: 07101/2013 Sign Erector $43.30 *NOTE: Overhead Highway Signs and Structurally Supported Signs (See IRON WORKER CLASS) SUPPLEMENTAL BENEFITS Per Hour: 07/0112013 Sign Erector $41.44 OVERTIME PAY See (A, F, S) on OVERTIME PAGE HOLIDAY Paid: See (5, 6, 11, 12, 16, 25) on HOLIDAY PAGE Overtime: See (5, 6, 10, 11, 12, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES Per Hour: 6 month Terms at the following percentage of Sign Erectors wage rate: 1st Term 35% 2nd Term 40% 3rd Term 45% 4th Term 50% 5th Term 55% 6th Term 60% 7th Term 65% 8th Term 70% 9th Term 75% 10th Term 80% SUPPLEMENTAL BENIFITS Per Hour: 1st Term $13.20 2nd Term $14.69 3rd Term 16.19 4th Term 17.69 5th Term 23.27 6th Term 24.89 7th Term 27.17 8th Term 28.80 9th Term 30.47 10th Term 30.47 4-137-SE Steamfitter 11101/2013 • JOB DESCRIPTION Steamfitter DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES Per Hour: 07/01/2013 01/01/2014 Steam/Sprinkler $57.81 *Additional Fitter $1.25/Hr Temporary $44.19 *Additional Heat & AC $1.25/Hr *Additional to be allocated to either Wages or benefits. • NOTE: Add 30% to Hourly Wage for "Contracting Agency" Mandated Off Shift Work. SUPPLEMENTAL BENEFITS Per Hour: Steam/Sprinkler $45.71 Page 67 • Prevailing Wage Rates for 0710112013 - 06/3012014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County Fitter Temporary $37.36 Heat & AC OVERTIME PAY • See (C, "D, O, V) on OVERTIME PAGE (-D) ON ALL HVAC AND MECHANICAL CONTRACTS THAT DO NOT EXCEED $15,000,000.00 and ON ALL FIRE PROTECTION/SPRINKLER CONTRACTS THAT DO NOT EXCEED $ 1,500,00.00 HOLIDAY • Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 11, 15, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES 1 year Terms at the Following: WAGES per hour: 1st Tenn 2nd Term 3rd Term 4th Term 5th Term • $2216 $28.44 $36.95 $45.46 $48.30 SUPPLEMENTAL BENEFIT Per Hour: 1st Term 2nd Term 3rd Term 4th Term 5th Term • $19.13 $23.58 $30.21 $36.85 $39.09 4-638A-StmSpFtr Steamfitter 11/01/2013 JOB DESCRIPTION Steamfitter DISTRICT 4 ENTIRE COUNTIES • Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES Per Hour: 07/01/2013 AC Service/Heat Service $37.05 Steamfitter Maintenance Refrigeration, A/C, Oil Burner and Stoker Service and Repair. • Refrigeration Compressor installation up to Shp (combined). Air Condition / Heating Compressor installation up to 10hp (combined). SUPPLEMENTAL BENEFITS Per Hour AC Service/Heat Service $ 9.55 • Steamfitter Maintenance OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY Paid: See (5, 6, 11, 15, 25,26) on HOLIDAY PAGE 4-6388-StmFtrRef • Teamster -Asphalt Delivery 11/0112013 JOB DESCRIPTION Teamster - Asphalt Delivery DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES • Per Hour: 07/01/2013 Heavy Construction Work: Shall include the supply of Asphalt for construction, improvement and modification of all or any part of Streets, Highways, Bridges, Tunnels, Railroads, Canals, Dams, Airports, Schools, Power Generation Plants, where distance between project and asphalt plant is not more than 50 miles. Page 68 • • Prevailing Wage Rates for 07101/2013 - 06/3012014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County 'TRUCK DRIVER' • Asphalt Delivery $34.765 Light Construction Work: Shall include the supply of Asphalt for construction of Single & Multi Family Homes, Town Houses, Apartment Buildings, including Driveways, Streets and Curbs within those projects. Parking Lots, Office Buildings, where distance between project and asphalt plant is not more than 50 miles. • 'TRUCK DRIVER' Asphalt Delivery $28.02 SUPPLEMENTAL BENEFITS Per Hour: 07/01/2013 "Heavy Construction Work" • 'TRUCK DRIVER' Asphalt Delivery $38.9425 "Light Construction Work" • 'TRUCK DRIVER' Asphalt Delivery $11.65 OVERTIME PAY See (B, *B2, E, **I, P, ***R, ****U) 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. NOTE: (8,E,P,T&*U) Apply to Heavy Construction. • NOTE. (B2,I,T&*U) Apply to Light Construction. NOTE: (*U) Only applies after 8 hours worked on holiday. HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, *16, **25) on HOLIDAY PAGE NOTE:(*16) Paid at Double if Worked. (**25) Paid at Double if Worked. 4-282 • Teamster - Building 11/01/2013 JOB DESCRIPTION Teamster - Building DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES • Per Hour: 07/01/2013 Truck Driver (Building Demolition & Debris) Trailers $29.37 Straight Jobs $29.07 • SUPPLEMENTAL BENEFITS Per Hour: All Classifications $30.34 OVERTIME PAY See (B, E, S, S1) on OVERTIME PAGE HOLIDAY • Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 7, 8, 11, 12,26) on HOLIDAY PAGE 4-282 Teamster - Delivery of Concrete 11/01/2013 JOB DESCRIPTION Teamster - Delivery of Concrete DISTRICT 4 • Page 69 • Prevailing Wage Rates for 07/0112013 - 0613012014 Published by the New York Stale Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County ENTIRE COUNTIES Nassau, Suffolk WAGES • Per Hour: 07101/2013 Heavy Construction Work: Shall Include the supply of Ready-Mix Concrete for construction, improvment and modification of all or any part of Streets, Highways, Bridges, Tunnels, Railroads, Canals, Dams, Airports, Schools & Power Generation Plants, where distance between project and asphalt plant is not more than 50 miles. "TRUCK DRIVER" • Concrete Delivery $36.415 Light Construction Work: Shall include the supply of Ready-Mix Concrete for construction of Single & Multi Family Homes, Town Houses, Apartment Buildings, including Driveways, Streets and Curbs within those projects. Parking Lots and Office Buildings, where distance between project and asphalt plant is not more than 50 miles. • "TRUCK DRIVER" Concrete Delivery $32.785 SUPPLEMENTAL BENEFITS Per Hour: 07/01/2013 • "Heavy Construction Work" Concrete Delivery $36.225 "Light Construction Work" Concrete Delivery $11.625 • OVERTIME PAY NOTE: Heavy Construction: B2,1 Light Construction:B,E,P HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, *16, **25) on HOLIDAY PAGE NOTE:(*16) Paid at Double if Worked. (**25) Paid at Double if Worked. • 4-282ns Teamster - Heavy&Highway 1110112013 JOB DESCRIPTION Teamster- Heavy&Highway DISTRICT 4 ENTIRE COUNTIES • Nassau, Suffolk WAGES Per Hour: 07101/2013 Heavy Construction Work: Shall include the construction, improvement or modification of all or any part of streets, highways, Bridges, Tunnels, Railroads, Canals, Dams, Airports, Schools, Power Generation Plants. • Site Excavating (Chauffeurs) $34.765 Light Construction Work: Shall include the construction, improvment and modification of Single & Multi Family Homes, Town Houses, Apartment Buildings, including driveways, Streets and Curbs within those projects. Parking Lots and Office Buildings. • Site Excavating (Chauffeurs) $28.02 SUPPLEMENTAL BENEFITS Per Hour: 07/01/2013 Page 70 • Prevailing Wage Rates for 07/0112013 - 06130/2014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Suffolk County Heavy Construction Work Chauffeurs $38.9425 • Light Construction Work Chauffers $11.65 OVERTIME PAY See (B, `B2, E, "I, P, "'R, "•'U) on OVERTIME PAGE (NOTE) PREMIUM PAY of 25% on straight time hours for NEW YORK STATE D.O.T. and or other GOVERMENTAL MANDATED off shift work. • NOTE: (B,E,P,T &'U) Apply to Heavy Construction. NOTE: (B2,I,T & "U) Apply to Light Construction. NOTE: ('U) Only applies after 8 hours work on holiday HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, "16, ^25) on HOLIDAY PAGE NOTE:("16) Paid at Double if Worked. ("25) Paid at Double if Worked. • 4-282 Welder 11/0112013 JOB DESCRIPTION Welder DISTRICT 1 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, St. Lawrence, Steuben, Suffolk, Sullivan, Tioga, Tompkins, Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates WAGES Perhour 07/01/2013 Welder (To be paid the same rate of the mechanic performing the work) I~ OVERTIME PAY HOLIDAY 1-As Per Trade • • I Page 71 • Prevailing Wage Rates for 07/0112013 - 06130/2014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 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. ( B1) 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 (A) Time and one half of the hourly rate after 7 hours per day (AA) Time and one half of the hourly rate after 7 and one half hours per day • ( E3) Between November 1 st 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 (B) Time and one half of the hourly rate after 8 hours per day . (Si) 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. ( E5) Double time after 8 hours on Saturdays ( B2) 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 (D) Double the hourly rate after 8 hours per day ( D1) Double the hourly rate after 9 hours per day (E) Time and one half of the hourly rate on Saturday • ( E1) Time and one half 1st 4 hours on Saturday Double the hourly rate all additional Saturday hours ( 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 (F) Time and one half of the hourly rate on Saturday and Sunday (G) 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 ( J) Time and one half of the hourly rate on Sunday and Holidays ( K) Time and one half of the hourly rate on Holidays ( L) Double the hourly rate on Saturday ( M) Double the hourly rate on Saturday and Sunday ( N) Double the hourly rate on Saturday and Holidays (O) Double the hourly rate on Saturday, Sunday, and Holidays ( P) Double the hourly rate on Sunday ( Q) Double the hourly rate on Sunday and Holidays ( R) Double the hourly rate on Holidays (S) Two and one half times the hourly rate for Holidays, if worked Page 72 • Prevailing Wage Rates for 07/0112013 - 06/30/2014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 IT ) Triple the hourly rate for Holidays, if worked ( U ) Four times the hourly rate for Holidays, if worked (V) Including benefits at SAME PREMIUM as shown for overtime ( W) Time and one half for benefits on all overtime hours. NOTE:BENEFITS are PER HOUR WORKED,for each hour worked, unless otherwise noted Page 73 • Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Published by the New York State Department of Labor Last Published on Nov 01 2013 PRC Number 2013009902 Holiday Codes PAID Holidays: Paid Holidays are days for which an eligible employee receives a regular day's pay, but is not required to perform work. If an emplo ee • 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) None (2) Labor Day • (3) Memorial Day and Labor Day (4) Memorial Day and July 4th (5) Memorial Day, July 4th, and Labor Day (6) New Year's, Thanksgiving, and Christmas • (7) Lincoln's Birthday, Washington's Birthday, and Veterans Day (8) Good Friday (9) Lincoln's Birthday (10) Washington's Birthday ( 111 Columbus Day (12) Election Day (13) Presidential Election Day ( 14) 12 Day on Presidential Election Day • (15) Veterans Day (16) Day after Thanksgiving (17) July 4th (18) 112 Day before Christmas • (19) 1/2 Day before New Years (20) Thanksgiving (21 ) New Year's Day (22) Christmas • (23) Day before Christmas (24) Day before New Year's (25) Presidents' Day (26) Martin Luther King, Jr. Day • (27) Memorial Day Page 74 • • O>r NEI{. New York State Department of Labor - Bureau of Public Work yP +A r.F State Office Building Campus o Building 12 - Room 130 ~9 ry 'r~ Albany, New York 12240 • ENT REQUEST FOR WAGE AND SUPPLEMENT INFORMATION As Required by Articles 8 and 9 of the NYS Labor Law Fax (518) 485-1870 or mail this form for new schedules or for determination for additional occupations. This Form Must Be Typed Submitted By: • (Check Only One) ? Contracting Agency ? Architect or Engineering Firm ? Public Work District Office Date: A. Public Work Contract to be let by: (Enter Data Pertaining to Contracting/Public Agency) 1. Name and complete address I- (Check if new or change) 2. NY State Units (see Item 5) ? 07 City ? 01 DOT ? 08 Local School District • ? 02 OGS ? 09 Special Local District, i.e., ? 03 Dormitory Authority Fire, Sewer, Water District ? 04 State University ? 10 Village Construction Fund ? 11 Town ? 05 Mental Hygiene ? 12 County Facilities Corp. ? 13 Other Non-N.Y. State Telephone: ( ) E-Mail: Fax: ( ) ? 06 OTHER N.Y STATE UNIT (Describe) • 3. SEND REPLY TO ? check if new or change) 4. SERVICE REQUIRED. Check appropriate box and provide project Name and complete address: information. ? New Schedule of Wages and Supplements. APPROXIMATE BID DATE ? Additional Occupation and/or Redetermination Telephone: Paz: PRC NUMBER ISSUED PREVIOUSLY FOR OFFICE USE ONLY E-Mail: ( ) ( ) THIS PROJECT. • B. PROJECT PARTICULARS 5. Project Title s. Location of Project: Location on Site Description of Work Route No/Street Address Village or City • Contract Identification Number Town Note: For NYS units, the OSC Contract No. County 7. Nature of PfOjeol - Check One: 8. OCCUPATION FOR PROJECT ? 1. New Building ? 2. Addition to Existing Structure ? Construction (Building, Heavy ? Guards, Watchmen Highway/SewenWater) ? Janitors, Porters, Cleaners, I'I • ? 3. Heavy and Highway Construction (New and Repair) ? Tunnel Elevator Operators ? 4. New Sewer or Waterline ? Residential ? Moving furniture and ? 5. Other New Construction (Explain) ? Landscape Maintenance equipment ? 6. Other Reconstruction, Maintenance, Repair or Alteration ? Elevator maintenance ? Trash and refuse removal ? 7. Demolition ? 8. Building Service Contract ? Exterminators, Fumigators ? Window cleaners ? Fire Safety Director, NYC Only ? Other (Describe) II' • 9. Has this project been reviewed for compliance with the Wicks Law involving separate bidding? YES ? NO ? 10. Name and Title of Requester Signature • PW-38(0411) SEE PAGE TWO FOR LAWS RELATING TO PUBLIC WORK CONTRACTS • • ~~OF NJE NEW YORK STATE DEPARTMENT OF LABOR P 9p Bureau of Public Work - Debarment List LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE • l` 9 ~3 AWARDED ANY PUBLIC WORK CONTRACT SENT • Under Article 8 and Article 9 of the NYS Labor Law, a contractor, sub-contractor and/or its successor shall be debarred and ineligible to submit a bid on or be awarded any public work or public building service contract/sub-contract with the state, any municipal • corporation or public body for a period of five (5) years from the date of debarment when: • Two (2) final determinations have been rendered within any consecutive six-year • (6) period determining that such contractor, sub-contractor and/or its successor has WILLFULLY failed to pay the prevailing wage and/or supplements • One (1) final determination involves falsification of payroll records or the kickback of wages and/or supplements • NOTE: The agency issuing the determination and providing the information, is denoted under the heading 'Fiscal Officer. DOL = NYS Dept. of Labor; NYC = New York City Comptroller's Office; AG = NYS Attorney General's Office; DA = County District • Attorney's Office. A list of those barred from bidding, or being awarded, any public work contract or subcontract with the State, under section 141-b of the Workers' Compensation Law, • may be obtained at the following link, on the NYS DOL Website: i hftps://dbr.labor.state.ny.us/EDList/searchPage.do • • NYSDOL Bureau of Public Work Debarment List 10130/2013 Article 8 • AGENCY Fiscal ONlcor FEIN EMPLOYER NAME EMPLOYER ADDRESS DEBARMENT DEBARMENT DBA NAME START DATE END DATE DOL DOL 4618 FOSTER AVE LLC C/O KAHAN & KAHAN 02105/2013 02/05/2018 225 BROADWAY-SUITE 715NEW YORK NY 10007 DOL NYC A B T IRON WORKS INC 25 CLIFF STREET 12121/2009 12/21/2014 • NEW ROCHELLE NY 10801 DOL DOL ""'0711 A ULIANO & SON LTD 22 GRIFFEN COURT 10126/2010 10126/2015 MILLER PLACE NY 11746 DOL DOL A ULIANO CONSTRUCTION 22 GRIFFEN COURT 10/26/2010 1012612015 MILLER PLACE NY 11746 DOL NYC ""'5804 AAR/CO ELECTRIC INC 5902 AVENUE N 03120/2009 03/20/2014 BROOKLYN NY 11234 DOL NYC ""'4486 ABBEY PAINTING CORP 2110728TH AVENUE 07/02/2012 07/02/2017 BAYSIDE NY 11360 • DOL DOL ""'9095 ABDO TILE CO 6179 EAST MOLLOY ROAD 06/25/2010 07/02/2017 EAST SYRACUSE NY 13057 DOL DOL ""'9095 ABDO TILE COMPANY 6179 EAST MOLLOY ROAD 06/25/2010 07/02/2017 EAST SYRACUSE NY 13057 DOL DOL "'8488 ABELCRAFT OF NEW YORK 640 ASHFORD AVENUE 08/27/2013 08/27/2018 CORP ARDSLEY NY 10502 DOL DOL "'1219 ABSOLUTE GENERAL 1229 AVENUE U 01/28/2013 01/28/2018 CONTRACTING INC BROOKLYN NY 11229 • DOL DOL ""'4539 ACCOMPLISHED WALL 112 OSCAWANA HEIGHTS 08127/2013 08127/2018 SYSTEMSINC ROAD PUTNAM VALLEY NY 10542 DOL DOL ADAM A CEMERYS 2718 CURRY ROAD 07108/2010 0710812015 SCHENECTADY NY 12303 DOL DOL ""'7584 ADAM'S FLOOR COVERING 2718 CURRY ROAD 07108/2010 0211512017 LLC SCHENECTADY NY 12303 DOL DOL ADESUWA UWUIGBE P0BOX 21-1022 05/16/2012 0511612017 BROOKLYN NY 11221 DOL DOL AFFORDABLE PAINTING PLUS 367 GREEVES ROAD 10101/2010 1010112015 NEW HAMPTON NY 10958 DOL DOL "2538 AGG MASONRY INC 16072ND ST - SUITE 721 03/19/2013 03/1912018 BROOKLYN NY 11209 DOL DOL ALBERT CASEY 43-2854TH STREET 07/01/2011 07/0112016 WOODSIDE NY 11377 DOL DOL ALEJANDRO MATOS C/O SEVEN STAR ELECTRICAL 06/27/2011 06/2712016 23-24 STEINWAY STREETASTORIA NY 11105 • DOL DOL ALISHER KARIMOV C/O AGG MASONRY INC 03/19/2013 0311912018 7105 3RD AVENUEBROOKLYN NY 11209 DOL DOL ""'8740 ALLSTATE ENVIRONMENTAL C/O JOSE MONTAS 03/1812011 03115/2017 CORP 27 BUTLER PLACEYONKERS NY 10710 DOL DOL ""'8534 ALPHA INTERIORS INC 513 ACORN STREET/ SUITE C 05/2712010 05/27/2015 DEER PARK NY 11729 DOL DOL "4274 AMERICAN STEEL 693 PAINTER STREET 0212012013 0212012018 MECHANICAL INC MEDIA PA 19063 • DOL NYC ANDERSON LOPEZ 670 SOUTHERN BLVD 0611412011 06114/2016 BRONX NY 10455 DOL DOL ANDREW DIPAUL C/O CONSOLIDATED 12/7112012 12/11/2017 INDUSTRI 2051 ROUTE 44/55MODENA NY 12548 DOL NYC ANDRZEJ WROBEL 24 CONGRESS LANE 05/01/2013 05101/2018 SOUTH RIVER NJ 08882 DOL AG ANTHONY BRANCA 700 SUMMER STREET 71/2412009 11/2412014 • STAMFORD CT DOL DA ANTHONY CARDINALE 58-48 59TH STREET 05116/2012 0511612017 MASPETH NY 11378 DOL DOL ANTHONY POSELLA 30 GLEN HOLLOW 10119/2009 10/19/2014 ROCHESTER NY 14622 DOL DOL ANTHONY TAORMINA 215 MCCORMICK DRIVE 05/2012009 05120/2014 BOHEMIA NY 11716 DOL DOL ANTHONY ULIANO 22 GRIFFEN COURT 10/26/2010 10126/2015 MILLER PLACE NY 11746 • DOL DOL "'°3020 APCO CONTRACTING CORP 24 SOUTH MARYLAND 09/2412012 09/24/2017 AVENUE PORT WASHINGTON NY 11050 DOL DOL ""'8688 ARC MECHANICAL CORP 215 MCCORMICK DRIVE 05120/2009 05/20/2014 BOHEMIA NY 11716 DOL NYC ARIE BAR 5902 AVENUEN 03/20/2009 03/2012014 BROOKLYN NY 11234 Page 1 of 11 • NYSDOL Bureau of Public Work Debarment List 1013012013 Article 8 • DOL DOL ""'9336 ARTIERI SPECIALTIES LLC SWITZER 107 STEVENS STREET 1110412009 11/0412014 SALES LOCKPORT NY 14094 DOL DOL ""'3953 ASCPAPE LANDSCAPE & 634 ROUTE 303 07/26/2012 0712612017 CONSTRUCTION CORP BLAUVELT NY 10913 DOL DOL ""'2993 AST DRYWALL & ACOUSTICS 46 JOHN STREET -STE 711 12/16/2008 12/16/2013 INC NEW YORK NY 10038 DOL DOL ""'2534 B & B CONCRETE 55 OLD TURNPIKE ROAD 02104/2011 0210412016 • CONTRACTORS MC SUITE 612MANUET NY 10954 DOL NYC BASIL ROMEO 243-03137TH AVENUE 03/25/2010 03/2512015 ROSEDALE NY 11422 DOL DOL ""'2294 BEDELL CONTRACTING CORP 2 TINA LANE 01/0612012 0110612017 HOPEWELL JUNCTION NY 12533 DOL DOL BENNY VIGLIOTTI C/O LUVIN CONSTRUCTION 03/15/2010 0311512015 CO P O BOX 357CARLE PLACE NY 11514 DOL DOL ""'6999 BEST ROOFING OF NEW 30 MIDLAND AVENUE 11/05/2010 11/0512015 JERSEY LLC WALLINGTON NJ 07057 DOL DOL BIAGIO CANTISANI 200 FERRIS AVENUE 12104/2009 05/04/2017 WHITE PLAINS NY 10603 DOL NYC ""'8377 BOSPHORUS CONSTRUCTION 3817 KINGS HIGHWAYSTE ID M3012010 0613012015 CORPORATION BROOKLYN NY 11234 DOL DOL BRIAN HOME 2219 VALLEY DRIVE 12104/2009 12/042014 SYRACUSE NY 13207 • DOL DOL ""'9643 BROOKS BROTHERS 200 BUELL ROAD, SUITE C10 09/24/2013 0912412018 PAINTING ROCHESTER NY 14624 DOL DOL ""'4311 C & F SHEET METAL CORP 201 RICHARDS STREET 02125/2009 02/242014 BROOKLYN NY 11231 DOL DOL CANTISANI & ASSOCIATES 442 FERRIS AVENUE 12/04/2009 05/0412017 LTD WHITE PLAINS NY 10603 DOL DOL CANTISANI HOLDING LLC 220 FERRIS AVENUE 0510412012 05104/2017 WHITE PLAINS NY 10603 DOL DOL ""'1143 CARMODY BUILDING CORP 442 ARMONK ROAD 05104/2012 0510412017 MOUNT KISCO NY 10549 DOL DOL "'-3368 CARMODY CONCRETE CORP 442 ARMONK ROAD 12/0412009 05/0412017 MOUNT KISCO NY 10549 DOL DOL CARMODY CONTRACTING 220 FERRIS AVENUE 05104/2012 05104/2017 CORP WHITE PLAINS NY 10603 DOL DOL ""'6215 CARMODY CONTRACTING INC 220 FERRIS AVENUE 0510412012 05/0412017 WHITE PLAINS NY 10603 DOL DOL CARMODY ENTERPRISES LTD 220 FERRIS AVENUE 12104/2009 05/04/2017 WHITE PLAINS NY 10603 • DOL DOL ""'3812 CARMODY INC 442 ARMONK ROAD 1210412009 05/042017 MOUNT KISCO NY 10549 DOL DOL "'"3812 CARMODY INDUSTRIES INC 442 FERRIS AVENUE 0510412012 05/042017 WHITE PLAINS NY 10603 DOL DOL CARMODY MAINTENANCE 105 KISCO AVENUE 0510412012 0510412017 CORP MOUNT KISCO NY 10549 DOL DOL ""'0324 CARMODY MASONRY CORP 442 ARMONK ROAD 12/0412009 05/0412017 MOUNT KISKO NY 10549 • DOL DOL ""'3812 CARMODV"2" INC 220 FERRIS AVENUE 12/04/2009 05/0412017 WHITE PLAINS NY 10603 DOL DOL ""'9721 CATENARY CONSTRUCTION 112 HUDSON AVENUE 02114/2006 102012014 CORP ROCHESTER NY 14605 DOL DOL '**'*1683 CATONE CONSTRUCTION 294 ALPINE ROAD 03/09/2012 03/0912017 COMPANY INC ROCHESTER NY 14423 DOL DOL CATONE ENTERPRISES INC 225 DAKOTA STREET 03/09/2012 0310912017 ROCHESTER NY 14423 DOL DOL ""'8530 CAZ CONTRACTING CORP 3741 35TH AVENUE 08/26/2013 08/2612018 • LONG ISLAND CITY NY 11101 DOL DOL ""'7924 CBI CONTRACTING 2081 JACKSON AVENUE 06/03/2010 06103/2015 INCORPORATED COPIAGUE NY 11726 DOL DOL ""'5556 CERTIFIED INSTALLERS INC 113 N MAPLE AVENUE 02121/2013 02/21/2018 GREENSBURG PA 15601 DOL DOL CHARLES OKRASKI 67 WARD ROAD 01/2112011 01/2112016 SALT POINT NY 12578 DOL DOL CHARLES RIBAUDO 513 ACORN ST - SUITE C 0512712010 05/2712015 • DEER PARK NY 11729 DOL DOL DHAUCEY BROOKS BROOKS 200 BUELL ROAD, SUITE C10 09/24/2013 09/24/2018 BROTHERS ROCHESTER NY 14624 PAINTING DOL DOL ""'1416 CHEROMINO CONTROL 61 WILLET ST - SUITE 14 12103/2009 02/23/2017 GROUP LLC PASSAIC NJ 07055 DOL DOL CHRIS SAVOURY 44 THIELLS-MT IVY ROAD 10/14/2011 10114/2016 POMONA NY 10970 • Page 2 of 11 • NYSDOL Bureau of Public Work Debarment List 10/30/2013 Article 8 • DOL DOL CHRIST R PAPAS C/O TRAC CONSTRUCTION 02103/2011 0210312016 INC 9091 ERIE ROADANGOLA NY 14006 DOL DOL CHRISTOF PREZBYL 2 TINA LANE 01/06/2012 01/0612017 HOPEWELL JUNCTION NY 12533 • DOL DOL CITY GENERAL BUILDERS INC 131 MELROSE STREET 03/02/2010 03102/2015 BROOKLYN NY 11206 DOL DOL "'-7086 CITY GENERAL IRON WORKS 131 MELROSE STREET 03/0212010 0310212015 INC BROOKLYN NY 11206 DOL DOL ""'5329 CNY MECHANICAL P O BOX 250 1110612008 11/06/2013 ASSOCIATES INC EAST SYRACUSE NY 13057 DOL NYC ""'1768 COFIRE PAVING 120-3028TH AVENUE 01/1412011 01/14/2016 CORPORATION FLUSHING NY 11354 III • DOL DOL "`"8342 CONKLIN PORTFOLIO LLC 60 COLONIAL ROAD 02/1512011 02/15/2016 STILLWATER NY 12170 DOL DOL ""'4175 CONSOLIDATED INDUSTRIAL 2051 ROUTE 44/55 12/11/2012 01128/2018 SERVICES INC MODENA NY 12548 DOL DOL CONSTANTINOS ZERVAS 37-11 35TH AVENUE 08126/2013 08/26/2018 LONG ISLAND CITY NY 11101 DOL DOL ""'5740 CORTLAND GLASS COMPANY 336 TOMPKINS STREET 10/21/2010 07115/2016 INC CORTLAND NY 13045 DOL NYC ""'8777 CROSSLAND ELECTRICAL 846 EAST 52ND STREET 12/19/2008 12/2912013 • SYSTEMS INC BROOKLYN NY 11203 DOL DOL ""1804 CUSTOM GARDEN 283 NORTH MIDDLETOWN 09/28/2009 09128/2014 LANDSCAPING INC ROAD PEARL RIVER NY 10965 DOL DOL ""'9453 D & D MASON CONTRACTORS 158-11 96TH STREET 06/25/2009 06125/2014 INC HOWARD BEACH NY 11414 DOL DOL ""'0810 D & G PAINTING & 53 LITTLE COLLABAR ROAD 04/19/2012 04/19/2017 DECORATING INC MONTGOMERY NY 12549 DOL DOL DANIEL CELLUCCI ELECTRIC 17 SALISBURY STREET 06/02/2010 06102/2015 • GRAFTON MA 01519 DOL DOL ""7129 DANIEL T CELLUCCI DANIEL 17 SALISBURY STREET 06/02/2010 06/02/2015 CELLUCCI GRAFTON MA 01519 ELECTRIC DOL DOL DARREN MAYDWELL 115 LEWIS STREET 05/1212009 05112/2014 YONKERS NY 10703 DOL DOL DEAN ROBBINS III 212 OXFORD WAY 12/1112012 09116/2018 SCHENECTADY NY 12309 DOL DOL ""'2311 DELCON CONSTRUCTION 220 WHITE PLAINS ROAD OB/2712009 08/2712014 • CORP TARRYTOWN NY 10591 DOL DOL ""1446 DELTA CONTRACTING 437 SUNRISE HIGHWAY 08112/2013 08/1212018 PAINTING AND DECORATING WEST BABYLON NY 11707 INC DOL DOL ""'3538 DELTA CONTRACTING 75 MCCULLOCH DRIVE 10/19/2010 08112/2018 PAINTING AND DESIGN INC DIX HILLS NY 11746 DOL DOL DEMETRIOS KOUTSOURAS 530 BEECH STREET 07/02/2012 0710212017 NEW HYDE PARK NY 11040 DOL DOL ""'9868 DESANTIS ENTERPRISES 161 OSWEGO RIVER ROAD 09/24/2013 09/24/2018 • PHOENIX NY 13135 DOL DOL DIANE DEAVER 731 WARWICK TURNPIKE 06/25/2012 12/11/2017 HEWITT NJ 07421 DOL DOL DONALD NOWAK 10 GABY LANE 10/1512009 10/15/2014 CHEEKTOWAGA NY 14227 DOL DOL DORIS SKODA C/O APCO CONTRACTING 09/2412012 09/2412017 CORP 24 SOUTH MARYLAND AVENUEPORT WASHINGTON NV 11050 DOL DOL DRAGOLJUB RADOJEVIC 61 WILLET ST 1210312009 07109/2015 -SUITE 14 PASSAIC NJ 07055 DOL NYC ""'6176 E N E L ELECTRICAL CORP 1107 MCDONALD AVENUE 07/3012010 07/3012015 BROOKLYN NY 11230 DOL DOL EARL GALBREATH 640 ASHFORD AVENUE 08/2712013 0812712018 ARDSLEY NY 10502 DOL DOL ""'8011 ECOA CLEANING P O BOX 21-1022 05/1612012 05/1612017 CONTRACTORS INC BROOKLYN NY 11221 DOL NYC ""'8074 ECONOMY IRON WORKS INC 670 SOUTHERN BLVD 06/14/2011 06/1412016 • BRONX NY 10455 DOL DOL EDWARD L GAUTHIER C/O IMPERIAL MASONRY 10/03/2012 1010312017 REST 141ARGONNE DRIVEKENMORE NY 14217 DOL NYC ""'6260 EL TREBOL SPECIAL 95-26 76TH STREET 10/12/2011 10/12/2016 CLEANING INC OZONE PARK NY 11418 • Page 3 of 11 • NYSDOL Bureau of Public Work Debarment List 10/30/2013 Article 8 • DOL DOL ELLEN DESANTIS DESANTIS 161 OSWEGO RIVER ROAD 09/24/2013 0912412018 ENTERPRISES PHOENIX NY 13135 DOL DOL '-0780 EMES HEATING & PLUMBING 5 EMES LANE CONTR MONSEY NY 10952 01120/2002 01/20/3002 DOL DOL ""'6101 ENHANCED DATA COM INC 75 SHERBROOK ROAD 07/01/2010 07101/2015 NORTH BABYLON NY 11704 DOL DOL ERIKA BARNETT 253 BEACH BREEZE LANE 02/05/2013 02/05/2018 • UNIT BARVERNE NY 11692 DOL DOL ESTEVES & FRAGA 986 MADISON AVENUE 01/03/2013 0110312018 CONSTRUCTION CO INC PATERSON NJ 07501 DOL DOL ESTEVES & FRAGA INC 986 MADISON AVENUE 01103/2013 0110312018 PATERSON NJ 07501 DOL DOL EVELIO ELLEDIAS 114 PEARL STREET 0811512012 0811512017 PORT CHESTER NY 10573 DOL DOL FERNANDO GOMEZ 201 RICHARDS STREET 02125/2009 02125/2014 • BROOKLYN NY 11231 DOL DOL ""'0768 FISHER CONCRETE INC 741 WELSH ROAD 04/0812009 04/08/2014 JAVA CENTER NY 14082 DOL DOL ""'5867 FJM-FERRO INC 682014TH AVENUE 10/27/2011 10/27/2016 BROOKLYN NY 11219 DOL DOL FMS 4 LEGHORN COURT 11/28/2012 11/28/2017 NEW YORK NY 11746 DOL DOL ""'8067 FORTH SPORT FLOORS INC P O BOX 74 0212812012 10/0112017 EAST GREENBUSH NY 12061 DOL NYC FRANK ACOCELLA 68 GAYLORD ROAD 02110/2011 02/1012016 • SCARSDALE NY 10583 DOL DOL FRANK J MERCANDO C/O 134 MURRAY AVENUE 11/22/2008 11122/2013 MERCANDO YONKERS NY 10704 CONTRACTIN G CO INC DOL DOL FRANK J MERCANDO 134 MURRAY AVENUE 12111/2009 12/11/2014 YONKERS NY 10704 DOL DOL FRANK ORTIZ 75 SHERBROOK ROAD 07/0112010 07/01/2015 • NORTH BABYLON NY 11704 DOL DOL FRED ABDO ABDO TILE 6179 EAST MOLLOY ROAD 06/25/2010 07102/2017 COMPANY EAST SYRACUSE NY 13057 AKA ABDO TILE CO DOL DOL ""'9202 G & M PAINTING 13915 VILLAGE LANE 02/05/2010 02105/2015 ENTERPRISES INC RIVERVIEW MI 48192 DOL DOL GARY MCDOWELL GM 76 PLEASANT STREET 06/11/2013 06/11/2018 CONSTRUCTI WELLSVILLE NY 14895 ON & LAWN CARE • SERVICE DOL DOL ""'6826 GBE CONTRACTING 12-14 UTOPIA PARKWAY 02110/2010 02/10/2015 CORPORATION WHITESTONE NY 11357 DOL NYC GELSOMINA TASSONE 25 CLIFF STREET 06/15/2010 06/15/2015 NEW ROCHELLE NY 10801 DOL DOL GEORGE A PATTI III P 0 BOX 772 08/1312010 0811312015 JAMESTOWN NY 14701 DOL NYC GEORGE LUCEY 150 KINGS STREET 01/1911998 01119/2998 • BROOKLYN NY 11231 DOL DOL GEORGE SHINAS 12-14 UTOPIA PARKWAY 02/10/2010 02110/2015 WHITESTONE NY 11357 DOL DOL GERALD A POLLOCK 336 TOMPKINS STREET 06/2912010 07115/2016 CORTLAND NY 13045 DOL DOL GERALD F POLUCH JR 2085 BRIGHTON HENRIETTA 11/0412010 11104/2015 TOWN LINE ROADROCHESTER NY 14623 DOL DOL ""'1075 GLOBALTANK PO BOX 1238 11128/2012 11/28/2017 • CONSTRUCTION LLC SALINA OK 74365 DOL DOL ""'0878 GM CONSTRUCTION & LAWN 76 PLEASANT STREET 06111/2013 06111/2018 CARE SERVICE WELLSVILLE NY 14895 COL DOL ""'4013 GR GRATES CONSTRUCTION 63 IRONWOOD ROAD 06114/2010 06114/2015 CORPORATION UTICA NY 13520 DOL DOL GRATES MERCHANT NANNA 63 IRONWOOD ROAD 06/14/2010 06115/2015 INC UTICA NY 13520 DOL DOL GREGG G GRATES 63 IRONWOOD ROAD 06114/2010 D6114/2015 UTICA NY 13520 • DOL DOL GRETCHEN SULLIVAN P 0 BOX 130 11/10/2011 11/1012016 CRETE IL 60417 DOL DOL ""'9985 GROUND LEVEL 10 GABY LANE 10115/2009 10115/2014 CONSTRUCTION CHEEKTOWAGA NY 14227 DOL DOL ""'7735 GRYF CONSTRUCTION INC 394 SPOTSWOOD-ENGLISH 08/08/2011 08/08/2016 RD MONROENJ08831 • Page 4 of 11 • NYSDOL Bureau of Public Work Debarment List 10/30/2013 Article 8 • DOL DOL ""'9456 GUILLO CONTRACTING CORP P O BOX 229 07/08/2013 07/08/2018 CALVERTON NY 11933 DOL DOL GUS PAPASTEFANOU C/O D & G PAINTING & DECO 04119/2012 04/19/2017 53 LITTLE COLLABAR ROADMONTGOMERY NY 12549 DOL DOL H.H. RAUH CONSTRUCTION, 2930 RT. 394 01/14/2011 01114/2016 • LLC ASHVILLE NY 14710 DOL DOL ""'2499 H.H. RAUH CONTRACTING 2930 RT.394 01/14/2011 01114/2016 CO., LLC ASHVILLE NY 14710 DOL DOL H.H. RAUH PAVING, INC. 7 WEST 1ST ST. 01/14/2011 01114/2016 LAKEWOOD NY 14750 DOL DOL "^'8904 HALLOCKS CONSTRUCTION P 0 BOX 278 12/01/2008 12/01/2013 CORP YORKTOWN HEIGHTS NY 10598 DOL DOL HALSSAM FOSTOK 5 HANSEN PLACE 0911812013 09/1812018 • WAYNE NJ 07470 DOL DOL -"5405 HARD LINE CONTRACTING 89 EDISON AVENUE 10/2812011 10/2812016 INC MOUNT VERNON NY 10550 DOL DOL HI-TECH CONTRACTING CORP 114 PEARL STREET 0811512012 08/1512017 PORT CHESTER NY 10573 DOL DOL ""'4331 HIDDEN VALLEY EXCAVATING 225 SEYMOUR STREET 02/0812011 02/0812016 INC FREDONIA NY 14063 DOL DOL ""'9893 HOME'S PAINTING CO INC 2219 VALLEY DRIVE 1210412009 12/04/2014 SYRACUSE NY 13207 DOL DOL •""6429 IDM ENTERPRISES INC 60 OUTWATER LANE 0510912009 05/0912014 GARFIELD NJ 07026 DOL DOL ""'8426 IMPERIAL MASONRY 141 ARGONNE DRIVE 10/03/2012 10/03/2017 RESTORATION INC KENMORE NY 14217 DOL DOL ""'7561 INDUS GENERAL 33-0491 ST STREET 04/2812010 04/28/2015 CONSTRUCTION JACKSON HEIGHTS NY 11372 DOL DA ""'1958 IRON HORSE ONE INC 10 ROSWELL AVENUE 09/3012010 09/3012015 OCEANSIDE NY 11572 • DOL DOL ISABEL FRAGA C/O THREE FRIENDS CONSTR 01/03/2013 01/03/2018 986 MADISON AVENUEPATERSON NJ 07501 DOL DOL IVAN D MARKOVSKI 60 OUTWATER LANE 05109/2009 05109/2014 GARFIELD NJ 07026 DOL DOL J & N LEASING AND BUILDING 154 EAST BOSTON POST 08111/2009 08111/2014 MATERIALS ROAD MAMARONECK NY 10543 DOL DOL ""'7598 J M RICH LLC P O BOX 268 09116/2013 09/1612018 • STILLWATER NY 12170 DOL DOL ""1584 J M TRI STATE TRUCKING INC 140 ARMSTRONG AVENUE 10121/2009 1012112014 SYRACUSE NY 13209 DOL DOL J N RICH LLC P 0 BOX 268 09/16/2013 09/16/2018 STILLWATER NY 12170 DOL DOL ""'9368 J TECH CONSTRUCTION PO BOX 64782 09/24/2012 09/2412017 ROCHESTER NY 14624 DOL DOL J THE HANDYMAN 09/2412012 09124/2017 • DOL DOL JAMES SICKAU 3090 SHIRLEY ROAD 04/19/2011 12/3012016 NORTH COLLINS NY 14111 DOL DOL JAMES WALSH 89 EDISON AVENUE 10/2812011 10/2812016 MOUNT VERNON NY 10550 DOL DOL JASON M RICH P O BOX 268 0911612013 09/1612018 STILLWATER NY 12170 DOL DOL JAY PRESUTTI C/O CONSOLIDATED 01128/2013 01128/2018 INDUSTRI 2051 ROUTE 44155MODENA NY • 12548 DOL DOL JEFFREY A NANNA 502 WOODBURNE DRIVE 06114/2010 06/1412015 UTICA NY 13502 DOL DOL JEFFREY ARTIERI 107 STEVENS STREET 11/04/2009 11/0412014 LOCKPORT NY 14094 DOL DOL JOHN BUONADONNA 283 NORTH MIDDLETOWN 09/28/2009 09/2812014 ROAD PEARL RIVER NY 10965 DOL DOL JOHN CATONE C/O CATONE CONSTRUCTION 03/0912012 03/0912017 294 ALPINE • ROADROCHESTER NY 14612 DOL DOL JOHN DESCUL 437 SUNRISE HIGHWAYA 08/1212013 08/1212018 WEST BABYLON NY 11704 DOL NYC JOHN DITURI 1107 MCDONALD AVENUE 0713012010 07/30/2015 BROOKLYN NY 11230 DOL NYC JOHN FICARELLI 120-3028TH AVENUE 01114/2011 01/1412016 FLUSHING NY 11354 • Page 5 of 11 • NYSDOL Bureau of Public Work Debarment List 10130/2013 Article 8 DOL DOL JOHN H LEE JOHN LEE 67 WILER ROAD 01/2812013 01128/2018 QUALITY HILTON NY 14468 PAVING DOL DOL JOHN JIULIANNI 222 GAINSBORG AVENUE E 05/10/2010 05110/2015 WEST HARRISON NY 10604 DOL DOL ""'1749 JOHN LEE QUALITY PAVING 67 WILER ROAD 0112812013 01/2812018 HILTON NY 14468 • DOL DOL ""'2701 JOHN SMYKLA AFFORDABLE 367 GREEVES ROAD 10/01/2010 10/01/2015 PAINTING NEW HAMPTON NY 10958 PLUS DOL DOL ""'9368 JORGE I DELEON J TECH PO BOX 64782 0912412012 0912412017 CONSTRUCTI ROCHESTER NY 14624 ON DOL DOL JORGE OUVINA 344 SOUNDVIEW LANE 11/22/2011 11122/2016 COLLEGE POINT NY 11356 DOL DOL JOSE DOS SANTOS JR 85-0860TH AVENUE 11/21/2008 11/21/2013 • ELMHURST NY 11373 DOL. DOL JOSE MONTAS 27 BUTLER PLACE 03/18/2011 03/1512017 YONKERS NY 10710 DOL DOL JOSEPH CASUCCI 682014TH AVENUE 10127/2011 10/2712016 BROOKLYN NY 11219 DOL DOL JOSEPH MARTONE 112 OSCAWANA HEIGHTS 08/27/2013 08127/2018 ROAD PUTNAM VALLEY NY 10542 DOL DOL JOSEPH MONETTE C10 JOHN MONETTE 1012112009 1012112014 140 ARMSTRONG AVENUESYRACUSE NY 13209 DOL DOL JOYA MUSCOLINO 10 ST CHARLES STREET 09/03/2013 09/03/2018 THORNWOOD NY 10594 DOL DOL JULIUS AND GITA BEHREND 5 EMES LANE 11/20/2002 11/20/3002 MONSEY NY 10952 DOL DOL K NELSON SACKOOR 16 JOY DRIVE 0110512010 0110512015 NEW HYDE PARK NY 11040 DOL NYC KAMIL OZTURK 3715 KINGS HWY-STE 1D 06/30/2010 06/3012015 • BROOKLYN NY 11234 DOL DOL KAREN HARTMAN 1 C/O GUILLO CONTRACTING 07/08/2013 07108/2018 P O BOX 229CALVERTON NY 11933 DOL DOL KEITH SCHEPIS I C/O KJS HAULING AND HOME 04/15/2013 04/1512018 95 MAPLE AVENUENEW CITY NY 10956 DOL. DOL KEMPTON MCINTOSH 8531 AVENUE B 12116/2008 12/16/2013 BROOKLYN NY 11236 DOL DOL KEN DEAVER 731 WARWICK TURNPIKE 06125/2012 12111/2017 HEWITT NJ 07421 DOL DOL "'"5941 KINGSVIEW ENTERPRISES 7 W FIRST STREET 01/14/2011 01/1412016 INC P O BOX 2LAKEWCOD NY 14750 DOL DOL ""'2463 KJS HAULING AND HOME 95 MAPLE AVENUE 04/15/2013 04/1512018 IMPROVEMENT INC NEW CITY NY 10956 DOL DOL KRZYSZTOF PRXYBYL 2 TINA LANE 01106/2012 01106/2017 HOPEWELL JUNCTION NY 12533 • DOL DOL ""'6033 KUSNIR CONSTRUCTION 2677 ANAWALK ROAD 0810312012 08/03/2017 KATONAH NY 10536 DOL DOL "'"0526 LAGUARDIA CONSTRUCTION 4740 48TH STREET 07101/2011 07/0112016 CORP WOODSIDE NY 11377 DOL NYC ""'8816 LAKE CONSTRUCTION AND 150 KINGS STREET 009/1998 0811912998 DEVELOPMENT BROOKLYN NY 11231 CORPORATION DOL DOL 9628 LANCET ARCH INC 112 HUDSON AVENUE 02/1412006 10119/2014 • ROCHESTER NY 14605 DOL DOL LANCET SPECIALTY C/O CATENARY 1011912009 1011912014 CONTRACTING CORP CONSTRUCTION 112 HUDSON AVENUEROCHESTER NY 14605 DOL DOL LARRY DOMINGUEZ 114 PEARL STREET 0811512012 0811512017 PORT CHESTER NY 10573 DOL DOL LAURA A. GAUTHIER C/O IMPERIAL MASONRY 1010312012 10103/2017 REST . 141ARGONNE DRIVEKENMORE NY 14217 DOL DOL LAURIMARTONE 112 OSCAWANA HEIGHTS 08/2712013 08/27/2018 ROAD PUTNAM VALLEY NY 10542 DOL DOL ""'0597 LEED INDUSTRIES CORP HI-TECH 114 PEART STREET 08115/2012 08/1512017 CONTRACTIN PORT CHESTER NY 10573 G CORP 41 Page 6 of 11 NYSDOL Bureau of Public Work Debarment List 10/30/2013 Article 8 DOL DOL ""`7907 LEEMA EXCAVATING INC 140 ARMSTRONG AVENUE 10/21/2009 10/21/2014 SYRACUSE NY 13209 DOL DOL ""`8453 UNPHILL ELECTRICAL 523 SOUTH LOTH AVENUE 01/07/2011 04115/2018 CONTRACTORS INC MOUNT VERNON NY 10553 DOL DOL LINVAL BROWN 523 SOUTH I OTH AVENUE 01/07/2011 0411512018 MOUNT VERNON NY 10553 • DOL DOL ""`5171 LUVIN CONSTRUCTION CORP P O BOX 357 03/1512010 03115/2015 CARLE PLACE NY 11514 DOL NYC --2850 M A 2 FLAGS CONTRACTING 25-18100TH STREET 08/2112013 0812112018 CORP EAST ELMHURST NY 11369 DOL DOL MANUELESTEVES 55 OLD TURNPIKE ROAD 02/0412011 0210412016 SUITE 612NANUET NY 10954 DOL NYC MANUEL P TOBIO 150 KINGS STREET 08/1911998 08/19/2998 BROOKLYN NY 14444 • DOL NYC MANUEL TOBIO 150 KINGS STREET 08/19/1998 08/19/2998 BROOKLYN NY 11231 DOL DOL MAR CONTRACTING CORP 620 COMMERCE STREET 09/24/2012 09/24/2017 THORNWOOD NY 10594 DOL DOL MARGARET FORTH P O BOX 74 02/28/2012 10101/2017 EAST GREENBUSH NY 12061 COL DOL MARIA ESTEVES AKA MARIA C/O THREE FRIENDS CONSTR 01/03/2013 01/03/2018 MARTINS 986 MADISON AVENUEPATERSON NJ 07501 • DOL DOL MARIA MARTINS AKA MARIA C/O THREE FRIENDS CONSTR 01/0312013 01/0312018 ESTEVES 986 MADISON AVENUEPATERSON NJ 07501 DOL DOL MARIO LUIS 31 DURANT AVENUE 0710212012 07/0212017 BETHEL CT 06801 DOL DOL MARIO R ECHEVERRIA JR 588 MEACHAM AVESUITE 103 08124/2010 08/24/2015 ELMONT NY 11003 DOL DOL MARK LINDSLEY 355 COUNTY ROUTE 8 08/08/2009 08/14/2014 FULTON NY 13069 • DOL DOL ""'5533 MARQUISE CONSTRUCTION & 10 ST CHARLES STREET 09/03/2013 09/03/2018 DEVELOPMENT CORP THORNWOOD NY 10594 DOL DOL --8810 MARQUISE CONSTRUCTION 20 BOSWELL ROAD 09/03/2013 09103/2018 ASSOCIATES INC PUTNAM VALLEY NY 10579 DOL DOL ""`1134 MARQUISE CONSTRUCTION 10 ST CHARLES STREET 09/03/2013 09103/2018 CORP THORNWOOD NY 10594 DOL NYC ""`4314 MASCON RESTORATION INC 129-0618TH AVENUE 02/0912012 02109/2017 COLLEGE POINT NY 11356 DOL NYC ""`4314 MASCON RESTORATION LLC 129-0618TH AVENUE 02/0912012 0210912017 COLLEGE POINT NY 11356 DOL DOL --0845 MASONRY CONSTRUCTION 442 ARMONK ROAD 12/0412009 0510412017 INC MOUNT KISCO NY 10549 DOL DOL. ""`3333 MASONRY INDUSTRIES INC 442 ARMONK ROAD 126412009 05/0412017 MOUNT KISKO NY 10549 DOL DOL ""`6826 MATSOS CONTRACTING 12-14 UTOPIA PARKWAY 02/1012010 02/10/2015 CORPORATION WHITESTONE NY 11357 DOL AS ""`9970 MAY CONSTRUCTION CO INC 700 SUMMER STREET 11/2412009 11/2412014 STAMFORD CT DOL DOL ""'9857 MBLCONTRACTING 2620 ST RAYMOND AVENUE 08/3012011 08130/2016 • CORPORATION BRONX NY 10461 DOL DOL MCI CONSTRUCTION INC 975 OLD MEDFORD AVENUE 08/2412009 08124/2014 FARMINGDALE NY 11738 DOL DOL •'"`9028 MCINTOSH INTERIORS LLC 8531 AVENUE B 0210512013 02/0512018 BROOKLYN NY 11236 DOL DOL ""'5936 MCSI ADVANCED AV 2085 BRIGHTON HENRIETTA 1110412010 11/0412015 SOLUTIONS LLC TOWN LINE ROADROCHESTER NY 14623 DOL DOL °"`4259 MERCANDO CONTRACTING 134 MURRAY AVENUE 12/11/2009 12/11/2014 • CO INC YONKERS NY 10704 DOL DOL ""'0327 MERCANDO INDUSTRIES LLC 134 MURRAYAVENUE 12/11/2009 12111/2014 YONKERS NY 10704 DOL DOL ""`9198 MICHAEL CZECHOWICZ OCTAGON CO 37-11 35TH AVENUE-2ND FL 01108/2013 01108/2018 LONG ISLAND CITY NY 11101 DOL DOL MICHAEL F LEARY JR 06/19/2013 06119/2018 3813 SNOWDEN HILL ROADNEW HARTFORD NY 13413 • DOL DOL MICHAEL F LEARY JR METAL 3813 SNOWDEN HILL ROAD 06/19/2013 06/19/2018 STUD & DRYWALL NEW HARTFORD NY 13413 DOL DOL ""`6033 MICHAEL KUSNIR KUSNIR 2677 ANAWALK ROAD 08/03/2012 08/03/2017 CON ON STRUCTI KATONAH NY 10536 DOL DOL MICHAEL MARGOLIN 4LEGHORN COURT 11/28/2012 1112812017 NEW YORK NY 11746 Page 7 of 11 • NYSDOL Bureau of Public Work Debarment List 10130/2013 Article 8 • DOL DOL ""'2635 MIDLAND CONSTRUCTION OF 13216 CALUMET AVENUE 11/10/2011 11110/2016 CEDAR LAKE INC CEDAR LAKE IL 46303 DOL NYC MIGUELACOSTA 25-18100TH STREET 08/21/2013 08/21/2018 EAST ELMHURST NY 11369 DOL DOL ""'5517 MILLENNIUM PAINTING INC 67 WARD ROAD 01/2112011 01/21/2016 SALT POINT NY 12578 DOL NYC MOHAMMAD SELIM 73-1235TH AVE - APT F63 03/0412010 03/04/2015 • JACKSON HEIGHTS NY 11372 DOL DA MOHAMMED SALEEM 768 LYDIG AVENUE 08118/2009 05125/2015 BRONX NY 10462 DOL NYC ""'2690 MONDOL CONSTRUCTION INC 11-27 30TH DRIVE 0512512011 05/2512016 LONG ISLAND CITY NY 11102 DOL DOL MORTON LEVITIN 3506 BAYFIELD BOULEVARD 08130/2011 08/30/2016 OCEANSIDE NY 11572 DOL DOL ""'2737 MOUNTAIN'S AIR INC 2471 OCEAN AVENUE- STE 7A 09/2412012 09/2412017 BROOKLYNNY11229 • DOL NYC MUHAMMAD ZULFIOAR 129-0618TH AVENUE 02/0912012 02/09/2017 COLLEGE POINT NY 11356 DOL OOL ""'2357 MUNICIPAL MILLING & MIX-IN- 9091 ERIE ROAD 02/03/2011 02/03/2016 PLACE ANGOLA NY 14006 DOL DOL MURRAY FORTH P O BOX 74 02/28/2012 10101/2017 EAST GREENBUSH NY 12061 DOL DA ""'9642 MUTUAL OF AMERICAL 768 LYDIG AVENUE 08/18/2009 0512512015 GENERAL CONSTRUCTION & BRONX NY 10462 • MANAGEMENT CORP DOL DOL MUZAFFAR HUSSAIN C/O ABSOLUTE GENERAL 01/2812013 01/28/2018 CONT 1129 AVENUE UBROOKLYN NY 11229 DOL DOL N PICCO AND SONS 154 EAST BOSTON POST 0811112009 08/1112014 CONTRACTING INC ROAD MAMARONECK NY 10543 DOL DOL NAT PICCO 154 EAST BOSTON POST 08/2212009 08/22/2014 ROAD • MAMARONECK NY 10543 DOL DA ""'8988 NEW YORK INSULATION INC 5848 59TH STREET 05/16/2012 0511612017 MASPETH NY 11378 DOL DOL NICHOLAS DEGREGORY JR NJ 1698 ROUTE 9 05123/2013 05/23/2018 DEGREGORY GLENS FALLS NY 12801 & COMPANY DOL DOL NICOLE SPELLMAN 2081 JACKSON AVENUE 06/03/2010 06/0312015 COPIAGUE NY 11726 DOL DOL NIKOLAS PSAREAS 656 N WELLWOOD AVE/STE C 09/01/2011 09101/2016 • LINDENHURST NY 11757 DOL DOL ""'5279 NJ DEGREGORY & COMPANY 1698 ROUTE 9 05/23/2013 0512312018 GLENS FALLS NY 12801 DOL DOL NJ DEGREGORY & SONS 1698 ROUTE 9 05/23/2013 05/2312018 CONSTRUCTION GLENS FALLS NY 12801 DOL DOL ""'7041 NYCOM SERVICES CORP 80-12 ASTORIA BOULEVARD 11/2212008 11/2212013 EAST ELMHURST NY 11370 DOL DOL ""'0797 O GLOBO CONSTRUCTION 85-06 BOTH AVENUE 11/21/2008 11/21/2013 CORP ELMHURST NY 11373 • DOL DOL ""'9198 OCTAGON CO 37-11 35TH AVENUE-2ND FL 0110812013 01/08/2018 LONG ISLAND CITY NY 11101 DOL DOL OKBY ELSAYED 1541 EAST 56TH STREET 0510412012 05/04/2017 BROOKLYN NY 11234 DOL NYC OLIVER HOLGUIN 95-2676TH STREET 10/12/2011 10/12/2016 OZONE PARK NY 11416 DOL DOL ""'5226 PASCARELLA & SONS 459 EVERDALE AVENUE 01/10/2010 01/1012015 WEST ISLIP NY 11759 DOL DOL PAULVERNA C/O AMERICAN STEEL 02/20/2013 02/2012018 • MECHA 693 PAINTER STREETMEDIA PA 19063 DOL DOL PEDRO RINCON 131 MELROSE STREET 0310212010 03102/2015 BROOKLYN NY 11206 DOL DOL ""'9569 PERFORM CONCRETE INC 31 DURANTAVENUE 0710212012 0710212017 BETHEL CT 06801 DOL DOL PETER J LANDI 249 MAIN STREET 10/0512009 10/0512014 EASTCHESTER NY 10709 • DOL DOL ""'7229 PETER J LANDI INC 249 MAIN STREET 10/05/2009 1010512014 EASTCHESTER NY 10709 DOL DOL ""'1136 PHOENIX ELECTRICIANS 540 BROADWAY 0310912010 03/09/2015 COMPANY INC P O BOX 22222ALBANY NY 12201 DOL DOL PRECISION DEVELOPMENT 115 LEWIS STREET 05/12/2009 05/12/2014 CORP VONKERS NV 10703 • Page 8 of 11 I ~II• NYSDOL Bureau of Public Work Debarment List 1013012013 Article 8 • DOL DOL ""'7914 PRECISION SITE 89 EDISON AVENUE 10/2812011 10/2812016 DEVELOPMENT INC MOUNT VERNON NY 10550 DOL DOL ""'6895 PROLINE CONCRETE OF WNY 3090 SHIRLEY ROAD 0411912011 12130/2016 INC NORTH COLLINS NY 14111 DOL DOL RAMON BONILLA 938 E 232ND STREET #2 05/2512010 05125/2015 BRONX NY 10466 • DOL DOL ""'2633 RAW POWER ELECTRIC CORP 3 PARK PLACE 09/1612013 09/1612018 MIDDLETOWN NY 10940 DOL DOL REBECCA THORNE 113 N MAPLE AVENUE 02/2112013 02/21/2018 GREENSBURG PA 15601 DOL DOL REVOLUTIONARY FLOORS P O BOX 268 09/1612013 09116/2018 LLC STILLWATER NY 12170 DOL NYC ""'6978 RISINGTECH INC 243-03137TH AVENUE 03/25/2010 03/25/2015 ROSEDALE NY 11422 DOL DOL ROBBYE BISSESAR 89-51 SPRINGFIELD BLVD 0111112003 01111/3003 • QUEENS VILLAGE NY 11427 DOL NYC ROBERT FICARELLI 120-3028TH AVENUE 01/14/2011 01114/2016 FLUSHING NY 11354 DOL DOL ROBERT L EVANS 128A NORTH STAMFORD 05/2312013 05/23/2018 ROAD STAMFORD CT 06903 DOL DOL. ""`1721 ROBERTS CONSTRUCTION OF 5 SANGER AVENUE 01128/2009 01/28/2014 UPSTATE NEW YORK INC NEW HARTFORD NY 13413 • DOL DOL ROCCO ESPOSITO C/O ROCMARCCOONTRACTING 09124/2012 09/2412017 620 COMMERCE STREETTHORNWOOD NY 10594 COL DOL ROCMAR CONSTRUCTION 620 COMMERCE STREET 0912412012 09/2412017 CORP THORNWOOD NY 10594 DOL DOL "'7083 ROCMAR CONTRACTING 620 COMMERCE STREET 09/2412012 09/2412017 CORP THORNWOOD NY 10594 DOL DOL ""'9025 ROJO MECHANICAL LLC 938 E 232ND STREET #2 0512512010 05/25/2015 • BRONX NY 10466 DOL DOL ROMEO WARREN CIO RAW POWER ELECTR 09116/2013 09/1612018 CORP 3 PARK PLACEMIDDLETOWN NY 10940 DOL DOL RONALD R SAVOY C/O CNY P O BOX 250 11106/2008 11/0612013 MECHANICAL EAST SYRACUSE NY 13057 ASSOCIATES INC • DOL DOL ""`5905 ROSE PAINTING CORP 222 GAINSBORG AVENUE 0511012010 05/1012015 EAST WEST HARRISON NY 10604 DOL DOL ROSEANNE CANTISANI 11 TATAMUCK ROAD 05/04/2012 05104/2017 POUND RIDGE NY 10576 DOL NYC ROSS J HOLLAND 120-30 28TH AVENUE 01/14/2011 01114/2016 FLUSHING NY 11354 DOL DOL ROSS J MUSCOLINO 10 ST CHARLES STREET 09/0312013 0910312018 THORNWOOD NY 10594 • DOL DOL S & M CONTRACTING LLC 30 MIDLAND AVENUE 11/05/2010 11105/2015 WALLINGTON NJ 07057 DOL DOL S & S ELECTRIC 235 BROADWAY 06/1912013 06/19/2018 SCHENECTADY NY 12306 DOL DOL ""'2585 S B WATERPROOFING INC SUITE #3R 11/0412009 11/04/2014 2167 CONEY ISLAND AVENUEBROOKLYN NY 11223 DOL DOL ""'9066 SAMAR PAINTING & 137 E MAIN STREET 12/0112008 12/0112013 DECORATING INC ELMSFORD NY 10523 • DOL DOL ""'4923 SCHENLEY CONSTRUCTION 731 WARWICK TURNPIKE 06/25/2012 12/11/2017 INC HEWITT NJ 07421 DOL DOL SCOTT LEONARD GLOBAL TANK P O BOX 1238 11/28/2012 11/2812017 CONSTRUCTI SALINA OK 74365 ON LLC DOL DOL SEAKCO CONSTRUCTION 128A NORTH STAMFORD 05/2312013 05/23/2018 COMPANY LLC ROAD STAMFORD CT 06903 DOL DOL ""'9030 SEAKCO NEW YORK LLC SEAKCO 128A NORTH STAMFORD 05123/2013 05123/2018 CONSTRUCTI ROAD • ON COMPANY STAMFORD CT 06903 DOL NYC ""4020 SERVI-TEK ELEVATOR CORP 2546 EAST TREMONT AVENUE 06/0412009 06104/2014 BRONX NY 10461 DOL DOL 3540 SEVEN STAR ELECTRICAL 23-24 STEINWAY STREET 06/27/2011 06/27/2016 CONTRACTING CORP ASTORIA NY 11105 DOL DOL SEVEN STAR ELECTRICAL INC C/O THEONI ATHANASIADIS 06/27/2011 06/27/2016 1023 COMMACK ROADDIX HILLS NV 11746 • Page 9 of 11 • NYSDOL Bureau of Public Work Debarment List 10130/2013 Article 8 • DOL NYC SHAFIQUL ISLAM 11-2730TH DRIVE 05/2512011 05/25/2018 LONG ISLAND CITY NY 11102 DOL NYC SHAHZAD ALAM 2110728TH AVE 07/0212012 07102/2017 BAYSIDE NY 11360 DOL DOL SHAIKF YOUSUF C/O INDUS GENERAL CONST 04/2812010 04128/2015 33-04 91 ST STREETJACKSON HEIGHTS NY 11372 • DOL DOL ""'0256 SIERRA ERECTORS INC 79 MADISON AVE - FL 17 0411612009 04/16/2014 NEW YORK NY 10016 DOL DOL ""'0415 SIGNAL CONSTRUCTION LLC 199 GRIDER STREET 11/14/2006 02/25/2015 BUFFALO NY 14215 DOL DOL °"'8469 SIGNATURE PAVING AND P O BOX 772 0811312010 0811312015 SEALCOATING JAMESTOWN NY 14701 DOL DOL ""'8469 SIGNATURE SEALCOATING 345 LIVINGSTON AVENUE 04104/2007 0811312015 AND STRIPING SERVICE P O BOX 772JAMESTOWN NY 14702 • DOL DOL ""'6904 SIGNING STAR LIMITED 5 HANSEN PLACE 09118/2013 09/18/2018 LIABILITY COMPANY WAYNE NJ 07470 DOL DOL ""'0667 SNEEM CONSTRUCTION INC 43-2242ND STREET 07/01/2011 07/01/2016 SUNNYSIDE NY 11104 DOL DOL SPASOJE DOBRIC 61 WILLET STREET - SUITE 07109/2010 02123/2017 PASSAIC NJ 07055 DOL DOL SPORTSCRAFTERS INC 113 N MAPLE AVENUE 02/21/2013 02/21/2018 GREENSBURG PA 15601 DOL DOL ""'3539 SPOTLESS CONTRACTING IMPACT 44 THIELLS-MT IVY ROAD 10/14/2011 10/1412016 • INDUSTRIAL POMONA NY 10970 SERVICES INC DOL DOL ""'3496 STAR INTERNATIONAL INC 89-51 SPRINGFIELD BLVD 08/1112003 08/1113003 QUEENS VILLAGE NY 11427 DOL DOL STEFANIE MCKENNA 30 MIDLAND AVENUE 11/05/2010 11/0512015 WALLINGTON NJ 07057 DOL DOL STEVEN CONKLIN 60 COLONIAL ROAD 0211512011 02/1512016 STILLWATER NY 12170 DOL DOL ""'4081 STS CONSTRUCTION OF WNY 893 EAGLE STREET 06109/2009 06109/2014 • BUFFALO NY 14210 DOL DOL STUART CHAITIN 634 ROUTE 303 07126/2012 0712612017 BLAUVET NY 10913 DOL DOL ""'3210 SUPER SWEEP FMS 4LEGHORN COURT 11/28/2012 11/2812017 NEW YORK NY 11746 DOL DOL ""'9676 T D CONTRACTORS CORP T D 113 N MAPLE AVENUE 02/21/2013 02/2112018 CONTRACTOR GREENSBURG PA 15601 S INC DOL DOL T D CONTRACTORS INC 113 N MAPLE AVENUE 02/21/2013 02/2112018 • GREENSBURG PA 15601 DOL DOL "'-4293 THE J OUVINA GROUP LLC 344 SOUNDVIEW LANE 11/2212011 11/22/2016 COLLEGE POINT NY 11356 DOL DOL THE THORNE GROUP INC 113 N MAPLE AVENUE 0212112013 02/21/2018 GREENSBURG PA 15601 DOL DOL ""'2070 THE UNIVERSAL GROUP OF 212 OXFORD WAY 12111/2012 09/1612018 NEW YORK INC SCHENECTADY NY 12309 DOL DOL ""'9243 THE WELCOME MAT P O BOX 268 09116/2013 09/1612018 • PROPERTY MANAGEMENT STILLWATER NY 12170 LLC DOL DOL THEONI ATHANASIADIS C/O SEVEN STAR ELECTRICAL 06/27/2011 06/2712016 23-24 STEINWAY STREETASTORIA NY 11105 DOL DOL THOMAS ASCHMONEIT 79 MADISON AVENUE - FL 17 04/16/2009 04/16/2014 NEW YORK NY 10016 DOL DOL THOMAS DEMARTINO 158-11 96TH STREET 06/25/2009 06/25/2014 HOWARD BEACH NY 11414 DOL DOL THOMAS DESANTIS DESANTIS 161 OSWEGO RIVER ROAD 09124/2013 09124/2018 • ENTERPRISES PHOENIX NY 13135 DOL DOL THOMAS TERRANOVA 13 NEW ROAD/SUITE 1 11/15/2010 11/15/2015 NEWBURGH NY 12550 DOL DOL ""'2734 THREE FRIENDS 986 MADISON AVENUE 01/0312013 01/03/2018 CONSTRUCTION CORP PATERSON NJ 07501 DOL NYC ""•6253 THUNDER BROTHERS CORP 24 CONGRESS LANE 05/01/2013 05/0112018 SOUTH RIVER NJ 08882 DOL NYC TIMOTHY O'SULLIVAN C/O SNEEM CONSTRUCTION 07/0112011 07/01/2016 • 432242ND STREETSUNNYSIDE NY 11104 DOL DOL TIMOTHY P SUCH 893 EAGLE STREET 06/09/2009 06109/2014 BUFFALO NY 14210 DOL DOL TNT DEMOLITION AND 355 COUNTY ROUTE 8 08108/2009 08/1912014 ENVIRONMENTAL INC FULTON NY 13069 DOL DOL ""'3315 TOTAL DOOR SUPPLY& 16 JOY DRIVE 01/05/2010 01105/2015 INSTALLATION INC NEW HYDE PPARK NY 11040 • I Page 10 of 11 • NYSDOL Bureau of Public Work Debarment List 10130/2013 Article 8 • DOL DOL ""'3315 TOTAL DOOR SUPPLY & 16 JOY DRIVE 01/05/2010 01/0512015 INSTALLATION INC NEW HYDE PPARK NY 11040 DOL DOL ""'8176 TOURO CONTRACTING CORP 1541 EAST 56TH STREET 05/04/2012 05/04/2017 BROOKLYN NY 11234 DOL DOL "'-2357 TRAC CONSTRUCTION INC MUNICIPAL 9091 ERIE ROAD 02/03/2011 02/0312016 MILLING & MIX ANGOLA NY 14006 • -IN- PLACE DOL DOL TRI STATE TRUCKING INC 140 ARMSTRONG AVENUE 10121/2009 10/21/2014 SYRACUSE NY 13209 DOL DOL ""'5213 TRIAD PAINTING CO INC 656 N WELLWOOD AVEISTE C 0910112011 09/01/2016 LINDENHURST NY 11757 DOL DOL ""'4294 TWT CONSTRUCTION 13 NEW ROAD/SUITE1 11115/2010 11/15/2015 COMPANY INC NEWBURGH NY 12550 DOL DOL ULIANO AND SONS INC 22 GRIFFEN COURT 1012812010 10/2612015 MILLER PLACE NY 11746 • DOL DOL ""'0854 VANESSA CONSTRUCTION 588 MEACHAM AVE/STE 103 08124/2010 08124/2015 INC ELMONT NY 11003 DOL DOL ""'3270 VEZANDIO CONTRACTING 530 BEECH STREET 07102/2012 07102/2017 CORP NEW HYDE PARK NY 11040 DOL DOL VIRGINIA L CAPONE 137 E MAIN STREET 12101/2008 12101/2013 ELMSFORD NY 10523 DOL NYC ""'9936 VISHAL CONSTRUCTION INC 73-12 35TH AVE -APT F63 03104/2010 0310412015 JACKSON HEIGHTS NY 11272 DOL DOL WESLEY J STAROBA 206 TALLY HO COURT 06119/2013 0611912018 • SCHENECTADY NY 12303 DOL DOL ""'0078 WESLEY J STAROBA INC S & S 235 BROADWAY 06119/2013 06119/2018 ELECTRIC SCHENECTADY NY 12306 DOL DOL ""'7617 WHITE PLAINS CARPENTRY P O BOX 309 12104/2009 0510412017 CORP WHITE PLAINS NY 10603 DOL DOL WILLIAM SCRIVENS 30 MIDLAND AVENUE 11105/2010 11/05/2015 WALLINGTON NJ 07057 DOL DOL WILLIAM THORNE 113 N MAPLE AVENUE 02121/2013 02121/2018 • GREENSBURG PA 15601 DOL DOL WILLIAM W FARMER JR 112 HUDSON AVENUE 10/1912009 10/19/2014 ROCHESTER NY 14605 COL NYC ""'5498 XAVIER CONTRACTING LLC 68 GAYLORD ROAD 02/10/2011 02/10/2016 SCARSDALE NY 10583 DOL AG YULYARONSON 700 SUMMER STREET 11124/2009 11124/2014 STAMFORD CT DOL DOL YURIY IVANIN C/O MOUNTAIN'S AIR INC 09/24/2012 09124/2017 2471 OCEAN AVENUE-STE • 7ABROOKLYN NY 11229 • • • • Page 11 of 11 • Davis Bacon Wage Rate - General Decision Number: NY130012 10/04/2013 NY12 General Decision Number: NY130012 10/04/2013 NY12 Superseded General Decision Number: NY20120012 • State: New York Construction Types: Building, Heavy, Highway and Residential Counties: Nassau and Suffolk Counties in New York. BUILDING CONSTRUCTION PROJECTS, RESIDENTIAL CONSTRUCTION PROJECTS (including single family homes and apartments up to and including 4 stories), HEAVY CONSTRUCTION PROJECTS, HIGHWAY CONSTRUCTION PROJECTS • Modification Number Publication Date 0 01/04/2013 1 01/11/2013 2 01/18/2013 3 01/25/2013 • 4 02/08/2013 5 03/22/2013 6 04/26/2013 7 05/03/2013 8 05/17/2013 9 05/24/2013 •,I 10 05/31/2013 11 06/07/2013 12 06/14/2013 13 07/05/2013 14 07/12/2013 15 08/02/2013 16 08/09/2013 • 17 08/16/2013 18 08/30/2013 19 09/06/2013 20 09/20/2013 21 10/04/2013 ASBE0012-001 07/01/2013 • Rates Fringes Asbestos Workers/Insulator Includes application of all insulating materials, • protective coverings, coatings and finishes to all types of mechanical systems $ 64.13 29.04 HAZARDOUS MATERIAL HANDLER $ 30.00 9.10 BOIL0005-001 01/01/2013 • Rates Fringes Page 1 of 12 Davis Bacon Wage Rates i• Davis Bacon Wage Rate - General Decision Number: NY130012 10/04/2013 NY12 BOILERMAKER $ 49.47 338+22.87+a FOOTNOTE: a. PAID HOLIDAYS: New Year's Day, Thanksgiving Day, Memorial Day, Independence Day, Labor Day and Good Friday, Friday • after Thanksgiving, Christmas Eve Day and New Year's Eve BRNY0001-001 07/01/2013 Rates Fringes • BRICKLAYER $ 49.09 22.93 MASON - STONE $ 55.56 26.75 * CARP0290-001 07/01/2013 Rates Fringes Carpenters: Building $ 38.97 33.00 Heavy & Highway $ 38.97 33.00 Residential $ 33.48 33.00 - CARP0740-001 07/01/2010 Rates Fringes MILLWRIGHT $ 46.19 44.93 CARP1456-009 01/01/2011 • Rates Fringes Carpenters: DIVERS TENDERS $ 41.16 38.46 DIVERS $ 58.01 38.46 DOCKBOILDERS $ 46.21 38.46 PILEDRIVERMAN $ 43.61 38.46 I~ - CARP1536-001 1010112010 Rates Fringes Carpenters: • TIMBERMEN $ 42.63 31.32 _ ELECO025-001 06/01/2013 Rates Fringes ELECTRICIAN $ 48.45 168+17.6 • _ ELE00025-002 04/27/2013 Page 2 of 12 Davis Bacon Wage Rates • Davis Bacon Wage Rate - General Decision Number: NY130012 10/04/2013 NY12 Rates Fringes • Electricians: Maintenance Unit $ 39.20 12%+$15.52 Telephone Unit $ 36.18 16$+$16.14 Wiring for single or multiple family dwellings and apartments up to and including 3 stories $ 26.10 13%+10.88 • ELEC1049-002 03/31/2013 Rates Fringes Line Construction: • Substation and Switching structures pipe type cable installation and maintenance jobs or projects; Railroad electrical distribution/ transmission systems • maintenance (when work is not performed by railroad employees) Overhead and Underground transmission/distribution line work. Fiber optic, • telephone cable and equipment; Groundman $ 28.99 17.83 Heavy Equipment Operator 38.65 18.14 Lineman & Cable Splicer $ 48.31 23.07 Material Man $ 41.00 28.58+9.75 • ELEV0001-002 03/17/2013 Rates Fringes ELEVATOR MECHANIC Elevator Constructor $ 57.01 27.605+a+b Modernization and Repair $ 45.14 27.455+a+b • FOOTNOTE: a. PAID HOLIDAYS: New Year's Day, Good Friday, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, Friday after • Thanksgiving, and Christmas Day. b. PAID VACATION: An employee who has worked less than 5 years shall recieve vacation pay credit on the basis of 4% of his hourly rate for all hours worked; an employee who has worked 5 to 15 years shall receive vacation pay credit on the basis of 6% of his hourly rate for all hours worked; • an employee who has worked 15 or more years shall receive vacation pay credit on the basis of 6% of his hourly rate Page 3 of 12 Davis Bacon Wage Rates • • Davis Bacon Wage Rate - General Decision Number: NY130012 10/04/2013 NY12 for all hours worked. • ENGI0138-001 06/01/2011 BUILDING CONSTRUCTION Rates Fringes • Power equipment operators: GROUP 1 $ 50.78 28.84+a GROUP 2 $ 48.20 28.84+a GROUP 3 $ 46.48 28.84+a GROUP 4 $ 43.01 28.84+a • GROUP 5 $ 41.27 28.84+a NOTES: Hazmat premiums:I Level A 3.50 Level B 2.50 • Level C 1.50 Level D 1.00 Oiler on truck cranes with boom length of 100 ft. or more .25 • FOOTNOTE: a. Paid Holidays: New Year's Day, Lincoln's Birthday, Washington's Birthday or President's Day (in lieu of Lincoln's or Washington's Birthday), Good Friday, Memorial Day, Indpendence Day, Labor Day, Veteran's Day, Thanksgiving Day, Christmas Day or days celebrated as such. • Any holiday that falls on a Saturday will be celebrated on Friday. POWER EQUIPMENT OPERATOR CASSIFICATIONS GROUP 1: Asphalt spreader, backhoe crawler capacity over cater- piller 225 and lomatsu 300, Boiler (thermoplastic), • Cherry picker, over 50 tons, CMI or maxim spreader, concrete pump (with oiler), crane (crawler truck), crane (on barge), crane (stone setting), crane (structural steel), crane (with clam shell), derrick, dragline, dredge, gradall, grader, hoist (3 drum), loading machine (bucket) cap of 10 yds or over micro-trap, with compressor (negative • air machine), milling machine, large pile driver, power winch, Stone setting/structural steel, power winch (truck mounted/stone steel) powerhouse, road paver scoop, carry-all, scraper in tandem shovel, sideboom tractor, sideboom tractor (used in tank work), stone spreader (self L, propelled tank work), zamboni (ice machine) • GROUP 2: Backhoe, boom truck, bulldozer, cherypicker, conveyor (multi), dinky locomotive, forklift, hoist, 2 drum, loading machine, loading machine (front end) Page 4 of 12 Davis Bacon Wage Rates • • Davis Bacon Wage Rate - General Decision Number: NY 130012 10/04/2013 NY 12 mechanicl compactors, (machine drawn), mulch machine (machine-fed), power winch, other than stone/structural • steel, power winch (truck mounted other than stone steel) pump (hydraulic, with boring machine), roller, (asphalt), scoop (carry-all scraper), tower crane (maintenance man), trenching machine GROUP 3: Comrpessor (structural steel), Compressor (2 or more in battery), concrete finishing mchine, concrete spreader, • conveyor, curb machine (asphalt or concrete), curing machine, fireman, hoist (1 drum), micro-trap, (self contained, negative air machine), pump (4 inches or over), pump (hydraulic), pump (jet), pump (sumbersible), pump (well point), pulvi-mixer, ridge cutter, roller (dirt), striping machine, vac-all, welding and burning, welding • machine (pile work), welding machine (structural steel) GROUP 4: Compressor, compressor (on crane), compressor (pile work), compressor (stone setting), concrete breaker, concrete saw or cutter, forklift (walk behind, power operated), generator-pile work, generator, hydra hammer, mechanical compactors (hand operated), oiler (truck crane), • pin puller, portable heaters, powerbroom, power buggies, pump (double action diaphgrgm), pump (gypsum), trench machine (hand), welding machine GROUP 5: Batching plant (on site of job), generator (small), mixer (with skip), mixer (2 small with or without skip), mixer (2 bag or over, with or without skip), mulch machine, • oiler, pump (centrifugal, up to 3 inches), root cutter, stump chipper, tower crane (oiler), tractor (caterpillar or wheel vibrator) ENGIO138-002 06/01/2011 • HEAVY & HIGHWAY Rates Fringes Power equipment operators: GROUP 1 $ 53.48 29.09+a • GROUP 2 $ 49.99 29.09+a GROUP 3 $ 48.23 29.09+a GROUP 4 $ 44.67 29.09+a GROUP 5 $ 42.93 29.09+a GROUP 6 $ 32.32 11.60+a NOTES: • Hazmat premiums: Level A 3.50 Level B 2.50 Level C 1.50 Truck and Crawler Cranes long boom premiums: • boom lengths (including jib) 100-149 ft .50 boom lenghts (including jib) 150-249 ft .75 Page 5 of 12 Davis Bacon Wage Rates • Davis Bacon Wage Rate-General Decision Number: NY 130012 10/04/2013 NY 12 boom lenghts (including jib) 250-349 ft 1.00 • boom lengths (including jib) 350 ft 1.50 Cranes using clamshell buckets .25 Front end loader 10 yds and above .25 Oiler on truck cranes with boom length of 100 ft. or more .25 • FOOTNOTE`. a. Paid Holidays: New Years Day, Lincoln's Birthday, Washington's Birthday or Presidents Day (in lieu of Lincoln's or Washington's Birthday, Good Friday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's • Day, Thanksgiving Day, Christmas Day or days celebrated as such. Any holiday that falls on Saturday will be celebrated on Friday. POWER EQUIPMENT OPERATOR CLASSIFICATIONS GROUP 1: Asphalt spreader, backhoe crawler (capacity over • caterpiller 225 and komatsu 300), boiler (thermoplastic), boring machine (post hole), cgherry picker (over 50 ton), CMI or maxim spreader, concrete pump, with oiler, crane (crawler truck), crane (on barge), crane (stone setting) crane (structural steel), crane (with clam shell), derrick, dragline, dredge, gradall, grader, hoist (3 drums), loading • machine (bucket) capacity of 10 yards or over, micro-trap (with compressor-negative air machine), milling machine (large), piledriver, power winch (stone setting structural steel), power winch (truck mounted/stone steel), power-house, road paver, scoop, carry all (scraper in tandem), shovel, sideboom tractor, sideboom tractor (used in tank work), stone spreader (self-propelled), tank work, • tower crane GROUP 2: Bulldozer, Backhoe, Boom Truck, Boring machine/augur, Cherrypicker, Conveyor (multi), Dinky Locomotive, Forklift, Hoist (2 drum), Loading Machine, Loading machine (front end), Mechanical Compactor (machine drawn), Mulch Machine (machine- fed), Power Winch (other • than stone/structural steel), Power winch (truck mounted/other than stone steel), Pump Hydraulic (with boring machine), Roller (asphalt), Scoop (carry-all, scraper), Tower Crane (maintenance man), Trenching Machine, Vermeer Cutter, Work Boat GROUP 3: Curb Machine (asphalt or concrete), Maintenance • Engineer (small equipment), Maintenance engineer (well-point) Mechanic (fieldman), Micro-Trap (self contained, negative air machine), Milling Machine (small), Pulvi-mixer, Pump (4 inches or over), Pump Hydraulic, Pump Jet, Pump Submersible, Pump (well point), Roller Dirt, Vac-All, Welding and burning, Compressor (structural steel), Compressor (2 or more battery), Concrete Finishing • Machine, Concrete Spreader, Conveyor, Curing Machine, Fireman, Hoist (one drum), Ridge Cutter, Striping Machine, Page 6 of 12 Davis Bacon Wage Rates • • Davis Bacon Wage Rate-General Decision Number: NY] 30012 10/04/2013 NY 12 Welding Machine (pile work), welding Machine (structural Steel). • GROUP 4: Compressor, Compressor on crane, Compressor (pile work), Compressor (stone setting), Concrete Breaker, Concrete Saw or Cutter, Fork Lift (walk behind, power operated), Generator- Pile Work, Generator, Hydra Hammer, Mechanical Compoactors (hand operated), oiler (truck crane), Pin Puller, Portable Heaters, Powerbroom, Power • buggies, Power Grinders, Pump (double action diaphragm), Pump gypsum, Pump (single action 1 to 3 inches), Trench Machine hand, Welding Machine GROUP 5: Hatching Plant (on site of job), Generator (small), Grinder, Mixer (with skip), Mixer (2 small with or without • skip), Mixer (2 bag or over, with or without skip), Mulch Machine, Oiler, Pump (centrifugal, up to 3 inches), Root Cutter, Stump Chipper, Tower Crane (oiler), Track Tamper (2 engineers, each), Tractor (caterpillar or wheel), Vibrator, Work boat (deckhand), GROUP 6: Well drillers • IRON0046-003 07/01/2013 Rates Fringes IRONWORKER • METALLIC LATHERS AND REINFORCING IRONWORKERS $ 40.00 30.16 IRON0197-001 06/01/2013 Rates Fringes IRONWORKER STONE DERRICKMAN..... $ 41.00 36.57 IRON0361-001 07/01/2013 Rates Fringes • IRONWORKER (STRUCTURAL)....... 46.75 50.98 IRON0580-001 07/01/2013 Rates Fringes IRONWORKER, ORNAMENTAL $ 42.30 42.12 • LAB00066-001 07/01/2013 BUILDING Rates Fringes • Page 7 of 12 Davis Bacon Wage Rates • Davis Bacon Wage Rate-General Decision Number: NY 130012 10/04/2013 NY 12 Laborers: • Laborers 33.00 26.44 Plasterers Tenders $ 33.00 26.44 LAB00076-001 02/01/2013 Rates Fringes • LABORERS BUILDING CONSTRUCTION ASBESTOS (Removal, Abatement, Encapsulation or Decontamination of asbestos); LEAD; & • HAZARDOUS WASTE LABORERS (Hazardous Waste, Hazardous Materials, Biochemical and Mold Remediation, HVAC, Duct Cleaning, Re-spray Fireproofing, etc) 35.90 14.75 • - - LAB01298-001 06/01/2013 HEAVY & HIGHWAY Rates Fringes • Laborers: Asphalt Rakers; Formsetters.$ 36.55 25.16+a Asphalt Shovelers, Roller Boys & Tampers $ 37.44 25.16+a Regular Laborers $ 34.05 25.16+a • A. FOOTNOTES: Laborers working in a hazardous material hot zone shall receive an additional 20% premium. Where the contract provides for night work outside the regular hours of work, the employees shall be paid at • straight time plus a 25% night work premium for the 6 hours worked during the night. Firewatch work performed after regular hours shall be paid an additional 10% premium. Second and Third Shift work will be paid at a 10% premium. • Contractor requesting laborers certified for hazardous material work and/or employed on hazardous material shall be required to pay an additional 10% premium. PAIN0009-002 05/01/2013 • Rates Fringes Page 8 of 12 Davis Bacon Wage Rates • • Davis Bacon Wage Rate -General Decision Number: NY 130012 10/04/2013 NY 12 Painters: GLAZIERS 42.00 33.14 Painters, Drywall Finishers.$ 41.75 20.87 Spray, Scaffold,' Sandblasting $ 44.75 20.87 PAIN0806-010 10/01/2012 Rates Fringes • Painters: Stuctural Steel and Bridge..$ 47.00 32.08 PAIN1974-002 12/26/2012 Rates Fringes • Painters: DRYWALL TAPERS/POINTERS $ 43.82 22.01 _ PLAS0262-003 02/01/2012 Rates Fringes • PLASTERER 40.78 26.80 PLAS0780-001 07/01/2013 Rates Fringes • CEMENT MASON/CONCRETE FINISHER 44.63 38.95 'i PLUM0200-001 05/01/2013 Rates Fringes • PLUMBER BUILDING CONSTRUCTION: $ 50.48 29.8 RESIDENTIAL CONSTRUCTION: $ 29.46 10.91 PLUM0638-001 06/27/2012 Rates Fringes • PLUMBER SERVICE FITTERS $ 26.30 2.55 SPRINKLER FITTERS, STEAMFITTERS $ 51.25 49.54 Service Fitter work shall consist of all repair, service and • maintenance work on domestic, commercial and industrial refrigeration, air conditioning and air cooling, stoker and oil burner apparatus and heating apparatus etc., including but not exclusively the charging, evacuation, leak testing and assembling for all machines for domestic, commercial and industrial refrigeration, air conditioning and heating • apparatus. Also, work shall include adjusting, including Page 9 of 12 Davis Bacon Wage Rates • • Davis Bacon Wage Rate-General Decision Number: NY 130012 10/04/2013 NY12 capacity adjustments, checking and repairing or replacement • of all controls and start up of all machines and repairing all defects that may develop on any system for domestic, commercial and industrial refrigeration and all air conditioning, air cooling, stoker and oil burner apparatus and heating apparatus regardless of size or type. • ROOF0154-001 10/01/2012 Rates Fringes ROOFER 38.50 28.59 • SHEE0028-002 09/15/2011 Rates Fringes SHEET METAL WORKER BUILDING CONSTRUCTION $ 48.90 36.00 RESIDENTIAL CONSTRUCTION 27.22 16.48 • TEAM0282-002 07/01/2013 Rates Fringes Truck drivers: Asphalt 38.57 40.1025+a • Euclids & turnapulls........ $ 38.102 40.1025+a High Rise $ 46.01 38.9125+a FOOTNOTES: a. PAID HOLIDAYS: New Year's Day, Presidents' Day, Memorial • Day, Independence Day, Labor Day, Columbus Day, Election Day, Veterans' Day (Armistice Day), Thanksgiving Day, Day after Thanksgiving and Christmas Day. Employees working two (2) days in the calendar week in which a holiday falls are to be paid for such holiday, provided that they shape each remaining workday during such calendar week. • WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. • Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). • Page 10 of 12 Davis Bacon Wage Rates Davis Bacon Wage Rate-General Decision Number: NY] 30012 10/04/2013 NY 12 The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is union or non-union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first • four letters , PLUM, indicate the international union and the four-digit number, 0198, that follows indicates the local union number or district council number where applicable , i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective • bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. 0000/9999: weighted union wage rates will be published annually each January. Non-Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non-union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. • WAGE DETERMINATION APPEALS PROCESS l.) Has there been an initial decision in the matter? This can be: Page I1 of 12 Davis Bacon Wage Rates • Davis Bacon Wage Rate-General Decision Number: NY 130012 10/04/2013 NY12 • * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling • On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. • With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division • U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator • (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 • The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an • interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 • 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION • Page 12 of 12 Davis Bacon Wage Rates • • L.K. McLean Associates, RC. CONSULTING ENGINEERS The Contractor shall provide these test results to the Engineer prior to delivery of the material to • the site. Any additional testing costs that are required for additional borrow sources shall be included in the unit price for structural fill. CHEMICAL SOIL SAMPLING AND ANALYSIS A. Sampling - Sampling personnel shall have a minimum of 1 year of related experience in collecting soil samples and be OSHA certified, as per OSHA Law - 29 CFR-1910.120. B. Analysis - The samples shall be analyzed by an independent New York State Department of Health (NYSDOH) certified laboratory, approved by the Engineer. Prior to the start of work the Contractor shall obtain and submit to the Town, the following: • The Sampling Contractor's (or Contractor if so qualified) resumes and OSHA certifications of the personnel who will collect the samples, as Specified. • The proposed independent laboratory and its NYSDOH identification number. It is the Contractors responsibility to ensure that the Sampling Contractor submits, directly to the Town, the following: • Copies of the chain of custody records for each sample collected. • The sampling site location map as specified. It is the Contractors responsibility to ensure that the independent laboratory submit the analysis • results directly to the Engineer. Analysis The each sample shall be analyzed for: • Eight (8) RCRA metals by Method 6010 • Volatile organic compounds (VOC's) by Method 8260 • Semi-volatile organic compounds (SVOC's) by Method 8270 The analysis results shall be compared with the Technical and Administrative Guidance II'' Memorandum (TAGM) limits listed in New York State Department of Environmental Conservation (NYSDEC) TAGM 94-4046, rev. 1/24/94 (TAGM 4046). The Contractor shall sample their structural fill pile once for every 1,000 CY delivered to the site, or any source changes and or at the discretion of the onsite Engineer if any odor is found in the material. All results must be provided to the Town for review. Item 2SF-Page 2of3 L.K. McLean Associates, RC CONSULTING ENGINEERS CONSTRUCTION DETAILS • Installation of the proposed geosynthetics shall be completed during backfilling operations. The primary reinforcement layer of geosynthetics (GridPro UXP 1 I or approved equal) shall be laid level at a vertical spacing as specified on the plans and shall cover the entire area of exposed backfill. The secondary reinforcement layer of geosynthetics layer of geosynthetics (GridPro BXPll or • approved equal shall be laid level at a vertical spacing as specified on the plans and shall cover the entire area of exposed backfill. The established dike slopes shall not exceed a slope of 1 vertical on 1 horizontal. Established grades shall meet the approval of the engineer. • Fills shall be placed in successive lifts of uniform 12 inch loose thickness. Each lift shall be thoroughly compacted utilizing vibratory compaction equipment capable of compacting the material to 90 percent maximum density. Operations on fill construction shall be suspended at any time when satisfactory results cannot be • achieved because of rain, freezing weather, or other unsatisfactory conditions. Fill shall not be placed over snow or frozen material. Following compaction, each lift shall be tested to determine in-place dry density and optimum moisture content before subsequent lifts are placed. These tests shall be performed at a frequency not less than one test for every 50 foot interval along the dike, and at least one per lift. The test li • results must yield the following: • In-place Dry Density (ASTM D1557): 90 percent • Optimum moisture Content: Within 3 percent • Any areas not meeting the specified compaction will be reworked or replaced, re-compacted and retested until the satisfaction of the Engineer, at no additional cost to the Owner. METHOD OF MEASUREMENT & BASIS OF PAYMENT • The quantity to be paid for under this item shall be the number of cubic yards of structural fill required to establish the site to the grades proposed. The quantity is to be measured as compacted in place. The existing conditions survey in the contract plans are to be verified by the contractor. Unless the contractor provides more recent survey showing any changes to the existing conditions, the record plans are to be considered correct. Upon completion, the Town's engineer of record shall provide as-built surveys that will be used to compute the final volume of fill • placed. Survey required for construction shall be included in this unit price. This item shall also include furnishing all labor, materials, excavation, geosynthetics, backfill, structural fill, QA/QC sampling and testing, chemical soil sampling and analysis, compaction, compaction testing, sheeting bracing, incidentals, and equipment necessary to satisfactorily complete the work as specified. • END ITEM 2SF Item 2SF - Page 3 of 3 • • L.K. McLean Associates, AC. CONSULTING ENGINEERS ITEM 2TS - TOPSOIL • DESCRIPTION This item shall consist of furnishing, excavating, hauling, depositing, and spreading loamy topsoil and preparing subgrade for same, in accordance with these specifications and in • conformity with the lines, grades and dimensions shown on the plans or directed by the Engineer. MATERIALS The topsoil shall consist of natural loam free form subsoil refuse or any foreign materials and • reasonably free form roots, hard dirt, stiff clay, large cobbles and other materials which will prevent the formation of suitable seed-bed. Acceptable topsoil shall contain not less than five (5%) nor more than twenty-five (25%) percent organic matter as determined by loss on ignition or titration of oven dried samples. I'• Acceptable topsoil shall, prior to stripping, have demonstrated by occurrence upon it of healthy crops, grass or other vegetable growth, that it is of good quality and that it is reasonably well drained. • Where topsoil, after laboratory analysis, is found to be deficient in minerals and/or organic matter to satisfactorily effect plant establishment it shall be reconstituted with limestone and one- hundred (100%) percent organic fertilizers. The limestone shall be agricultural ground limestone and the total carbonates shall not be less than eighty (80%) percent or 44.8 percent calcium oxide equivalent. Limestone shall be distributed at the rate of fifty (50) pounds per thousand square feet or as ordered by the Engineer after laboratory soils analysis. Commercial fertilizer (organic • only) as specified, after laboratory analysis, shall be evenly distributed, in the quantities specified and worked into the top 3 inches of soil. The Hydrogen-Ion value of all topsoil shall not be less than 5.0 and not more than 7.0. • The mechanical analysis of the soil on an oven dried sample shall be as follows It shall all pass a one (1) inch square sieve. PASSING RETAINED ON PERCENT 1" 1/4" 0-3% • 1/4" #100 (sand) 40-60% #100 (clay & silt) 40-60% Any or all analysis of top soil will be made on topsoil stockpiled and/or in place. Should the Engineer, Town or NRCS Representative deem the material unsuitable, it shall be removed and • replaced with suitable topsoil. • Item 2TS - Page 1 of 4 • L.K. McLean Associates, RC CONSULTING ENGINEERS • QUALITY ASSURANCE/OUALITY CONTROL A certified testing laboratory employed by the Contractor will perform testing of the provided topsoil. The soil will be tested in accordance with the following schedule or in the event that the soil source changes or the soil is observed to visually deviate from the soil used in prior tests: • Test Frequency • Gradation (ASTM D-422) 1,000 cy The Contractor shall provide these test results to the Engineer prior to delivery of the material to the site. Any additional testing costs that are required for additional borrow sources shall be • included in the unit price for structural fill. CHEMICAL SOIL SAMPLING AND ANALYSIS • A. Sampling - Sampling personnel shall have a minimum of 1 year of related experience in collecting soil samples and be OSHA certified, as per OSHA Law - 29 CFR-1910.120. B. Analysis - The samples shall be analyzed by an independent New York State Department of Health (NYSDOH) certified laboratory, approved by the Engineer. • Prior to the start of work the Contractor shall obtain and submit to the Town, the following: • The Sampling Contractor's (or Contractor if so qualified) resumes and OSHA certifications of the personnel who will collect the samples, as Specified. • • The proposed independent laboratory and its NYSDOH identification number. It is the Contractors responsibility to ensure that the Sampling Contractor submits, directly to the Town, the following: • • Copies of the chain of custody records for each sample collected. • The sampling site location map as specified. It is the Contractors responsibility to ensure that the independent laboratory submit the analysis results directly to the Engineer. • Analysis The each sample shall be analyzed for: • • Eight (8) RCRA metals by Method 6010 • Volatile organic compounds (VOC's) by Method 8260 • Item 2TS - Page 2 of 4 • L.R. McLean Associates, P .C CONSULTING ENGINEERS • Semi-volatile organic compounds (SVOC's) by Method 8270 • The analysis results shall be compared with the Technical and Administrative Guidance Memorandum (TAGM) limits listed in New York State Department of Environmental Conservation (NYSDEC) TAGM 94-4046, rev. 1/24/94 (TAGM 4046). • The Contractor shall sample their structural fill pile once for every 1,000 CY delivered to the site, or any source changes and or at the discretion of the onsite Engineer if any odor is found in the material. All results must be provided to the Town for review. CONSTRUCTION DETAILS • Stripping Equipment and methods of operation shall be such as to avoid the lifting of subsoil or other unsuitable material with the topsoil. Topsoil stripped containing an unreasonable amount of subsoil or foreign material shall be rejected by the Engineer. • The Contractor shall make all arrangements and assume all responsibility for consents, agreements, payment, etc., with owners of property involved in topsoil operations carried on by himself or his subcontractor for topsoil supplied. • Preparation of Sub rg ade The Contractor shall complete all subgrading within the areas to be covered with topsoil under this item necessary to bring the surface of the proposed subgrade to the lines indicated on the plans, and parallel to the proposed finished grade. These areas are to be free from rock or other foreign material of three (3) inches or greater in dimension, and in no case greater in any • dimension than one-half the depth of the topsoil. The surface of the subgrade immediately prior to being covered with topsoil shall be raked or otherwise loosened to insure proper bond. Placing and spreading topsoil • Topsoil shall not be placed until the area to be covered has been shaped, trimmed and finished and all construction work in the area has been completed. Topsoil shall be placed and spread over the areas designated in the plans or as directed by the Engineer to a depth sufficiently greater than that shown on the plans so that, after natural settlement, the completed work will conform to the lines, grades, and elevations shown on the • plans. Finishing After spreading the topsoil, all large stiff clods, hard lumps, sticks or other objectionable • materials shall be raked up and removed from the top soiled area and disposed of by the Contractor. • Item 2TS - Page 3 of 4 • L.K. McLean Associates, RC. CONSULTING ENGINEERS • Spreading, to the specified depth, shall be completed in such a manner that seeding, sodding or planting, if, and as called for on the plans, can proceed after completion of this without additional soil preparation. Suspension of operations II• If soil or weather conditions are unsuitable, the Contractor shall cease topsoil operations upon orders of the Engineer and shall resume topsoil operations when ordered by the Engineer. METHOD OF MEASUREMENT The square yardage of topsoil furnished and placed to be paid for shall be the number of square yards measured complete in place having a thickness of four inches, including the famishing, excavation, hauling, spreading, and finishing the topsoil and the preparation of the subgrade, and cleaning up in accordance with this specification complete in place and in conformity with lines, • grades, and dimensions shown on the plans or as directed by the Engineer, and accepted. BASIS OF PAYMENT The square yardage of topsoil furnished and placed, measured as above, shall be paid for at the contract unit price per cubic yard bid, which price and payment shall constitute full • compensation for excavating, famishing, hauling, depositing, spreading, and finishing of approved topsoil and including the proper preparation of the subgrade and furnishing all labor, equipment, tools, and incidentals necessary to complete this item. Topsoil stockpile under this item is not subject to payment under this Item 2TS. END ITEM 2TS • • • Item 2TS - Page 4 of 4 • I• L. K. McLean Associates, P. C. CONSULTING ENGINEERS ITEM 3 - EROSION AND SEDIMENT CONTROL DESCRIPTION This work shall consist of furnishing, installing, inspecting, maintaining, and removing sediment control measures as shown on the contract documents or as ordered by the Engineer during the 0 life of the contract to provide erosion and sediment control. This work shall be coordinated with the erosion and sediment control features specified elsewhere in the contract documents to the extent practical to assure effective and continuous soil erosion and sediment control throughout the construction and post construction period. 0 Erosion control is any action taken or item used as part of a project or as a separate action to minimize the destructive effects of wind and water on surface soil. The use and placement of berms, grasses, sod and mulches may be temporary and used throughout construction, or permanent and installed for the anticipated life of the facility being constructed. The following items of work are provided in this specification to address soil erosion control: • 1. Mulch 2. Seed and mulch Sediment control is any action taken or item used as part of a project or as a separate action to minimize suspended solid material transport by water. The following items of work are provided 0 in this specification to address sediment control: 1. Hay bales/Straw bales 2. Silt fence MATERIALS • Unless otherwise stated elsewhere in the contract documents, materials shall be as follows: Mulch Mulch shall be either straw or wood fiber mulch as shown elsewhere in the contract documents. 0 Straw and wood fiber mulch shall meet the following requirements: • Straw Straw for mulching shall be stalks of oats, wheat, rye or the approved crops that are free from noxious weeds. Materials that are low grade and unfit for farm use, such as "U.S. • sample grade" will be acceptable. Weight shall be calculated on the basis of the materials having not more than 15% of moisture content. Acceptance shall be based on inspection by the Engineer for compliance with the material requirements. • Wood Fiber Mulch Wood fiber shall be a first generation product manufactured directly from 100 percent • wood that has been recovered or diverted from solid waste. Wood fiber shall be manufactured from unadulterated wood that is not contaminated with paint, chemicals, 0 Item 3 - Page 1 of 5 • L K. McLean Associates, AC. CONSULTING ENGINEERS shingles, plastic or other foreign materials. Wood fiber mulch shall not be manufactured • from or include paper. Wood fiber mulch shall be manufactured so that the wood fibers will remain uniformly suspended in water under agitation and will blend with seeds, fertilizer and other additives to form a homogeneous slurry. It shall have the characteristics that, upon • hydraulic application, shall form a blotter-like ground coating with moisture absorption and percolation properties and the ability to cover and hold seeds in contact with the soil. Wood fiber mulch shall contain no growth or germination inhibiting factors, and shall contain a nonpermanent green dye. Wood fiber mulch shall be supplied in the • manufacturer's standard containers, with the name of the material, net weight of contents, the manufacturer's name and the air-dry weight of fiber (equivalent to 10% moisture) appearing on each container. The Engineer's acceptance of wood fiber mulch shall be based on the manufacturer's product label, including methods and rates of applications, and certification indicating • compliance with these specifications and any applicable regulatory requirements pertaining to solid waste management. Seed Seed shall be as specified on the contract plans. • Hay bales/Straw bales All bales shall be tightly bound; loose or broken bales will not be accepted. Hardwood stakes shall be at least 1 1/4 x 1 1/4 inches and a minimum of 2 feet long. Silt Fence • Silt Fence furnished under this item shall be supplied by a manufacturer listed on the NYSDOT Approved List of Geosynthetics for Highway Construction. A silt fence assembly shall consist of silt fence geotextile, posts, fasteners and may include mesh support. • Posts Posts shall meet the following requirements: • o Either wood, metal or synthetic posts may be used. Softwood post shall be 1 1/2 x 3 V2 inches, hardwood post shall be at least 1 1/4 x 1 1/4 inches, steel post shall be "T" or "L" shaped in cross section, with a minimum weight of 1.3 lb/ft. o Posts shall be a minimum of 4 feet long and shall be spaced consistent with the material selected and as indicated in the Approved List. • Mesh Support • For those silt fence assemblies on the Approved List that require a mesh support, the support shall consist of 14 gauge (min) welded wire mesh with a maximum 6 x 6 inch opening or polymeric mesh. All mesh support shall be a minimum of 30 inches in height. • Fasteners Fasteners shall be heavy-duty staples, hog rings, tie wires, or any other fastener • compatible with the post material. • Item 3 - Page 2 of 5 • L. K. McLean Associates, AC CONSULTING ENGINEERS • CONSTRUCTION DETAILS In the event of conflict between these specification requirements and pollution control laws, rules, regulations or permit conditions by other federal or state agencies, the more restrictive • laws, rules or regulations shall apply. The Contractor's schedules and methods shall be consistent with the contract documents or as approved by the Engineer. The Contractor shall begin earthwork only after receiving written approval from the Engineer for the scheduling of earthwork and work covered under this section. • The Contractor shall designate to the Engineer an erosion and sediment control supervisor with adequate training, experience, and authority to implement and maintain all erosion and sediment control measures. Adequate training, experience, and authority shall be defined as any of the following: • • Possession of a valid NYS Professional Engineer (PE) License; • Possession of a valid NYS Landscape Architect (RLA) License; • Possession of valid certification as a Professional in Erosion and Sediment Control (CPESC) as issued by Envirocert International; • Possession of a valid Certificate of Erosion & Sediment Control Training issued by the • New York State Department of Environmental Conservation. Perimeter sediment controls shall be installed prior to performing grubbing, excavation, and borrow or fill operations. The Contractor shall limit the area of clearing and grubbing, excavation, borrow and embankment operations in progress, commensurate with their capability and progress in keeping the finish grading, mulching, seeding and other temporary and/or • permanent control measures current in accordance with the approved schedule. Under no condition shall earth material exposed by grubbing, excavation, borrow or fill or other work be left without application of temporary or permanent erosion controls for a period of greater than 7 days. The Engineer may determine that a potential for erosion or sediment transport exists and order the Contractor to install temporary erosion controls earlier. When permanent soil erosion and sediment control measures cannot be installed due to seasonal or other limitations, temporary soil erosion and sediment control measures shall be installed. Prior to removing or disturbing any erosion or sediment control measure that may be required to be reestablished due to continual grading operations, the Contractor shall verify the proposed progression of operations and the reestablishment of control measures with the Engineer to ensure the continuity of erosion and • sediment control. Erosion and sediment control measures shall not be removed without the Engineer's approval. Inspection and Maintenance Soil erosion and sediment control measures shall be inspected and maintained by the Contractor • during the life of the project, including winter shutdown, etc. Such inspection and maintenance shall continue until after the permanent stabilization measures are in place and the temporary Item 3 - Page 3 of 5 I~• L.K. McLean Associates, P.C. CONSULTING ENGINEERS control measures are ordered to be removed by the Engineer. The remaining disturbed area shall • be permanently stabilized as indicated in the contract documents. All temporary controls shall be inspected by the Contractor every seven calendar days, after each rainfall of 1/2 inch or more within a 12 hour period, or daily during prolonged rainfall to determine if the measure is functioning as intended. All inspections shall be completed within • one calendar day. Within 3 calendar days from completion of the inspection, the Contractor shall: • Repair or rebuild the control measure to function as originally intended. • Remove sediment deposition which reaches one half the height of the control measure. • All sediment deposits shall be considered unsuitable material and disposed of. Material shall be disposed of away from wetlands, watercourses or other bodies of water. Torn or punctured silt fence fabric may be repaired by the placement of a patch, on the upstream side, consisting of an additional layer of fabric over the damaged area, or replacement of the • damaged section. Where erosion control materials have been used on final grade that have been permanently seeded, the Contractor shall care for the areas until acceptance of the Contract or acceptance of the turf, whichever is later. Where necessary, such care may include, but is not limited to providing warning signs or barricades for protection against traffic. Any surfaces that have settled, become gullied, or otherwise damaged due to the Contractor's operations shall be • repaired at no additional expense to the Town to reestablish the grade and soil conditions that existed prior to placing erosion control materials. Mulch The Contractor shall have the capability to mulch any disturbed areas on any given day (e.g., those areas where earthwork operations are ongoing, etc.). The Contractor shall apply mulch on • disturbed areas consistent with the approved project schedule. Mulch shall be spread uniformly in a continuous blanket at an approximate rate of 2 tons per acre. Mulch may be spread by hand, mechanical spreaders, or blowers. At no time shall the Contractor allow mulch to be deposited outside the contract limits or onto adjacent private • property. Seed and Mulch The Contractor shall apply seed and mulch on disturbed areas consistent with the approved project schedule. • Prior to the application of seed, all areas where compaction has occurred shall be scarified. The seedbed shall be loose and friable for positive seed retention. Seeds shall be evenly distributed by any method of sowing that does not injure the seeds in the process of spreading. • • Item 3 - Page 4 of 5 L. K. McLean Associates, AC CONSULTING ENGINEERS Mulch shall be spread immediately following application of seed. Mulch shall be spread • uniformly in a continuous blanket at an approximate rate of 2 tons per acre. Mulch may be spread by hand, mechanical spreaders, or blowers. Mulch and seed shall not be placed simultaneously, except in the case of hydroseeding. At no time shall the Contractor allow mulch to be deposited outside the contract limits or onto adjacent private property. • Hay bale/Straw bale Bales shall be placed with the cut ends vertical as shown in the contract documents. Each bale shall be embedded into the soil a minimum of 4 inches, and be securely anchored. Hardwood stakes shall be installed a minimum of 1 foot into the ground below the bale. The first stake in each bale shall be driven at an angle toward the previously laid bale to force the bales together. • Silt Fence Unless otherwise detailed in the contract documents, silt fence shall be installed as follows: • Posts shall be driven into the ground. • Geotextile and any mesh support (if applicable) shall be placed on the upstream side of the posts. • • The geotextile shall be fastened to each post in no less than 4 locations with approved fasteners. • The mesh support shall be fastened to each post at the top, bottom, and two additional evenly spaced locations, or by a continuous corded attachment along the top of the assembly. • • Any geotextile or mesh splices necessary for fence erection shall be continuous between two post sections. • Geotextile at the bottom of the fence shall be buried in a trench to a depth of 6 inches. The trench shall be back filled with the excavated soil and the soil compacted by tamping. • MEASUREMENT AND PAYMENT The lump sum price bid for all work items shall include the cost of furnishing all labor, equipment, and materials necessary to satisfactorily complete the work as shown in the contract documents, including the cost of excavation associated with the removal of accumulated • sediment and the installation of erosion and sediment control measures covered by this specification. The basis of payment shall be a percentage completed. END ITEM 3 • • • Item 3 - Page 5 of 5 L.K. McLean Associates, AC. CONSULTING ENGINEERS • ITEM 4 - PERMANENT EROSION CONTROL/SLOPE STABILIZING SYSTEM DESCRIPTION • The Contractor shall furnish all labor, materials, equipment and incidentals necessary for the • construction of the Permanent Erosion Control Slope Stabilizing System, as specified, shown on the Contract Drawings and as approved by the Engineer. Work shall include, but not be limited to fine grading, blanketing, stapling, anchoring, transitioning, and miscellaneous related work necessary to install a complete system. • The work shall include smoothing/scalingire-grading in accordance with the details shown in the Plans; placing a High Performance Turf Reinforcement Mat (HPTRM), installing earth percussion anchors to the specified minimum length and spacing indicated on the Plans; attaching bearing plates and nuts; performing anchor testing. • HPTRM to be used on slopes 1H:1 V. SUBMITTALS • Provide submittal items, at least 15 calendar days prior to initiating the slope stabilization construction: o The proposed start date and proposed detailed slope construction sequence including: i. Plan describing how surface water will be diverted, controlled and disposed of. ii. Proposed methods and equipment for shaping/scaling/re-grading the slope. • iii. Proposed anchor driving methods and equipment including anchor type proposed to achieve the specified pullout resistance values and any variation of these along the slope alignment. o Proposed anchor testing methods and frequency o Manufacturer Certificates of Compliance for the system o The Engineer will approve or reject the Contractor's submittals within 15 calendar days after receipt of a complete submission. The Contractor will not be allowed to • begin slope construction or incorporate materials into the work until the submittal requirements are satisfied and found acceptable to the Engineer. Changes or deviations from the approved submittals must be resubmitted for approval. No adjustments in contract time will be allowed due to incomplete submittals. o Pre-Construction Meeting - A pre-construction meeting will be scheduled by the • Contractor and held prior to the start of slope construction. It is up to the Contractor to schedule the meeting so that all necessary parties involved are able to attend. The • Item 4 - Page I of 7 L.K. McLean Associates, AC CONSULTING ENGINEERS Engineer, NRCS Representative(s), prime Contractor, anchor installation Contractor and an experienced Permanent Erosion Control System Slope Stabilizing Sytem manufacturer's representative shall attend the meeting. Attendance is mandatory. The pre-construction meeting will be conducted to clarify the construction requirements for the work, to coordinate the construction schedule and activities, and to identify contractual relationships and delineation of responsibilities amongst the prime Contractor and the various Subcontractors, particularly those pertaining to slope excavating/scaling/shaping. MATERIALS • • System shall be the ArmorMax System as manufactured by Propex (800-621-1273) or approved equal. • All components of the stabilization system shall be furnished by a single manufacturer as a complete system. • High Performance Turf Reinforcement Mat - (HPTRM) • HPTRM shall be a lofty three dimensional woven polypropylene geosynthetic specially • designed for erosion control applications on levees, slopes, canal/river bank stabilization and channels. Matrix shall be composed of monofilament yams woven into uniform configuration of resilient pyramid-like projections. HPTRM should exhibit very high interlock and reinforcement capacity with both soil and root systems. It should also demonstrate the combination of high tensile strength, flexibility and UV resistance. Turf Reinforcement Mats manufactured from composite or discontinuous materials, loosely held together by stitched or glued netting, or composites of any type, shall not be allowed with this system. • Should the contractor substitute this item, he shall submit a site specific slope stability analysis that verifies that it is in fact equivalent. The stability analysis shall include the following: O Overall Design Methodology o Input Parameters o Calculations / Model Output o Anchor Strength, Length and Spacing o Factor of Safety to support the slope reinforcement design based off a minimum of two conditions analyzed: ¦ Drained Condition ¦ Undrained Condition • • Item 4 - Page 2 of 7 • L.R. McLean Associates, AC CONSULTING ENGINEERS The HPTRM shall meet the following requirements: • Re uirementl Property Test Method Lcm(av) Property Thickness ASTM D-6525 0.4 10.2 • Resiliency ASTM D-6524 80 Flexibility ASTM D-6575 0.534 615000 Mass Per Unit Area ASTM D-6566 oz/yd2 13.5 m2 455 • Tensile Strength ASTM D-6818 lbs/ft 4,000 x 3,000 kn/m 58.4 x 43.8 Tensile Elongation ASTM D-4595 percent 25 Light Penetration ASTM D-6567 percent 10 (/o Passing) UV Resistance ASTM D-4355 percent 86 at 10,0001us • These materials shall conform to the following Minimum Average Roll Values (MARV) for physical properties, as derived from quality control testing performed by a Geosynthetic Accreditation Institute - Laboratory Accreditation Program (GAI-LAP) accredited laboratory. Manufacturine Ouality Control • For HPTRM, Manufacturing Quality Control (MQC) testing shall be performed at a laboratory accredited by GAI-LAP for tests required for the turf reinforcement mat with the following minimum acceptable testing frequency: • Property Test Method Test Frequency Tests/m2 (yd2) of production Mass Per Unit Area ASTM D5261 1/20,000 (1/24,000) Tensile Strength ASTM D5035 1/20,000 (1/24,000) • Tensile Elongation ASTM D5035 1/20,000 (1/24,000) Light Penetration ASTM D6567 1/20,000 (1/24,000) Earth Percussion Anchors • • Earth Percussion Anchors are made of corrosion resistant aluminum alloy, gravity die cast and heat treated to give considerable increase in mechanical strength and durability both during installation and in service, connected to a galvanized threaded steel rod to enhance corrosion resistance particularly at the soil/air interface. • Item 4 - Page 3 of 7 • • L.K. McLean Associates, AC. CONSULTING ENGINEERS Earth Percussion DeMin. Rod pth Termination Style Anchor Type • B2 4.0 ft Galvanized Metal Plate 1.22 in and Hex Nuts B3 4.0 ft Galvanized Metal Plate 1.22 in and Hex Nuts • Securing Components o Type B2 and B3 Anchor Locking Mechanism: Type B2 and B3 earth percussion anchors are secured to the soil surface through a 4x6x1/4 inch (102x150x6.35 mm) rectangular Metal Plate and Hex Nut ratcheted onto a threaded dowel. The extra • dowel should be removed and the hex nut ratcheted down tight. Metal plate to be manufactured from the same company as the anchors. • Earth Percussion Anchor Load Criteria o Follow the manufacturer's guidelines or project drawings for installation. Please contact a manufacturer representative to obtain a copy of the installation guidelines. • Load / Depth Range Earth Percussion Load Range Anchor Type Cohesive through Non Cohesive Soils Minimum Drive Depth w B2 Up to 5 kips (5,000 Ibs) Ultimate 4.0 feet 1.22 in B3 Up to 10 kips (10,000 lbs) Ultimate 4.0 feet 1.22 in • Earth Percussion Anchor performance is a function of insim soil strength and therefore the information in these tables should be regarded as a guide only. Site specific soil conditions shall be evaluated by a licensed geotechnical engineer to determine the anchor type, depth, and pattern to resist slope instability. Pre-construction pull tests are recommended. CONSTRUCTION • • Site Drainage Control - Provide positive control and discharge of all surface water that will affect construction of the slope to be stabilized. Maintain all pipes or conduits used to control surface water during construction. Repair damage caused by surface water. • Perform the slope construction and excavation sequence in accordance with the Plans and approved submittals. r • Re-grade and compact areas to be treated with ArmorMax as indicated on the project plans or as directed by Engineer. • Excavation, Face Protrusions, Voids or Obstructions - Remove all or portions of cobbles, boulders, rubble or other subsurface obstructions encountered at the slope final excavation face which will protrude and prevent the ArmorMax or approved equal from being installed • flush. Determine method of removal of face protrusions, including method to secure remnant pieces left behind the excavation face and for promptly backfilling voids resulting • Item 4 - Page 4 of 7 • L K. McLean Associates, AC CONSULTING ENGINEERS from removal of protrusions extending behind the excavation face. Notify the Engineer of • the proposed method(s) for removal of face protrusions at least 24 hours prior to beginning removal. Removal of face protrusions and backfilling of voids or over-excavation is considered incidental to the work. Cost due to removal of unanticipated man-made obstructions will be NOT be paid as Extra Work. • Cut initial trench at the top of slope (see Plan for details). • • Secure HPTRM in the initial trench and roll material down the slope. • Install all HPTRM along slope with 3 in (150 mm) side overlaps. Ensuring enough coverage that the earth percussion anchors penetrate both layers. • Install pins on the face of the slope per the construction details and begin driving earth percussion anchors across the top of slope per the detail(s). Remember to offset the second row to create a checkerboard effect. Repeat the process working down the slope one row at a time. This will help secure the HPTRM tight to the slope surface. When HPTRM does not run the entire length of the slope, an overlap joint will be created by shingling the top roll over the bottom a minimum of 6". Once all rows of earth percussion anchors have been installed, place the HPTRM in a terminal trench and secure as shown in the plans or the installation guidelines. Re-seed and soil fill the mat [2 in max] • Earth Percussion Anchor Installation • Determine installation method necessary to achieve the anchor pull-out resistance(s) specified herein or on the Plans, in accordance with the anchor testing acceptance criteria in • the Anchor Testing section. • The number and location of the anchor verification tests will be as indicated herein. Anchors must meet the following requirements: 0 6' long Type B2 (or approved equal) 0 0.5 anchors per square yard • o Vertical anchors spaced 5 linear feet apart o Horizontal anchors spaced 4 linear feet apart o Anchor pullout strength must be 1,200 lbs. • The Engineer may add, eliminate, or relocate anchors to accommodate actual field conditions at no additional cost to the owner. The cost of any redesign, additional material, or installation modifications resulting from actions of the Contractor shall be home by the • Contractor. • Installation - The installation of the anchors shall be made at the locations, orientations, and lengths shown on the Plans or as directed by the Engineer. Select installation equipment and methods suitable for the ground conditions described in the contract documents. Select anchors required to develop the specified pullout resistance. Where hard drilling conditions such as rock, cobbles, boulders, or obstructions are discovered within the contract limits, other suitable drilling equipment and anchors capable of drilling through such materials, will be used. • Anchor Installation Tolerances - Anchor location tolerances are: o Anchor head location, deviation from plan design location; anchors on seams will be offset along the seam first while other anchors may be offset 12 in any direction. • o Location tolerances are applicable to only one anchor and not accumulative over large slope areas. • Item 4 - Page 5 of 7 • L.K. McLean Associates, AC. CONSULTING ENGINEERS o Anchors shall be installed within 4 to 6" of displacement and no more than 12" of • the anchor should be exposed and cut off after installation and setting. • Anchors which do not satisfy the specified tolerances due to the Contractor's installation methods will be replaced at no additional cost. Anchors which encounter unanticipated obstructions during drilling shall be relocated, as approved by the Engineer. DESIGN ASSURANCE AND SEQUENCE • Anchor Testing Frequency and Acceptance - Anchor testing will be performed on 3 percent of the total anchors. The locations shall be designated by the Engineer. The Contractor will load test the selected anchor to determine if the load developed exceeds the design load • within the tolerances of the anchor rod extension specified for this project. LOAD TEST TOLERANCES • DL=Design Load • Anchors must achieve a pullout strength of 1,200 lbs within 3 to 4" of displacement during • testing. • The load shall be held long enough to obtain a stable reading. Dial gauges should be set to "zero" before and after the load has been applied. If the anchor test does not meet this criterion, it shall become sacrificial and shall be replaced with an additional anchor installed within 12 in (305 mm) of the original location and re-tested at no additional cost. • • Anchor Test Rejection o Verification Test Anchors - The Engineer will evaluate the results of each anchor test. Installation methods which do not satisfy the anchor testing requirements shall be rejected. The Contractor shall propose alternative methods and install replacement anchors. Replacement anchors shall be installed and tested at no additional cost. o The Engineer may require the Contractor to test some or all of the installed anchors in the immediate vicinity of the failed anchor test to verify that adjacent previously installed anchors have sufficient load carrying capacity Contractor modifications may include, but are not limited to; the installation of additional anchors, modifying the installation method; reducing the anchor spacing from that shown on the Plans • and installing more anchors at a reduced capacity; or installing anchors with longer rods. Installation and testing of additional anchors or installation of additional or modified anchors as a result of anchor test failure(s) will be at no additional cost to the owner. • Anchor Installation Records - Records documenting the anchor construction will be • maintained by the Engineer, unless specified otherwise. METHOD OF MEASUREMENT • The quantity to be paid for under this item shall be the number of square yards of exposed (No payment shall be made for overlapping) Permanent Erosion Control Slope • Stabilizing System, measured planemetrically, constructed to the limits as shown on the Contract Plans and as approved by the Engineer. • Item 4 - Page 6 of 7 • L.K. McLean Associates, AC. CONSULTING ENGINEERS BASIS OF PAYMENT II• • The unit price bid per square yard shall include the cost of all labor, material, equipment, and incidentals necessary to install the system in accordance with the Contract Plans, specifications and as directed by the Engineer. All costs associated with the delivery, storing, protecting, fine grading, placing, soil filling, transitioning and stabling of the • system shall be included in the unit price bid for this Item. Included in this Items unit price shall be all necessary staples, anchors, field testing of anchors, hardware and incidentals. END ITEM 4 • • • • • • • Item 4 - Page 7 of 7 • L.K. McLean Associates, AC CONSULTING ENGINEERS 0 ITEM 5 - TURF REINFORCEMENT MAT (TRM) DESCRIPTION • The Contractor shall furnish all labor, materials, equipment and incidentals necessary for the construction of the erosion control blanket, as specified, shown on the Contract Drawings and as approved by the Engineer. Work shall include, but not be limited to fine grading, • blanketing, stapling, anchoring, transitioning, and miscellaneous related work necessary to install a complete system. The purpose of this item is to provide short term slope stabilization and erosion control. • The work shall include smoothing/scaling/re-grading in accordance with the details shown in the plans and placing a Turf Reinforcement Mat (TRM). II, 0 • TRM to be used on slopes flatter than 1 H:1 V. SUBMITTALS • Provide submittal items, at least 15 calendar days prior to initiating the slope stabilization construction: a. Prior to erosion control mat material delivery to the project site: • Certification that all materials comply with specified properties. • Listing of similar projects where the Contractor has installed erosion control mat. • The Contractor shall furnish four (4) copies of proposed manufacturer's specifications of materials and installation for approval. • Two representative samples of material. b. Upon completion of installation of erosion control mat: • Certification that material installation is complete and in accordance with the Specifications. • Statement of warranty MATERIALS • Delivery, Storage and Handling • o The Contractor shall be responsible for the protection of the erosion control mat rolls against damage during transport to the site, during storage at the site and prior to placement of subsequent construction materials. Only non-damaged erosion control mat shall be included within the construction. Any damaged material, as determined by the Engineer, shall be replaced by the Contractor at no cost to the Owner. o The erosion control mat shall be furnished in rolls and wrapped with suitable material to protect against moisture, and UV exposure. Each roll shall be labeled to provide identification sufficient for inventory and quality control purposes. • Products o Erosion Control Blanket shall be Coir Mat 700 Turf Reinforcement Mat as manufactured by "Pinelands Nursery & Supply" (1-800-667-2729) or approved 0 equal. o Staples shall be sized per manufacturer recommendations 0 Item 5 - Page 1 of 3 • L.K. McLean Associates, P.C. CONSULTING ENGINEERS • Materials shall meet the following specifications: • Property Test Method Typical Value 1 Material n/a woven matting of coir made from high strength coconut fiber 2 Color n/a Natural/Earth tone • 3 Thickness ASTM D 5199 0.30 in. 4 Mass per unit area (min.) ASTM D 5261 20.6 oz/sq.yd 5 Wide width tensile- Dry MD ASTM D 4595 126 x 86 lbs/in. • 6 Maximum Elongation - Dry ASTM D 4595 40% x 33% MD X CD le - 7 Wide with tensile CD Wet MD ASTM D 4595 77 x 57 Ibs/in. • 8 Maximum Elongation -Wet ASTM D 4595 69% x 34% MD X CD 9 Flexural Rigidity (Stiffness) ASTM D 1388 12896 x 8132 mg-cm • 10 Water Absorption ASTM D 1117 146% 11 Water Velocity Flume Tests 12 ft/sec. 12 Shear Stress Flume Tests 4.5 psf • 13 "C Factor Flume Tests 0.002 14 Open Area Measured 50% • • • Item 5 - Page 2 of 3 • L.K. McLean Associates, AC. CONSULTING ENGINEERS • CONSTRUCTION • Site Drainage Control - Provide positive control and discharge of all surface water that will affect construction of the slope to be stabilized. Maintain all pipes or conduits used to • control surface water during construction. Repair damage caused by surface water. • Perform the slope construction and excavation sequence in accordance with the Plans and approved submittals. • Re-grade and compact areas to be treated with turf reinforcement mat as indicated on the project plans or as directed by Engineer. • • Excavation, Face Protrusions, Voids or Obstructions - Remove all or portions of cobbles, boulders, rubble or other subsurface obstructions encountered at the slope final excavation face which will protrude and prevent the TRM from being installed flush. Determine method of removal of face protrusions, including method to secure remnant pieces left behind the excavation face and for promptly backfilling voids resulting from removal of • protrusions extending behind the excavation face. Notify the Engineer of the proposed method(s) for removal of face protrusions at least 24 hours prior to beginning removal. Removal of face protrusions and backfilling of voids or over-excavation is considered incidental to the work. Cost due to removal of unanticipated man-made obstructions will NOT be paid as Extra Work. • Cut initial trench at the top of slope (see Plan for details). • • Secure TRM in the initial trench and roll material down the slope. • Install all TRM along slope with 6 in (150 mm) side overlaps, ensuring enough coverage that the staples penetrate both layers. • Install pins on the face of the slope per the construction details When TRM does not run the entire length of the slope, an overlap joint will be created by shingling the top roll over the • bottom a minimum of 1 ft (0.3 m). • Re-seed METHOD OF MEASUREMENT • The quantity to be paid for under this item shall be the number of square yards of • exposed (No payment shall be made for overlapping) TRM, measured planemetrically, constructed to the limits as shown on the Contract Plans and as approved by the Engineer. BASIS OF PAYMENT • The unit price bid per square yard shall include the cost of all labor, material, equipment, and incidentals necessary to install the system in accordance with the Contract Plans, • specifications and as directed by the Engineer. All costs associated with the delivery, storing, protecting, fine grading, placing, transitioning and stapling of the system shall be included in the unit price bid for this Item. Included in this Items unit price shall be all necessary staples, anchors, hardware and incidentals. • END ITEM 5 • Item 5 - Page 3 of 3 I • L.K. McLean Associates, P.C. CONSULTING ENGINEERS • ITEM 6A & 6B - HYDRO-SEEDING DESCRIPTION Under this item the Contractor shall famish and place grass seed, mulch, lime and fertilizer using a hydraulic distributor and maintain all newly seeded areas on slopes indicated on the plans and • all other areas ordered by the Engineer. Work for this item shall take place immediately after slopes have been trimmed and fine graded and prior to any planting of trees and shrubs. The main purpose of this item is long term slope stabilization. MATERIALS • Item 6A - Freshwater Slope Seeding Mix QUANTITY UOM DESCRIPTION 0 EA 29.5 LB SPRING SEED- LOLIUM PERENNE ITALICUM (ANNUAL RYE) / WINTER SEED- SECALE CEREAL WINTER RYE • 4.0 LB SWTTCHGRASS, LONG ISLAND-NY ECOTYPE 1.5 LB LITTLE BLUESTEM, LONG ISLAND-NY ECOTYPE 4.0 LB BIG BLUESTERN, LONG ISLAND-NY ECOTYPE 2.0 LB AUTUMN BENTGRASS, ALBANY PINE BUSH-NY ECOTYPE 2.0 LB INDIANGRASS, SUFFOLK COUNTY-NY ECOTYPE • 2.5 LB VIRGINIA WILDRYE, PA ECOTYPE 0.5 LB BUTTERFLY MILKWEED 1.0 LB SMOOTH BLUE ASTER, ALBANY PINE BUSH-NY ECOTYPE 1.5 LB BLACKEYED SUSAN 1.0 LB COMMON MILKWEED, PA ECOTYPE • 0.5 LB EARLY GOLDENROD, PA ECOTYPE 50.0 LBS PURE LIVE SEED PER ACRE Item 6B - Tidal Slope Seeding Nfix QUANTITY UOM DESCRIPTION • 0 EA 30.0 LB SPRING SEED- LOLIUM PERENNE TTALICUM (ANNUAL RYE) / WINTER SEED- SECALE CEREAL WINTER RYE 7.5 LB SWITCHGRASS, LONG ISLAND-NY ECOTYPE 6.0 LB BIG BLUESTERN, LONG ISLAND-NY ECOTYPE 6.0 LB CREEPING RED FESCUE • 0.5 LB SEASIDE GOLDENROD, DE ECOTYPE 50.0 LBS PURE LIVE SEED PER ACRE • • Item 6 - Page I of 3 • L K. McLean Associates, AC CONSULTING ENGINEERS Grass Seed • Grass seed shall be fresh, recleaned seed of the latest crop, consisting of the mixture specified. All grass seed shall be delivered in standard size bags of vendor, showing weight, analysis, an analysis date and name of vendor. It shall be stored as directed by the Engineer in such a manner • that its effectiveness will not be impaired. The Contractor shall furnish a certified report from an approved seed testing laboratory showing a test for purity, viability, and weed seed content of the grass seed he proposes to use. He shall also furnish and deliver a representative sample of the mixed seed to the laboratory of the Department. No grass seed shall be delivered and used at the contract site until approval of grass • seed has been given by the Engineer, but such approval does not constitute final acceptance. The Engineer reserves the right to reject on or after delivery any material which does not in his opinion meet these specifications. Commercial Fertilizer Commercial Fertilizer shall have the following composition by weight: Nitrogen ten (10) percent; Phosphoric Acid (P205) six (6) percent; Potash four (4) percent. The Nitrogen shall be fifty (50) percent organic (from animal sources, e.g. Tankage), and fifty (50) percent inorganic. The elements shall be available according to the methods adopted by the Association of Official • Agricultural Chemists. All Commercial Fertilizer (10-6-4) shall be delivered in standard size containters of the manufacturer, showing weight, analysis and name of manufacturer. It shall be stored as directed by the manufacturer or Engineer in such a manner that its effectiveness will not be impaired. • Ground Limestone Ground Limestone (Calcium Carbonate) shall have the following analysis. At lease fifty (50) percent shall pass a 200 mesh sieve; at least seventy (70) percent shall pass a 100 mesh sieve; and one hundred (100) percent shall pass a 10 mesh sieve. Total carbonates shall not be less than • eighty (80) percent or 44.8% calcium oxide equivalent; for purposes of calculation, total carbonates shall be considered as Calcium Carbonate. Method The areas to be seeded shall be cleared of sticks, stone (one inch and larger), and other objectionable materials, smoothly graded, and lightly harrowed or otherwise cultivated or loosened to a depth of three (3) inches, if the bed surface is in an excessively compact condition, • to place it in a suitable condition for immediate application of the grass seed. The seeding will be done by a "one-step-method" whereby water "Silva Fiber" or an approved equal, grass seed, fertilizer and dolomitic limestone will be applied at the same time using either a Finn "Hydroseeder", "Bowie Hydro-Mulcher", Reinco "Aqua -Mulcher" or equivalent • equipment approved by the Engineer. • Item 6 - Page 2 of 3 L. K. McLean Associates, AC CONSULTING ENGINEERS The Contractor, at his own expense, shall erect all 'barricades, signs, fences, etc., and provide • watchmen as might be necessary for the protection of the Public during the seeding operation, as well as the seeded grass areas until they are accepted. If any surface other than the area to be seeded is coated with the noted mixture, it will be cleaned immediately by the Contractor at his expense. • Mulching Mulch material shall be hay or straw. The mulch shall be spread uniformly in a continuous blanket of sufficient thickness to completely hide the soil from view at the rate of approximately two tons per acre. This rate of application is considered the minimum rate. I• Mulch combined with seeding may be spread before or not later than three (3) days after seeding unless otherwise approved. I• The Contractor shall care for the mulched areas until final acceptance of the project. Maintenance of Grass The contractor shall maintain the seeded areas without additional payment until a uniform stand of grass approximately two and one-half (2 1/2) inches high has been obtained. Any areas which have been damaged or fail to show a uniform stand of grass shall be refertilized and reseeded • with the original mixture at the Contractor's expense until all the designated areas are covered with grass. The Contractor shall properly water, protect if necessary, the areas until a satisfactory uniform grass stand is obtained. MEASUREMENT AND PAYMENT • The quantity of grass seeding to be paid for under items 6A and 6B shall be the number of square feet, which have been seeded, mulched, and maintained satisfactorily in accordance with the plans, specifications and directions of the Engineer. Upon the completion of all seeding operations, the Contractor shall he paid 75% of the unit price bid per square foot for each square • foot of seeding completed. The remaining 25% shall be paid to the Contractor when a uniform strand of grass approximately 2-1/2 inches high has been obtained and the maintenance is complete. The price bid shall include all labor, materials, equipment, and the performance of all operations and work necessary to complete the grass seeding in conformity with the plans and • specifications. END ITEM 6 • 40 Item 6 - Page 3 of 3 L.K. McLean Associates, AC CONSULTING ENGINEERS ITEM 7 - CLEARING AND GRUBBING DESCRIPTION General. • This work shall consist of clearing, grubbing, removing and disposing of all trees, brush, stumps, fences, debris and miscellaneous structures not covered under other contract items within the construction area and such other areas as specified or directed. No Burning Requirement. No burning will be permitted on or off the contract site. All materials generated by any activity • for the development, modification and construction of any transportation facility shall not be burned. This shall include but not be limited to land clearing material and demolition material. Such material shall hereinafter be referred to as disposable material. • CONSTRUCTION DETAILS Limits of Work Areas: The Engineer will establish the limits of areas to be cleared and grubbed, to be cleared but not grubbed, or areas, objects or features that are designated to remain undisturbed. In general, the work areas shall include the dike section, ditches, detours and other areas shown on the contract • documents or as specified or directed by the Engineer. The Engineer will designate fences, structures, debris, trees and brush to be cleared where grubbing is not required. Clearing beyond the area of construction shall be done only where specified or directed. Clearing and Grubbing: I• All trees and woody vegetation are to be removed from the dike system. Areas required to be cleared for construction access are to be determined by the engineer. Areas to be cleared that are not hindering construction access shall be cleared by the farm owner. Where trees are cleared, existing stump shall be cut off not more than four (4) inches above the original ground surface unless otherwise specified in the contract documents. Exposed stumps not required to be removed if they are within the "area of maintenance" designated on the contract drawings. Stumps shall be removed in areas where full dike rehabilitation is to take place. A. General. All wood including grubbed stumps, shall be removed from the contract site or otherwise disposed of. B. Methods of Disposal of Wood and Brush. All wood and brush shall be disposed of within fifteen (15) days after cutting or felling unless otherwise approved. No burning of • land clearing materials that result from the clearing and grubbing operations will be permitted. The Contractor will have the following options or combination of options for disposal of this material: Item 7 - Page 1 of 2 • • L.K. McLean Associates, P.C CONSULTING ENGINEERS • a. The Contractor shall make every effort to salvage marketable timber as specified in Part I, Section 5 of the Public Works Specifications. b. The Contractor may reduce all wooden materials to chips by the use of an approved chipping machine or stump grinder. Chips shall be 1/2 inch maximum • thickness or of other approved thicknesses. Chips resulting therefrom may be l disposed of by being stockpiled and used as mulch for planting or by disposal at a location off the contract site satisfactory to the Engineer. C. Under no circumstances is disposal to be made in swamp or wetlands. There is to be absolutely no end dumping of disposable material over the sides of the • embankment. Before placing any fill, the Contractor shall strip organics and other materials deemed unsuitable by the Engineer. These materials shall be removed and replaced with materials conforming to this item depending upon its location within the embankment. The cost of stripping unsuitable Ili • materials, removal from within the contract limits, or stockpiling shall be included in the unit price bid for this item. If the contractor should encounter stumps that which removal would compromise the existing dike (i.e. tree's larger than 4"), the stump shall be cut even with the grade and filled over. The engineer reserves the right to determine if specific stumps should be removed or left in place. Voids left by removal of stumps shall be filled with material meeting this spec and shall be paid for under this item. • METHOD OF MEASUREMENT: Per Square Foot: Payment for Clearing and Grubbing will be made at the unit price bid per • square foot measured planemetrically. BASIS OF PAYMENT: Payment will be made at the unit price per square foot to furnish all materials, labor and equipment necessary to satisfactorily complete the work as specified. No separate payment will I'I • be made for any excavation, backfill or earth cover necessary to complete the work of disposal outside the embankment area nor for the work in handling, storing, rehandling and hauling of disposable material within or around the contract limits. END ITEM 7 • • Item 7 - Page 2 of 2 • L.K. McLean Associates, AC CONSULTING ENGINEERS LANDSCAPING AND WETLAND PLANTINGS ITEMS 8A-1, 8A-2.8A-3,8A4 ITEMS 8B-1, 8B-2,8B-3,8B4 , ITEMS 8C, 8D DESCRIPTION Under this Item, the Contractor shall provide all labor, materials and equipment as specified herein for planting, as indicated on the contract drawings or as directed by the Engineer. • MATERIALS 1. Plants shall be as indicated on the contract drawings and shall meet the minimum requirements of the American Association of Nurserymen, hic. standards. 0 2. Peat moss (horticultural) shall be of the shredded type, compressed in bales. The PH shall be not less than 4 and the ash content not over 3%. The peat moss shall be capable of absorbing water 15 to 20 times its own weight. 3. Fertilizer shall have the following composition by weight: nitrogen - 10%, phosphoric acid (P205) - 20% and potash - 10%. The nitrogen shall be 30% organic minimum (from animal 0 sources, e.g. tankage) and 70% inorganic maximum. The elements shall be available according to the methods adopted by the Association of Official Agricultural Chemists. 4. Plants specified to be collected shall be clean, sound, flat stock free from decay and fire injury. Plants shall exhibit a well rooted condition with sufficient roots to hold the plant intact 0 after removal from the container. Root bound plants are unacceptable. ITEMS: FRESHWATER WETLAND HERBACEOUS SPECIES • (Item 8A-1) Hibiscus Moscheutos - Swamp Rose Marsh • (Item 8A-2) Juncus Roemerianus - Needlegrass Rush • (Item 8A-3) Spartina Cynosuroides - Big Cordgrass • (Item 8A-4) Typha Angustifolia - Narrowleaf Cattail TIDALWETLAND HERBACEOUS SPECIES • • (Item 813-1) Ammophilia Breviligulata -American Beachgrass • (Item 813-2) Distichlis Spicata - Spike Grass • (Item 813-3) Spartina Alterniflora - Smooth Cordgrass • (Item 8134) Spartina Patens - Salt Meadow Cordgrass 0 0 Item 8 - Page 1 of 4 • L.K. McLean Associates, AC. CONSULTING ENGINEERS C. PREMIUM COIR FIBER ROLLS (Bio-Log) • • Staked in place as per contract drawings. If sediment reaches 50% the height of the roll, the sediment shall be removed by the contractor at no expense to the owner. • Item 8C-1: 12" Diameter • Item 8C-2: 16" Diameter • D. WATERFOWL CANOPY FENCE • Installed as per the contract drawings or A.O.B.E. TEMPORARY STORAGE • Prior to shipment and after delivery to the project site, all plants shall be properly protected. Bare root plants shall be heeled in trenches with the bundles opened and the plants spaced separately and all roots covered. All plants shall be stored in a well ventilated and shaded place and protected from wind and sun. Delivery of plant material shall be coordinated with planting schedule. Storage period shall not exceed 72 hours. • PLACING AND SETTING 1. The locations for the plants shall be where shown on the contract drawings and shall be staked out on the ground by the Contractor to the satisfaction of the Engineer, before any excavation is made. Request for approval of the stakeout shall be made 24 hours in advance. Any • necessary adjustments shall be subject to the approval of the Engineer. 2. All underground obstructions shall be removed to the depth necessary to permit planting. 3. Roots of bare plants shall be properly spread out in its natural position and a topsoil mixture shall be worked in among them by watering. All broken and frayed roots shall be cleanly cut • off. 4. Backfill for the planting pit shall be composed of peat and topsoil thoroughly mixed together in a proportion by volume of not more than 33% and not less than 20%. The materials shall be mixed prior to placement. • 5. Soil shall be thoroughly and properly settled by tamping and watering. CLEAN-UP 1. The Contractor shall remove from the site all branches, containers, rocks, paper and rubbish in all landscape areas as the work progresses. • 2. All areas shall be kept in a neat and orderly condition at all times. Prior to final acceptance, the Contractor must clean up the entire project site to the satisfaction of the Engineer. I• Item 8 - Page 2 of 4 • • L.K. McLean Associates, AC CONSULTING ENGINEERS MAINTENANCE • 1. The Contractor will be held responsible for the maintenance of all work (including watering) and parts thereof prior to acceptance. No plantings will be accepted unless they show a healthy and satisfactory foliage condition. • 2. In the event of the threat of serious damage resulting from insects, the plants shall be treated by preventative or remedial measures approved for good horticultural practice. Plants found to be diseased shall be replaced immediately. STANDARDS • 1. Analysis and tests of materials such as, but not limited to topsoil, peat moss, fertilizers, insecticides and other materials of similar character required to be made under this specification shall be made in accordance with the current methods of the Association of Official Agricultural Chemists. • 2. Plant names shall agree with the nomenclature of "Standardized Plant Names" as adopted by the American Joint Committee on Horticultural Nomenclature 1942 Edition; size and grading standards shall conform to those of the American Association of Nurserymen (USA Standard Z60, 1-1969) unless otherwise specified. 3. For the duration of the contract, the Contractor shall at his own expense erect barricades, • signs, fences, etc. and provide security as might be necessary for the protection of all plants until the contract has been accepted. INSPECTION • All plants shall be subject to the inspection and approval of the Engineer or his authorized representative at the growing site. An approval and marking at the growing site shall not obligate the Town to pay for any plants until they have been delivered and planted at the project site in a satisfactory condition. In all instances where it is deemed necessary by the Town to make physical inspections of nursery stock or other materials, the Contractor shall pay to the Town the • Inspector's expense of transportation, meals and lodging incurred by the Inspector in traveling beyond the confines of Suffolk County from the Town Hall, Islip, New York to the place of inspection. The removal of nursery stock rejected at the planting site shall be at the expense of the Contractor and replacement in compliance with the specifications shall be made at no extra cost to the Town. • PLANTING SEASON 1. The planting season shall be approximately from March 15 to June 15 and from September I to November 15 dependent on weather and ground condition at the time of planting. • 2. No planting shall be done with frozen backfill or when the soil is in an unsatisfactory condition for working. • Item 8 - Page 3 of 4 • LL McLean Associates, RC. CONSULTING ENGINEERS • 3. The Contractor shall provide temporary stabilization on slopes, at no cost to the owner, if the slopes are not prepared in time for the planting season. The Contractor shall submit proposed methods (i.e. mulching) to the Engineer for approval, prior to implementation. • ACCESS TO ALL OPERATIONS FOR INSPECTION The Contractor shall furnish such facilities and give such assistance for reasonable inspections as the Engineer may request and shall secure free access to all sites where the plant material is located or work is in progress. • GUARANTEE AND INSPECTION 1. The life and satisfactory condition of all bushes shall be guaranteed by the Contractor for the period of one (1) year after acceptance of work and materials. • 2. In the opinion of the Contractor, when the work is completed and ready for final inspection, he shall notify the Engineer who will arrange a thorough inspection. Before final payment can be made, any defects or omissions noted on the final inspection must be rectified by the Contractor without additional compensation. I• METHOD OF MEASUREMENT The work will be measured by the number of square feet of plants installed per recommended spacing requirements and accepted in accordance with the contract drawings, specifications or as ordered by the Engineer. • BASIS OF PAYMENT The square foot unit price bid for each planting zone shall include the cost of furnishing all labor, materials, equipment, mulch, topsoil and other incidentals necessary to complete the work in accordance with the contract drawings, specifications or as ordered by the Engineer. • The linear foot unit price for the bio-log shall include furnishing and installing all materials necessary to install the bio-log as per the contract drawings or as ordered by the Engineer. The lump sum price for the waterfowl canopy shall include all materials, labor and incidentals to install and maintain the waterfowl canopy throughout the duration of the project and maintenance period. • END ITEM 8 I• • Item 8 - Page 4 of 4 • L.K. McLean Associates, AC. CONSULTING ENGINEERS ITEM 10 - STABILIZED GRAVEL ACCESS PATH • IOA - 3/e" CRUSHED NATURAL STONE 10B -12 OZ. NON-WOVEN FILTER FABRIC 10C - HDPE GEOWEB MATERIAL DESCRIPTION • This work shall consist of furnishing, installing, inspecting, and maintaining a crushed natural stone access path along the top of the dikes as shown on the contract documents or as ordered by the Engineer during the life of the contract and left in place when construction is finished. This work shall be coordinated with the items specified elsewhere in the contract • documents to the extent practical to assure effective and continuous access throughout the construction and post construction period. MATERIALS Unless otherwise stated elsewhere in the contract documents, materials shall be as follows: • Crushed Natural Stone 12 oz. Non-woven Filter Fabric GeoWeb 30V-6 as manufactured by "Presto Geosystems" (800-548-3424) or approved equal. • CONSTRUCTION DETAILS The access path shall be constructed along the top of the slope and may range from a maximum of 12' wide to a minimum of 6' wide or A.O.B.E. The road is to have 12 oz. non-woven filter fabric laid underneath the geoweb, geoweb cells filled with stone and a minimum 2" thick layer • of crushed natural stone to act as a wearing surface on top. BASIS OF MEASUREMENT I OA - crushed natural stone" is to be measured in square feet and multiplied by the unit • thickness of 8" to calculate volume for payment. 1013 - "12 oz. non-woven filter fabric" is to be measured in square yards furnished and installed. 1 OC - "HDPE geoweb material" is to be measured in square yards furnished and installed. BASIS OF PAYMENT • Item 10A crushed natural stone) is to be paid for in cubic yards. Item lOB (12 oz. non- woven filter fabric) is to be paid for in square yards. Item IOC (HDPE geoweb material) is to be paid for in square yards. Each unit cost shall include the cost of furnishing all labor, equipment, and materials necessary to satisfactorily complete the work as shown in the contract documents, including the cost of excavation and incidentals not covered by this specification. • END ITEM 10 Item 10 -Page 1 of I • • L.K. McLean Associates, RC. CONSULTING ENGINEERS ITEM 11A- GALVANIZED CORRUGATED METAL PIPE • ITEM I IB - TIDAL CHECK VALVE DESCRIPTION The Contractor shall be responsible for furnishing all labor, materials, equipment and incidentals • necessary to install all galvanized corrugated metal pipe (GCMP), valves, fittings, and couplings to the lines, grades and dimensions shown on the Contract Drawings. Item I IA shall include all pipe components. Item I 1 B shall include furnishing and installing the tidal check valve SUBMITTALS • The Contractor shall submit to the Engineer shop drawings, for approval, providing details of pipe, fittings, joints, and construction methods. If sheeting is required, the Contractor shall submit drawings, and computations prepared, and signed and sealed by a Professional Engineer licensed in the State of New York, showing his proposed • sheeting and bracing design. MATERIALS A. All GCMP shall be Smooth Cor Pipe as manufactured by "Contech Engineered Solutions" • (1-800-338-1122) pipe or approved equal. Pipe shall have a heavy-duty corrugated exterior with a smooth interior. All sections and couplings shall be galvanized steel of the size and type shown on the Contract Drawings. Pipe shall be first quality, straight, of true circular form and of lengths as necessary to accomplish what is indicated on the plans. It shall be free from all imperfections and of the first class • workmanship throughout and shall meet all the requirements of the standar specifications for corrugated metal pipe A.A.S.H.O. Designation M36. Gauge shall conform to the following table: 12" 16 gauge • 18" 16 gauge 24" 16 gauge 30" 14 gauge 36" 14 gauge End sections shall be included in this item. They shall be galvanized steel and manufactured for the • size of the pipe being installed. The contractor is to furnish and install one way valves on the saltwater side of outfall pipes. The valves shall be "CheckMate Inline Check Valve" as manufactured by Tideflex Technologies (412- 279-0044) or approved equal. • B. The Contractor may use suitable clean excavated material, subject to the approval of the Item 11 -Pagel of 2 • • L K. McLean Associates, RC CONSULTING ENGINEERS Engineer, for backfill and bedding material. If material is not deemed suitable, the Engineer will I• direct the use of structural fill as backfill. Structural fill to be paid under Item 2SF. C. The Contractor shall furnish and install a filter diaphragm as outlined on the plans. The cost of the filter diaphragm shall be included in the price for this item. The sand filter material shall meet ASTM C 33 (fine concrete aggregate) and shall be compacted in 8" lifts with suitable compaction equipment (i.e. two passes with a vibratory plate compactor weighing at least 160 lbs). • Installation Installation shall be in accordance with the plans. Backfill operations shall be conducted in • accordance with the structural fill specification for compaction. Method of Measurement The quantity of item 1 IA to be paid for shall be the linear foot of GCMP installed as measured by the Engineer. • The quantity of item I I B to be paid for shall be per each valve installed as directed by the Engineer. Basis of Payment • The linear foot price bid shall include all labor, materials, excavation, backfill, bedding, compaction, sheeting, dewatering, bracing, testing, equipment, filter diaphragm materials and incidentals necessary to furnish and install the GCMP. The unit price for all tidal check valves shall include all materials, labor and incidentals • necessary to successfully install the check valve as outlined in the contract plans or A.O.B.E.. END ITEM 11A & B • • Item 11 - Page 2 of 2 i • i • I' APPENDIX A • NYS DEPARTMENT OF ' ENVIRONMENTAL CONSERVATION PERMIT • I• I' • New York State Department of Environmental Conservation _ • Division of Environmental Permits, Region One SUNY @ Stony Brook, 50 Circle Road, Stony Brook, NY 11790-3409 V Phone: (631) 444-0359 Fax: (631) 444-0360 - Website: www.dec.ny.gov Joe Martens • Commissioner October 29, 2013 • Ms. Prudence W. Heston Salt Air Farm LLC 1535 New Suffolk Road Cutchogue, NY 11935 Re: Permit No.: 1-4738-04152/00005 Dear Permittee: • In conformance with the requirements of the State Uniform Procedures Act (Article 70, ECL) and its implementing regulations (6NYCRR, Part 621) we are enclosing your permit. Please carefully read all permit conditions and special permit conditions contained in the permit to ensure compliance during the term of the permit. If you are unable to comply with any conditions please contact us at the above address. • Also enclosed is a permit sign which is to be conspicuobusly posted at the project, site and protected from the weather. cerely, a-AAVieland Permit Administrator JAW/Is • • Ask NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION Facility DEC ID 1-4738-04152 • PERMIT Under the Environmental Conservation Law ECL Permittee and Facility Information • Permit Issued To: Facility: PRUDENCE W HESTON SALT AIR FARM SALT AIR FARM LLC 1535 NEW SUFFOLK RD 1535 NEW SUFFOLK RD CUTCHOGUE, NY 11935 CUTCHOGUE, NY 11935 • (631) 235-8195 Facility Application Contact: LK MCLEAN ASSOCIATES PC 437 SOUTH COUNTRY RD • BROOKHAVEN, NY 11719 (631) 286-8668 Facility Location: in SOUTHOLD in SUFFOLK COUNTY Village: Cutchogue Facility Principal Reference Point: NYTM-E: 711.493 NYTM-N: 4542.976 Latitude: 41°00'38.0" Longitude: 72°29'05.9" • Project Location: 1535 New Suffolk Road Authorized Activity: Rehabilitate and maintain the existing dike in accordance with the fifteen (15) plan sheets prepared by L.K. McLean Associates, P.C., last revised 10/03/13 and stamped NYSDEC approved on 10/281/13. 1 Permit Authorizations • Freshwater Wetlands - Under Article 24 Permit ID 1-4738-04152/00005 New Permit Effective Date: 10/28/2013 Expiration Date: 10/27/2023 • Water Quality Certification - Under Section 401 - Clean Water Act Permit ID 1-4738-04152/00006 New Permit Effective Date: 10/28/2013 Expiration Date: 10/27/2023 Excavation & Fill in Navigable Waters - Under Article 15, Title 5 Permit ID 1-4738-04152/00007 • New Permit Effective Date: 10/28/2013 Expiration Date: 10/27/2023 Tidal Wetlands - Under Article 25 Permit ID 1-4738-04152/00008 New Permit Effective Date: 10/28/2013 Expiration Date: 10/27/2023 • Page 1 of 8 • • d Aft &No NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION Facility DEC ID 1-4738-04152 • NYSDEC Approval By acceptance of this permit, the permittee agrees that the permit is contingent upon strict compliance with the ECL, all applicable regulations, and all conditions included as part of this • permit. Permit Administrator: JOHN A WIELAND, Dep egional Permit Administrator Address: NYSDEC GION 1 ADQUARTERS UNY STONY OOK150 CIRCLE RD • TON BROOK, Y 11790 - 409 Authorized Signature: Date1~'/~~/~Q~J Distribution List • LK MCLEAN ASSOCIATES PC Habitat - TW Habitat JOI-IN A WIELAND • Permit Components NATURAL RESOURCE PERMIT CONDITIONS • WATER QUALITY CERTIFICATION SPECIFIC CONDITION GENERAL CONDITIONS, APPLY TO ALL AUTHORIZED PERMITS • NOTIFICATION OF OTHER PERMITTEE OBLIGATIONS NATURAL RESOURCE PERMIT CONDITIONS - Apply to the Following Permits: FRESHWATER WETLANDS; WATER QUALITY CERTIFICATION; EXCAVATION & FILL IN NAVIGABLE WATERS; TIDAL WETLANDS • 1. Area Limits The limits of clearing, grading and ground disturbance line is equal to the freshwater wetland side of the berm, the silt fence and hay bale line, as shown on the approved plans. 2. Work Area Limits Any work, disturbance, and or storage of construction materials shall be confined to within the limit of clearing and ground disturbance as described above. • 3. Straw Bales Prior to commencement of any construction activities, a continuous row of straw bales shall be staked end to end as shown on the approved plans. Page 2 of 8 • • A& v NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION Imw Facility DEC ID 1-4738-04152 4. Straw Bales to Be Entrenched Straw bales shall be entrenched two to four inches into the ground. • 5. Maintain Bales The bales shall be maintained, repaired and replaced as often as necessary to ensure proper function, until all disturbed areas are permanently vegetated. The average useful life of a bale is approximately 3-4 months. Sediments trapped by the bales shall be removed to an approved upland location before the bales themselves are removed. • 6. Clean Fill Only All fill shall consist of clean soil, sand and/or gravel that is free of the following substances: asphalt, slag, flyash, broken concrete, demolition debris, garbage, household refuse, tires, woody materials including tree or landscape debris, and metal objects. The introduction of materials toxic to aquatic life is expressly prohibited. • 7. Equipment Storage 100' from Wetland, Water Body All equipment and machinery shall be stored and safely contained greater than 100 feet landward of the regulated wetland or water body at the end of each work day. This will serve to avoid the inadvertent leakage of deleterious substances into the regulated area. 8. Seed, Mulch Disturbed Areas All areas of soil disturbance resulting from this project shall be • seeded with an appropriate perennial grass, and mulched with straw immediately upon completion of the project, within two days of final grading, or by the expiration of the permit, whichever is first. 9. Temporary Mulch, Final Seeding If seeding is impracticable due to the time of year, a temporary mulch shall be applied and final seeding shall be performed at the earliest opportunity when weather conditions favor germination and growth but not more than six months after project completion. • 10. Minimum % Vegetative Cover Suitable vegetative cover is defined as a minimum of 85 % area vegetative cover with contiguous unvegetated areas no larger than I square foot in size. 11. Notice of Commencement At least 48 hours prior to commencement of the project, the permittee • and contractor shall sign and return the top portion of the enclosed notification form certifying that they are fully aware of and understand all terms and conditions of this permit. Within 30 days of completion of project, the bottom portion of the form must also be signed and returned, along with photographs of the completed work. 12. Post Permit Sign The permit sign enclosed with this permit shall be posted in a conspicuous • location on the worksite and adequately protected from the weather. 13. Notice Covenant The permittee shall incorporate the attached Covenant (or similar Department- approved language) to the deed for the property where the project will be conducted and file it with the Clerk of SUFFOLK County within 30 days of the effective date of this permit. This deed covenant shall run with the land into perpetuity. A copy of the covenanted deed or other acceptable proof of record, • along with the number assigned to this permit, shall be submitted within 90 days of the effective date of this permit to Regional Habitat Manager NYSDEC REGION 1 HEADQUARTERS • SUNY @ STONY BROOK150 CIRCLE RD STONY BROOK, NY 11790 -3409 14. Planting Required The berm will be planted as shown and noted on the approved plans. Page 3 of 8 41 • NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION dome Facility DEC ID 1-4738-04152 • 15. Coir Fiber Log Use Coir logs, on the freshwater wetland side of the berm, may be used as needed as shown on the approved plans. 16. Proposed Berm Repair The new contours of the berm must be as shown on the approved plans. The berm may be no wider than proposed. • 17. No Construction Debris in Wetland or Adjacent Area Any debris or excess material from construction of this project shall be completely removed from the adjacent area (upland) and removed to an approved upland area for disposal. No debris is permitted in wetlands and/or protected buffer areas. 18. No Disturbance to Vegetated Tidal Wetlands There shall be no disturbance to vegetated tidal • wetlands or protected buffer areas as a result of the permitted activities. 19. Storage of Equipment, Materials The storage of construction equipment and materials shall be confined within the gravel path. • 20. Seeding Disturbed Areas All areas of soil disturbance resulting from the approved project shall be stabilized as per the specifications of the approved plans immediately following project completion or prior to permit expiration, whichever comes first. If the project site remains inactive for more than 48 hours or planting is impractical due to the season, then the area shall be stabilized with straw or hay mulch or jute matting until weather conditions favor germination. • 21. Department Jurisdiction The department retains jurisdiction of all regulated lands where fill has been permitted. Placement of fill shall not be used to alter the department's Tidal Wetland jurisdictional area at the project site. The area remains a regulated area subject to Tidal Wetland Land Use restrictions of 6 NYCRR Part 661. • 22. No Beach Excavation For Fill No excavation of the beach is authorized for the purpose of obtaining fill or stone materials. 23. Low Ground Pressure Equipment All ground and heavy equipment used for this project shall be low ground pressure equipment with a ground pressure of 2 psi or less on the marsh surface. Storage of equipment and materials when not in operation, shall be limited to upland areas of the project site. • 24. Fueling Areas Fueling of equipment is strictly prohibited within tidal wetlands and within 100 feet of the tidal wetland boundary. Fueling areas must be approved by the department and contained by haybales or other approved containment devices. Spills must be prevented from entering tidal wetlands and/or waterways. Should a spill occur, the permittee shall notify the office of Regional Habitat - TW immediately and shall provide a plan for containment, clean-up and restoration of the impacted area for • the approval of the department. 25. Activities Consistent with Approved Plans All activities and marsh alterations must be consistent with the approved plan. Activities or alterations beyond the scope of the approved project and/or not explicitly authorized by the permit will require further written approval of the Regional Habitat - TW • office prior to commencement. Page 4 of 8 • • lom/ NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION IRMV Facility DEC ID 1-4738-04152 26. Contain Exposed, Stockpiled Soils All disturbed areas where soil will be temporarily exposed or I!I • stockpiled for longer than 48 hours shall be contained by a continuous line of staked haybales / silt curtains (or other NYSDEC approved devices) placed on the seaward side between the till.and the wetland or protected buffer area. Tarps are authorized to supplement these approved methods. 27. Straw Bales Prior to the placement of any fill on the dikes, a continuous line of staked hay bales or silt curtains shall be placed at the toe of the dike, immediately seaward of the work area. These erosion • control devices shall be maintained in good and functional condition until the area has been stabilized. 28. Conformance With Plans All activities authorized by this permit must be in strict conformance with the approved plans submitted by the applicant or applicant's agent as part of the permit application. Such approved plans were prepared by L.K. McLean Associates, P.C., last revised 10/3/13 and stamped • NYSDEC approved on 10/28/13. 29. State Not Liable for Damage The State of New York shall in no case be liable for any damage or injury to the structure or work herein authorized which may be caused by or result from future operations undertaken by the State for the conservation or improvement of navigation, or for other purposes, and no claim or right to compensation shall accrue from any such damage. • 30. State May Order Removal or Alteration of Work If future operations by the State of New York require an alteration in the position of the structure or work herein authorized, or if, in the opinion of the Department of Environmental Conservation it shall cause unreasonable obstruction to the free navigation of said waters or flood flows or endanger the health, safety or welfare of the people of the State, or cause loss or destruction of the natural resources of the State, the owner may be ordered by the Department to • remove or alter the structural work, obstructions, or hazards caused thereby without expense to the State, and if, upon the expiration or revocation of this permit, the structure, fill, excavation, or other modification of the watercourse hereby authorized shall not be completed, the owners, shall, without expense to the State, and to such extent and in such time and manner as the Department of Environmental Conservation may require, remove all or any portion of the uncompleted structure or fill • and restore to its former condition the navigable and flood capacity of the watercourse. No claim shall be made against the State of New York on account of any such removal or alteration. 31. State May Require Site Restoration If upon the expiration or revocation of this permit, the project hereby authorized has not been completed, the applicant shall, without expense to the State, and to such extent and in such time and manner as the Department of Environmental Conservation may • lawfully require, remove all or any portion of the uncompleted structure or fill and restore the site to its former condition. No claim shall be made against the State of New York on account of any such removal or alteration. 32. Precautions Against Contamination of Waters All necessary precautions shall be taken to • preclude contamination of any wetland or waterway by suspended solids, sediments, fuels, solvents, lubricants, epoxy coatings, paints, concrete, leachate or any other environmentally deleterious materials associated with the project. • Page 5 of 8 • NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION C Facility DEC ID 1-4735-04152 • WATER QUALITY CERTIFICATION SPECIFIC CONDITIONS 1. Water Quality Certification The NYS Department of Environmental Conservation hereby certifies that the subject project will not contravene effluent limitations or other limitations or standards under • Sections 301, 302, 303, 306 and 307 of the Clean Water Act of 1977 (PL 95-217) provided that all of the conditions listed herein are met. GENERAL CONDITIONS - Apply to ALL Authorized Permits: I• 1. Facility Inspection by The Department The permitted site or facility, including relevant records, is subject to inspection at reasonable hours and intervals by an authorized representative of the Department of Environmental Conservation (the Department) to determine whether the permittee is complying with • this permit and the ECL. Such representative may order the work suspended pursuant to ECL 71- 0301 and SAPA 401(3). The permittee shall provide a person to accompany the Department's representative during an inspection to the permit area when requested by the Department. • A copy of this permit, including all referenced maps, drawings and special conditions, must be available for inspection by the Department at all times at the project site or facility. Failure to produce a copy of the permit upon request by a Department representative is a violation of this permit. 2. Relationship of this Permit to Other Department Orders and Determinations Unless expressly ill • provided for by the Department, issuance of this permit does not modify, supersede or rescind any order or determination previously issued by the Department or any of the terms, conditions or requirements contained in such order or determination. 3. Applications For Permit Renewals, Modifications or Transfers The permittee must submit a separate written application to the Department for permit renewal, modification or transfer of this • permit. Such application must include any forms or supplemental information the Department requires. Any renewal, modification or transfer granted by the Department must be in writing. Submission of applications for permit renewal, modification or transfer are to be submitted to: Regional Permit Administrator • NYSDEC REGION 1 HEADQUARTERS SUNY @ STONY BROOK150 CIRCLE RD STONY BROOK, NY 11790 -3409 4. Submission of Renewal Application The permittee must submit a renewal application at least 30 days before permit expiration for the following permit authorizations: Freshwater Wetlands, Water • Quality Certification, Excavation & Fill in Navigable Waters, Tidal Wetlands. Page 6 of 8 • NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION ~ Facility DEC ID 1-4738-04152 5. Permit Modifications Suspensions and Revocations by the Department The Department • reserves the right to exercise all available authority to modify, suspend or revoke this permit. The grounds for modification, suspension or revocation include: a. materially false or inaccurate statements in the permit application or supporting papers; • b. failure by the permittee to comply with any terms or conditions of the permit; c. exceeding the scope of the project as described in the permit application; d. newly discovered material information or a material change in environmental conditions, relevant technology or applicable law or regulations since the issuance of the existing permit; e. noncompliance with previously issued permit conditions, orders of the commissioner, any provisions of the Environmental Conservation Law or regulations of the Department related to the permitted activity. • 6. Permit Transfer Permits are transferrable unless specifically prohibited by statute, regulation or another permit condition. Applications for permit transfer should be submitted prior to actual transfer of ownership. NOTIFICATION OF OTHER PERMITTEE OBLIGATIONS • Item A: Permittee Accepts Legal Responsibility and Agrees to Indemnification The permittee, excepting state or federal agencies, expressly agrees to indemnify and hold harmless the Department of Environmental Conservation of the State of New York, its representatives, employees, • and agents ("DEC") for all claims, suits, actions, and damages, to the extent attributable to the permittee's acts or omissions in connection with the permittee's undertaking of activities in connection with, or operation and maintenance of, the facility or facilities authorized by the permit whether in compliance or not in compliance with the terms and conditions of the permit. This indemnification does not extend to any claims, suits, actions, or damages to the extent attributable to DEC's own negligent or • intentional acts or omissions, or to any claims, suits, or actions naming the DEC and arising under Article 78 of the New York Civil Practice Laws and Rules or any citizen suit or civil rights provision under federal or state laws. Item B: Permittee's Contractors to Comply with Permit • The permittee is responsible for informing its independent contractors, employees, agents and assigns of their responsibility to comply with this permit, including all special conditions while acting as the permittee's agent with respect to the permitted activities, and such persons shall be subject to the same sanctions for violations of the Environmental Conservation Law as those prescribed for the permittee. Item C: Permitter Responsible for Obtaining Other Required Permits • The permittee is responsible for obtaining any other permits, approvals, lands, easements and rights-of- way that may be required to carry out the activities that are authorized by this permit. Page 7 of 8 • • NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION Facility DEC ID 1-4738-04152 Item D: No Right to Trespass or Interfere with Riparian Rights • This permit does not convey to the permittee any right to trespass upon the lands or interfere with the riparian rights of others in order to perform the permitted work nor does it authorize the impairment of any rights, title, or interest in real or personal property held or vested in a person not a party to the permit. I I• I • • Page 8 of 8 • TOWN OF SOUTHOLD SALT AIR FARM - DIKE REHABILITATION PROJECT ~N e WM1C` T LTETIpyg OE C CUTCHOGUE, NY pNV DATti f G-~~ SALT AIR FARM TOWN OF SOUTHOLD SPAWNS LOST f _ CP Acceen \ a• GIO~x. EXNinNG CSxo.oxs PaTrns 7 s Non zL PROPOSED sTFPwN a NO N4 A - on sco s I i 9 NORI THAT PROPOSED PLANTING "uv ,1 \ N SSEN PROPOSED PLANTING FLAN 11 L IS -ZS . r #L'' u s DETAILS 1 ,3 p °'Nt rg 1 f2 , T IT I' a ' 6Y t t yQ l his WE LOCATION suPTau cw n nEx PROPEATL TAI uir , i. wwaumx w .J f .l ,'I Ill'. s NOT Ll t 0 SECTION 'yd .T r, 8" LET a 1 11 r ll sz / SITE MAP LOCATION MAP SCALE. =250' Nis 4 - µce 'ru crc eEViS^NC O k R M1 F'l la P , SI O t 1 NI'll TOWN OF SOUTHOLD - I- mum mex x. xc- , - .eTa ~u , n SALT AIR FARM-DIKE REHA61L1 A ION PROJECT TITLE SHEET ..x.w i...-1 o w. L. K. McLEAN ASSOCIATES sP.C. _ xxa ! rro .m amw - sure muucx un IT 111 Ill o... Ma mTwIN. x... --s oLO A DID AT. N"oww:.° xOx"~~ .n -i. PIAN w•TS ?s.u ,waw to s 1 - cnfaso wso om 15 I-P p s f /N/ ,rT r, ~ ~ E ~ y'~ ? ,~t Y n .`k fS/yff~dSt' z 4 `l ~cd P1 'ef z i q A 1 J~~ ..dJ TiggW f r~ r{' ' x/rte .3' rN' Y ~ r 1 ~17 M1 I F IG~4. ~ a ~Yl i ~ f .f Y,4 , KEY rti ~isous TOWN OF SOUTHOLD SALT AIR FARM-DIKE ~REHABILIiA N m c IT , , PROJECT - . vu........ x..F° SITE ACCESS PLAN L, M~EAN ssxln 4 rp w` A -1 11 sow aao 15 • • • • • • • • • • • TIDAL crenx `V` F Q m x.s~ a. _ Ox sp s. J x' v .r APPROX. S.C i.M. PROPERTY LINE WEST CREEK WEST-NORTH DIKE-EXISTING CONDITIONS /A TIDAL CREFK J 0 n -me,c wo. xc . r. •wo A- c.w vorva o w ru a. r~ww : _ _ _ _ _ _ _ _ :v. r.c..a roc a aw..r?c.T ...wrE..ua WL - . . a e UL _ _ i.. x.. . vivo. rw.. x .n x..r .x. ...x e r ..om u~ix .u-. WEST-NORTH DIKE-EXISTING CONDITIONS ~TIDAL CREEK ~ -T- I-A TIll -IT X', - - '0 ~~SA TOWN OF SOUTHOLD LT 41R-FARM DIKE REHABILITATION PROJECT WES IK EXISTING ,K, ' - CONDITIONS Mq LEAN A8 AT B PC. x"u~"..~..°" ~.o„•r~x.. WEST-SOUTH DIKE-EXISTING CONDITIONS - - - sTuC I -p, - ec .wa::a..< <•°rx, _ z. e 3 iOJ L CREEK) 14'1 nLs; CIE Erg - 1 O~ i i ft1L rossc E 21 o. , A- _ ' - svr roooca+v~IEEIIo ET, r . - TOWN OF ROUTHCLD i ¦ q LT AIR FARM-DIKE R HABIIITAT10N LgU lK SALT AIR FARM-DIKE REHABILITATION PROJECT SOUTH IKE EXISTING PROPERTY LINE _ CQNL)ITIQNS I - O . s r. -1 ° TIE L K McLEAN ASSOCIATES P.c. kCl- (;BECK ~MO'LO v . , x . , .i 1 . 11 1 1. .n~+.n / .1. L-11 r~/[Raxn vGr[[a Siuf~ S[P1CN&A N13 .1 111 1 III, 4^ /1 5 • • • • • • • • • • • VIII 0 WEST-NORTH DIKE PROPOSED SITE PLAN R Y m -~1 Xr~ nr~..--r•-~ -o-• _ _ _ _ _ a cL 4Ccr WEST-NORTH DIKE PROPOSED SITE PLAN , I'll 11 11 Ill ~~l lD L 21 1 1. TOWN OF SOUTH D LD `y „N a ->J~°- ~SeIT 41R FARM-DIKE REN481LIT4TION PROJECT WEST DIKE PROPOSED _SITE PLAN L K. McLEAN AH I'TEB PPC. T s IFI WEST-SOUTH DIKE PROPOSED SITE PLAN sacs„ i. a . ,aMCO .w ..b.rz cYS,« rs uc. r rt.as> z 5 noiato .u>so.ooo 15 a a - \v0' ,pis -o-- 0 i - / KILT` -.`o I'PRCfl T- -r x,_ TII a c TOWN Of SOUTHOLD N I- LXAA SALT AIR FARM-`DIKE NLHABILITATION PROJECT SOUTH DIKE PROPOSED SITE PLAN 1 LEAN ASSOCIATES PC. rs. wuu W uxIcs °.c~.ni m..rsrsro nw~.nnxu'iwvcw r ee 8 IT -1 1,- q c oieco ...nosoaao 15 ssrnw urEn eECMV.wEx pATA U a mnmrvwoo p_fiTMrorv Iwo zwo ,o , sEL,roNLw~. o >o ~ ie 1, " ~LTI~NL~ a ~ sECTUN~LINEe " Q ATAT N2wx aSiAipx psiAMNl6a -IT BECIKVILEIE.1 9ELPONLINEd p SfnlWHbW ®S~nPU pEmAiKA18~W twl PROPOSED WEST-NORTH DIKE SECTIONS w,tt SECT LINE-10 BECi LINE.12 OwU ®9TAT"1E p9T N2w 0 3w C~ PROPOSED WEST-SOUTH DIKE SECTIONS -L. M- - - -=k suLEl r! TOWN M SSOU HOLD LK&A SALT AIR FARM-DIKE REHABILITATION PROJECT NEST DIKE SECTIONS L K. McLEAN A930CIATES, P.C. v e5 x01E0 o'a a-D ne1W- [wirr[[rr (ufa _n1[uB[o 3 7 ro frl ~Clp/SLL ~S • • • • • • • • • • • 6EVTMLWEI] 6EC11pI LINF~S ®9iPTON O~W ®6LPTgN1_ SECTON wL O6iAixMIS W I al _ y ,a - x - m 6ECII UNEI 9FCrgX LIM1E Wl 11116 ~BIATGN]w0 A6TAlgH6Nq O6TPTIIXISw] I l 4~I 3aI - -1 T AMC .O L. A.. LINE-A L. l m I ®sTPTOrv sscnorv uxe.xz as*gwxewo ®grnnox e.m LTION UK-2 6ICT. LNES 6ECINNI LII $STPTIIXi $SiAl10N 11 w0 ®6iAi CN 3wi orf[~ xa >o .a .n a rsn -111TI I'll -11 JNS IOww C0 nOEl w.D REHnelurnnoa PROPOSED SOUTH_ DIKE SECTIONS LK~snL? AIR Fne PROJECT sors s~>~Iz SOUTH DIKE SECTIONS ¢LL~.Imm mnl.a IeLUm nIIrIn L. K. M.LEAN ASSOCIATES, P.C. 11 A 11 - T- ma[awru poix(_, L P6 H 8 ro Of1 `u IJp500B ~5 m • • • • • • • • • • • r.u.oL°,.T..,n.,.°« FRESHWATER r. .....:........vn•,v,v_..::•.; v ......i•: r:•:4rSL4;•i .:«Jeh:.:~::: :w:.:: i:iri:Ji, u.n•,•M: (?4:i~i:4~':y_y:::i::::....Q mwT•rA.Lv SALTWATER ~xTQr..I ~•.w.:..°el.'°" r.u«T~. ..~..a.w.w.r.:...io-~ WEST-NORTH DIKE FRESF( g ,A,rr.LaRrm•rzro•a. ¢a T~isEI FRESHWATER xwre.a:erecunrz•Tw. _ _ _ _ _ •i:~~ a•o~romAT run ~ f.: j 1. 1... - y . 3 Q~ 3 ~3] n SALTWATER .7 PIT' SALT WATER T. WEST-NORTH DIKE - IEINNEE .11 WEST-SOUTH DIKE "•`"T°t'wm sots 1 -27 VVEHoNNEET11 (IRA ETIT -III PIA P- TPIE, 1,5111, -1., T PAE~ Illt 11-1 NE"I""N"Elt 11 PAT, III-PIE-E PENCE I' I INE111f. 11 IPPEOPNE All-Al ,IT -'A ITT- El 'I ELINo.or:.off _ o: IPANTNA 117ERNIPPEAl --I ZONE I "'IT"' ACEIN 1- END- NON.- IOIE I t. A.' I' : l-A~ PIPE 0.1 TEIL 2.11 1.. 1PL o rt o.umnt S111-11A PlIENE TIAL -I i POP T- ' AE 0 "'1 `EA moo -o,. =o. TA I oAL.o>: w.a„ . AEP LOPE T-4 4 KEV msoxs 20 1 11 r`-- wrz o TOWN OF SOUTHOLD SALT AIR FARM-DIKE REHABILIiA N r rm PROJECT WEST DIKE PROPOSED PLANTING PLAN ~:oAwtTwo '°'~~°~O • L K. _LEAN ASSOCIATES, P.C. TO I- INS 11 77 .1 NET saLW - - Tcs-AS NOTED ^1 fr a.. 1" a 11-1 Pa:;[x grs,uu ztFtiuSIR vu 9A - PEI .rmoLVaD um°ow 15 .mo..v,n..~.,.n...,,.,m.... FRESHWATER INE- r _ -;y. SALTWATER FRESHWATER 9nZ b -Di g~ SALTWATER \~A T"100 ' EENNIEEN- NEI / \ - FRESHWATER PINE "ATIONA 'DEAL - - , .,,I'll IA, -,A i ic A, I-,' SEE, I I;EN 11- A -11 ,A IA_ 2 11,1 N Ill r _ umes y9CyliL TOWN~OF SOUTHOLD m~.e.. ,,A„ w i SALT AIR FARM-DIKE REHAB LI ATICN _ ~,x~.,. „al„A.,.r.I F SALTWATER PROJECT .uK _ p • _ SOUTH DIKE PROPOSED Ill ENE ~ -o•~ _ Z~V • LANDSCAPE PLAN 12- .a o os ° - - . o L K. A2LEAN AS90CIATE$, P.C. Ai ANAAA a NOTED - - - 1 i I a Kx.:,..IIANDI„. K,,.a sown.q m 1015 Al 1, A', - EI 11 v M]I1M1191 NETN~IERWlO194FK1f8. ~i i16LL U. NIm6gBYELG ..s..e W a w 1. A sv 4 W~ I., I'll E, I - •°x= ` `s SECTION A-A ..T.NO FO sLC E DIKE DF7A. 1.., p I - 1 \ I. t a : a 1 I I - 1 I 1 m,.... SECTION B-B SEE~SLMEDINE DCLAL - - SGLC F lowrv O-D soUrno-Ao L[YiSALi AIR FARM-DIKE REHABI ITATICN PROJECT DETAILS - 1 17K. MCLEAN ASSOCIATES, R c. m s xmeo 11ITIPAIIII 1111 cDic,Dr~ 15 • • • • • • • • • • • .iv. - , o I'lo 11. To SOB1 1. 11 W .N,I,S 'I" ~ ~mr.NmsxNE N~,. Kxk T,~. Mr ~ ' ~ ° ~o ITEAE, 1. IIIAI 1"" y Mr,., o , IET 'i . DETAIL C-C cwu wti. „ ,A III G., o .Fr, - - - SPRI'S DETAIL 6-8 FRO vEW OF WiEALL ENE rxsp Iagato c+ LTCP oAAPRAGE' ROSSIECT`ON ssL o rµ c [ . o[ uxi USEB sf iu ER15n A,IEF w.u nmww~ 5AA e. ~ N4' 3 I., TAI A 3 11 IL I I 1A e > T~+Nrt. aw+rrcu _-_A a e -T11-1 ol NOTE PIANTING AT THIS SECTION iS TO BE AS SHCN'N ON H IS OMmED IN MIS SECTION SECTION C-C FOR "HE GLRGEESE Of ONNNv `E' POSED nwL RELIEF PIPE DETABE 9C/.LE x i 9 - TI 11, -E 11 ,It 7 Ivr -1A AIL NN wewc.. s<E - ,a „ CEO SOMA M,., ~I { IT-IT IT I T;_ - -T- DIKE TIE IN DETAIL C ,.,.T~ a SEES TOWN OF SOUTHOLD Lim SALT AIR s FA-AR M-mown. nv IKE REH ABILITATION oln.no:muIN' 1,111-1 . oi..u., N....,.~u w.,. PROJECT ,N. N.... M..u.. F. M.~.:a. DETAILS - 2 LrKeIEAN ASSOCIATES. P.C. MAINTENANCE I CONSTRUCTION CLEARING DETAILS +oI. N.. arzo INDS .1.1 N.. r~T,N,TO TEEIIN -EM, - - 46 12 ~TwOD 5 SILT FENCE DETAILS i i t aE. s x-J PERSPECTIVE VIEW aa~ ~ I SILT FENCE SECTION xo, ro sum CONSTRUCTION NOTES FOR FABRICATED SILT FENCE I I ..T .s .c llruie v~txEE NTI LF C TEMPORARY SILT FENCE WITH STRAW BALES BET PTA A i aov + i - 11 a 13r w, P 1-1 VSi] c sx.wJA.[ T7FARM-TiKE OLD LIIY~ - - - - ' " "v r; SALT AIR HABILTATON 3 L K. MCATE9.PAa I I_. 1. NIP 0- ,P 13b~v15 COIF IMT 7W TURY REINFORCEMENT MAT NOTES_ COIR MAT 700 TURF REINFORCEMENT MAT (TRM): (E~ PREMIUM COIR FIBER ROLLS: SHORELINE INSTRLLA110N seouem voam. t_ ..verso • _ V o LEEALL, i - Lon IEEI 1D-s1x„r.ucoeuE aun E.: F- 31- 1. 11-1 IAL IfTLE lIll II-All -A, 11, 1. e c c J-v. BE' AILLS .E nALLIEIT 11, I A j A N 13 II ISS_IEII OWN OF SOUTHOLD LKAI SALT AIR FARM-NI, REHABILITATION PROJECT _ DETAILS a s . .w m. ar L. K. McLEAN~A880CIA x S, PC. ILLIE ri xw"K. <n_n a..E uc.~or uxmu. rtsa _ ~ IT ro.ru. -111 no„` AS NOTES 1, LED ,II 4 EBnloll 14 . aoiwr.~ o 15 -I. T (I- EDNW, OBe BE,.OFOFB- _OT .FW. D. DT, u vu .N..xo:OS nFrn ~E„uBFJ m - - AE I vODIANDLOxO OONA LOGE mun n, cxNe s..w ne esmx AIL x-5 ~BNEWB OO OS ANEW 0.5.v0 N ~f ti 5 -nib x •aa.w.moxpam.Fn j EEINSTEN, EPSEBANEN, A.,-, ~BE, BNBB. N. OPF ..F4E WDETAIL OOEO BE.ABLEEDITS xE.EEEEB PTI - L:, 'A TIDAL SLOPE SEEDINGW NOTE O:ILD BE S.NO Fn N THE ='..a OW E OLa'N SLOPE ANO FLOW \S,GJ L111, OL. EHOOEitL 'v-- 5 n. `.aovav y. TOW cs OFF SOUTHOLD - a-c--c-cr - - LK 'SALT AIR FARM-DIKE REHABILITATION _ PROJECT DETAILS 5 eABSovrBLA x a svAxnw, .ENx aoBA _L K. McEEAN ASS IATMS. PC 11 A -EE 11 -L AI 3 s.... mn'a. u ~uN c -A DD arP 15 vvxEO - 15 • • • APPENDIX B • TOWN OF SOUTHOLD TRUSTEES WETLANDS PERMIT • • • • • ~JTown Hall Annex James F. King, President S0 Bob Ghosio, Jr., Vice-President 54375 Main Road h O P.O. Box 1179 Dave Bergen w ,y~, yy Southold, New York 11971-0959 • John Bredemeyer " T ? Telephone (631) 765-1892 Michael J. Domino IIiz, Fax (631) 765-6641 coum • BOARD OF TOWN TRUSTEES TOWN OF SOUTHOLD August 21, 2013 • Mr. Christopher F. Dwyer L.K. McLean Associates, P.C. 437 South Country Road Brookhaven, NY 11719 RE: SALT AIR FARM 3280 NEW SUFFOLK ROAD, CUTCHOGUE SCTM# 109-5-23.3 Dear Mr. Dwyer: The Board of Town Trustees took the following action during its regular meeting held on Wednesday, August 21, 2013 regarding the above matter: WHEREAS, L.K. McLean Associates, P.C. on behalf of SALT AIR FARM applied to the Southold Town Trustees fora permit under the provisions of Chapter 275 of the • Southold Town Code, the Wetland Ordinance of the Town of Southold, application dated July 29, 2013, and, WHEREAS, said application was referred to the Southold Town Conservation Advisory • Council and to the Local Waterfront Revitalization Program Coordinator for their findings and recommendations, and, WHEREAS, in accordance with Chapter 268, said application was found to be Exempt from the Local Waterfront Revitalization Program policy standards, and, WHEREAS, a Public Hearing was held by the Town Trustees with respect to said application on August 21, 2013, at which time all interested persons were given an opportunity to be heard, and, WHEREAS, the Board members have personally viewed and are familiar with the • premises in question and the surrounding area, and, I • • 2 WHEREAS, the Board has considered all the testimony and documentation submitted + concerning this application, and, WHEREAS, the structure complies with the standards set forth in Chapter 275 of the Southold Town Code, WHEREAS, the Board has determined that the project as proposed will not affect the • health, safety and general welfare of the people of the town, NOW THEREFORE BE IT, RESOLVED, that the Board of Trustees approve the application of SALT AIR FARM for a Ten (10) Year Maintenance Permit to remove woody vegetation along the unaffected sections of the berms while removing existing vegetation along the areas to be rehabilitated; the dikes will be enhanced or strengthened by the use of geosynthetic grids and erosion control materials; native vegetation will be added to provide erosion and sediment control; placement of any supplemental fill required in areas that were subject to settlement; establish a material staging area and clearly defined access roadways to repair the approximately 2,317 linear feet of damaged levee sections of an existing approximately 3,091 linear foot dike; all construction shall be performed in accordance with NRCS's (USDA) dike construction standards and specifications; and as depicted on the site plan prepared by L.K. McLean Associates, P.C., last dated July 2013, and stamped approved on August 21, 2013. • Permit to construct and complete project will expire two years from the date the permit is signed. Fees must be paid, if applicable, and permit issued within six months of the date of this notification. Inspections are required at a fee of $50.00 per inspection. (See attached schedule.) • Fees: $0.00 Very truly yours, • James F. King President, Board of Trustees JFK/amn • K Al 70N At at _1 BOARD OF SOUTHOLD TOWN TRUSTEES SOUTHOLD, NEW YORK Y PERMIT NO. 8256 DATE: AUGUST 21, 2013 ISSUED TO: SALT AIR FARM E' did. PROPERTY ADDRESS: 3280 NEW SUFFOLK AVENUE, CUTCHOGUE SCTM# 109-5-23.3 AUTHORIZATION iJ Pursuant to the provisions of Chapter 275 and/or Chapter I I I of the Town Code of the Town of Southold and in accordance with the Resolution of the Board of Trustees adopted at the meeting held on Aueust 21, 2013, and in consideration of application fee in the sum of $250.00 paid by Louis K. McLean Associates P.C. and subject to the Terms and Conditions as stated in the Resolution, the Southold Town Board of Trustees fl authorizes and permits the following: r Wetland Permit for a Ten (10) Year Maintenance Permit to remove woody vegetation along the unaffected sections of the berms while removing existing vegetation along the areas to t' be rehabilitated; the dikes will be enhanced or strengthened by the use of geosynthetic grids w. and erosion control materials; native vegetation will be added to provide erosion and sediment control; placement of any supplemental rill required in areas that were subject to settlement;. establish a material staging area and clearly defined access roadways to repair the approximately 2,317 linear feet of damaged levee sections of an existing approximately 3,091 linear foot dike; all construction shall be performed in accordance with NRCS's (USDA) dike construction standards and specifications; and as depicted on the site plan prepared by L.K. McLean Associates, P.C., last dated July 2013, and stamped approved on August 21, 2013. • K, IN WITNESS WHEREOF. the said Board of Trustees hereby causes its Corporate Seal to be affixed and these presents to be subscribed by a majority of the said Board as of this date. l $g o~gOFFOlIt F N t ; 7 • James F. King, President OF soUTyo Town Hall Annex Bob Ghosio, Jr., Vice-President l0 54375 Main Road P.O. Box 1179 • Dave Bergen Southold, New York 11971-0959 John Bredemeyer G~ Q i~ Telephone (631) 765-1892 Michael J. Domino MY,~ Fax (631) 765-6641 • BOARD OF TOWN TRUSTEES TOWN OFSOUTHOLD • Trustee Matters Storm Water Runoff • With the recent heavy rainfalls, we are reminded once again of the problems Southold Town has with storm water runoff. With over 100 road ends terminating at creeks, bays, inlets, or Long Island Sound, as well as all of the lawns and homes lining our miles of shoreline, 100's of thousands of gallons of storm water runoff enters our wetlands every year. • Carrying sediment that prevents sunlight from reaching aquatic plants, nutrients from animal waste and lawn fertilizers that promote algae blooms detrimental to shellfish, and bacteria and other biologicals that in high doses can be harmful to swimmers, storm water runoff is one of the Trustees main public safety concerns. So important, in fact, that • Southold has a Storm Water Management Code. Southold Town's Chapter 236 provides an outline for how people need to deal with storm water runoff from their properties. For example, new construction or renovation is required to contain any potential runoff to the wetlands from the construction by installing hay bales and silt fencing. This acts as a barrier and keeps our wetlands clean. • Another example in Chapter 236 is that every building must have provisions to collect and disperse, ON-SITE, at least a 2 inch rainfall. This is usually handled by installing gutters, leaders and drywells to the home. The Trustees also have a standing policy of requiring pervious non-turf buffers along bulkheads and at tops of bluffs that help keep run off from entering the wetlands and prevents erosion to bluffs. These are important • measures to keep our wetlands safe and clean! Before deciding to renovate or build, the Town Trustees urge you to check our website and the other department's websites to make sure what you are planning to do meet the Town's Codes. These codes have been developed for the good of all citizens. And the wildlife all around us too! • • SOUTHOLD T.RUSTEES No. X2510 PERMIT Issued To S&lJr Air R rm Date Address 3240 New SwWkeJA THIS NOTICE MUST BE DISPLAYED DURING CONSTRUCTION TOWN TRUSTEES OFFICEmTOWN OF SOUTHOLD SOUTHOLD, N.Y.11971 TEL.: 765-1892 • APPENDIX C SUFFOLK COUNTY FARMLAND • COMMITTEE - AGRICULTURAL DEVELOPMENT PERMIT . III I!. . I. • COUNTY OF SUFFOLK • OCT - 2 2013 Steven Bellone SUFFOLK COUNTY RXECUTIVE - Department of • Economic Development and Planning Joanne Minieri Deputy County Executive and Commissioner Division of Planning and Environment • SUFFOLK COUNTY FARMLAND COMMMEE September 30, 2013 Mr. Christopher F. Dwyer, Associate L.K. McLean Associates, P.C. 437 South Country Road • Brookhaven, NY 11719 Re: 1535 New Suffolk Avenue, Cutchogue, Town of Southold Suffolk County Tax Map 1000-109.00-05.00-023.002 Application 2013020 /Committee Resolution Number: FC-32-2013 Permit #'s: PFC2013042, PFC2013043 I• j Dear Mr. Dwyer: The Suffolk County Farmland Committee, at its regular meeting on September 24, 2013, reviewed your application for an Agricultural Development Permit for the reconstruction of dike structures, clearing and restoration of vegetation, and replacement of tidal gates, and a Special Use Permit for site disturbance • associated with the aforementioned improvements, in association with a commercial agricultural operation. The application was approved, subject to the conditions outlined in the enclosed resolution and permits. Lastly, the enclosed receipt confirms your payment of the $100.00 application fee for Application No. 2013020. If you have any questions, please feel free to contact me at (631) 853-5201 or kathryn.mageg.suffolkcountxy gov. • Sincerely, Kathryn Magee Environmental Planner • Enclosures Cc: Prudence Heston, Salt Air Farm Lauretta R. Fischer, Principal Environmental Analyst, S.C. Div. of Planning and Environment • Suffolk County Div. of Real Property Acquisition and Management, Inventory Unit (email copy) August Ruckdeschel, Farmlands Administrator, S.C. Dept. of Economic Dev. & Planning (email copy) Heather Lanza, Planning Director, Town of Southold (email copy) Melissa Spiro, Land Preservation Coordinator, Town of Southold (emailcopy) • H. LEE DENNISON BLOO ¦ 1GO VETERANS MEMORIAL HWY, Rh F1 ¦ P.O. BOX 6100 a HAUPPAUGE, NY 1178&-0099 ¦ J631)8534191 i COUNTY OF SUFFOLK Steven Bellone SUFFOLK COUHW EXRCUr7 VE Department of Economic Development and Planning Joanne Minieri Deputy County Executive and Commissioner Division of Planning and Environment AGRICULTURAL DEVELOPMENT PERMIT Application 2013020 Meeting Date: September 24, 2013 Resolution FC-32-2013 Permit PFC 2013042 Date Issued: September 30, 2013 Property Address: 1535 New Suffolk Avenue, Cutchogue, Town of Southold Tax Map 1000-109.00-05.00-023.002 Pursuant to Chapter 8 of the Suffolk County Administrative Local Laws, permission is hereby granted to WICKHAM HOLDINGS LLC /"SALT AIR FARM" To Reconstruct and Maintain: 1. EARTHEN DIKES 2. TIDAL GATES On the above-captioned property, subject to the following conditions: 1. The earthen dike reconstruction, clearing and restoration of vegetation and replacement of tidal gates shall be located and constructed as depicted in the Applicant's "Salt Air Farm - Dike Rehabilitation Project" plans, dated August 2013, which were received by Suffolk County on September 6, 2013, and attached as Exhibit A, to the Department of Economic Development and Planning, Division of Planning and Environment Staff Report for Application No. 2013020; and 2. The earthen dike shall be constructed in accordance with United States Department of Agriculture, Natural Resource Conservation Service dike specifications; and 3. The earthen dike shall be 3,120 feet in length, 4 to 6 feet high, and 45 feet wide, with 2,319 linear feet of the dike being rehabilitated; and 4. The earthen dike shall be revegetated with freshwater wetland or tidal wetland herbaceous species where appropriate; and 5. All areas disturbed as a result of the contractor's staging and site access shall be restored and revegetated to their original conditions; and 6. The landowner shall submit the "as-built" plans depicting all improvements to the premises to the Suffolk County Department of Economic Development and Planning, Division of Planning and Environment within one (1) year of permit issuance; and Pagel of `2 I • Agricultural Development Permit # PFC 2013042 Page 2 of 2 • 7. The aforementioned improvements shall be limited to those necessary for Agricultural Production, as defined by Chapter 8 of the Suffolk County Administrative Code; and 8. The landowner shall be responsible for compliance with all conditions Farmland Committee Resolution #FC-32-2013, the deed of development rights, the contract of sale, and all applicable federal, state, county and town statutes, rules, regulations, and guidelines. • This permit shall expire on Seotember 30, 2014 unless the authorized improvements have been commenced; a building permit, where required by the local town or village, has been secured by the agricultural land owner or the Suffolk County Farmland Committee has granted the agricultural land owner an extension Kathryn Magee Environmental Planner • • • • • • • COUNTY OF SUFFOLK Steven Bellone SUFFOLK COUNTY EXECUTIVE Department of • Economic Development and Planning Joanne Minieri Division of Planning and Environment Deputy County Executive and Commissioner • SPECIAL USE PERNUT Application 2013020 Meeting Date: September 24, 2013 Resolution FC-32-2013 Permit PFC 2013043 • Date Issued: September 30, 2013 Property Address: 1535 New Suffolk Avenue, Cutchogue, Town of Southold Tax Map 1000-109.00-05.00-023.002 Pursuant to Chapter 8 of the Suffolk County Administrative Local Laws, permission is hereby granted to • WICKHAM HOLDINGS LLC / "SALT AIR FARM" To conduct a site disturbance for the installation and maintenance of 1. EARTHEN DIKES • 2. TIDAL GATES On the above-captioned property, subject to the following conditions: 1. The landowner shall be responsible for compliance with all conditions Farmland Committee Resolution #FC-32-2013, Agricultural Development Permit # PFC2013042, the deed of development rights, the contract of sale, and all applicable federal, state, county and town • statutes, rules, regulations, and guidelines. This permit shall expire on September 30. 2014 unless the authorized improvements have been commenced; a building permit, where required by the local town or village, has been secured by the agricultural land owner or the Suffolk County Farmland Committee has granted the agricultural land owner an extension. • K*rynMagee Environmental Planner • Page 1 of I • • RESOLUTION NO. FC-32-2013 OF THE SUFFOLK COUNTY FARMLAND COMMITTEE, PURSUANT TO CHAPTER 8 OF THE SUFFOLK COUNTY ADMINISTRATIVE LOCAL LAWS, • APPROVING MODIFICATION TO THE WICKHAM HOLDINGS LLC PROPERTY (TAX MAP NUMBER 1000-109.0045.00- 023.002), TO WHICH THE COUNTY OF SUFFOLK OWNS THE DEVELOPMENT RIGHTS WHEREAS, pursuant to Chapter 8 of the Suffolk County Administrative Local Laws ("Chapter 8"), a proposal to • modify the property currently owned by WICKHAM HOLDINGS LLC has been received by the Suffolk County Farmland Committee ("Committee"), where such proposal is known by application number 2013020; and WHEREAS, the property owned by WICKHAM HOLDINGS LLC is known as "SALT AIR FARM" and is located on land situated south of NEW SUFFOLK ROAD (C.R. 26), west of GRATHWOHL ROAD, and adjacent to WEST CREEK to the south, in the hamlet of CUTCHOGUE, TOWN OF SOUTHOLD, identified by Suffolk County Real Property Tax Map ("SCRPTM") number 1000-109.00-05.00-023.002 • ("premises"); and WHEREAS, the applicant seeks Agricultural Development and Special Use Permits for the reconstruction of dike structures, clearing and restoration of vegetation, and replacement of tidal gates, and to conduct a site disturbance for the aforementioned improvements; and WHEREAS, said application was considered by the Committee at its meeting on September 24, 2013; now, • therefore, be it 1° RESOLVED, that the Committee hereby finds and determines that this proposal constitutes a Type II action pursuant to 6 NYCRR §617.5(cx3), which completes the SEQRA review; and 2"d RESOLVED, that the Committee hereby approves and adopts the report of its staff, as may be amended; and be it further • Yd RESOLVED, that the Committee hereby approves said application, subject to the following conditions: 1. The earthen dike reconstruction, clearing and restoration of vegetation and replacement of tidal gates shall be located and constructed as depicted in the Applicant's "Salt Air Farm - Dike Rehabilitation Project" plans, dated August 2013, which were received by Suffolk County on • September 6, 2013, and attached as Exhibit A, to the Department of Economic Development and Planning, Division of Planning and Environment Staff Report for Application No. 2013020; and 2. The earthen dike shall be constructed in accordance with United States Department of Agriculture, Natural Resource Conservation Service dike specifications; and 3. The earthen dike shall be 3,120 feet in length, 4 to 6 feet high, and 45 feet wide, with 2,319 linear • feet of the dike being rehabilitated; and 4. The earthen dike shall be revegetated with freshwater wetland or tidal wetland herbaceous species where appropriate; and 5. All areas disturbed as a result of the contractor's staging and site access shall be restored and revegetated to their original conditions; and • 6. The landowner shall submit the "as-built" plans depicting all improvements to the premises to the Suffolk County Department of Economic Development and Planning, Division of Planning and Environment within one (1) year of permit issuance; and 7. The aforementioned improvements shall be limited to those necessary for Agricultural Production, as defined by Chapter 8 of the Suffolk County Administrative Code; and S.C. Farmland Committee Meeting 9/24/2013 - Reso. No. FC-32-2013 Page 1 of 2 • • The landowner shall be responsible for compliance with all conditions Farmland Committee Resolution #FC-32-2013, the deed of development rights, the contract of sale, and all applicable federal, state, county and town statutes, rules, regulations, and guidelines. • Motion by: Nate Corwin Seconded by: Charles Scheer Committee Vote: Ayes 13 Nays 0 • Abstentions 0 Committee Member Appointment Yes No Abstained Not Present BALSAM, Alex Town of East Hampton ? BARNETT, Russell K. Town of Smithtown ? • BUSH, Ronald At-Large ? CORWIN, Nate At-Large ? FOSTER, Lee Town of Southampton ? JOHNSON, Howard Town of Huntington ? JONES, Ann Marie Town of Babylon ? KILB, Alfred J., Jr. Town of Shelter Island ? • KRUKOWSKI, Joseph Town of Southold i LANSDALE, Sarah S.C. Dir. of Planning ? MOYER, Dale D. At-Large ? MURPHY, Eugene Town of Islip ? NOLAN, Ron Town of Brookhaven ? ROTTKAMP, Jeffrey Town of Riverhead ? • SCHEER, Charles F., Jr. At-Large ? SCHMITT, Albert At-Large ? ZAWESKI, Mark At-Large ? VACANT VACANT • Totals 13 0 0 4 Date: September 24, 2013 Location: Kermit W. Graf Cornell Cooperative Extension Building 423 Griffing Avenue, Riverhead, New York 11901 • • • S.C. Farmland Committee Meeting 9/24/2013 - Reso. No. FC-32-2013 Page 2 of 2 • i ADDENDUM NO. 1 TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK r SALT AIR FARM - DIKE REHABILITATION PROJECT TO: ALL Contractors ` FROM: L.K. McLean Associates, P.C. DATE: November 20, 2013 Acknowledge receipt of this Addendum No. I by filling out and signing the attached form. The signed Addendum shall be attached to the Form of Bid. Failure to do so may subject the bidder to diNualification. This addendum forms part of the Contract Documents and modifies them as follows: Addendum Number 1 1. On Sheet 5 of 15 there is a note (#4) that addresses unsuitable material within the existing dike structure. The intent of this project is to use most if not all of the exiting dike material present. Test borings that were obtained for the purpose of conducting a seepage analysis did not reveal this condition to be likely. If highly organiclbog material exists in an isolated area where proposed material is to be placed and creates an "un-constructable" condition, then the Contractor shall be expected to remove the material for use elsewhere in the berm structure or shall be stockpiled at a location on the site as determined by the farm owner. Wherever possible, questionable materials may be moved within the dike section to provide the most effective arrangement of fill. (i.e. "heavier" materials on top and sandier materials within the core of the section). The excavation required for filling shall be included in the structural fill unit price. As per the NYSDEC permit conditions, only low ground pressure equipment shall be utilized on the dike. 2. The attached specifications for all #8 items (8A-1, 8A-2, 8A-3, 8A-4,8B-1, 811-2,8111- 3, 811-4, 8C &8D) shall replace the corresponding items previously included within the contract. 3. Item 7 - Clearing and Grubbing: This item shall include the removal and disposal of all surface vegetation. Clearing shall be done in a manner that will leave maximum soil mass in place. The intent of this contract item is to remove any ` woody vegetation proud of the existing surface so as to create a uniform surface to enhance the dike to the specified standards. Trees and any root systems projecting upward shall be cut level with the ground. 4. Item 2SF - Structural Fill: ` o It is the intent of this item to build or enhance the existing dike structures by constructing from the prepared surface. It is not the intention of this ADDENDUM NO. 1 - Page 1 of 3 • ADDENDUM NO. 1 project to reconfigure the existing dike structures unless the means and methods deployed by the Contractor combined with the uniform • gradation of the existing dike soils support such re-grading operations. Any alternate means of building the dikes shall be included in the Structural Fill Item. The item is based upon using the existing soils. Whether the new material is placed directly above the existing soils or re- configured (re-graded) existing soils, the overall volume associated with • this contract item shall remain the same. o Replace "Geosynthetics shall be as manufactured by Mirafi Construction Products or approved equal, Burlington, CT; 860-675-9200. Product names as specified on • contract plans." With "Geosynthetics shall be as manufactured by Propex Operating Company or approved equal, Chattanooga, TN; 800-621-1273. Product names as specified on contract plans." End of Addendum Number 1 II• • • • ADDENDUM NO. 1 - Page 2 of 3 • ADDENDUM NO. 1 The undersigned hereby acknowledges receipt of the following Addenda: Addendum No. Dated • 1 11-20-2013 Signature of person, firm or corporation making this Proposal: (Contractor) TPresi (~evrF- (Title) P.O. Address: A ~ 0 N Phone No.: 00o I Dated: 12-0 115 The full names and address of all persons interested in the Proposal or principals are as follows: Name Address • ~~~??an M_Me~?~i~Sk1 llo_ N. Mace • • ADDENDUM NO. 1 - Page 3 of 3 • L K. McLEANASSOClATES, RC. MI&A CONSULTING ENGINEERS 437 South Country Road, Brookhaven, N.Y. 11719 Phone (631) 286-8668 Fax (631) 286-6314 • • To: All Recipients From: Patrick Terry Co: Pages: 9 (including coversheet) • Faic oate: November 20, 2013 Re: Salt Air Farm - Dike Rehabilitation cc: Project Addendum No.1 X Urgent ? For Review ? Please Comment X Please Reply ? Please Recycle e Comments • Once you have received this please check the box and fax back to 631-286-6314. Please include a copy of this form with your bid submission. Thank you for your cooperation. f I have received Addendum No. 1 regarding the Salt Air Farm - Dike • habilitation Project. Company Name: v-~P,~2an I v l . I V ICZ~l Ul oc Authorized Signature: Date: tL/k-Lt~ • • i L.K. McLean Associates, AC. CONSULTING ENGINEERS LANDSCAPING AND WETLAND PLANTINGS ITEMS 8A-1, 8A-2,8A-3,8A-4 ITEMS 811-1, 8B-2,811-3,813-41, ITEMS 8C, 8D DESCRIPTION • Under this Item, the Contractor shall provide all labor, materials and equipment as specified herein for planting, as indicated on the contract drawings or as directed by the Engineer. MATERIALS • 1. Plants shall be as indicated on the contract drawings and shall meet the minimum requirements of the American Association of Nurserymen, Inc. standards. 2. Peat moss (horticultural) shall be of the shredded type, compressed in bales. The PH shall be not less than 4 and the ash content not over 3%. The peat moss shall be capable of absorbing water 15 to 20 times its own weight. 3. Fertilizer shall have the following composition by weight: nitrogen (10%), phosphoric acid (P205) 20% and potash (10%). The nitrogen shall be 30% organic minimum (from animal sources, e.g. tankage) and 70% inorganic maximum. The elements shall be listed according to the methods adopted by the Association of Official Agricultural Chemists. 4. Plants specified shall be clean, sound, flat stock free from decay and fire injury. Tidal and Freshwater wetland plants shall be 2" plugs and American Beach Grass can be either plug or bare root with three (3) culms minimum. ITEMS: FRESHWATER WETLAND HERBACEOUS SPECIES • (Item 8A-1) Hibiscus Moscheutos- Swamp Rose Marsh (2" Plug) • • (Item 8A-2) Juncus Roemerianus - Needlegrass Rush (2" Plug) • (Item 8A-3) Spartina Cynosuroides - Big Cordgrass (2" Plug) • (Item 8A-4) Typha Angustifolia - Narrowleaf Cattail (2" Plug) TIDALWETLAND HERBACEOUS SPECIES • (Item 813-1) Ammophilia Breviligulata - American Beachgrass (2" Plug or Bare Root) • (Item 813-2) Distichlis Spicata - Spike Grass (2" Plug) • (Item 813-3) Spartina Altemiflora- Smooth Cordgrass (2" Plug) • (Item 813-4) Spartina Patens - Salt Meadow Cordgrass (2" Plug) Item 8 - Page 1 of 5 • • L K. McLean Associates, AC CONSULTING ENGINEERS C. PREMIUM COIR FIBER ROLLS (Bio-Log) • • Staked in place as per contract drawings. If sediment reaches 50% the height of the roll, the sediment shall be removed by the contractor at no expense to the owner. • Item 8C-1: 12" Diameter (low energy type) • Item 8C-2: 16" Diameter (high energy type) • D. WATERFOWL CANOPY FENCE • Installed as per the contract drawings or A.O.B.E. All canopies necessary to protect the freshwater and tidal plantings shall be included in this lump sum price. TEMPORARY STORAGE Prior to shipment and after delivery to the project site, all plants shall be properly protected. Bare root plants shall be heeled in trenches with the bundles opened and the plants spaced separately and all roots covered with soil. All plug plants shall be stored in as shaded place protected from the wind and sun. The contractor shall demonstrate the ability to water/maintain all plants on site by supplying the engineer in charge with a means and methods schedule. • Delivery of plant material shall be coordinated with planting schedule, and on site storage shall not exceed 72 hours. All plants that cannot be planted in one day shall be removed from the planting area and returned back to the approved storage location with access to water. PLACING AND SETTING • 1. The locations for the plants shall be as shown on the contract drawings and as directed by the engineer. All planting areas shall be staked out in the field by the Contractor to the satisfaction of the Engineer, before any excavation is made. The contractor shall submit to the engineer a color code schedule for the layout of each species for his approval. The request for approval of the stakeout shall be made 24 hours in advance. Any necessary adjustments shall be subject to the • approval of the Engineer. 2. All underground obstructions shall be removed to the depth necessary to permit planting, and to the satisfaction of the engineer. • 3. Roots of bare plants beach grass shall be properly spread out in its natural position, fertilizer added to the planting pit/hole, topsoil mixture placed around culms/roots, and watered in for compaction requirements. All clumps of beach grass shall have a minimum of three (3) culms, and if pruning is required the clump shall have a minimum of three remaining culms. 4. Backfill for the 2" planting plug material, shall be composed of peat and topsoil thoroughly mixed together in a proportion by volume of not more than 33% and not less than 20%. The engineer shall observe the mixing and approve the soil mix prior to placement. The contractor may elect to have the material mixed at an approved source and submit testing/source certification as an alternate method for acceptance. • Item 8 - Page 2 of 5 L.K. McLean Associates, EC CONSULTING ENGINEERS 5. All plant materials shall be thoroughly and properly settled by tamping and watering. The contractor shall be responsible for watering for the length of the contract or for the entire period I', • of establish (1 year), which every is longer CLEAN-UP 1. The Contractor shall remove from the site all branches, containers, rocks, paper and rubbish in all landscape areas as the work progresses. 2. All areas shall be kept in a neat and orderly condition at all times. Prior to final acceptance, the Contractor must clean up the entire project site to the satisfaction of the Engineer. MAINTENANCE • 1. The Contractor will be held responsible for the maintenance of all work (including watering/weeding) and parts thereof prior to acceptance. No plantings will be accepted unless approved by the engineer that all tidal and freshwater place exhibit healthy foliage consistent with the growing season. 2. In the event of the threat of serious damage resulting from insects/disease, the plants shall be treated by preventative or remedial measures approved for good horticultural practice. Plants found to be diseased shall be replaced during the next planting season. Replacements will not be allowed out of the specified planting seasons, unless approved by the engineer. • STANDARDS 1. Analysis and tests of materials such as, but not limited to topsoil, peat moss, fertilizers, insecticides and other materials of similar character required to be made under this specification shall be made in accordance with the current methods of the Association of • Official Agricultural Chemists. 2. Plant names shall agree with the nomenclature of "Standardized Plant Names" as adopted by the American Joint Committee on Horticultural Nomenclature 1942 Edition; size and grading standards shall conform to those of the American Association of Nurserymen (USA Standard • Z60, 1-1969) unless otherwise specified. 3. For the duration of the contract, the Contractor shall at his own expense erect barricades, signs, fences, etc. and provide security as might be necessary for the protection of all plants until the contract has been accepted. A INSPECTION All plants shall be subject to the inspection and approval by the Engineer or his authorized representative, at the growing source, prior to shipping. Approvals and tagging at the nursery shall not obligate the Town to pay for any plants until they have been delivered and planted at the project site. Where it is deemed necessary by the Town to make physical inspections of nursery stock or other materials, the Contractor shall pay for all expenses. The Town shall be Item 8 - Page 3 of 5 • I • L K. McLean Associates, AC. CONSULTING ENGINEERS reimbursed for the Inspector's expense of transportation, meals and lodging incurred while traveling beyond the confines of Suffolk County from the Town Hall, Southold, New York to the • nursery source. The removal of nursery stock rejected at the planting site shall be at the expense of the Contractor and replacement in compliance with the specifications shall be made at no extra cost to the Town. The Contractor shall, at the time of delivery, submit copies of the latest Agricultural and Markets Inspection form to the engineer in charge, along with the invoice for each species of plant material on the load. PLANTING SEASON 1. The planting season shall be approximately from March 15 to June 15 and from September 1 • to November 15 and as approved by the engineer. All approvals beyond the specified seasons shall be dependent on weather and ground temperatures/condition at the time of planting. 2. No planting shall be done beyond the active growing season, unless approved by the engineer in charge. No planting will be allowed when the backfill/ ground is frozen or when the soil is • unsatisfactory for working. 3. The Contractor shall provide temporary stabilization on slopes, at no cost to the owner, if the slopes are not prepared in time for the planting season. The Contractor shall submit proposed methods (i.e. mulching) to the Engineer for approval, prior to implementation. • ACCESS TO ALL OPERATIONS FOR INSPECTION The Contractor shall furnish such facilities and give such assistance for reasonable inspections as the Engineer may request and shall secure free access to all sites where the plant material is located or work is in progress. • GUARANTEE AND INSPECTION 1. The life and satisfactory condition of all tidal and freshwater wetland plants shall be guaranteed by the Contractor for the period of one (1) year after acceptance of work and materials. 2. All seeded areas shall exhibit a satisfactory stand of vegetative growth acceptable to the engineer and as defined as 85% coverage. When in the opinion of the engineer there is unsatisfactory vegetative growth, the contractor shall take the appropriate horticulture measures necessary to improve the percentage of vegetative coverage. 3. The Contractor shall request final inspection when the work is completed and ready for inspection. This notification shall be made in writing to the Engineer, who will arrange a final inspection with all the appropriate agencies. 4. Before final payment all defects or omissions noted on the final inspection report shall • have been rectified by the Contractor to the satisfaction of the engineer in charge, without any additional compensation. Item 8 - Page 4 of 5 • • L.K. McLean Associates, AC CONSOLT[NG ENGINEERS METHOD OF MEASUREMENT • The planting work will be measured by the number of plants installed per recommended spacing requirements and accepted in accordance with the contract drawings, specifications or as ordered by the Engineer. • The bio log items will be measured in linear feet. The waterfowl protection canopy is a lump sum item. BASIS OF PAYMENT • The unit price bid for each item shall include the cost of furnishing all labor, materials, equipment, mulch, topsoil and other incidentals necessary to complete the work in accordance with the contract drawings, specifications or as ordered by the Engineer. The linear foot unit price for the bio-log shall include furnishing and installing all materials • necessary to install the bio-log as per the contract drawings or as ordered by the Engineer. The lump sum price for the waterfowl canopy shall include all materials, labor and incidentals to install and maintain the waterfowl canopy throughout the duration of the project and maintenance period. • END ITEM 8 ~I • • III Item 8 - Page 5 of 5 • • ADDENDUM NO.2 TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK • SALT AIR FARM - DIKE REHABILITATION PROJECT TO: ALL Contractors • FROM: L.K. McLean Associates, P.C. DATE: November 21, 2013 Acknowledge receipt of this Addendum No. 2 by filling out and signing the attached form. The • signed Addendum shall be attached to the Form of Bid. Failure to do so may subject the bidder to disqualification. This addendum forms part of the Contract Documents and modifies them as follows: Addendum Number 2 • 1. Attached is the ACOE Permit. The contractor is subject to all terms and conditions of this permit and should include any costs associated with this permit within the appropriate line items. 2. Item 4- Permanent Erosion Control /Slope Stabilizing System • a. Replace the bid specification with the specification attached to this addendum. Note: Primary Anchors are to be type B2, Secondary are to be type B 1. End of Addendum Number 2 • • • • ADDENDUM NO.2 - Page 1 of 2 • • ADDENDUM NO.2 • The undersigned hereby acknowledges receipt of the following Addenda: Addendum No. Dated 2 11-21-2013 F• Signature of person, firm or corporation making this Proposal: • (Contractor) (Title) P.O. Address: O /4 Phone No.: 61 °2A o 0001 Dated: • The full names and address of all persons interested in the Proposal or principals are as follows: Name Address eSk, o S-hie~f- ADDENDUM NO.2 - Page 2 of 2 • I. L.K. McLEANASSOCIATES, AC. LKARA CONSULTING ENGINEERS 437 South Country Road, Brookhaven, N.Y. 11719 Phone (631) 286-8668 Fax (631) 286-6314 ~0 ¦ ax • To: All Recipients From: Patrick Terry Co. Fawn: 18 (including coversheet) • Fax Dace November 21, 2013 Re: Salt Air Farm - Dike Rehabilitation cm Project 0 Addendum No. 2 X urgent ? For Review ? please Comment X Please Reply ? Please Recycle • Comments 0 Once you have received this please check the box and fax back to 631-286-6314. Please include a copy of this form with your bid submission. Thank you for your cooperation. I have received Addendum No. 2 regarding the Salt Air Farm - Dike 0 Rehabilitation Project. Company Name: U VA ( ' I~ Authorized Signature: Date: l • 0 L.K McLean Associates, RC CONSULTING ENGINEERS ITEM 4 - PERMANENT EROSION CONTROL/SLOPE STABILIZING SYSTEM DESCRIPTION • The Contractor shall fiunish all labor, materials, equipment and incidentals necessary for the construction of the Permanent Erosion Control Slope Stabilizing System, as specified, shown on the Contract Drawings and as approved by the Engineer. Work shall include, but h not be limited to fine grading, blanketing, stapling, anchoring, transitioning, and miscellaneous related work necessary to install a complete system. • The work shall include smoothing/scaling/re-grading in accordance with the details shown in the Plans; placing a High Performance Turf Reinforcement Mat (HPTRM), installing earth percussion anchors to the specified minimum length and spacing indicated on the Plans; attaching bearing plates and nuts; performing anchor testing. • HPTRM to be used on slopes 1H:1 V. SUBMITTALS • • Provide submittal items, at least 15 calendar days prior to initiating the slope stabilization construction: o The proposed start date and proposed detailed slope construction sequence including: i. Plan describing how surface water will be diverted, controlled and disposed of ii. Proposed methods and equipment for shaping/scaling/re-grading the slope. iii. Proposed anchor driving methods and equipment including anchor type • proposed to achieve the specified pullout resistance values and any variation of these along the slope alignment. o Proposed anchor testing methods and frequency 40 c Manufacturer Certificates of Compliance for the system o The Engineer will approve or reject the Contractor's submittals within 15 calendar days after receipt of a complete submission. The Contractor will not be allowed to begin slope construction or incorporate materials into the work until the submittal requirements are satisfied and found acceptable to the Engineer. Changes or deviations from the approved submittals must be resubmitted for approval. No adjustments in contract time will be allowed due to incomplete submittals. o Pre-Construction Meeting - A pre-construction meeting will be scheduled by the Contractor and held prior to the start of slope construction. It is up to the Contractor to schedule the meeting so that all necessary parties involved are able to attend. The Item 4 - Page 1 of 8 • L. K. McLean Associates, AC CONSULTING ENGINEERS Engineer, NRCS Representative(s), prime Contractor, anchor installation Contractor and an experienced Permanent Erosion Control System Slope Stabilizing Sytem manufacturer's representative shall attend the meeting. Attendance is mandatory. • The pre-construction meeting will be conducted to clarify the construction requirements for the work, to coordinate the construction schedule and activities, and to identify contractual relationships and delineation of responsibilities amongst the prime Contractor and the various Subcontractors, particularly those pertaining to slope excavating/scaling/shaping. • k, MATERIALS • System shall be the ArmorMax System as manufactured by Propex (800-621-1273) or approved equal. • All components of the stabilization system shall be famished by a single manufacturer as a • complete system. • High Performance Turf Reinforcement Mat - (HPTRM) • HPTRM shall be a lofty three dimensional woven polypropylene geosynthetic specially designed for erosion control applications on levees, slopes, canal/river bank stabilization and channels. Matrix shall be composed of monofilament yams woven into uniform • configuration of resilient pyramid-like projections. HPTRM should exhibit very high interlock and reinforcement capacity with both soil and root systems. It should also demonstrate the combination of high tensile strength, flexibility and UV resistance. Turf Reinforcement Mats manufactured from composite or discontinuous materials, loosely held together by stitched or glued netfing, or composites of any type, shall not be allowed with • this system. • Should the contractor substitute this item, he shall submit a site specific slope stability analysis that verifies that it is in fact equivalent. The stability analysis shall include the following: o Overall Design Methodology • o Input Parameters o Calculations / Model Output o Anchor Strength, Length and Spacing o Factor of Safety to support the slope reinforcement design based off a minimum of two conditions analyzed: • ¦ Drained Condition ¦ Undrained Condition • • Item 4 - Page 2 of 8 • L.K. McLean Associates, AC CONSULTING ENGINEERS The HPTRM shall meet the following requirements: Property Property Test Method T • Re uirementl Thickness ASTM D-6525 0.4 10.2 Resiliency ASTM D-6524 80 Flexibility ASTM D-6575 ing) 0.534 t • av) 615000 Mass Per Unit Area ASTM D-6566 13.5 455 Tensile Strength ASTM D-6818 4,000 x 3,000 58.4 x 43.8 Tensile Elon ation ASTM D-4595 25 Light Penetration Passin) ASTM D-6567 15% Max UV Resistance ASTM D-490% 6,000 hrs • These materials shall conform to the following Minimum Average Roll Values (MARV) for physical properties, as derived from quality control testing performed by a Geosynthetic Accreditation Institute Laboratory Accreditation Program (GAI-LAP) accredited laboratory. Manufacturing Ouality Control • For HPTRM, Manufacturing Quality Control (MQC) testing shall be performed at a • laboratory accredited by GAI-LAP for tests required for the turf reinforcement mat with the following minimum acceptable testing frequency: • F[Tensie rty Test Method Test Frequency Tests/n12 (yd2) of production Per Unit Area ASTM D5261 1/20,000 (1/24,000) lStrength ASTM D5035 1/20,000 (1/24,000) Tensile Elongation ASTM D5035 1/20,000 (1/24,000) Light Penetration ASTM D6567 1/20,000 (1/24,000) • I Item 4 - Page 3 of 8 • L.K. McLean Associates, P.C. CONSULTING ENGINEERS Earth Percussion Anchors Type B1 Earth Percussion Anchor • • Type B 1 earth percussion anchor with a minimum drive depth of 36 inches are used to provide for permanent tie down of the HPTRM in locations specified in the drawings. • The Type B 1 earth percussion anchor components shall be made of materials suitable to resist corrosion and UV degradation particularly at the soil/air interface, and strategically selected to achieve an expected design life of 50 years. • The Type B 1 earth percussion anchor head shall have smooth edges and shaped in a bullet like configuration with the driving end tapering to a rounded point, minimizing abrasion and installation damage to the HPTRM. • The top load bearing plate shall have openings allowing vegetative growth through the plate and protrude only about 0.2 inches above the surface of the mat after installation. • The plate shall also include a recessed cavity so that the cable can be cut below the plate surface. • For quality control purposes and warranty claims, Type B 1 earth percussion anchors should be delivered to the jobsite fully assembled and ready for installation, and meet the following requirements for the component, testing standard, material composition, and physical properties respectively: • o Anchor Head (Bullet Nose), ASTM B-85, Aluminum A383 Alloy (Gravity Die Cast), Width: 25mm (1.Oin.) Length: 84mm (3.3in.) Bearing Area:16cmz (1.5in2) Weight: 45grams (0.1 lb.) o Cable Tendon, ASTM A-1023, Zinc-Aluminum Coated Carbon Steel, Diameter: 3mm (0.12 in.) 1X19 Strand Construction o Load Bearing Plate, ASTM B-240-10, Die Cast Zinc with an Eight (8) Opening Array; Utilizing a Ceramic Roller & Directional Locking Device, Diameter: 108mm (4.25 in.) Thickness: 2.5mm (0.1 in.) o Tendon Sleeves, MS51844, Zinc-Aluminum, Length: 15.875mm (5/8") in Wall Thickness: 4.8mm (3/16") • • Type B 1 earth percussion anchor should meet the following performance requirements: o Cable Tendon Working Load Strength - 3.56 kN (0.8 Kips) o Cable Tendon Yield Strength - 4.89 kN (1.1 Kips) o Composite Anchor Load Strength - 2.22 kN (0.5 Kips) o Minimum Anchor Drive Depth - 0.91m (3.011.) • o Maximum Anchor Drive Depth - 1.52m (5.0 ft.) Type B2 Earth Percussion Anchors • Type B2 earth percussion anchor with a minimum drive depth of 6 feet are used to provide for structural slope stability reinforcement as shown in the drawings. • • The Type B2 earth percussion anchor components shall be made of materials suitable to resist corrosion and UV degradation particularly at the soil/air interface, and strategically selected to achieve an expected design life of 50 years. • For quality control purposes and warranty claims, Type B2 earth percussion anchors should be delivered to the jobsite fully assembled and ready for installation, and meet the • following requirements for the component, testing standard, material composition, and physical properties respectively: Item 4 - Page 4 of 8 • L.K. McLean Associates, RC CONSULTING ENGINEERS o Anchor Head, ASTM B-240-10, Zinc Alloy (ZA 2), 5.0 in. x 1.62 in. x 1.23 in.(L x W x H) Corrosion resistant pressure die cast zinc alloy. o Lower Termination MS51844 ,Aluminum ferrule, Length: 17.46mm (11/16") Wall Thickness: 9.53mm(3/8") o Cable Tendon, ASTM A-1023, Zinc-Aluminum Coated Carbon Steel, 4mm (5/32") diameter 1x19 strand Zinc-Aluminum Wire Tendon 6FT, Corrosion resistant zinc-aluminum coated cable o Top Accessory Bearing Plate, ASTM A366, Mild Steel Zinc Plated Plastisol Coating, Diameter: 108mm (6.29in) Thickness: 3.25mm (0.125in), Corrosion resistant zinc plated steel. Coated with Plastisol o Top Termination, ASTM B-240-10, Zinc Alloy (ZA 2), Diameter: 35mm (1.37x1.37in) Thickness: 2.5mm (0.1in), Corrosion resistant pressure die cast zinc alloy. Utilizing a multiple point of contact ceramic roller & directional locking device • Type B2 earth percussion anchor should meet the following performance requirements: o Anchor & Cable Assembly Ultimate Strength - 11.6 kN (2.6 kips) o Anchor Weight - 182 g (0.4 lb) o Anchor Head Bearing Area - 38cm2 (6 in) • Earth Percussion Anchor performance is a function of insitu soil strength and therefore the information in these tables should be regarded as a guide only. Site specific soil conditions shall be evaluated by a licensed geotechnical engineer to determine the anchor type, depth, and pattern to resist slope instability. Pre-construction pull tests are recommended. CONSTRUCTION • Site Drainage Control - Provide positive control and discharge of all surface water that will affect construction of the slope to be stabilized. Maintain all pipes or conduits used to • control surface water during construction. Repair damage caused by surface water. • Perform the slope construction and excavation sequence in accordance with the Plans and approved submittals. • Re-grade and compact areas to be treated with ArmorMax as indicated on the project plans or as directed by Engineer. • • Excavation, Face Protrusions, Voids or Obstructions - Remove all or portions of cobbles, boulders, rubble or other subsurface obstructions encountered at the slope final excavation face which will protrude and prevent the ArmorMax or approved equal from being installed flush. Determine method of removal of face protrusions, including method to secure remnant pieces left behind the excavation face and for promptly backfilling voids resulting from removal of protrusions extending behind the excavation face. Notify the Engineer of • the proposed method(s) for removal of face protrusions at least 24 hours prior to beginning removal. Removal of face protrusions and backfilling of voids or over-excavation is considered incidental to the work. Cost due to removal of unanticipated man-made obstructions will be NOT be paid as Extra Work. • Cut initial trench at the top of slope (see Plan for details). • • Secure HPTRM in the initial trench and roll material down the slope. Item 4 - Page 5 of 8 • L.K. McLean Associates, AC CONSULTING ENGINEERS • • Install all HPTRM along slope with 3 in (150 mm) side overlaps. Ensuring enough coverage that the earth percussion anchors penetrate both layers. • Install pins on the face of the slope per the construction details and begin driving earth • percussion anchors across the top of slope per the detail(s). Remember to offset the second row to create a checkerboard effect. Repeat the process working down the slope one row at a time. This will help secure the HPTRM tight to the slope surface. When HPTRM does not run the entire length of the slope, an overlap joint will be created by shingling the top roll over the bottom a minimum of 6". Once all rows of earth percussion anchors have been • installed, place the HPTRM in a terminal trench and secure as shown in the plans or the installation guidelines. Re-seed and soil fill the mat [2 in max] Earth Percussion Anchor Installation • Determine installation method necessary to achieve the anchor pull-out resistance(s) • specified herein or on the Plans, in accordance with the anchor testing acceptance criteria in the Anchor Testing section. • The number and location of the anchor verification tests will be as indicated herein. Anchors must meet the following requirements: 0 6' long Type B2 (or approved equal) • o 0.5 anchors per square yard o Vertical anchors spaced 5 linear feet apart o Horizontal anchors spaced 4 linear feet apart o Anchor pullout strength must be 1,2001bs. • The Engineer may add, eliminate, or relocate anchors to accommodate actual field • conditions at no additional cost to the owner. The cost of any redesign, additional material, or installation modifications resulting from actions of the Contractor shall be home by the Contractor. • Installation - The installation of the anchors shall be made at the locations, orientations, and lengths shown on the Plans or as directed by the Engineer. Select installation equipment and • methods suitable for the ground conditions described in the contract documents. Select anchors required to develop the specified pullout resistance. Where hard drilling conditions such as rock, cobbles, boulders, or obstructions are discovered within the contract limits, other suitable drilling equipment and anchors capable of drilling through such materials, will be used. • • Anchor Installation Tolerances - Anchor location tolerances are: o Anchor head location, deviation from plan design location; anchors on seams will be offset along the seam first while other anchors may be offset 12 in any direction. o Location tolerances are applicable to only one anchor and not accumulative over large slope areas. • o Anchors shall be installed within 4 to 6" of displacement and no more than 12" of the anchor should be exposed and cut off after installation and setting. • Anchors which do not satisfy the specified tolerances due to the Contractor's installation methods will be replaced at no additional cost. Anchors which encounter unanticipated obstructions during drilling shall be relocated, as approved by the Engineer. • Item 4 - Page 6 of 8 • L.K. McLean Associates, AC: CONSULTING ENGINEERS • DESIGN ASSURANCE AND SEQUENCE • Anchor Testing Frequency and Acceptance - Anchor testing will be performed on 3 percent • of the total anchors. The locations shall be designated by the Engineer. The Contractor will load test the selected anchor to determine if the load developed exceeds the design load within the tolerances of the anchor rod extension specified for this project. LOAD TEST TOLERANCES ! • DL-Design Load • Anchors must achieve a pullout strength of 1,200 IN within 3 to 4" of displacement during testing. • The load shall be held long enough to obtain a stable reading. Dial gauges should be set to • zero before and after the load has been applied. If the anchor test does not meet this criterion, it shall become sacrificial and shall be replaced with an additional anchor installed within 12 in (305 mm) of the original location and re-tested at no additional cost. • Anchor Test Rejection o Verification Test Anchors - The Engineer will evaluate the results of each anchor test. Installation methods which do not satisfy the anchor testing requirements shall • be rejected. The Contractor shall propose alternative methods and install replacement anchors. Replacement anchors shall be installed and tested at no additional cost. o The Engineer may require the Contractor to test some or all of the installed anchors in the immediate vicinity of the failed anchor test to verify that adjacent previously • installed anchors have sufficient load carrying capacity Contractor modifications may include, but are not limited to; the installation of additional anchors, modifying the installation method; reducing the anchor spacing from that shown on the Plans and installing more anchors at a reduced capacity; or installing anchors with longer rods. Installation and testing of additional anchors or installation of additional or • modified anchors as a result of anchor test failure(s) will be at no additional cost to the owner. • Anchor Installation Records - Records documenting the anchor construction will be maintained by the Engineer, unless specified otherwise. • METHOD OF MEASUREMENT • The quantity to be paid for under this item shall be the number of square yards of exposed (No payment shall be made for overlapping) Permanent Erosion Control Slope Stabilizing System, measured planemetrically, constructed to the limits as shown on the • Contract Plans and as approved by the Engineer. • Item 4 - Page 7 of 8 • L.K. McLean Associates, AC CONSULTING ENGINEERS • BASIS OF PAYMENT • The unit price bid per square yard shall include the cost of all labor, material, equipment, • and incidentals necessary to install the system in accordance with the Contract Plans, specifications and as directed by the Engineer. All costs associated with the delivery, storing, protecting, fine grading, placing, soil filling, transitioning and stabling of the system shall be included in the unit price bid for this Item. Included in this Items unit price shall be all necessary staples, anchors, field testing of anchors, hardware and incidentals. ~.1 END ITEM 4 • • I • Item 4 - Page 8 of 8 II• DEPARTMENT OF THE ARMY NEW YORK DISTRICT, CORPS OF ENGINEERS JACOB K. JAVITS FEDERAL BUILDING 28 FEDERAL PLAZA NEW YORK, NEW YORK 10278-0090 • REGULATORY BRANCH NOV i 4 2013 SUBJECT: Permit Application File Number NAN-2013-01349-ESW by Prudence Heston for Maintenance of Existing Dike in West Creek Located at 3280 New Suffolk Road in the Village of Cutchogue, Town of Southold, Suffolk County, New York 1. PERMITTEE: Prudence Heston 1535 New Suffolk Road • Cutchogue, New York 11935 (631) 734-4180 2. On August 28th, 2013, the New York District of the U.S. Army Corps of Engineers received a request for Department of the Army authorization to conduct maintenance • activities on an existing dike measuring 3,120 linear feet long. Maintenance will include removal of large wooded vegetation above and below the plane of Spring High Water. The applicant also proposes to discharge approximately 7,000 cubic yards of clean fill material from an upland source. The slopes of the dike will be stabilized through the installation of 3,120 linear feet of coir logs and native plantings below the plane of Spring High Water in West Creek, a tributary to Great Peconic Bay. The project site is located at • 3280 New Suffolk Road in the Village of Cutchogue, Town of Southold, Suffolk County, New York. 3. The specific applicant-provided details are as shown on the attached dated permit drawings. • 4. This determination covers only the work described in the submitted material. Any major changes in the project may require additional authorizations from the New York District of the U.S. Army Corps of Engineers. 5. Based on the information submitted to this office and accomplishment of any required • notification in accordance with the applicable federal requirements, our review of the subject work indicates that an individual Department of the Army permit is not required. It appears that the activities within the jurisdiction of this office could be accomplished under Department of the Army Nationwide General Permit Number 3, MAINTENANCE, in accordance with Section 10 of the Rivers and Harbors Act of 1899 (33 USC 403) and • Section 404 of the Clean Water Act (33 USC 1344, as amended). The nationwide permits are prescribed at Reissuance of Nationwide Permits in the Federal Register dated February 21, 2012 (77 FR 10184). The subject work may be performed without further authorization from this office provided it complies with the permit conditions listed in Section C, Number 3 MAINTENANCE; any applicable New York District regional • conditions; the following work-specific Special Conditions listed below; and any applicable regional conditions added by the State of New York. V Ls REGULATORY BRANCH 'NOV 1 4 2013 • SUBJECT: Permit Application File Number NAN-2013-01349-ESW by Prudence Heston for Maintenance of Existing Dike in West Creek Located at 3280 New Suffolk Road in the Village of Cutchogue, Town of Southold, Suffolk County, New York -2- • 6. Other than the work-specific Special Conditions listed below, the 2012 nationwide general permits in the State of New York, including their final regional conditions, water quality certifications, and coastal zone concurrence statements are available at: http://uvww.n an.usace.army.mil/Portals/37/docs/regulatorv/gen info/natp/NWP PN 30MA Y12.pdf If you require a specific paper copy, please contact our Regulator-of-the-Day at 917-790- 8511 to request one be mailed to you. Please be sure to have the above eighteen- • character file number readily available when you call. 7. Work-specific Special Conditions: (A) The permittee, and their agents, shall take actions to prevent construction materials, including debris, from entering any waterway to become drift or pollution hazards. • (B) The permittee shall contact the appropriate state and local government officials to ensure that the subject work is performed in compliance with their requirements. (C) The permittee shall sign and submit the attached compliance certification form to this • office within 30 days of the completion of the regulated activity authorized by this permit and any mitigation work required by Special Conditions. 8. Please note that this nationwide general permit (NWGP) verification is based on a preliminary jurisdictional determination (JD). A preliminary jurisdictional determination (JD) is not appealable. If you wish, prior to commencement of the authorized work you • may request an approved jurisdictional determination (JD), which may be appealed, by contacting the New York District, US Army Corps of Engineers for further instructions. To assist you in this decision and address any questions you may have on the differences between preliminary and approved jurisdictional determinations, please review US Army Corps of Engineers Regulatory Guidance Letter Number 08-02, which can be found at: • http://www. usace.army.m it/Portals/2/docs/civiIworks/RG LS/rg108-02. pdf 9. This verification is valid until March 17, 2017, unless the nationwide general permits are modified, reissued, or revoked before then. This verification will remain valid until • March 17. 2017, if the subject work activity complies with the terms of any subsequent modifications of the nationwide general permits. If the nationwide general permits are suspended, revoked, or modified in such a way that the subject activity would no longer comply with the terms and conditions of a nationwide general permit, and the proposed work activity has commenced, or is under contract to commence, the permittee will have twelve (12) months from the date of such permit action to complete the regulated work. • 10. In order for us to better serve you and others, please complete our Customer Service Survey located at: • • REGULATORY BRANCH tt,, 11''99 SUBJECT: Permit Application File Number NAN-2013-01349-ESW by Prudence QM' n for Maintenance of Existing Dike in West Creek Located at 3280 New Suffolk Road in the Village of Cutchogue, Town of Southold, Suffolk County, New York • -3- http://pert.nwp.usace.army.millsurvev.html 11. Any inquires should be directed to our Regulator-of-the-Day at 917-790-8511. Please • be sure to have the above eighteen-character file number readily available when you call. i Stephan A. Ryba Chief, Eastern Section CF: • L.K McLean Associates • • • • • z TOWN OF SOUTHOLD SALT AIR FARM - DIKE REHABILITATION PROJECT ( CUTCHOGUE,NY I a SALT AIR FARM TOWN OF SOUTHOLD A S r nine sxeer ] p',.senrwi sECmx L ?ew xwe . N^e" a esl ~yw.xtx~ SITE LOCATION jMOU CUW~!82tiy~y ~lv o^ ~ ,rv,.a c wrvmwrxx~ .e7~' ~ e~ rvzr ~w imo I S S SITE MAP LOCATION MAP E vrb Nr3 Dike Rehabilaaim P,.,., - 9w D.I. T.W TOWN OF SOUTHOLD e rmx mwn. xw ra DIKE REHABILITATION PROJECT TITLE SHEET ren`xiR ivm xi°fa°ia~~uv• L= MrlEAN AplOC~,Tm .C. uL ar ur k ..r+r clo r es xowo - mid s x umm uwusr mw F `,rte Y l4 11! I f A~ 5) a yt JU {t ~FrY l I V4 L[ / FC lli q R r J/ ~e 4 I ~ [ ran _,-3 L'' T Y.Y^ SS ~ ~ ~ F .H f f _ ~7 `u Wi It `4rw I d i i s d. ,~,...,o- TOWN OE SOViHOLU w KEY ZEE ..u,.,.~u~..u»,w„.....,u<.u:.~,..,....»..~~.., ~.».n..»..,..,~.»....... DIKE REHABILITATION PROJECT .......,5.....~.a.uA......n.:~n....:..~.u.......~w.~m....,...u..uu.nw..uu~..+~.w....,~...,.....v ~:,r...e».....n.., u..a'.. ~~~~w.:.'..°f,. • w»»n~~...»..:•...,.........n.n...,.......~~..M,.nw,.,~.w...,.»..... u. SALT AIR FARM SIT[ PLAN i :.~».n..... ..,,.~..n.w.~..w•xnrn.nm..»nn.r,•u..m..an w,n.......,. 7.7.~,.w< - - - o• .unu. ..eww~.•me..»:....«. .n~..n LL.K. Mc_EAN AB CIATEB.vP.C. ra ~ ..u .ur. ......nwn rwu w.wu v.uu.~u ...wrn. ran. n. v. u. _,n m.m.n ' .vrnnw r.:..u ~ r Inu .uc~Im~e z U3 FRESHWATER WETLAND HERBACEOUS SPECIES: TIDAL WETLAND HERBACEOUS SPECIES: liblscus Moecheulas - S=dl. Ra~a Mwsh Ammaphkia Dkreviliqulola - Amwic n Beochpa Juncue ftosmManue - NeMle9arrass Rush DislicNis Spata -Spike Grose Sportina Cynosuroitles - BIg Cw rose Sportka AltwniRwa - Smollh Cordrfasn • T,ha A.Wu tttolio - Nw,.I l Cattail sWy Sparlkna Palens -Salt Neatlow CwAAgross )))(((kL~~~=k rm nw Nnow uor / rrr wueww Gorr ro rl•umr mnv cw w Nfn xi gllpwr it ~b r6 Wl Y AMb r1Ii6 lug nNa a ru ru ~svs Nor Wr b W YMY4oe ~ ~ ~~ar iY ~u 0 Nc bN \ b ~r NN.N ONmvw v ous~ w m...o~oio.l p~ r \ / / / rs. rNSaol. vN.sr orw ebr w e°wCN°svq um a em.. ws...r vw NrN a I.N..~vr ruw swm rw/w( rvn ure 5LCTION A- A nrAVSaVIk( uur rns °m°' W room No[s to srwn Nw bru W(-NNIIFa N r1aDI IK -r9NIf0 N IDU) ON[ \n e( 11(-(SNAp(a MIIN YE1LW0 IYaS ? pyY y(TNa Aµ1 gmNNTON Ia pttlw aer ssnuN nNn xrnovnox re saw au m e( s(-rnouxEO xmb ravsn uuA i s i i 9 _ TOWN OF SOUTNOID sNrNS eNSn. ~w roN DIKE REHABILITATION PROJECT SALT AIR FARM 4 TYPICAL CROSS SECTION I 1- K. YaLLAN ASGOC~iES,, P.C. NATIONWIDE GENERAL PERMIT • COMPLIANCE CERTIFICATION AND REPORT FORM I Permit File Number: NAN-2013-01349-ESW Permittee: Prudence Heston Location: 3280 New Suffolk Road in the Village of Cutchogue, Town of Southold, Suffolk County. New York Date Permit Letter Issued: NOV 14 2013 Within 30 days of the completion of the activity authorized by this nationwide general permit and any mitigation required in the verification letter, please sign this certification and return it to the address at the bottom of this form. Please note that your permitted activity is subject to a compliance inspection by a U.S. Army Corps of Engineers representative. If you fail to comply with the permit's terms and conditions you are subject to permit suspension, modification or revocation. • I hereby certify that the work authorized by the above referenced nationwide general permit has been completed in accordance with the terms and conditions of said permit, and required mitigation was completed in accordance with the permit conditions. • Signature of Permittee Date FOLD THIS FORM INTO THIRDS, WITH THE BOTTOM THIRD FACING OUTWARD. TAPE IT TOGETHER AND MAIL TO THE ADDRESS BELOW OR FAX (212) 264-4260. • PLACE STAMP HERE DEPARTMENT OF THE ARMY NEW YORK DISTRICT CORPS OF ENGINEERS JACOB K. JAVITS FEDERAL BUILDING ATTN: CENAN-OP-RE NEW YORK, NEW YORK 10278-000 I• I•