Plans L
L
E
PROPOSALFOR
TOWN OF WAPPINGER
LMARTZ FIELD PAVILION
L CONTRACT NO. 14-010
L
E
PREPARED BY:
LMORRIS ASSOCIATES
ENGINEERING CONSULTANTS, PLLC
Is9 ELKS LANE
{ POUGHKEEPSIE, NEW YORK 12601
L
LJULY 2014
MA#: W21406
L
L
THIS MANUAL TO BE SUBMITTED TO TOWN CLERK
6 WITH RESPECTIVE BID
L
L MORRIS ASSOCIATES
L / ENGINEERING CONSULTANTS, PLLC
9 Elks Lane,Poughkeepsie,New York 12601 Tel:(845)4543411 Fax:(845)473-1962
- 64 Green S[reel,Suite 1,Hudson,New York 12534 Tel:(518)82&2300 Fax:(518)828-3963
L
L
L NOTICE TO BIDDERS
NOTICE IS HEREBY GIVEN that the Town of Wappinger invites sealed bids for
Lconstruction of the "MARTZ FIELD PAVILION" as set forth in Contract Documents
L prepared by Morris Associates, PLLC, 9 Elks Lane, Poughkeepsie, NY 12601.
j Separate sealed Bids completed on forms provided with the Contract Documents will be
received by the Town Clerk, Town of Wappinger, 20 Middlebush Road, Wappingers Falls,
NY 12590 until 11:30 a.m. (local time) on August 14, 2014 at which time they will be
publicly opened and read aloud.All bids shall be submitted in sealed envelopes so marked
"MARTZ FIELD PAVILION", along with the associated contract(i.e. "CONTRACT NO. 14-
010, "MARTZ FIELD PAVILION").
Bids shall be received for the following Contracts:
{ Contract No. Title
L 14-010 MARTZ FIELD PAVILION
The Contract Documents may be reviewed at and obtained from the office of the Town
Clerk, Town of Wappinger, 20 Middlebush Road,Wappingers Falls, NY 12590 Starting
July 17, 2014. Pursuant to the provisions of GML 102, persons desiring to take a copy
may obtain them, subject to a deposit in the amount of$50.00 for each set, payable by
check or money order made out to the Town of Wappinger, to guarantee their safe
return, such deposits to be refunded or partially refunded under the provisions of GML
102.
Contractors can visit the site during normal park hours.
Each bid shall be accompanied by an acceptable form of Bid Deposit Guarantee in the
amount of five (5) percent of the amount of the Base Bid payable to the Town of
Wappinger as a guarantee that if the Bid is accepted,the Bidder will complete the items bid
upon in accordance with the specifications and under the terms of the contract documents.
The Bid Deposit shall be in the form of a Certified Check payable to the Town of
Wappinger, or Bid Bond.
OWNERISRIGHTS RESERVED: The Town of Wappinger reserves the right to reject any
or all Bids and to waive any formality or technicality in any Bid in the interest of the Town of
Wappinger.
STATEMENT OF NON-COLLUSION: Bidders are required to execute the non-collusion
t bidding certificate attached thereto pursuantto Section 103-4 of the General Municipal Law
L of the State of New York.
E DOCUMENTS\TW PINGER VR01G 11 MMR FIELD PAVILION\$PECIFICATIONSTRONT ENR BID 2VMR1 FIELD
SPEC COVER NOTICE TO BIDDERS DOC
L
L
L
Bidders are also required to comply with the provision of Section 291-299 of the Executive
Law of the State of New York.
The Town of Wappinger hereby notifies all Bidders that it will affirmatively insure that in
regard to any agreement entered into pursuant to this advertisement, minority business
enterprises will be afforded full opportunity to submit bids in response to this invitation and
Lwill not be discriminated against on the grounds of race, color, or national origin in
consideration of an award.
L BY ORDER OF THE TOWN BOARD
L
L
L
L
L
L
L
L
L
L
L
` E\DOCUMENTS\T WMPINGER� 0141W214X MMR FIELD P ILION\BPECIFICATIONSTRONT END BIDOVMRTZFIELD
SPEC COVER_NOTICE TO_BIODERSOOC
L
L
kL TABLE OF CONTENTS
L
L DIVISION 100..................................................................................Instruction to Bidders
ELDIVISION 200..................................................................................................... Bid Form
,{ DIVISION 300......................................................................................................Contract
L
L DIVISION 400 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .General Conditions
LDIVISION 500........................................................................Special Conditions
DIVISION 600 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . Technical Specifications
k�
L
t`
L
` E\DOCUMENTS%T WAPPINCERN N201flNZ14C6 MLRE FIELD PAVILIONSPECIFICATIONWROM ENO BIO 2W 1FIELD
SPEC COVER N09GE TO 6I913ERS DDC
L
L
L
PROPOSALFOR
TOWN OF WAPPINGER
L
MARTZ FIELD PAVILION
CONTRACT NO. 14-010
L
l
DIVISION 100
INSTRUCTIONS TO BIDDERS
L
L
t PREPARED BY:
L MORRIS ASSOCIATES
ENGINEERING CONSULTANTS, PLLC
9 ELKS LANE
POUGHKEEPSIE, NEW YORK 12601
L
JUIy 2014
MA#: W21406
L
6
L
t` ARTICLE A: GENERAL PROVISIONS
` A.1 Location and Description of Project
t The work proposed under Contract No. 14-010 is located at Martz field at the
L intersection of Montfort Road and Pye Lane in the Town of Wappinger. The work
includes construction of a 3025 S.F., open air pavilion with 2, integrated, masonry
storage sheds. The pavilion will be timber framed with a concrete slab. All
excavation and site work is included.
TIME IS OF THE ESSENCE in this contract. The work shall be completed
according to the time frame contained in Division 300 of these specifications.
A.2 Definitions
(a) 'Bid Documents" shall mean the Bidding Requirements and the Contract
Documents, listed below, both as a whole and severally:
Bidding Requirements
1) Notice to Bidders
L 2) Instructions to Bidders
3) Bid Form
4) Sample Contract
5) Certification of Non-Collusion by Bidders
6) Bid Bond
7) Contractor's Statement of Qualifications
Contract Documents
1) Contract Agreement
2) Performance Bond and Labor and Material Payment Bond
3) General Conditions for Contract
4) Special Conditions for Contract
5) Technical Specifications
6) Drawings
7) All Addenda
8) All provisions required by law to be inserted in the Contract whether
actually inserted or not.
9) Change Orders
1 (b) 'Bid" - a complete and properly signed proposal to do the work for the sums
{� stated therein, submitted in complete accordance with the bid requirements.
(c) "Bidder" - the individual, firm or corporation who submits a bid.
(d) 'Proposal' shall mean the bound volume of bidding requirements and the
1002
4f� e`dccumentlwappinge�w2014\v l4Wmai Wdpavilion�pecificati-nsftrientl_W2Ma=fidd.1000oc
L
L
Lplans, specifications and addenda and all the contract documents offered by
L the Owner for acceptance by bidders and which will become the contract
upon acceptance by the Owner of a bid.
L (e) Other definitions listed in the General Conditions.
A.3 Estimates of Bid Quantities.
L Bidders are warned that the estimate of the quantities of the various items of work
and materials as set forth herein are an approximate only and are given solely to be
{ used as a uniform basis for the comparison of bids.
L
AA Site Conditions
L The Ownerdoes not guarantee that all pipes, ducts, utilities, and other underground
structures are shown on the plans. The information given is intended only as a
guide to the bidder.
By submission of a bid, the bidder agrees and represents that it has visited the site
Lprior to the time of submitting the bid and has inspected and given consideration to,
the conditions under which the work is to be performed. In addition, the bidder shall
L carefully examine the site of the proposed work and all premises adjacent thereto.
The bidder shall satisfy and fully inform itself from its own investigation or research
as to
Lthe nature and location of the work,
I the general and local conditions,
L
* the various means of approach to the sites,
Lthe sites and facilities for delivering, unloading, storage, and handling
of materials and equipment,
L * the character, quality, and quantity of existing materials,
L the kind and extent of equipment, labor, materials, and facilities
needed,
} and all other items, which may in any way affect the work or its performance in
L accordance with the contract requirements.
I In addition to making the careful examination referred to above, the bidder, at its
L own expense and only after having received written approval from the Engineer,
1003
o\documents4wapongeiAaw2014\w214W mare field pavillon)specificabons4mntend_bid 2MaR fid div 100 doc
L
L
Lmay make borings, test pits or such other methods as it may prefer to satisfy itself
as to the character, location and amounts of water, mud, clay, sand, g
quicksand, boulders, conglomerate, rock and other material which may be
encountered in the locations where the proposed work is to be performed.
LA.5 Governing Laws and Regulations
L The bidder shall comply with the contract requirements for labor laws, labor safety,
labor rates, labor standards, and non-discrimination.
LA copy of the prevailing wage determinations is included with this proposal.
L The Town of Wappinger is an exempt organization under the Tax Laws and is
exempt from payment of Sales and Compensating Use Taxes of the State of New
York and cities and counties of the State for all materials which are to be
incorporated into the construction, pursuant to the provisions of the contract. These
are not to be included in the bid. However, this is not to be construed by bidders as
relieving them from any obligation to pay a sales tax on applicable items pursuant to
Lterms of the present Sales Tax Law.
A.6 Addenda and Interpretations
LAny discrepancies or omissions found in the drawings or specifications shall be
brought to the attention of the Engineer, Morris Associates. No interpretation of the
L meaning of the drawings, specifications, or other contract documents will be made
to any bidder orally. Prospective bidders must request in writing such
Interpretation from the Engineer and such Interpretation will be given In
L writing. To be given consideration such re uest must be received at least
seven (7)working days prior to the date fixed for the opening of the bids. Any
and all such interpretations and any supplemental Instructions will be In the form of
L written addenda which, if issued, will be sent by registered mail, with return receipt
requested, or by fax, to all prospective bidders (at the respective addresses
furnished for such purposes) not later than five (5) working days prior to the date
L fixed for the opening of the bids. All addenda so issued shall become part of the
contract documents.
L
L
I
L
1004
e Wocunnentsu wappinger w2014U214M mag field pavilion�pecifiwions*ont end_bid2Vna=flddiv100.0oc
L
ARTICLE B: BIDDING PROCEDURE
BA Form of Bid
Bid Form must remain attached to and bound in this Bidding Requirements
manual.
` A bid must be submitted only on the designated form, all blank spaces of which
must be filled in, in ink, in both words and figures with the total sum for which the bid
is made. In case of a discrepancy, the word description will govern.
The complete form shall be without erasures, interlineations, or alterations.
No oral, telegraphic or telephonic bid or bid modifications will be considered.
The signature(s) on the bid and all other contract documents must be in ink and in
longhand. An officer or a principal of a corporation or a partnership signing for the
bidder shall print or type the legal name of the person, partnership, or corporation
j on the line provided and place its signature in the appropriate space. All other
L information required shall be typed or printed on the lines provided.
The Certification of Non-Collusion by Bidders, attached hereto, shall be considered
to be a part of the bid and no bid will be considered unless it remains attached to
the bid and bears the signature or initials of the bidder or its authorized agent. The
{ bidder shall also be responsible at the time of bidding for completing any other
L certifications required by these bid documents.
Prior to submitting its bid, the bidder shall verify that it has received all addenda
issued. The bidder shall acknowledge receipt of all addenda on the bid form.
Failure of the bidder to receive all addenda or interpretations shall not relieve the
bidder from any obligation under the bid as submitted.
B.2 Bid Security
As assurance that the bid is made in good faith, the bid must be accompanied by:
(a) A certified check drawn on a solvent bank or trust company with its principal
place of business in New York State, in an amount equal to five percent(5%)
of the amount bid and made payable to the Town of Wappinger; or,
(b) A bond issued by a surety authorized to do business in New York State, and
approved by the Owner's attorney, in an amount equal to five percent(5%)of
the amount bid, on the form attached hereto.
Said check or bid bond shall be given as a guarantee that the bidder will enter into a
1005
e�JocumertsVwappingeda w2DU4 21406 mai field pavilion�pecificalionsVront end bid2Vnan fidd,vlODEoc
contract with the Owner within ten (10) days after notification by registered mail of
4 the acceptance of its bid. Such bid security of the three (3) lowest bidders may be
` held for forty-five (45) days as permitted by State law at the discretion of the Owner
and then returned. Security of the other bidders will be returned within ten(10)days
after the opening of the bids. In case of refusal, or of failure, of the selected bidder
to enter into a contract within the stipulated time,that bidder shall be considered to
have abandoned the contract and the check or bond will be declared forfeited to the
L Owner as liquidated damages. No plea of mistake in a bid (except excusable error
as determined by Owner) shall be available to the bidder for the recovery of its bid
security or as a defense to any action based on neglect or refusal to execute a
Lcontract.
B.3 Submission of Bid
L Bids will be received by the Owner at the Office of the Town Clerk of the Town of
L
Wappinger, Town Hall, 20 Middlebush Road,Wappingers Falls, New York until the
date and time stated in the Notice to Contractors, at which time and place they will
be publicly opened and read aloud.
Any bid may be withdrawn prior to the scheduled time for the opening of bids and
authorized postponement thereof.
L Bid modification by amendment may be considered on condition that: (1) the
amendment arrives before the time set for the bid opening, (2) the amendment is
in writing and signed by the bidder, and (3) the bid, as amended, conforms in all
respects with the bidding requirements.
I Any bid received after the time set for opening will not be considered and will be
L returned unopened to the bidder.
The bid must be submitted in a sealed envelope, bearing on the outside the name
of the bidder, its mailing address and street address, and the name and number of
the contract for which the bid is being submitted. If forwarded by mail, preferably by
registered mail, the sealed envelope(s) containing the bid and marked as directed
above must be enclosed in another envelope addressed to the Town of Wappinger,
Town Hall, 20 Middlebush Road, Wappingers Falls, New York 12590. The Owner
L
may consider as irregular any bid not prepared and submitted in accordance with
L� the provisions hereof.
Bid shall remain in force for forty-five (45)days from the bid opening date, pursuant
to the provision of General Municipal Law 105.
ARTICLE C: AWARD OF CONTRACT
r
1006
e.`documenisl wappingeda w2014U214M maft field pavilioMspecicabonsftn[end bid 2Vnadz fid div 100.doc
F
V
L
L
C.1 Award of Contract
LIf awarded, the contract maybe awarded to the lowest responsible bidder furnishing
Lthe required security.
` If alternates or options are described or requested by Owner in the contract
documents, the Owner reserves the right to accept or reject any or all alternates or
options. The lowest bid will be determined by the sum of the base bid or the
accepted alternates or options.
IThe Owner reserves the right to reject any or all bids, and advertise for new bids, if
n its opinion the best interest of the Town will thereby be promoted. In the event
that all bids are rejected, each bidder will be so notified.
L C.2 Irregular Bids
IL Any bid,which fails to conform to the requirements of the contract documents, may
be rejected. Failure to complete all required certifications may cause the bid to be
considered irregular and therefore not eligible for award.
L The Owner may waive any informality or afford the bidder an opportunity to remedy
any deficiency resulting from a minor irregularity.
C.3 Determination of Contractor's Resgonsibil
LThe law requires that contracts for public work in the State of New York be awarded
to the lowest responsible bidder as will best promote the plipublic interest.ti meets this
aerto
ssist the Owner in determining whether the apparent
standard, the Owner reserves the right to require the apparent low bidder to submit
a statement containing the following:
(1) a statement as to any competitively bid project on which the bidder submitted
( the low bid but was not awarded a contract, within the previous five years,
L (2) a certified financial statement showing assets (including a list of equipment
owned by the bidder), liabilities and net worth,
L (3) a list of the officers and principals of the bidder, and a list of all subsidiary or
affiliated companies in which the bidder's principals have any financial
Linterest,
(4) a list of the number of full time personnel of the bidder and a description of
the construction experience of the bidder's principals and supervisory
personnel,
1007
jt� e^LocumenM wappingeia w2014*21406 mach field pavilion�peclficationsVront end_bid 2Warh fid div 1004oc
Y
L
L
(5) a statement as to any projects which the bidder or its predecessors failed to
complete or any litigation in which the bidder has been involved within the
previous three fiscal years,
L (6) a list and description of all contracts completed by the bidder within the
previous three fiscal years, including a list of project names, references and
telephone numbers,
(7) a list and description of the status of all uncompleted contracts of the bidder,
i and
L (8) statements of the bidders net total billings and average backlogs of
uncompleted work on outstanding contracts for each of the previous three
L fiscal years.
(9) description of experience with projects of comparable size, complexity and
cost within the last 5 years.
t (10) disclosure of convictions for violations of any prevailing wage or employment
L regulations, OSHA requirements, unemployment insurance tax provisions,
workers' compensation regulations, or any federal, state or municipal
Lenvironmental or health laws, codes, rules or regulations.
(11) demonstration of ability and capacity to perform substantial portion of the
project with its own forces; identification of all work to be subcontracted, and
a list of all proposed subcontractors. Any of the above information with
L
respect to proposed subcontractors may also be requested.
CA Security for Faithful Performance
iThe successful bidder, simultaneously with the execution of the contract, shall
submit on the form provided herein, a performance bond in the amount of one
hundred percent(100%) of the contract price, as a guarantee that it shall well, truly
and faithfully perform the duties, undertakings, covenants, terms, conditions and
agreements of said contract during the original term thereof and any extensions
�. thereof which may be granted by the Owner and during the one year guaranty
period. The performance bond shall serve as securityforthe faithful performance of
this contract.
L C.5 Security for Faithful Payment
The successful bidder, simultaneously with the execution of the contract, shall
submit on the form provided herein, a Labor and Material Payment Bond in the
1008
Le.W=umentsCwappingeiAa w2014\w21406 mark field pavilion\specifiwtionsftnt entl_bid 2Mar fid div 100doc
Y
amount of one hundred percent(100o/o)of the contract price, as a guarantee that it
will,truly and faithfully make payment of all persons performing labor and furnishing
materials in connection with the contract. Said bond shall be issued by a surety
f company authorized to do business in the State of New York and approved by the
`
must file withns such bonds a certified copy of the power of attorney to s gnbonds succh
bonds.
L ARTICLE D: GENERAL INFORMATION
D.1 Bidding and Contract Award Steps
(1) Plans and specifications shall be obtained only from the Town Clerk.
(2) Bids will be opened by the Town Clerk, and then taken by the Engineer for
review.
The Engineer return all bids to the Town
rk, along with a
` (3) recommendation flolr award. The Town Attorney should al o review the bids,
including accompanying documents.
(4) The Town Board will vote to award the contract at a Town Board meeting,
followblank ng contract which
co t ct fohe Town rms and blank bll send the ond forms ot Notice of Award along h three
e successful bidder.
(5) The Contractor shall complete the forms and return to the Supervisor for
signature. Note that the date on the bonds shall not be earlier than the date
of the Supervisors signature.
(6) One original contract shall be given to the Town Clerk, and a copy shall be
given to the Engineer.
(7) Upon receipt of t actual given to tTown Clehe Engineer will issue the Notice to
Proceed. A copy should
(8) Upon receipt of the Notice to Proceed, the Contractor shall request to
schedule the pre-construction conference. At the meeting, the Contractor
will be furnished four sets of plans, specifications and all addenda at no
charge. The Contractor may purchase additional plans, specifications, and
addenda at the cost to the Town for such materials.
(g) Progress and final payments shall be made in accordance with the General
{ Conditions Article 8. The applications should preferably be made on
L originals of AIA forms, or equivalent forms may be used. All other supporting
1009
e:`documenes wappinget w2014\w21406 mark field pavilionipacifiwlionsiVronl end bid 2Mar fld div 100 doc
ki
L
4
Ldocumentation shall also be on originals of the AIA forms or equivalent
lforms. Applications made on photocopies will not be processed.
k�
k`
L
L
t
4L
L
L
10010
e rdocumeMsj wappingef w201442140 mare field pavilions pecifiwuonsvmnt end bid 2MaM fid div 100 doc
L
L
L
PROPOSALFOR
L
TOWN OF WAPPINGER
MARTZ FIELD PAVILION
L
L CONTRACT NO. 14-010
i
L
L
DIVISION 200
pL BID FORM
L
L PREPARED BY:
L MORRIS ASSOCIATES
ENGINEERING CONSULTANTS, PLLC
9 ELKS LANE
L POUGHKEEPSIE, NEW YORK 12601
L JULY 2014
L
L MA#: W21406
L
TOWN OF WAPPINGER
MARTZ FIELD PAVILION
CONTRACT #14-010
BID FORM
ALL
CH
OBE ARESERVES THE RIGHT RJECT ANYCCOMPANIED BY BID SECOURETY(AS DESOCR BEDBIN THENSTRDUCTOION
RM
SHALL
TO BIDDERS).
TO THE TOWN BOARD, TOWN OF WAPPINGER, NEW YORK
Pursuant to and in compliance with your invitation to bid contained in the Notice to
Contractors dated
(month) (day) (year)
the undersigned hereby proposes to furnish all labor, machinery, equipment, facilities,
tools, transportation, supplies, materials, insurances, permits, certificates, tests,
i guarantees, protection of equipment and property and life during construction; as well as
t competent and qualified supervision for all phases of the worn Martz other feld acilitiesPavion,
things necessary or proper for or incidental to, Town of Wapp ger
j Town of Wappinger, as required by and in strict accordance with the plans, specifications
t and all other documents relating to Contract No. 14-010, for the prices stipulated and as
shown on this bid form.
Name of Bidder.
(Individual, Partnership, Corporation or LLC)`
Circle applicable word
The undersigned declares that the bidding and contract documents have been carefully
1 examined and that all things necessary for the completion of the work shall be provided.
L Receipt of the following addenda is hereby acknowledged:
DATE SIGNATURE
ADDENDUM NO. 1
ADDENDUM NO. 2
ADDENDUM NO. 3
ADDENDUM NO. 4
In consideration of, and to induce tfie award of-this contract-to-him/her,, the-bidder---
20001
eao�, mmu.�v��weo+awnaw„rearrew aa�r�p ncaoo .hwn a�nia z�,n no a.zro eon
L
represents and warrants that:
(a) If this bid is accepted by the Town Board,Town of Wappinger, as evidenced
by issuance of a Notice of Award by the Owner, and mailed by registered
L mail with return receipt requested to the address of the bidder as indicated
on his/her bid, the bidder will execute a contract on the form of agreement
herein provided and will comply with all provisions of said Notice of Award.
(b) This bid is made without any understanding, agreement or connection with
any other person, firm or corporation making a bid for the same work, and
that it is in all respect fair and without collusion or fraud.
(c) The bidder has carefully examined and fully understands all of the parts of
g the contract documents, and that the bidder will execute the contract and will
completely perform it in strict accordance with the provisions thereof for the
sum set forth on the bid. Unit Prices have been computed in accordance with
f the Contract Documents. Bidder acknowledges that estimated quantities are
not guaranteed, and are solely for the purpose of comparison of Bids, and
final payment for all Unit Price Bid items will be based on actual quantities,
determined as provided in the Contract Documents.
(d) No officer or employee of the Town Board, Town of Wappinger, or any
person whose salary is payable in whole or in part by the Town Board is,
shall be, or shall become interested directly or indirectly as a contracting
parry, partner, stockholder, surety or otherwise in this bid or in the
g performance of the contract or in the supplies, materials or equipment, or to
L work or labor to which it relates, or in any portion of the profits thereof.
(e) The bidder is not in arrears to the Town Board upon debt or contract and is
not a defaulter as surety, contractor, or otherwise upon any obligation to the
6g Town Board, Town of Wappinger.
(f) All work shall be completed within the time allotted,from the date specified in
the Notice to Proceed or set by the contract documents, mailed to the
undersigned by registered mail with return receipt requested to the legal
address of the bidder as indicated on his/her bid.
(g) If the bid documents contain any unlawful provision not an essential part of
the bid and which shall not appear to have been a controlling or material
inducement to the making thereof, the same shall be deemed of no effect
and will upon notice by either the Owner or the bidder be deemed stricken
from the bid documents without affecting the binding force of the remainder.
(h) Each and every provision of any law and clause required by law to be
inserted in the bid documents shall be deemed to be inserted herein and the
20002
Le1e—rem: �i o,a iw war ,o�eo� moo :v -dorm ft d.,.
bid documents shall be read and enforced as though it were included herein;
and if through mistake or otherwise any such provision is not inserted or is
E correctlynot application party,
documents forthwith be physically amended to make suchsertion.
` () The bidder is financially solvent and sufficiently experienced and competent
to perform the work.
(j) The work can be performed as called for by the proposal and that the plans
and specifications are in all respects suitable and adequate for the work.
(k) The facts stated in his/her bid and the information given by him/her are true
and correct in all respects.
(1) The bidder is fully informed regarding all the conditions affecting the work to
be done and labor and materials to be furnished for the completion of this
contract, and that his/her information was secured by personal investigation
and research.
(m) In the event of a lawsuit, the bidder agrees that said suit shall be filed in the
same county as the location of the project.
BID FOR CONTRACT WORK:
Base Bid
Install a pavilion, storage sheds and related items in accordance with the Contract
Documents The signatory to this bid, for all work proposed, items furnished and strict
compliance with all provisions of each and every Contract Document relating to Contract
14-010, agrees to accept(unless modified pursuant to the terms of the General Conditions)
1 a total, final and fixed contract price not to exceed:
t $ (Words)
L
$ (Figures)
L
20003
ewoo.n�uwpvo-ae^a.xoiawziaos,�caaa aawroruµ'fi�ao :vrom�en rvN,nne a',V xoo.ao<
L
LAlso made a part of this bid is the attached documentation per Division 100, Article C.3.
Sign Bid Here AUTHORIZED SIGNATURE
LPrint Name
t Title
L
Official Company Name
(Individual, Partnership, Corporation, LLC)*
` Circle applicable word
LCompany
Mailing Address STREET
CIN STATE ZIP CODE
+ Federal Employer
Identification No.
L Telephone No.
{
L
L
4
L
F
L
L
___ - -
(Iftilddei is a corporation,fill-irrthE foltovnng-bian s --
200 '4
e:`documenisVwappmgef w2014M 1406 mar field pavilions eirimlionsVronlend bid 2Ma=fid div 200doc
i
{ Organized under the laws of the State of:
L Name and Address of President:
L
k Name and Address of Secretary:
Name and Address of Treasurer:
L
(If bidder is a Limited Liability Company, fill in the following blanks.)
t Organized under the laws of the State of:
t` Name of Manager or Managing Member:
Agent for Service of Process:
Address for Service of Process:
L
L
20005
a woa„,.m.v.roaear�wzoiawrziaoswar�e vewmevaor� vombad aa*annad-
L
L STATE OF NEW YORK )
ss:
t COUNTY OF 1
LOn the day of before me,the
undersigned, a Notary Public in and for said State, personally appeared
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.
L
L NOTARY PUBLIC
L
L
L
L
6
+
G
L
l
L 20006
ewoo,n�.v„-eopaa��oa.ziaos me,nnme pamo„�e�b„:vrom ene eye z.wnna ai.zm eon
L
L
BID BOND
L
If a bond is used, the form bound in this manual should be used. No other form
Lmay be used except with prior approval by the Owner after review by the Town
LAttorney which approval may be granted or withheld, in the Owner's discretion.
L
L
L
L
F
L
I
L
L
L
L
L
L
I -- - - ------ - -- - - -
20007
e:eoa, ncu.epo neew w2oaweiaos menznein ps�nonWxri�io�.vmni ena ,d 2Ma=na di,2M dm
L
L BID BOND
KNOW ALL MEN BY THESE PRESENTS: that
as Principal;and
E '
L as Surety, are hereby
L held and firmly bound unto the Town Board, Town of Wappinger, New York in the amount
of. Dollars $
for the payment whereof Principal and Surety bind ourselves, our heirs, executors,
administrators, successors and assigns, jointly and severally, firmly by these presents.
Signed this ____—
day of 20_
WHEREAS, the condition of the above obligation is such that, whereas the Principal has
submitted to the Town Board a certain bid, attached hereto and hereby made a part hereof,
Water
to enter into a contract n er, New York, s shown'n Extension to Route
in writing for the Water and specified iinContract No. 14-010.0
forthe Town of Wapp
t
g
L NOW THEREFORE,
(a) If said Bid shall be rejected, or in the alternate
(b) If said Bid shall be accepted and the Principal shall execute and deliver a
contract in the Form of an Agreement attached hereto (properly completed in
accordance with said Bid) and shall in all respects perform the agreement
created by the acceptance of said Bid, then this obligation shall be void.
Otherwise, the same shall remain in force and effect, it being expressly
understood and agreed that the liability of the Surety for any and all claims
hereunder shall, in no event, exceed the amount of this obligation as herein
stated.
L The Surety, for value received, hereby stipulates and agrees that the obligations of said
Surety and its bond shall in no way be impaired or affected by any extension of the time
within which the Principal may accept such bid; and said Surety does hereby waive notice
of any such extension.
IN WITNESS WHEREOF,the Principal and the Surety have hereunto settheir hands and
L seals, and suh
ations have
used
r Corporate
to be
hereto affixed ai
and these presents to bthem as are e signed by their proper p � 'officers, the day alnd year
Lfirst set forth above.
G (SEAL) PRINCIPAL
LInsert Bidder's Name
L **Insert Surety's Name By
L
20008
ewowmam:uwmv,re�wmu.rzaw,nann�e�.ao�var,�no,,.vrom ena_ea Baa no eN iooew
L
Signed, sealed and delivered
in the presence of
(Corporate seal of Contractor
if a corporation)
L
Contractor
BY
BY
E (Title of Officer)
(Corporate seal of
Surety) Attest
[ (Title of Officer)
gL
L
F
L
t _
L
20009
e wows:v..wpp�m�wm+a�wziaos mam rrew�a�on�io.+vrom ena_o�azvna,n na an im mo
L
STATE OF NEW YORK )
ss:
1 COUNTY OF )
r
On the day of , _before me,the
undersigned, a Notary Public in and for said State, personally appeared
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
t individual, or the person upon behalf of which the individual acted, executed the
instrument.
t
NOTARY PUBLIC
L
i
Ir
tr�
pf`
i
()' 20010
1 e:\documentsR wappingena v2014\w21406 marts field pavilionkpecif¢afionsfont end—bid 2wad fid div 2004oc
CERTIFICATION OF NON-COLLUSION BY BIDDER
L, No bid will be considered unless this Certification remains attached to and is submitted with the Bid
L By submission of this bid, each bidder and each person signing on behalf of any bidder certifies,and
in the case of a joint bid each party thereto certifies as to its own organization, under penalty of
perjury, that to the best of his knowledge and belief:
(1) The prices in this bid have been arrived at independently,without collusion,consultation,
communication, or agreement forthe purpose of restricting competition as to any matter
Lrelating to such prices, with any other bidder or with any competitor.
(2) Unless otherwise required by lawthe prices which have been quoted in this bid have not
knowingly been disclosed by the bidder and will not knowingly be disclosed by the
bidder, directly or indirectly, to any other bidder or to any competitor, before the time of
the bid opening.
idder to
nduce any
(3) No attempt partnership or has
to submade or will it or ott b ubmiy the ta bid ffor lthe purpose ofrestrict ng
L
competition.
L A bid shall not be considered for award nor shall any award be made where (1)(2) and
(3) above have not been complied with; provided however,that if in any case the bidder
cannot make the foregoing certification, the bidder shall so state and shall furnish with
the bid a signed statement which sets forth in detail the reasons therefore. Where(1)(2)
and (3) above have not been complied with,the bid shall not be considered for award
nor shall any award be made unless the head of the purchasing unit of the State, public
department or agency to which the bid is made, or his designee, determines that such
disclosure was not made for the purpose of restricting competition.
L (4) The fact that a bidder(a)has published price lists, rates, or tariffs,covering items being
procured, (b)has informed prospective customers of proposed or pending publication of
new or revised price lists for such items, or (c) has sold the same items to other
customers at the same prices being bid,does not constitute,without more, a disclosure
within the meaning of subparagraph (1).
L (5) Any bid hereafter made to any public authority or to any official of any public authority
created by the State or any political subdivision, by a corporate bidder for work of
services performed or to be performed or goods sold or to be sold where competitive
[L bidding is required by statute, rule, regulation,or local law,and where such bid contains
the certification referred to in the lead paragraph of this section,shall be deemed to have
been authorized by the board of directors of the bidder and such authorization shall be
deemed to include the signing and submission of the bid and the inclusion therein of the
certificate as to non-collusion as the act and deed of the corporation.
I affirm these statements under penalty of perjury.
4_ _ BIDDER'S SIGNATURE: DATE:
20011
e:b=menMwappinger\aw2014\w 14%marMfWd pavilion\speai ationsvrontend_bid 2Martzflddiv 200.doc
I
L PROPOSALFOR
TOWN OF WAPPINGER
MARTZ FIELD PAVILION
CONTRACT NO. 14-010
DIVISION 300
V CONTRACT
p�
L PREPARED BY:
k MORRIS ASSOCIATES
L ENGINEERING CONSULTANTS, PLLC
9 ELKS LANE
POUGHKEEPSIE, NEW YORK 12601
{ JULY 2014
L
MA#: W21406
jL.
L
I
TOWN BOARD
TOWN OF WAPPINGER, NEW YORK
MARTZ FIELD PAVILION
CONTRACT NO. 14-010
B
THIS AGREEMENT, made and executed this day of
, in
the year Two Thousand and , by and between the Town Board, Town of
Wappinger, Owner and , Contractor.
This Contract Agreement includes the plans and specifications for the Project identified
thereon as such prepared by Morris Associates plus the following Contract Documents:
1. Performance Bond and Labor and Material Payment Bond
2. General Conditions of Contract
3. Special Conditions for Contract
fr 4. Technical Specifications
5. Drawings
6. All Addenda
7. All provisions required by law to be inserted in this contract whether actually
inserted or not
8. Change Orders
all which are hereby incorporated herein by reference and made a part hereof. Change
Orders issued hereafter, and any other amendments executed by the Owner and the
Contractor, shall become and be a part of this Contract. Documents not included or
expressly contemplated in this Paragraph do not, and shall not, form any part of this
Contract. All the above documents constitute the entire and exclusive agreements
between the parties with reference to the Project, and said Contract supersedes any and
all prior discussions, communications, representations, understandings, negotiations, or
agreements.
4
i.
I
30002
en.,..1me111nnn—a field oavilbn�,e fr bonsftnt end bid 2Marb,field dw 300.doc
L WITNESSETH: in consideration of the mutual agreements herein contained the parties
hereto have agreed and hereby agree with each other, the Owner, its successors and
assigns, and the Contractor, and his/her successors and assigns, as follows:
The Owner, Town of Wappinger, New York agrees to pay and the Contractor agrees to
accept (unless modified pursuant to the terms set forth in the General Conditions) a total,
final and fixed Contract Price of:
for MARTZ FIELD PAVILION Contract No. 14-010.
The Contractor will furnish all labor and materials necessary to perform the work shown,
required to complete the Contract, including: all labor, supervision, machinery, equipment,
facilities, tools, transportation, supplies, materials, insurance, permits, certificates, tests,
guarantees, protection of equipment and property and life during construction, and all other
things whether or not explicitly shown or mentioned, necessary and proper for or incidental
to the completion of a workmanlike job, complete in every respect and detail, left ready and
in perfect condition for the Owner's use, as called for in the contract documents.
Within 7 days of signing this contract,the Contractor shall submit to the Engineer in writing
i the name of each proposed subcontractor and supplier and obtain the Engineer's written
consent to such subcontractor and supplier. The names shall be submitted in ample time
to permit acceptance or rejection of each proposed subcontractor and supplier by the
( Engineer without causing delay in the work of the Project.
L
In order to induce the Owner to execute this Contract and recognizing that the Owner is
relying thereon, the Contractor, by executing this Contract, makes the following express
representations to the Owner.
A. The Contractor is fully qualified to act as the contractor for the Project and has, and
shall maintain, any and all licenses, permits or other authorizations necessaryto act
as the contractor for, and to construct, the Project;
B. The Contractor has become familiar with the Project site and the local conditions
under which the Project is to be constructed and operated.
C. The Contractor has received, reviewed and carefully examined all of the documents
which make up this Contract, including, but not limited to, the plans and
I specifications, and has found them in all respects to be complete, accurate,
L adequate, consistent, coordinated and sufficient for construction.
The Contractor agrees to begin work on the day specified in the Notice to Proceed and
- unless the date for completion is extended pursuant to provisions of the General
Conditions, he agrees to complete the work within the timeframes as indicated below.
- In addition to any and-all other duties, obligations and responsibilities of the Contractor set
30003
e:\tlocumenLlV wapPingeina w2014\w21406 madz Fleltl pavilionlspeci6cationsUront end bid 2Vnaep field div 300.tloc
L
L
forth in this Contract, the Contractor shall have and perform the following duties,
obligations and responsibilities to the Owner:
A. The Contractor shall not perform work without adequate plans and specifications,
or, as appropriate, approved shop drawings or other submittals. If the Contractor
performs work knowing or believing it involves an error, inconsistency or omission in
the Contract without first providing written notice to the Engineer and Owner, the
Contractor shall be responsible for such work and pay the cost of correcting same,
L
LB. All work shall strictly conform to the requirements of this Contract;
4 C. The work shall be strictly supervised, the Contractor bearing full responsibility for
any and all acts or omissions of those engaged in the work on behalf of the
4 Contractor;
4. D. The Contractor hereby warrants that all laborfurnished under this Contract shall be
? competent to perform the task undertaken,that the product of such laborshallyield
only first-class results, that all materials and equipment provided shall be new and
of high quality, that the completed work will be complete, of high quality, without
defects, and that all work strictly complies with the requirements of this Contract.
Any work not strictly complying with the requirements of this subparagraph shall
constitute a breach of the Contractor's warranty;
L E. The Contractor shall obtain and pay for all required permits, fees and licenses
customarily obtained by the Contractor. The Contractor shall comply with all legal
requirements applicable to the work;
{ F. The Contractor shall employ and maintain at the project site only competent
supervisory personnel;
G. The Contractor, within fifteen (15) days of commencing the work, shall provide to
the Owner and the Engineer, and comply with the Contractor's schedule for
completing the work. Such schedule shall be in a form acceptable to the Owner.
t The Contractor's schedule shall be updated no less frequently than monthly(unless
the parties otherwise agree in writing) and shall be updated to reflect conditions
encountered from time to time and shall apply to the total Project. Each such
revision shall be furnished to the Owner and the Engineer. Strict compliance with
the requirements of this Subparagraph shall be a condition precedentto paymentto
the Contractor, and failure by the Contractor to strictly comply with said
G requirements shall constitute a material breach of this Contract;
H. The Contractor shall keep an updated copy of this Contract at the site. Additionally,
the Contractor shall keep a copy of approved shop drawings and other submittals.
All of these items shall be available to the Ownerand the Engineer at all regular
business hours. Upon final completion of the work, all of these items shall be finally
updated and provided to the Owner and shall become-the-property of the Owner;
30004
Le:bocumenlsV wappingef w2014\w214M mach field pavilionkpecifiwfions*onl end_bid 2Madz field div 3DD.doc
L
L
Shop drawings and other submittals from the Contractor do not constitute a part of
the Contract. The Contractor shall not do any work requiring shop drawings or other
submittals unless such shall have been approved in writing by the Engineer. All
work requiring approved shop drawings or other submittals shall be done in strict
ed documents. However, approval by the Engineer or
compliance with such approv
the Owner shall not be evidence that work installed pursuant thereto conforms with
s the requirements of this Contract. The Owner and the Engineer shall have no duty
to review partial submittals or incomplete submittals. The Contractor shall maintain
a submittal log which shall include, at a minim ,rejection,t and the reasoate each l,the for ate
6 of any resubmittal, the date of any app or
any
approval or rejection. The Contractor shall have the duty to carefully review, inspect
and examine any and all submittals before submission of same to the Owner or the
Engineer;
J. The Contractor shall maintain the Project site in a reasonably clean condition during
performance of the work. Upon final completion, the Contractor shall thoroughly
clean the Project site of all debris, trash and excess materials or equipment, and
shall hand rake all disturbed areas and seed and mulch.
K. At all times relevant to this Contract,the Contractor shall permit the Owner and the
Engineer to enter upon the Project site and to review or inspect the work without
j formality or other procedure.
L. The Contractor shall furnish separate performance and payment bonds to the
Owner. Each bond shall set forth a penal sum in an amount not less than 100% of
the Contract Price. Each bond furnished by the Contractor shall incorporate by
reference the terms of this Contract as fully as though they were set forth verbatim
in such bonds. The performance and payment bonds furnished by the Contractor
shall be in form suitable to the Owner and shall be executed by a surety,or sureties,
reasonably acceptable to the Owner. (See forms attached hereto.)
M. This Contract is governed by the law of the State of New York. The parties agree
that the venue for any litigation or action concerning this contract shall be Dutchess
County Supreme Court.
N. The time for completion of the entire project shall be within 90 days of the Notice to
r. Proceed. The Contractor acknowledges that a delay in the supply of the project
materials may result in additional expenses to the Town and agrees, in the event
he/she fails to supply all the materials within the time period as specified hereafter
to reimburse the Town in the form of liquidated damages in the amount of one
thousand dollars($1,000)for each calendar day of delay in the physical completion
{ of the work, beyond the project time period as specified in the Town's Notice to
4 Proceed, unless said project time period is extended by mutual agreement in written
form by both parties hereto.
r
i
30005
wnnninneia w2014\w21400 maih field pavilion�pe�imtions*oni end bid 2Vna=field div 300.ddd
L
O. The Contractor, by placing his/her signature on this Contract, hereby certifies that
I he/she is familiar with the contents of all bid documents and the contract documents
6 and he/she agrees to abide by and be bound by their contents and by all applicable
Federal, State and local laws, ordinances and statutes.
L P. Payment, both progress and final, will be made as detailed in the General
Conditions section of the Contract Documents.
L Each party binds itself, its successors, assigns, executors, administrators or other
representatives to the other party hereto and to successors, assigns, executors,
administrators or other representatives of such other party in connection with all terms and
4 conditions of this Contract. The Contractor shall not assign this Contract without prior
written consent of the Owner.
L Owner Contractor
t Seal Seal
L (Typed Name) (Typed Name)
r By: By
�
` (Signature) (Signature)
6
(Printed Name, Title and Address) (Printed Name, Title and Address)
(Date of Execution) (Date of Execution)
L
L
t
fL
L
TOWN OF WAPPINGER
L STATE OF NEW YORK )
ss:
I - -- - COUNTY OF DUTCHESS)- ---- - - - - - --
L 30006
L nw\,in—Me.nlsV waooinae0a w2014\w21406 me=field pavilion�pecfficabons\front end bid 2Madz field div 300.doc
t
On the day of _before me,the
undersigned, a Notary Public in and for said State, personally appeared
�., 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
Linstrument.
it
L NOTARY PUBLIC
CONTRACTOR
STATE OF NEW YORK )
ss:
}. COUNTY OF 1
V
r,
On the day of _before me,the
undersigned, a Notary Public in and for said State, personally appeared
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.
F
L
6 NOTARY PUBLIC
L
L'
30007
e rdocuments4 wappingeha w2014421406 ma=field pavilioMspecificatlonsVront end—bid 2Madz field div 3DD.doc
f PERFORMANCE BOND
1
The form bound in this manual should be used. No other form of performance bond
or other acceptable performance security may be used except with prior approval
and the Owner, after review by the Town Attorney, which approval may be granted
or withheld, in the owner's discretion.
e
L
f
30008
. .. __._....�......�unc.,.�w,emH navHinntcnecifi=tioosVnont end-bid 2Vnadz field div 300.doe
PERFORMANCE BOND
{ as surety ("Surety"),
r� (Insert Proper Name of Surety)
and
(Insert Proper Name of Contractor)
as principal ("Contractor'), enter into, execute this bond ("Performance Bond"), and bind
themselves in favor of
(Insert Proper Name of Owner)
as obligee ("Owner') in the penal sum of$
(Insert Penal Sum)
as of the . This Penal Sum shall be deemed
(Insert Date of Construction Contract)
increased in the same amount that the contract price increases pursuant to change orders
executed by the Owner and Contractor (see Article 5 of the General Conditions of
f
Contract).
WHEREAS, the Contractor has executed a contract with the Owner of even date
herewith ("Construction Contract")for construction of
(Insert Description and Location of the Construction Project)
and,
WHEREAS, the Owner has required the Contractor to furnish this Performance Bond
containing the terms and conditions set forth herein as a condition to executing the
Construction Contract with the Contractor:
t► NOW THEREFORE, the Surety and the Contractor, both jointly and severally, and for
themselves, their heirs, administrators, executors and successors agree:
1. The Construction Contract is hereby incorporated herein and by reference made a
art hereof to the same extent and effect as though it were copied verbatim herein.
} The Surety and the Contractor are bound for the full performance of the
Construction Contract including without exception all of its terms and conditions,
_. . both express and implied,_
2. If the Contractor is in default of the Construction Contract and the Owner, by written
3009
{ e'\documeneiV wappingeiAa w2014\w21406 mare field pavilion�pecificafionsVmnl end_bid 2MaM Feld div 300.doc
I►
L
I,
L notice to the Contractor and the Surety,declares the Contractor to be in default and
terminates the right of the Contractor to proceed, the Surety shall thereupon
promptly notify the Owner in writing as to which of the actions permitted to the
L
Surety in Paragraph 3 it will take.
` 3. Upon the default and termination of the Contractor and notice to the Contractor and
Surety as provided in Paragraph 2 above, the Surety shall within 30 days proceed
to take one or, at its option, more than one of the following courses of action:
a. Proceed itself, or through others acting on its behalf, to complete full
performance of the Construction Contract including, without limitation,
correction of defective and nonconforming work performed by or on behalf of
the Contractor. During such performance by the Surety the Owner shall pay
the Surety from its own funds only such sums as would have been due and
payable to the Contractor in the absence of the default and termination;
b. Applicable law permitting, and with the prior written consent of the Owner,
obtain bids or proposals from contractors previously identified as being
acceptable to the Owner, for full performanceConstruction
proposals Cls tract.
The Surety shall furnish the Owner a copy of such bids
receipt of same. The Surety shall promptly select,with the agreement of the
Owner, the best responsive bid or proposal and shall promptly tender the
contractor submitting it together with a contract for fulfillment and completion
of the Construction Contract executed by the completing contractor, to the
Owner for the Owner's execution. Upon execution by the Owner of the
contract for fulfillment and completion of the Construction Contract, the
completing contractor shall furnish to the Owner a performance bond and a
t separate payment bond, each in the form of those bonds previously
furnished to the Owner for the project by the Contractor. Each such
bon
shall be in the penal sum of the(1)fixed price for completion, (2)guaranteed
maximum price for completion, or (3) estimated price for completion,
whichever is applicable. The Owner shall paythe completing contractorfrom
its own funds only such sums as would have been due and payable to the
Contractor under the Construction Contract as and when they would have
been due and payable to the Contractor in the absence of the default and
termination. To the extent that the Owner is obligated to pay the completing
contractor sums which would not have then been due and payable to the
Contractor under the Construction Contract, the Surety shall provide the
Owner with such sums in a sufficiently timely manner that the Owner can
Lutilize such sums in making timely payment to the completing contractor; or,
G. Take any and all other acts, if any, mutually agreed upon in writing by the
Owner and the Surety.
4. In addition to those duties set forth hereinabove,the Surety shall promptly pay the
Owner all loss, costs and expenses resulting from the Contractor's default(s),
30010
Le:klocumentsV wappinger w2014\w21406 maa field pavilion�pecifiuibonsdront end bid 2Ma=field div 300.doc
L
4 including, without limitation, fees, expenses and costs for architects, engineers,
consultants, testing, surveying and attorneys, liquidated or actual damages, as
} applicable, for delay in completion of the Project, and fees, expenses and costs
L incurred at the direction, request, or as a result of the acts of omissions of the
Surety.
L5. In no event shall the Surety be obligated to the Owner hereunder for any sum in
excess of the Penal Sum.
L & This performance bond is provided by the Surety for the sole and exclusive benefit
of the Owner and, if applicable, any dual obligee designated by rider attached
L
hereto, together with their heirs, administrators, executors, successors or assigns.
L No other party, person or entity shall have any rights against the Surety hereunder.
7. Any and all notices to the Surety, the Contractor or the Owner shall be given by
Certified Mail, Return Receipt Requested, to the address set forth for each party
L
below.
Surety:
F
L
LContractor:
LOwner:
4
8. Any statutory limitation, which may be contractually superseded, to the contrary
notwithstanding, any action hereon may be instituted so long as the applicable
statue of limitations governing the Construction Contract has not run or expired.
L
a
L
4
Contractor Surety
L
Seal Seal
300 11
i e tdowmentsl wappingeAa w2014\w21406 mar field pavilion�pecfiwlionsUront end—bid 2Mart field dw 300.doc
L
L
L (Typed Name) (Typed Name)
LBy By
L (Signature) (Signature)
L
g (Printed Name, Title and Address) (Printed Name, Title and Address)
L
(Date of Execution) (Date of Execution)
r
NOTES: 1. Date of Bond must not be prior to date of Contract.
2. If Contractor is a Partnership all partners should execute the bond.
3. Surety Companies executing Bonds must be authorized to do
business in New York State and be approved bythe Owners attorney.
4. All bonds shall be in a form acceptable in all respects to the Owner's
attorney and shall be approved by the Owner's attorney.
t
30012
e'WocumentsV wappingeia w2014421406 mart field pavilioftlbeci63ationsVmnt end—bid 2Vnarz field div 300.doc
L
L
STATE OF NEW YORK )
)ss.:
L COUNTY OF )
L
On the day of before me,the undersigned,
L a Notary Public in and for said State, personally appeared
personally known to me or proved to me on the basis of satisfactory evidence to be the
L 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
I. individual, or the person upon behalf of which the individual acted, executed the
instrument.
L
L
NOTARY PUBLIC
L
L
L
L
L
L
L 30013
e9tlocumentsV wappingeda w 014\w21400 maitr field pavilion%epecificationsWont end_bid 2Vdartr field div 300.doc
L LABOR AND MATERIAL PAYMENT BOND
The form bound in this manual should be used. No other form of payment bond
may be used except with prior approval of the Owner, after review by the Town
k Attorney, which approval may be granted or withheld, in the Owner's discretion.
k�
L
g�
L
gLL
pL
[i
L
30014
` ealocumentsB wappinger w I)Mw21406 maf field pavilion\specificationslhont end Idd Z4 a=field&300 clot
i
l
(� LABOR AND MATERIAL PAYMENT BOND
L as surety("Surety"),
(Insert Proper Name of Surety)
i
L and
(Insert Proper Name of Contractor)
i
L as principal ("Contractor"), enter into, execute this bond ("Payment Bond"), and bind
themselves in favor of
{I, (Insert Proper Name of Owner)
[ as obligee ("Owner") in the penal sum of$
` (Insert Penal Sum)
as of the
(Insert Date of Construction Contract)
WHEREAS, the Contractor has executed a contract with the Owner of even date herewith
("Construction Contract") for construction of
(Insert Description and Location of the Construction Project)
("PROJECT"); and,
WHEREAS, the Owner has required the Contractor to furnish this Payment Bond
containing the terms and conditions set forth herein as a condition to executing the
Construction Contract with the Contractor;
NOW THEREFORE, the Surety and the Contractor, both jointly and severally, and
for themselves, their heirs, administrators, executors and successors agree:
1. The Construction Contract is hereby incorporated herein and by reference made a
part hereof to the same extent and effect as though it were copied verbatim herein.
The Surety and the Contractor are bound for the full performance of the
Construction Contract including without exception of all its terms and conditions,
both express and implied, and, without limitation, specifically including Contractor's
obligation to pay for labor, materials, services and equipment provided in connection
with the Construction Contract performance;
30015
e!EocumentU wappinger W 014\w21406 ma=field pavirion\pecifcafionsftnt end—bid 2Madzfield div 300 doc
i
6
L 2. For purposes of this Payment Bond, Beneficiary is defined as a person or entity who
L has actually provided labor, material, equipment, services or other items for use in
furtherance of the Construction Contract, and having:
(A) a direct contract with the Contractor; or
L (B) a direct contract with a subcontractor of the Contractor; or
(C) rights, under the laws of the jurisdiction where the Project is located, to file a
L
lien, a claim or notice of lien, or otherwise make a claim against the Project
or against funds held by the Owner, if the Project is, or were, subject to such
fling.
L3. The Surety shall not be obligated hereunder to a Beneficiary other than a
Beneficiary having a direct contract with the Contractor unless such Beneficiary has
p given written notice of its claim to the Contractor and the Surety within the longer of:
L (A) ninety (90) days of after such Beneficiary provided labor, material,
L
equipment, services or other items for use in furtherance of the Construction
L• Contract; or,
(B) the period of time provided by the jurisdiction wherein the Project is located
for (1) filing of a lien, claim of lien, notice of lien, if the Project is, or were,
subject to such filing, or (2) otherwise making a claim against the Project or
against funds held by the Owner; stating the amount claimed and identifying,
by name and address, the person or entity to whom such labor, material,
equipment, services or other items were provided.
I
6 4. In no event shall the Surety be obligated hereunderfor sums in excess of the Penal
Sum.
L5. Upon receipt of a claim from a Beneficiary hereunder,the Surety shall promptly, and
in no event later than 30 days after receipt of such claim, respond to such claim in
writing (furnishing a copy of such response to the Owner) by:
(A) making payment of all sums not in dispute; and,
(B) xtent and effect as though it were copied verbatim
6. No action shall be commenced by a Beneficiary hereunder after the passage of the
longer of one (1) year following final completion of the Construction Contract or, if
this bond is provided in compliance with applicable law, any limitation period
provided therein. If the limitation period contained in this Paragraph is
unenforceable, it shall be deemed amended to provide the minimum period for an
action against the Surety on a payment bond by a third-party beneficiary thereof.
L7. Any and all notices to the Surety or the Contractor shall be given by Certified Mail,
Return Receipt Requested, to the address set forth for each party below:
30016
e:documemsl wappingm%e W Ol Cw21406 me=field pavilions pecficalionsVronl end_bid 2Mart field tliv 300d.,,
SURETY:
CONTRACTOR:
L
p OWNER:
CONTRACTOR SURETY
SEAL
(TYPED NAME) SEAL (TYPED NAME)
B
B GNATURE)
(SIGNATURE)
(PRINTED NAME,TITLE&ADDRESS) (PRINTED NAME,TITLE&ADDRESS)
V
ig (DATE OF EXECUTION) (DATE OF EXECUTION)
NOTES: 1. Date of Bond must not be prior to date of Contract.
2. If Contractor is a Partnership all partners should execute the bond.
3. Surety Companies executing Bonds must be authorized to do
business in New York State and be approved by the Owner.
4. All bonds shall be in a form acceptable to and shall be approved by
p the Owner.
gi
i
lr
( 300 17
` e:Wocmedelwappingefa.2014\.21406 maafield pavilion\spe.ff,.ionsUmnlend_bid 2Maa field div 3DOd0c
STATE OF NEW YORK )
)ss:
F COUNTY OF )
L
On the day of before me,the undersigned,
a Notary Public in and for said State, personally appeared
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 PUBLIC
tL
!L
L
30018
e:bocumentslw ppinger w2014\w 1406 mare field pavilion�pecificationsVmntend_bid 2Mar field div 300 Loc
L
L
PROPOSALFOR
TOWN OF WAPPINGER
MARTZ FIELD PAVILION
CONTRACT NO. 14-010
t DIVISION 400
1• GENERAL CONDITIONS
PREPARED BY:
MORRIS ASSOCIATES
ENGINEERING CONSULTANTS, PLLC
9 ELKS LANE
POUGHKEEPSIE, NEW YORK 12601
} July 2014
L
MA#: W21406
L
L
GENERAL CONDITIONS
ARTICLE 1 DEFINITIONS ARTICLE 1:INSPECTION AND ACCEPTANCE
1.1 Words and Expressions ].1 Inspectwn
7.2 Contractor's Obligation in Correct Defective Work
3 ARTICLE 2.ROLES AND RESPONSMILEMS 7 3 Progress Reports
t 74 Inspection Privrw Acceptance
2.1 The Contractor
22 The Otos
28.1 Paymreentens IS
.3 Engineer's Authority ARTICLE 8:P
(
ARTICLE 3A----STATION OF CONTRACT rxY'UNENTS 8.2 Progress Payments
y 3.1 Conflicting Plans and Spectfcanons 43 Subs anioa Completion
3 2 Shop Drawings and Product Data 8.4 Final Payment
3 3 Materials 8.5 Acceptance of Final Payment
34 Royalties and Patents 86 Contract(ninames
8,7 Maintmance and Guarantee
ARTICLE 4,PERFORMANCE OF THE CONTRACT 8.8 No Estoppel
41 Responsibility for Damage ARTICLE 9:BONDS AND INSURANCE
42 Claim for Daannvs by Contractor
9L Contract Security43 Disputes
4.4 Coordination of separate Contractors 92 Insurance
45 Contractor's Supervision
ppp 46 Permits and Compliance ARTICLECcoplSCELLANEOUS PROVISIONS
43 Boundaries 10.1 Comice ofewidi Codes and laws
48 Refuse and Debris 102 LaboraofNotices
49 Subconaaaors and Supplies 103 Labor Standards
4.10 Contractors Work Rrqu..% 104 Record-Keeping Reguiremeat
10.5 Non-Aselgmaevt Clause
ARTICLE S'CHANGE IN THE WORK 106 Non-Collusive Bidding Requirements
ARTICLE
I Procedure 10.] Wage and Hours Provisions
5.2 Payment for Change Ordcrs 10.8 Workers'Compensation Benefits
109 Non-Discrimination Requirements
t ARTICLE 6:TIME OF COMMENCEMENT COMPLETION AND 10.10 Archawlo�cal Salvage
` TERMINATION FOR CAUSE
61 Time of Commencement and Completion
62 Enensiov of Time
6.3 Liquidated Damage,Upon Failure to Complete
6.4 Tcminadon for Cause
65 Tenannoov of Contractor's Employment for the
Convenience of the Owner
6.6 Covtractots Default
k`a 6] Suspension of Work
t{
cFY
r
400-01
4 'Wocumene'a wappinger W2014\w21406 in.=field paviliorospecifiwtion0ront end—bid 2viaitr field div 400 gen conddo.
L
ARTICLE 1: DEFINITIONS
1.1 Words And Expressions
The following words and expressions, or pronouns used in their stead, shall, wherever
they appear in this Contract, be construed as follows:
"Act of God" shall mean an act, event, happening, or occurrence, and disaster and
effect due to natural causes and inevitable accident, or disaster; a natural and
inevitable necessity which implies entire exclusion of all human agency which
6 operates without interference or aid from man and which results from natural
i• causes and is in no sense attributable to human agency.
* "Addendum' or "Addenda" shall mean the additional contract provisions issued in
writing by the Engineer prior to the receipt of bids.
* "Bid" shall mean the offer or proposal of the Bidder submitted on the prescribed
form setting forth the prices for the Work to be performed.
"Bidder" shall mean any person, firm or corporation submitting a Bid for Work.
"Certificate of Completion" shall mean a letter or notice signed by the Owner after
the Engineer has determined that no further work is to be done.
* "Certificate of Substantial Completion" shall mean a letter or notice signed by the
Engineer when the work or a designated portion thereof is sufficiently complete
that the Owner may occupy or use the work for the use for which it is intended.
* "Change Order" shall mean the fully executed written order to the Contractor
authorizing an addition, deletion or revision in the work within the general scope of
the contract documents, or authorizing an adjustment in the contract price or
contract time.
* "Contract" or "Contract Documents" shall mean each of the items listed below,
both as a whole and severally.
g Except for titles, sub-titles, headings, running headlines, tables of contents and
1. indices (all of which are printed herein merely for convenience) the following,
except for such portions thereof as may be specifically excluded, shall be deemed
to be part of this contract:
1. Advertisement for Bids
2. Information for Bidders
3. Bid Forms
4. Bid Bond
400-02
e:\documents)wappingefe w2014\w21406 maM1 field pavilion\pedficatlonsU ow end-bid 2Vna=field div 400 gen wnd.doc
L
L
5. Contract Agreement
6. Performance Bond
7. Labor and Material Payment Bond
8. Notice of Award
9. Notice to Proceed
10.General Conditions for Contract
11.Supplemental Conditions for Contract
L 12.Specifications
13.Drawings
14.All Addenda
15.All Change Orders
16.All provisions required by law to be inserted in this contract whether
Iactually inserted or not.
"Contractor" shall mean the person, partnership, firm or corporation with whom the
Owner has executed the Contract Agreement.
"Contractors Representative" shall mean any officer, manager or job site foreman
Lof the Contractor.
"Contract Sum" shall mean the total amount payable by the Owner to the
( Contractor for performance of the Work under the Contract Documents as stated
1. in the Contract Agreement.
"Contract Time" shall mean the period of time, including authorized adjustments,
allotted in the Contract Documents to complete the Work.
L "Days" shall mean consecutive calendar days.
* "Drawings" shall mean the part of the Contract Documents which show the
characteristics and scope of the Work to be performed and which have been
prepared or approved by the Engineer.
"Engineer' shall mean the consulting engineer for the Town as designated and
duly appointed by the Town, directed or assigned by them to this Contract, with
the powers and duties as stated in the contract documents. (Morris Associates,
F PLLC)
* "Extra Work" shall mean work other than that required either expressly or implicitly
by the contract in its present form. It may include work in areas designated on the
plans as areas of future work, or in areas within the contract limits or adjacent
thereto. Extra work shall be authorized by a change order.
L "Final Acceptance" shall mean acceptance of the work by the Owner as evidenced
by its signature upon the final Certificate of Completion. Such acceptance shall be
400-03
e doe mentsV wappingeP w2014\w21406 mad4 field pavilionl pedfioationsVront end—bid 2Vnad field div 400 gen cond.doc
L
t
Ldeemed to have taken place only if and when such signature is affixed to said
Certificate of Completion.
"Inspector' shall mean an authorized representative of the Owner assigned to
I make any and all necessary inspections of the work performed and materials
L furnished by the Contractor.
L
* "Owner' shall mean the party of the first part hereto, the Town, the Supervisor, or
any other person designated by them to act on their behalf.
F * "Project" shall mean the entire improvement to which this contract relates.
F "Product Data' are illustrations, standard schedules, performance charts,
instructions, brochures, diagrams and other information furnished by the
Contractor or a Subcontractor, Sub-subcontractor, manufacturer, supplier or
distributor to illustrate some portion of the Work.
"Samples" are physical examples which illustrate materials, equipment, or
{ workmanship and establish standards by which the Work will be judged.
L * ,Shop Drawings" are drawings, diagrams, schedules and other data specially
prepared for the Work by the Contractor or a Subcontractor, Sub-subcontractor,
Lmanufacturer, supplier or distributor to illustrate some portion of the Work.
"Site" shall mean the area upon or in which the Contractor's operations are carried
Lon, and such other areas adjacent thereto as may be designated as such by the
Engineer.
L "Specifications" shall mean a part of the Contract Documents consisting of written
descriptions of a technical nature of materials, equipment, construction systems,
Lstandards and workmanship.
"Subcontractor" shall mean any person, firm or corporation, other than employees
of the Contractor, who or which contracts with the Contractor or any other
Subcontractor to furnish, or actually furnishes, labor, materials or labor and
equipment at the site.
L * .Substantial Completion" shall mean that date, as certified by the Engineer when
the construction of the project or a specified part thereof is sufficiently completed,
in accordance with the Contract Documents, so that the Project or specified part
can be utilized for the purposes for which is intended.
# * "Surety" shall mean any person, firm or corporation that has executed as surety,
L and bond or bonds required to be executed by the Contractor as they relate to the
provisions of the Contract.
L 400-04
Le\documented wappinger w2014\w21406 me=field pavilion�peclfications\front end—bid 2vnadz field div 400 gen wnd.doc
L
L
"Work" shall mean all labor necessary to produce the construction required by the
L Contract Documents and all materials and equipment incorporated or to be
incorporated in the Project.
L "Written Notice" shall mean any notice to any party of the Agreement relative to
any part of this Agreement in writing and considered delivered and the service
[ thereof completed, when posted by certified or registered mail to the said party at
Lt its last given address, or delivered in person to said party or its authorized
L
representative on the Work.
L Whenever they refer to the work or its performance, the words "directed",
"required", "permitted", "ordered", "designated", "prescribed", and words of like
import are used, they shall imply the direction, requirement, permission, order,
designation or prescription of the Engineer and "approved", "acceptable",
,.satisfactory", "in the judgment of', and words of like import, shall mean approved
Lby, or acceptable to, or satisfactory to, in the judgment of the Engineer.
L
k
L
L
L
i
L
Li
F
I
L
L 400-05
{ e:Wocumenhl wappinged w2014\w21406 ma0z field pavilion\pecfiwbons\front end—bid 2Ma=field div 400 gen cond,doc
L
ARTICLE 2: ROLES AND RESPONSIBILITIES
2.1 The Contractor
[ (1) The Contractor shall supervise, direct and perform the work in accordance
with the contract documents. Unless otherwise expressly provided, the work
must be performed in accordance with the best modern practice, with
materials and workmanship of the highest quality, all as determined by, and
entirely to the satisfaction of, the Engineer. The Contractor shall be
responsible for the entire work until completed and accepted by the Owner.
(2) Unless otherwise expressly provided, the means and methods of
construction shall be such as the Contractor may choose, subject, however,
j to the approval of the Engineer. Such approval, or the Engineer's failure to
L exercise its right to reject, shall not create a cause of action for damages.
t (3) The Contractor shall assume all risks and responsibility and shall complete
L the work in whatever material and under whatever conditions it may
encounter or create, without extra cost to the Owner.
(4) No plea 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 accepted as an
excuse for any failure or omission on the part of a Contractor to fulfill in
ifr 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 an
6 extension of time.
(5) In the event the Owner or Engineer observes that the Contract Documents
are not being followed, the Contractor will be ordered to stop work and make
any necessary changes at no additional cost to the Owner.
(6) The Contractor acknowledges that the Owner does not guarantee that all
pipes, ducts, utilities and other underground structures are shown on the
plans, and that the information given is intended only as a guide to the
Contractor. The Contractor shall not claim damages and shall not be
entitled to payment because of any omission or faulty location on the plans
of any pipes, ducts, utilities or other underground structures.
(7) The Contractor shall do all work and pay all costs of cutting, protecting,
supporting, maintaining, relocating and restoring all surface, subsurface or
tr overhead structures, and all other property, including pipes, conduits, ducts,
L tubes, chambers, and appurtenances, public or private, in the vicinity of the
work (except such which by law, franchise, permit contract, consent or
F
400-06
e viocumend,U wappingeda w201Mw21406 mart field pavilion\spedficalions*onl end-bid 2Unart fled div 400 gen cond.doc
L
L
agreement the owner thereof is required to protect, support, maintain,
relocate or restore), repairing the same if damaged and restoring to their
original conditions all areas disturbed. It shall not claim or be entitled to any
k damages for delay or otherwise by reason of such required work, and it
hereby assumes all risks in connection therewith.
(8) From the survey work provided by the Owner, the Contractor shall develop
and make all detailed surveys needed for construction. The Contractor shall
carefully preserve the physical survey points provided by the Owner and, in
the case of willful or careless destruction, it shall pay the resulting expense
to recreate the points and shall be responsible for any mistakes that may be
caused by their unnecessary destruction or loss.
(9) The Contractor warrants to the Owner and Engineer that materials and
equipment furnished under the Contract will be of good quality and new
unless otherwise required or permitted by the Contract Documents, that the
Work will be free from defects not inherent in the quality required or
permitted, and that the Work will conform to the requirements of the Contract
Documents. Work not conforming to these requirements, including
t substitutions not properly approved and authorized, may be considered
•
defective. The Contractors warranty excludes remedy for damage or defect
caused by abuse, modifications not executed by the Contractor, improper or
insufficient maintenance, improper operation, or normal wear and tear and
normal usage. If required by the Engineer, the Contractor shall furnish
i satisfactory evidence as to the kind and quality of materials and equipment.
k
(10) The Contractor shall pay sales, consumer, use and similar taxes for the
Work provided by the Contractor which are legally enacted when bids are
received or negotiations concluded, whether or not yet effective or merely
} scheduled to go into effect.
L (11) The Contractor, promptly after being awarded the Contract, shall prepare
and submit for the Owner's and Engineer's information a Contractor's
construction schedule for the Work. The schedule shall not exceed time
limits current under the Contract Documents, shall be revised at appropriate
intervals as required by the conditions of the Work and Project, shall be
related to the entire Project to the extent required by the Contract
L Documents, and shall provide for expeditious and practicable execution of
g the Work.
L (12) The Contractor shall maintain at the site for the Owner one record copy of
the drawings, Specifications, Addenda, Change Orders and other
Modifications, in good order and marked currently to record field changes
i and selections made during construction, and one record copy of approved
4 Shop Drawings, Product Data, Samples and similar required submittals.
L 400-07
e`documentsV wappinge6a w2014*21406 mach field pavnnn%,ecificalionsVnnnl end—bid 2Vnar field div 400 gen cond.doc
V
k
JIM
r
(13) The Contractor shall be responsible for cutting, fitting or patching required to
f complete the Work or to make its parts fit together properly.
L
2.2 The Owner
The Owner, in addition to those matters expressly made subject to its determination,
direction or approval in this contract, shall have the power:
L (1) To determine finally any and all questions in relation to this contract and its
performance, which determination shall be final and conclusive upon the
Contractor.
L
(2) To modify or change this contract so as to require the performance of extra
j work, or the omission of contract work, or both, whenever it deems it in the
public interest to do so.
(3) To suspend the whole or any part of the work or terminate the entire project
whenever, in its judgment, such suspension or termination is required
L (a) in the interest of the Owner generally, or
(b) to coordinate the work of the various Contractors engaged in this
project, or
(c) to expedite the completion of the entire project even though the
completion of this particular Contract may be thereby delayed, without
compensation to the Contractor for such suspension other than
extending the time for the completion of the work, as much as it may
have been, in the opinion of the Engineer, delayed by such
suspension.
(4) If before the final completion of all the work contemplated herein, it shall be
deemed necessary by the Owner to take over, use, occupy or operate any
part of the completed or partly completed work, the Owner shall have the
right to do so and the Contractor will not, in any way, interfere with or object
to the use, occupation or operation of such work by the Owner after receipt
of notice in writing from the Owner that such or part thereof will be used by
the Owner on and after the date specified in such notice.
(5) The Owner shall have the right to enter the premises for the purpose of doing
L work not covered by the Contract Documents. This provision shall not be
construed as relieving the Contractor of the sole responsibility for the care
and protection of the Work, or the restoration of any damaged Work except
* such as may be caused by agents or employees of the Owner.
` 400-08
• e:bocunnents9 wappinge0a w2014421406 nnartr field pavilion�spedfi AionsV nt end bid 2Vnart field div 400 gen wnd.doc
L
L
(6) The Owner shall furnish horizontal and vertical control survey data for use by
the Contractor in locating the principal components of the Work and for
determining the legal limits of the Work.
2.3 Engineer's Authority
L (1) The Engineer, in addition to those matters elsewhere herein expressly made
subject to its determination, direction or approval, shall have the power,
1. subject to review by the Owner:
a. To inspect the performance of the work;
L b. To determine the amount, kind, quality, sequence, and location of the
work to be paid for hereunder;
LC. To determine all questions in relation to the work, to interpret the
Contract Documents;
d. To make minor changes in the work, not involving change in Contract
Time or Contract Sum, as it deems necessary, provided such changes
do not result in a net increase in the cost to the Owner or to the
Contractor of the work to be done under the contract,
e. To amplify the plans, add explanatory information and furnish
additional specifications and drawings consistent with the intent of the
contract documents.
s
F
` f. To determine how the work of this contract shall be coordinated with
the work of other Contractors engaged simultaneously on this project,
L including the power to suspend any part of the work.
(2) The foregoing enumeration shall not imply any limitation upon the power of
L the Engineer, for it is the intent of this contract that all of the work shall be
subject to its determination and approval, except where the determination or
approval of someone other than the Engineer is expressly called for herein.
L All orders of the Engineer requiring the Contractor to perform work as
contract work shall be promptly obeyed by the Contractor.
t
L (3) The Engineer will not be responsible for the construction means, controls,
techniques, sequences, procedures or construction safety.
L (4) The Engineer shall promptly make decisions relating to interpretation of the
Contract Documents.
r
400-09
t
L
e'\tlocuments¢wappinger\a w2014\w21406 martz field pavilioNspecficalionsVront end_biC 2Martz field div 400 gen contl.tloc
t
L
L
L
ARTICLE 3: INTERPRETATION OF CONTRACT DOCUMENTS
�- 3.1 Conflicting Plans And Specifications
In the case of conflicting information within the plans and specifications as to the
type of materials or workmanship to be provided, the Contractor agrees that it will
accept the decision of the Engineer as to which was intended or which is in the
best interest of the Owner. In the event that any provision in any of the following
4 parts of this Contract conflicts with any provision in any other of the following
parts, the provision in the part first enumerated below shall govern over any other
part which follows numerically, except as may be otherwise specifically stated.
Said parts are the following:
1. Addenda
2. Supplemental Conditions for Contract
3. General Conditions for Contract
4. Detail Specifications
5. Contract Drawings
3.2 Shop Drawings and Product Data
(1) The Contractor shall submit to the Engineer, shop drawings, product data
and similar submittals required by the Contract Documents with reasonable
promptness and in such sequence as to cause no delay in the work or in the
activities of the Owner or of separate Contractors.
w
(2) Where the nature of the work of the Contract makes it necessary, or where
so required by the Engineer, the Contractor shall submit scale and full size
y, shop drawings of the work for review by the Engineer. The shop drawings
shall be complete in every detail and show any and all other necessary
information in accordance with usual trade practice as particularly required
6 for any special purposes.
(3) Portions of the Work requiring a shop drawing, product data or sample
L. submission shall not begin until the shop drawing, product data or sample
submission has been approved by the Engineer. A copy of each approved
shop drawing, product data or sample submission shall be kept in good
V order by the Contractor at the site and shall be available to the Engineer.
(4) The Contractor shall thoroughly review all shop drawings of the various
trades for measurements, sizes of members, materials and details to make
sure that they conform to the intent of the plans and specifications and for
any and all other contract requirements. Information found to be inaccurate
or otherwise in error shall be made correct. Shop drawings, product data or
sample submission prepared by or under the direction of the Contractor shall
400-010
e:WocumebM wappinger w2014421400 mate field pavilion�pecfications*nnt end—bid 2 at field div 400 gen wnd.doc
t
be checked for accuracy and contract requirements by the Contractor before
being forwarded to the Engineer. Shop drawings, product data or sample
submission not so checked and noted will be returned to the Contractor
without being examined by the Engineer. All measurements shall be verified
4 at the building and/or structures.
(5) The Engineer will promptly review submitted shop drawings, product data, or
sample submission as an aid to the Contractor but review of drawings by the
Engineer shall not relieve the Contractor of its responsibility for the proper
performance of the work without additional cost to the Owner, whether or not
the work was installed in accordance with drawings reviewed by the
Engineer. Shop drawings, product data or sample submission will be
4 reviewed for design and general arrangement only.
L
3.3 Materials
l
� (1) All materials, equipment and articles (products) incorporated into the
permanent work shall be new unless specifically stated or shown otherwise
in the contract documents. The word "new" shall not operate to exclude
{, recycled raw materials used in the manufacture of previously unused, i.e.
new, materials, equipment and articles (products) for this contract, provided
that such items comply with all other contract requirements.
i
(2) The intent of these specifications is not to limit competition but to establish a
standard of quality which the Engineer has determined is necessary. The
L Contractor may use any product equal to that named in the contract
documents provided 1) that the Contractor has given timely notice of its
L
intent (in accordance with the submittal and scheduling requirements of this
contract) and 2) that the Engineer accepts the proposed product.
(3) The Contractor may make substitutions only with the consent of the Owner,
after evaluation by the Engineer and in accordance with a Change Order.
(4) The Engineer may establish criteria for product evaluation and shall
determine whether a proposed product is to be accepted.
(5) The Contractor shall have the burden of satisfying the Engineer that any
substitutions are acceptable, at its own cost and expense. The Contractor
shall also bear the cost and expense of preparing and providing detailed
drawings showing all changes, if any, from details shown in the contract
documents. Such detailed drawings shall be subject to the Engineer's
evaluation and acceptance as to conformance with the overall project
{ requirements.
L 400-011
e WowmentsV wappingeda w2014421406 madz field pavillon perfi,,efons*ont end_bid 2Marh field div 400 gen wnd doc
L
3.4 Royalties And Patents
LThe Contractor shall pay all royalties and license fees and include the cost thereof in its
bid. It shall defend all suits or claims for infringement of any patent rights and shall save
harmless the Owner from loss on account thereof, except that the Owner shall be
Lresponsible for all such loss when a particular design, process or the product of a
particular manufacturer is specified and the Contractor properly acquires all royalties
and license fees at no additional cost to the Owner.
L
L
L
L
.L
L
L
k
L
L
L
L
1
L
L 400-012
e tr ocumepte wappingerla w2014W21400 marhleld pavilions pecft tioneftnt end_bid 2MarKleld div 400 gen Gond doc
L
L
ARTICLE 4: PERFORMANCE OF THE CONTRACT
j, 4.1 Responsibility For Damage
The Contractor shall faithfully perform and complete all of the work required by the
L Contract, and has full responsibility for the following risks:
(1) Loss or damage, direct or indirect, to the work including the building or
structure in which the work is being performed, or any other construction in
progress whether being performed by any other Contractor or the Owner, or
to any plant, equipment, tools, materials or property furnished, used,
installed or received by the Engineer under this contract or any other
contract. The Contractor shall bear all such risk of loss or damage, until all
of the work covered by the Contract has been finally accepted. In the event
of such loss or damage, the Contractor shall forthwith repair, replace, and
make good any such loss or damage at the direction of the Engineer without
additional cost to the Owner.
(2) Injury to persons (including death resulting therefrom), or damage to
j property caused by an occurrence arising out of the performance of this
Ir Contract for which the Contractor may be legally liable under the laws of
torts.
(3) The Contractor shall not be responsible for damages resulting from willful
acts of Owner's employees or from negligence resulting solely from acts or
omissions of the Owner, its officers or employees. Nothing herein shall vest
in third parties any right of action beyond such as may legally exist
irrespective of this article.
(4) The Contractor shall indemnify and save harmless the Owner, its officers,
employees and agents, from suits, actions, damages, and costs of every
name and description relating to the performance of this Contract during its
prosecution and until the acceptance thereof, and the Owner may retain
such moneys from the amount due the Contractor as may be necessary to
satisfy any claim for damages recovered against the Owner. The
Contractor's obligations under this paragraph shall not be deemed waived by
the failure of the Owner to retain the whole or any part of such moneys due
the Contractor, nor shall such obligation be deemed limited or discharged by
the enumeration or procurement of any insurance for liability for damages
g imposed by law upon the Contractor, subcontractor or the Owner.
` (5) The Contractor shall provide written notice to the Engineer within three (3)
business days of any loss, damage or injury arising out of the Contractors
performance of the Contract.
400-013
{{ a Wocumentsll wappingef w2014\v 1406 mart field[pavilion\ peafioations\pont end—bid 2Matl field[div 400 gen cond doc
L
L (6) No claim whatsoever shall be made by the Contractor against any officer,
L
agent, or employee of the Town, for, on account of, or by reason of anything
L done, or omitted to be done, in connection with this contract.
L4.2 Claim For Damages By Contractor
If the Contractor shall claim compensation for any damage sustained, other than
G for extra or disputed work by reason of any act or omission of the Owner, its
agents or of any persons, it shall, within five (5) days after sustaining such
damage, make and deliver to the Engineer a written statement of the nature of the
damage sustained and of the basis of the claim against the Owner. If on or before
the fifteenth of the month succeeding that in which any damage is alleged to have
been sustained, the Contractor shall fail to make and deliver to the Engineer an
itemized, verified statement of the details and amount of such damages claimed, it
is hereby stipulated that all claims for such compensation shall be forfeited and
invalidated and the Contractor shall not be entitled to payment on account of such
(` claims.
4.3 Disputes
k
(1) The Contractor spec tally agrees to submit in writing, in the first instance,
any dispute relating to the performance of this Contract to the Engineer, who
shall reduce its decision to writing and furnish a copy thereof to the
Contractor. The Contractor must request such decision in writing no more
than fifteen days after it knew or ought to have known of the facts which are
the basis of the dispute.
(2) The decision of the Engineer shall be final and conclusive unless within
twenty days from the date of receipt of such copy the Contractor serves
upon the Board a written appeal. Upon appeal, the decision of the Owner or
its duly authorized representative shall be final and conclusive unless the
decision is fraudulent or capricious or arbitrary or so grossly erroneous as
necessarily to imply bad faith or is not supported by substantial evidence. In
p connection with any appeal proceeding under this clause, the Contractor
L shall be afforded an opportunity to be heard and to offer evidence in support
of its appeal.
L (3) Pending final determination of a dispute hereunder, the Contractor shall
proceed diligently with the performance of the Contract, including the work
L being disputed, in accordance with the Engineer's decision. Nothing in this
Contract shall be construed as making final the decision of any
administrative official upon a question of law.
i
` 400-014
j e'.\dowments@wappingeP w2014\w21406 magi field pavilions pecifimbons*ont end_bid 2MarK field Civ 400 gen wnd.doc
L
L
L4.4 Coordination Of Separate Contractors
L (1) The Owner may award other contracts related to the work. In that event, the
Contractor shall coordinate its work with the work of other Contractors in
such manner as the Owner may direct. Each Contractor shall control and
coordinate the work of its subcontractors, if any. The Owner shall approve
or require the modification of the work schedules of all Contractors to the
end that the project may be progressed as expeditiously as the case
permits.
(2) If any part of the work depends for proper execution or results upon the work
Lof any other Contractor, the Contractor shall inspect and promptly report in
writing to the Engineer any defects in such work. The Contractors failure to
inspect and report shall constitute an acceptance of the other Contractor's
Lwork as fit and proper for the reception of the work of this contract.
j (3) The Owner shall issue appropriate directions and take such other measures
L to coordinate and progress the work as may be reserved to the Owner in the
contract, and which an ordinarily reasonable project owner in similar
circumstances would be expected to take. However, the Owner shall not be
L liable for mere errors in judgments as to the best course of action to adopt
among the alternatives available in any given instance.
i
'r (4) The award of more than one contract for the project requires sequential or
otherwise interrelated Contractor operations, and may involve inherent
delays in the progress of any individual Contractor's work. Accordingly, the
L Owner cannot guarantee the unimpeded operations of any Contractor. The
Contractor acknowledges these conditions, and understands that it shall
t bear the risk of all ordinary delays caused by the presence or operations of
L other Contractors engaged upon the project, and ordinary delays attendant
upon any Owner approved construction schedule.
L (5) The Owner shall not be liable for ordinary delays in any case nor for
extraordinary delays which occur by reason of any Contractor's failure to
1 comply with directions of the Owner, or because of the neglect, failure of
L inability of any Contractor to perform its work efficiently, or the failure of a
supplier to supply or a subcontractor to perform.
L (6) Any claim for extraordinary delay caused by an allegedly unreasonable or
arbitrary act, or failure to act, by the Owner in the exercise of its
responsibility for supervision and coordination of the work, shall be waived,
released, and discharged unless the Contractor whose work is impeded or
delayed thereby, shall give notice in writing to the Board as promptly as
j possible and in sufficient time to permit the Board to investigate and
formulate appropriate instructions.
400-015
e'WocumentsQ wappingef w2014\w21406 mark field pavilionls fcations\front end bid 2Maft field div 400 gen cond.doc
L
L
L
(7) The neglect or refusal of a Contractor to comply with directions issued by the
LOwner pursuant to its responsibility for supervision of the work shall
constitute a failure to progress the work diligently in accordance with
Contract requirements and shall justify withholding payments otherwise due,
Lor termination of the Contract.
(8) The Contractor shall indemnify the Owner for damages recovered against
the Owner by another Contractor to the extent that any such claim or
judgment is the proximate result of the Contractor's failure to progress the
Lwork in accordance with Contract requirements.
4.5 Contractor's Supervision
LThe Contractor shall designate, in writing, a competent supervisor for the work to
represent the Contractor at the site at all times with authority to act for him and
i who can communicate effectively with the Owners representative. All directions
6 given to the Contractor's representative by the Engineer shall be as binding as if
given to the Contractor. The work may be suspended by the Engineer in whole or
in part, if the Contractor has no such representative on site. The representative
Lshall keep on site copies of the plans and specifications and shall have full
authority to supply material and labor as required. Should the Engineer deem any
L employees of the Contractor incompetent or negligent, or otherwise not qualified
L by reason of experience, or for any cause unfit for their duty, the Contractor shall
dismiss them and they shall not again be employed on the work.
L4.6 Permits And Compliance
The Contractor shall obtain, maintain and pay for all other permits, licenses,
governmental fees and inspections legally required and shall give all notices, pay
all fees and comply with all laws, rules and regulations applicable to the work at no
C additional cost to the Owner.
f• 4.7 Boundaries
LThe Contractor and all subcontractors shall confine their equipment, apparatus,
and the storage of materials and supplies of its workmen to the limits of the Town
L right-of ways and the project site property and to limits indicated by law,
ordinance, permits or directions of the Engineer.
L 4.8 Refuse And Debris
L
The Contractor shall at all times keep the refuse and debris at the job site to a
minimum, and at the completion of the contract shall remove all debris, waste and
rubbish, tools, equipment, surplus supplies and materials, temporary structures,
L 400-016
e'.WocunnentsR wappingef w2014\w21406 marV field psvilionlpecifimbonst nl end—bid 2trnadz field div 400 gen cond.doc
L
L etc, and leave all areas "broom" or "rake" clean. The interiors of buildings shall be
L cleaned as stated in the Specifications and General Conditions.
4.9 Subcontractors And Suppliers
L (1) Before any part of the Contract shall be sublet or material purchased, the
Contractor shall submit to the Engineer in writing the name of each
proposed subcontractor and supplier and obtain the Engineer's written
consent to such subcontractor and supplier. The names shall be submitted
in ample time to permit acceptance or rejection of each proposed
subcontractor and supplier by the Engineer without causing delay in the
work of the Project.
L (2) The Contractor's use of subcontractors and suppliers shall not diminish the
Contractor's obligations to complete the work in accordance with the
Contract. The Contractor shall control and coordinate the work of its
Lsubcontractors.
(3) The Contractor shall be responsible for informing its subcontractors and
suppliers of all the terms, conditions and requirements of the contract
documents.
L (4) In making payment to its subcontractors, the Contractor shall comply with
the provisions of New York State General Municipal Law § 106.b. Nothing
contained in this Contract shall create any contractual relationship between
any subcontractor and the Owner.
L4.10 Contractor's Work Requirements
(1) The Contractor shall do all the work and furnish at its own cost and expense,
L
all labor, supervision, machinery, equipment, facilities, tools, transportation,
L supplies, materials, insurance, permits, certificates, tests, guarantees,
protection of equipment and property and life during construction, and all
[ other things whether or not explicitly shown or mentioned, necessary and
proper for or incidental to the completion of a workmanlike job, complete in
every respect and detail, left ready and in perfect condition for the Owner's
k use.
L (2) All work performed under this contract shall be according to the highest
L
standards of the trades involved, and shall conform to the requirements of
L any utilities, and any and all Federal, State and local laws, codes,
ordinances and statues as may be in effect at the time of bidding.
Notwithstanding the foregoing, this shall not be construed herein as relieving
6 the Contractor from complying with any of the requirements of the plans and
L 400-017
I e trlocumentsd wappinge i w2014W21406 mare field pal ilionlepe�lfications\front end—bid 2Madz field div 400 gen conddoc
L
specifications which may be in excess of the requirements mentioned
herein.
it
t
e
V
400-018
){ e:WocumentsY wappingena w2014\w21406 mann field pavilion\pecifiotionsVmnt end bid 2vnartr field div 400 gen oond.doc
L
ARTICLE 5: CHANGE IN THE WORK
E
5.1 Procedure
j (1) The Owner may make changes by altering, adding to or deducting from the
work, and adjusting the contract sum and contract time accordingly. All
changed work shall be executed in conformity with the terms and conditions
of the contract documents unless otherwise provided in the change order.
L Any change in the contract sum or time for completion shall be adjusted
when issuing a change order.
(2) No written or oral instructions shall be construed as directing a change in the
work involving a change in Contract Sum or Contract Time unless in the
form of a change order signed by the Owner and the Contractor. The
change order shall describe or enumerate the work to be performed and
state the price to be added to or deducted from the contract sum. If the
extent or cost of the work is not determinable until after the change in the
work is performed, the change order shall specify the method for
determining the cost and extent of the change in the work when completed.
If the Contractor disagrees with any element of the change order, it shall
indicate its disagreement in writing on the face of the change order and
promptly proceed in accordance with the change order. If it disputes any
item of the change order, it shall comply with Article 4.3.
(3) If the Contractor encounters a situation or work for which it believes it is
entitled to a change order, it shall give the Engineer or inspector written
notice within one business day and shall await instructions before
proceeding.
(4) If the Contractor is directed to perform work for which it believes it is entitled
to a change order, it shall give the Engineer prompt written notice and await
instructions before proceeding to execute such work. The Engineer may
order the Contractor to execute the work as contract work. If the Contractor
disputes this decision, it shall give notice pursuant to the dispute provisions
of Article 4.3.
5.2 Payment For Change Orders
The value of a change order shall be determined by one of the following methods.
(1) By lump sum or unit prices negotiated or established based on estimated
cost plus fifteen percent (15%) as compensation for all other items of profit
L and cost or expense, including administration, overhead, superintendent,
materials used in temporary structures and allowances made by the
Contractor to the subcontractors.
400-019
f e'.\documenn,l wappingefa w2014\w21406 madz field pavilionlspedfimbons\fronl end bid 2MaV field div 400 gen cond doc
L
L
(2) If no unit prices are set forth and if the parties cannot agree upon a lump
sum, then by the actual and reasonable net cost in money to the Contractor
of the materials and of the wages of applied labor required for such extra
work (including net premium for workers' compensation insurance,
contributions pursuant to the State Unemployment Insurance Law, and
withholding taxes pursuant to the Federal Social Security Act) , plus fifteen
percent (15%) as compensation for all other items of profit and cost or
expense, including administration, overhead, superintendent, materials used
in temporary structures and allowances made by the Contractor to the
subcontractors.
y (3) By prices specifically named in the specifications or on the Bid Form.
{ (4) By estimate of the value as can be determined from the approved detailed
k estimate.
L The Contractor shall, upon request, furnish satisfactory proof of all labor performed,
materials furnished and equipment used in the performance of extra work.
s
d
v
L
y�
L
r
1
400-020
ae WocumentsH wappingeda w2014\w21406 mart field pavilion\specifications\front end bid 2vnar field div 400 gen Gond do
L
L ARTICLE 6: TIME OF COMMENCEMENT COMPLETION AND TERMINATION FOR
CAUSE
L 6.1 Time Of Commencement And Completion
L (1) The Contractor must commence work on the day specified therefore in a
Notice to Proceed signed by the Owner. Since TIME IS OF THE ESSENCE
in this Contract, the Contractor shall thereafter prosecute the work diligently,
Lusing such means and methods of construction as will assure its full
completion in accordance with the requirements of the Contract Documents
not later than the specified date therefore, or on the date to which the time
for completion may be extended.
(2) Unless the date for completion is extended pursuant to the provisions of
L paragraph 6.2 below, the Contractor shall complete the work within the time
allotted as stated in the Contract Documents. The Engineer shall be the
sole judge as to whether the work hereunder has been completed within the
time stipulated.
6.2 Extension Of Time
•
(1) It is mutually agreed that no extension beyond the date of completion fixed
t by the terms of the contract shall be effective unless consented to in writing
L by the Engineer. An application by the Contractor for extension of time must
be in writing, setting forth in detail the reasons and causes of delay and the
date upon which each such cause of delay began and ended, and must be
submitted to the Engineer within five (5) days after the start of the alleged
delay. If the Engineer should determine that the delay was not due to any
act or omission on the part of the Contractor or was due to causes beyond
the control of the Contractor, the Contractor shall be entitled to an extension
of time equal to the number of days actually delayed if such extension shall
be required. If, however, the Engineer should determine that the delay was
caused directly or indirectly by the act or conduct of the Contractor or any of
its subcontractors or suppliers, the Engineer may refuse to grant an
E extension of time and direct the Contractor to re-arrange its progress
L schedule so as to complete the work within the time set forth in the contract.
p. (2) If the Owner deems it advisable and expedient to have the Contractor
complete and finish the work after the expiration of the contract date of
completion, and in order that the Owner's fiscal officer may be permitted to
make payment to the Contractor for work performed beyond the completion
date, the Owner will grant an extension of time necessary to complete the
work, conditional upon the assessment and deduction of liquidated damages
Lfrom the moneys which may become due hereunder.
400-021
r
eadocumenleV wappingef w2014\w21406 mark field pavilion\specificalions\pont end bid 2Mart field div 400 gen cond.doc
5t
•
L
(3) In the event of delay for cause, the Contractors sole remedy shall be the
extension of time granted as hereinabove provided, and the Contractor shall
have no right to, or cause of, action for damages or additional costs resulting
from any such delay.
(4) Time necessary for review by the Engineer of shop drawings and delays
incurred by normal seasonal and weather conditions should be anticipated
and are neither compensatory nor eligible for extensions of time.
6.3 Liquidated Damages Upon Failure To Complete
It is mutually agreed between the parties that TIME IS OF THE ESSENCE in this
Contract and that there will be, on the part of the Town, considerable monetary
damage in the event the Contractor should fail to complete the work within the
time fixed for completion in the Contract or within the time to which such
completion may have been extended. The amount stated in the Contract
Agreement is hereby stipulated as the liquidated damages for each and every
calendar day that the time consumed in completing the work exceeds the time
allowed therefore. This amount shall in no event be considered as a penalty or
otherwise than as the liquidated and adjusted damages of the Owner because of
the said delay and Contractor agrees that the said sum per day for each such day
shall be deducted and retained out of the monies which may become due
hereunder.
6.4 Termination For Cause
(1) If in the judgment of the Owner, the Contractor fails or refuses to prosecute
the work in accordance with the Contract, or is failing to complete the work
within the time provided by the Contract, the Owner may terminate the
Contract by written notice. In such event, the Owner shall order the surety
to complete the work. If the surety fails or refuses to complete the work in
accordance with the contract provisions, including time of completion, the
Owner may take over the work and prosecute it to completion by contract
publicly let or otherwise, and may take possession of and utilize in
completing the work, such of the Contractor's plant, materials, equipment,
{, tools and supplies as may be on the site of the work. Whether or not the
right to terminate is exercised, the Contractor and its surety shall be liable
k. for any damage to the Owner resulting from its failure or refusal to complete
L the work in accordance with the Contract or its failure to complete the work
within the time provided by the Contract.
(2) If the Owner terminates the Contract, damages shall consist of liquidated
damages, if any, until the work is physically completed, plus any increased
costs occasioned the Owner in completing the work.
v
400-022
}{ e:\doc mentse wappingeia w2014\w21406 mad field pavilionl peaficationswmnt end bid 2wnad fled div 400 gen conddoc
Y
4
't
fr
(3) If the Owner does not terminate the Contract, the damages shall consist of
liquidated damages, if any, until the work is physically completed.
(4) The Contract shall not be so terminated nor the Contractor charged with
resulting damage if:
a) The delay in the completion of the work arises from unforeseeable
causes beyond the control and without the fault or negligence of the
Contractor, including but not restricted to, acts of God, acts of the
s public enemy, acts of the Board in either its sovereign or contractual
capacity, acts of another Contractor in the performance of a contract
with the Owner, fires, floods, epidemics, quarantine restrictions,
evere weather, or
strikes, freight r suppliers arising froms, unusually sunfoeseeable causeselays of
beyond
subcontractors or shop 9
the control and without the fault or negligence of both the Contractor
j
and such subcontractors or suppliers, and
b) The Contractor shall notify the Engineer in writing of the causes o
delay within fifteen (15) days from when the Contractor knew or ought
to have known of any such delay.
dr (5) The Engineer will ascertain the facts and the extent of the delay and extend
` the time for completing the work when, in its judgment, the findings of fact
justify such an extension, and its findings of fact shall be final and
conclusive.
(6) If after notice of termination of the Contract, it is determined for any reason
that the Contractor was not in default or that the delay was excusable, the
rights and obligations of the parties shall be the same as if the notice of
termination had been issued pursuant to the termination for convenience
clause.
(7) The rights and remedies of the Owner provided in this clause are in addition
pto any other rights and remedies provided by law or under this Contract;
1. provided that damages for delay incurred by the Contractor shall be as
specified in this article.
6.5 Termination Of Contractor's Employment For The Convenience Of The
Owner
(1) The Owner may terminate this Contract whenever in its judgment the public
interest so requires by delivering to the Contractor a notice of termination
specifying the extent to which performance of work under the Contract is
terminated and the date upon which such termination becomes effective.
Y Upon receipt of the notice of termination, the Contractor shall act promptly to
ttt� 400-023
e�documen%4 wappinge�` 014\w21406 Mel,field pavilionlpedfiwlions� onl end bid 2Ma=field div 400 gen cond.doc
L
I
w
minimize the expenses resulting from such termination. The Owner shall
pay the Contractor the sum of:
a. the costs actually incurred up to the effective date of such termination,
plus
i b. the cost of settling and paying claims arising out of the termination of
work under subcontracts or orders exclusive of the amounts paid or
payable on account of supplies or materials delivered or services
furnished by the subcontractor prior to the effective date of the notice
of termination of work under this Contract, which amounts shall be
included in the cost on account of which payment is made under (1)
above.
c. the rate of profit and overhead on (1) and (2) as prescribed by this
i Contract for change orders, provided, however, that if it appears that
r the Contractor would have sustained a loss on the entire Contract had
it been competed, no profit shall be included or allowed under this
paragraph (3) and an appropriate adjustment shall be made reducing
ithe amount of the settlement to reflect the indicated rate of loss.
a (2) In no event shall the Contractors compensation exceed the total Contract
L amount.
L
(3) The detailed estimate or amount of progress payments made to the
LContractor prior to the day termination was effective shall not be incurred,evidence of costs conclusive
progress
ments shall be offset
Linst
result termination.
L6.6 Contractor's Default
The Contractor shall be declared in default if any of the following occur:
(1) if the Contractor fails to begin work when notified to do so by the Owner, or
L (2) if the Contractor becomes insolvent, or
L (3) if a petition of bankruptcy is filed by or against the Contractor, or
(4) if the work to be done under this contract shall be abandoned, or
I (5) if this contract or any part thereof shall be subcontracted without the consent
of the Owner being first obtained in writing, or
400-024
fe�doclnnenlzU wappinged w2014W1406 marU field pavilionN ean,tions\front end fid 2Fnara field div 400 gen wntl doc
•
L
L (6) if this contract or any right, moneys or claim thereunder shall be assigned by
the Contractor otherwise than as herein specified, or
(7) if, at any time, the Engineer shall be of the opinion that the conditions herein
specified as to the rate of progress are not fulfilled, or
(8) that the work or any part thereof is unnecessarily or unreasonably delayed,
or
r
(9) that the Contractor is not or has not been executing the contract in good
faith, or
r
(10) that the Contractor is violating any of the provisions of this contract;
The Owner, without prejudice to any other rights or remedy of said Owner, shall
have the right to declare the Contractor in default and so notify the Contractor by a
V written notice, setting forth the ground or grounds upon which such default is
Y• declared and that the Contractor shall discontinue the work, either as to a portion
of the same or the whole thereof. Upon receipt of the notice, the Contractor shall
immediately discontinue all further operations on the work or such portion thereof,
leaving untouched all plant, materials, equipment, tools and supplies.
6.7 suspension Of Work
! (1) The Engineer may order the Contractor, in writing, to suspend, delay, or
interrupt performance of all or any part of the work for a reasonable period of
time as it, in its sole discretion, may determine. The order shall contain the
reason or reasons for issuance which may include but shall not be limited to
the following: latent field conditions, substantial program revisions, civil
unrest, acts of God, failure to have a supervisor on site.
(2) Upon receipt of a suspension order, the Contractor shall, as soon as
practicable, cease performance of the work as ordered and take immediate
affirmative measures to protect such work from loss or damage.
(3) The Contractor specifically agrees that a suspension, interruption or delay of
the performance of the work pursuant to this article shall not increase the
cost of performance of the work of this Contract.
(4) A suspension order issued by the Engineer pursuant to this article shall have
a duration not to exceed thirty (30) calendar days. If the Contractor is not
directed to resume performance of the work affected by said suspension
order prior to the expiration of thirty (30) calendar days, the Contract shall be
L automatically terminated for the convenience of the Owner and the
Contractor shall be reimbursed in accordance with the payment schedule.
F
i 400-025
e:WocumentsV wappingena w2014%w21406 me=field pavihonlpecifications*obt end—bid 2bnaR field div 400 gen cond.doc
L
L
t ARTICLE 7: INSPECTION AND ACCEPTANCE
7.1 Inspection
The Engineer or the Owner's representative will inspect and test the work at
reasonable times at the site, unless the Engineer determines to make an
inspection or test at the place of production, manufacture or shipment. Such
inspection or test shall be conclusive as to whether the material and workmanship
inspected or tested conforms to the requirements of the Contract. Such inspection
or test shall not relieve the Contractor of responsibility for damages to or loss of
the material prior to acceptance, nor in any way affect the continuing rights of the
Engineer to reject the completed work.
7.2 Contractor's Obligation To Correct Defective Work
(1) The Contractor shall, without charge, promptly correct any work which the
Engineer finds does not conform to the contract documents, unless in the
public interest the Owner consents to accept such work with an appropriate
adjustment in the Contract sum. The Contractor shall promptly remove
rejected material from the premises.
i (2) If the Contractor does not promptly correct rejected work including the work
of other Contractors destroyed or damaged by removal, replacement, or
correction, the Owner may:
C a. correct such work and charge the cost thereof to the Contractor; or
r
b. terminate the Contract in accordance with the section on termination in
the General Conditions.
(3) The Contractor shall furnish promptly and without additional charge all
facilities, labor and material reasonably needed to perform in a safe and
convenient manner such inspections and tests as the Engineer requires.
(4) The Contractor shall promptly correct work rejected by the Engineer or
failing to conform to the requirements of the contract documents, whether
observed before or after substantial completion and whether or not
fabricated, installed or completed. The Contractor shall bear costs of
correcting such rejected work, including additional testing and inspections
and compensation for the Engineer's services and expenses made
necessary thereby.
j
t 400-026
{ e:bocumentsl wappingehe w2014421406 mad field pavilion\specifications\front end_bid 2Ma h field div 400 gen cond.doc
7.3 Progress Reports
F
i` The Contractor shall keep the Engineer informed of the progress of its work and
particularly when it intends to cover work not yet inspected or tested. When the
work is not progressed continuously, except for weekends and holidays, the
Contractor shall notify the Engineer again each time before resuming work.
« Twenty-four hours notice shall be given. All inspection and tests by the Engineer
shall be performed in a manner not to unreasonably delay the work. The
Contractor shall be charged with any additional cost of inspection when the work
is not ready for inspection by the Engineer at the time stated by the Contractor or
agreed to by the Engineer and Contractor.
7.4 Inspection Prior To Acceptance
L
(1) If the Contractor covers its work prior to allowing inspections and tests by the
Engineer, the Contractor shall promptly uncover and make ready all such
areas for inspections and tests, and the Contractor shall be liable for and
charged with any and all additional associated costs.
\
(2) At any time before acceptance of the entire work, should the Engineer
determine to examine work already completed by removing, uncovering or
t testing the same, the Contractor shall, on request, promptly furnish all
{r necessary facilities, labor and materials to conduct such inspection,
examination or test. If such work is found to be defective or nonconforming
in any material respect, the Contractor shall pay all the expenses of such
L examination and satisfactory reconstruction. If the work is found to meet the
requirements of the contract documents, the Owner shall compensate the
@ Contractor for the additional services involved in such examination and
reconstruction and if completion of the work has been delayed thereby, it
shall, in addition, grant the Contractor a suitable extension of time.
(3) No previous inspection or certificates of payment or final payment shall
relieve the Contractor from the obligation to perform the work in accordance
j with the Contract Documents. In the event that the Contractor has in any
4 way failed to comply with the Contract Documents, the final payment shall
not act to relieve the Contractor of its responsibility to comply with the
Contract Documents.
s
i
L
400-027
1 e:bocumentsu wappinger\a w2014\w21406 me=field pavilion\pecRica ions\front end—bid 2Madz field div 400 gen cond doe
t
r
4
ARTICLE 8: PAYMENTS
t
` 8.1 Payment
For the Contractor's complete performance of the work, the Owner will pay, and
the Contractor agrees to accept, subject to the terms and conditions hereof, the
total of the lump sum prices and the unit prices at which this Contract was
awarded, plus the amount required to be paid for any extra work ordered by the
Engineer under Article 5, less credit for any work omitted pursuant to Article 5.
L8.2 Progress Payments
(1) Before the first Application for Payment, the Contractor shall submit to the
Engineer a schedule of values allocated to various portions of the Work,
prepared in such form and supported by such data to substantiate its
accuracy as the Engineer may require. This schedule, unless objected to by
r the Engineer, shall be used as a basis for reviewing the Contractor's
Application for Payment.
(2) The Owner will make monthly progress payments on account of this
Contract, on or after the fifteenth (15th) of each month, whenever the
monthly estimate of the Contractor, as approved by the Engineer, shows that
{ the fair value of the work completed during the previous month exceeds one
thousand dollars ($1,000.00).
6. (3) Payment will be in an amount equal to ninety-five percent (95%) of the value
of the work completed less the aggregate of all previous payments.
s
L (4) Payment requests shall be made on a form approved by the Engineer an
shall be submitted by the first business day of the month in which payment is
L
scheduled to be made. Payment requests shall be approved, changed or
L rejected by the Engineer at least three (3) days prior to the date upon which
B payment is scheduled to be made.
` (5) It is the responsibility of the Contractor to prove all quantities of labor and
materials submitted for payment to the reasonable satisfaction of the
Engineer.
` (6) When submitting payment requests, Contractor shall certify with each
request that all subcontractors, suppliers and laborers have been paid in full
(less 5% retainage) up to the date of the request. No payments will be made
by the Owner without this certification.
i
(7) All materials and work covered by progress payments shall become the
property of the Owner, however, such payments made to the Contractor
(, 400-028
i e'vlowmenisU wappingetl w2014\w21406 mad field pavi ion specifications\front end—bid 2vnabz field div 400 gen cond doc
i. shall not be construed as acceptance by the Owner of any work or materials
not in accordance with the Plans and Specifications.
(8) Requests for payment may also include an allowance for the cost of major
_ materials and equipment which are delivered and suitably stored at the site
or near the site.
•
8.3 Substantial Completion
(1) When the work or major portions thereof are substantially completed, the
Contractor may submit a request for payment of the remaining amount of the
contract amount. Upon receipt of such request for payment, the Engineer
shall make an inspection and identify all work that is incomplete or otherwise
not ready for final acceptance. The Owner shall approve and promptly pay
the remaining amount of the contract balance less two times the value of any
• remaining items to be completed (as identified in the Engineer's Certificate of
Substantial Completion) and an amount necessary to satisfy any claims,
liens or judgments against the Contractor which have not been suitably
discharged. The Certificate of Substantial Completion may also assign
responsibilities for security, maintenance, damage to the work, insurance,
t etc. The Certificate shall fix the time within which the Contractor shall
complete all items listed as being incomplete or otherwise not ready for final
acceptance.
e
(2) As the remaining items of work (as identified in the Engineer's Certificate of
Substantial Completion) are satisfactorily completed or corrected, the
Contractor may prepare a request for payment, but not more often than
monthly, for any such work. The Owner shall pay as in paragraph 8.2.
o- above.
8.4 Final Payment
(1) Within thirty (30) days after receiving notice from the Contractor of
r. completion of all of the work and submission of satisfactory evidence of
having repaired any and all damage to public or privately owned properties
L resulting from, but not a part of, the work under this contract, the Engineer
will cause a final inspection to be made for approval of all the work done
under this contract. If upon such inspection the Engineer determines that no
further work is to be done, the Owner will issue a Certificate of Completion to
the Contractor for the work done under this contract.
a
L (2) As a condition precedent to receiving final payment therefore, the Contractor
shall submit verified statements similar to those required under paragraph
8.2.5. and shall also submit proof of title to the materials and equipment
to covered by the contract.
f 400-029
L
e WocumentsR wappingeia w2014Nw 1406 me=field pavilionlspecificationsV.,t end Nd 2 nad field div 400 gen cond.doc
i
L
L (3) The Contractor shall also, prior to the request for final payment, supply to the
L
Owner, affidavits and certificates of payment for labor, material and
4 equipment (where applicable).
e (4) The Owner will, not later than thirty (30) days after the final acceptance of
the work under this Contract, pay the Contractor the entire sum so found due
thereunder after deduction of all previous payments. It is mutually agreed
that all prior payments having been based on estimates made solely to
enable the Contractor to prosecute the work advantageously, the final
payment will be subject to such corrections as may be found necessary to
E bring the total payments into agreement with the contract price.
Nib
8.5 Acceptance Of Final Payment
L (1) The acceptance by the Contractor or by anyone claiming by or through him
of the final payment shall operate as and shall be a release to the Owner
and every officer and agent thereof, from any and all claims and all liability to
the Contractor for any thing done or furnished in connection with this work or
project and for any act or neglect of the Owner or of any others relating to or
affecting the work. No payment, however, final or otherwise shall operate to
release the Contractor or its sureties from any obligations under this contract
or the performance bond.
L (2) As a condition precedent to receiving final payment, the Contractor shall
submit AIA forms (or similar) G706 Contractor's Affidavit of Payment of
`, Debts and Claims, G706A Contractors Affidavit of Release of Liens, and
G707 Consent of Surety to Final Payment.
(3) The Contractor will also, prior to request for final payment, supply to the
Owner, affidavits and certificates of payment for labor, material and
F equipment (where applicable).
s
L8.6 Contract Quantities
LThe quantities actually required to complete the contract work may be less or
more than estimated, and, if so, no action for damages or for loss of profits shall
accrue to the Contractor by reason thereof. For unit price contracts, a change
order may be prepared to bring the actual and estimated quantities and values
into agreement.
r
1. 8.7 Maintenance And Guarantee
The Contractor shall remedy all defects, paying the cost of any damage to
♦ other work resulting therefrom, which shall appear within a period of one
year from the date of completion as evidenced by the Owners Certificate of
V 400-030
Le:ldocumertsl w ppinget\a W 01 CW21406 madz field pavilion%ep ficationsVront end—bid 2vnad field div 400 gen wnd.doc
)
i
Completion. The Contractor shall, for this period, indemnity and hold
harmless the Owner, its officers, and agents from any injury done to property
or persons as direct or alleged result of imperfections in its work or any other
claims, actions or proceedings and the Contractor shall immediately assume
and take charge of the defense of such action or suits in like manner and to
!' all intents and purposes as if said actions and suits had been brought
directly against the Contractor.
(2) A Maintenance Bond, in a form acceptable to the Owner, shall be
provided by the Contractor for a period of one (1) year from the Written
Notice of Completion.
(3) If the Contractor shall fail to repair, replace, rebuild or restore such defective
or damaged work promptly after receiving notice given by the Engineer not
later than ten (10) days subsequent to the expiration of the one year period,
shallthe Owner
the work done by others and
deduct the costtherreof f omrthe aamount retained hereunder. The balan e,t
o if
~ any, shall be returned to the Contractor at the end of the one year guarantee
t period without interest. If the amount so retained be insufficient to cover the
F` cost of such work, the Contractor shall be liable to pay such deficiency on
( demand by the Owner.
{, 8.8 No Estoppel
The Owner or any department, officer, agent, or employee thereof, shall not be
bound, precluded, or estopped by any acceptance, return certificate or payment
made or given under or in connection with this Contract by the Owner, at any time,
F either before or after final completion and acceptance of the work and payment
t therefore:
t (1) showing the true and correct classification amount, quality or character of
�. the work done and materials furnished by the Contractor or any other person
under this agreement, or from showing at any time that any such
acceptance, return certificate or payment is untrue, incorrect, or improperly
4 made in any particular, or that the work or any part thereof does not in fact
conform to the requirements of the contract documents, or
(2) from demanding and recovering from the Contractor any overpayment made
to him or such damages as it may sustain by reason of its failure to comply
with the requirements of the contract documents, or
(3) both 1 and 2 above.
400-031
e-tdowmenlstt wappingene w2014%w21406 mach field pavilion\pecificaGonsVronl end bid 2Vnarmfiedl div 400 gen cond doc
•
L
L
r ARTICLE 9: BONDS AND INSURANCE
L 9.1 Contract Security
I If at any time the Owner shall have become dissatisfied with any surety or sureties
then upon the performance bond or 6 for any other reason such bond shall cease
to be adequate security for the Owner, the Contractor shall, within five (5) days
after notice from the Owner's attorney to do so, substitute an acceptable bond in
such form and amount and signed by such other surety as may be satisfactory to
the Owner's attorney. The premiums on all bonds shall be paid by the Contractor.
No further payments shall be deemed due nor shall be made until the new surety
L
shall have been qualified.
4 9.2 Insurance
Contractor shall secure and maintain during the life of this contract, including any
L guarantee period, the following insurance:
L COMMERCIAL GENERAL LIABILITY INSURANCE
1. Bodily Injury and Property Damage $2. per/occurrence
000 000 aggregate
L 2. Products and completed Operations $5,00000
Medical Payments
1 3. Coverages to include but not limited to:
(a.) Blanket contractual
(b.) Broad Form Property damage
" (c.) Fire Legal Liability
4 4. Conditions:
(a.) Owner to be listed as additional named insured on a primary, non-
contributory basis.
L (b.) Insurance to be provided by Carrier with a rating no less than "A" as
rated by A. M. Best. Co.
(c.) All Liability insurance is to be issued on an occurrence basis.
4 AUTOMOBILE LIABILITY INSURANCE
1. Combined single limit $2,000,000
L
WORKERS COMPENSATION INSURANCE
r 1. Limits Statutory
j 2. Employers Liability $1,000,000
4
is
i 400-032
b e,0GumenMj wappinger w2014\w21406 ma=field pavilions pedf"tlons\front end—bid 2M8d field div 400 gen oond doc
'L
EXCESS LIABILITY INSURANCE
L 1. Limit $5,000,000
(1) A Certificate of Insurance shall be delivered to the Town at the time of
• Contract signing and prior to the commencement of the work, evidence that
such insurance is in place and in full force and effect.
t
(2) Prior to cancellation or material change in any policy, a thirty (30) day notice
shall be given to the Town Clerk by registered mail, return receipt requested,
at the address listed below:
IY
Town Clerk
Town of Wappinger
20 Middlebush Road
Wappingers Falls, NY 12590
t
(3) Upon receipt of such notice the Owner shall have the option to cancel the
Agreement without further expense or liability to the Owner, or to require the
t Contractor to replace the cancelled insurance policy, or rectify any material
change in the policy, so that the insurance coverage required is maintained
continuously throughout the term of the Agreement in form and substance
acceptable to the Owner. Failure of the Contractor to take out or to
maintain, or the taking out or maintenance of any required insurance, shall
not relieve the Contractor from any liability under the Contract, nor shall the
r
insurance requirements be construed to conflict with the obligations of the
Contractor concerning indemnification.
k
(4) All property losses shall be made payable to and adjusted with the Owner.
(5) All insurance policies referred to above shall be underwritten by companies
authorized to do business in the State of New York and acceptable to the
Owner.
F
(. (6) In the event that claims in excess of these amounts are filed by reason of
any operations under the Agreement, the amount of excess of such claims,
or any portion thereof, may be withheld from payment due or to become due
the Contractor until such time as the Contractor shall furnish such additional
security concerning such claims as may be determined by the Owner.
k
w 400-033
t e:\documenMU wappinge\a w2014\w21406 matt field pavilions pecifiudionsV nt end bid 2vnart field div 400 gen cond.doc
L.
b
4
L ARTICLE 10: MISCELLANEOUS PROVISIONS
10.1 Compliance With Codes And Laws
n (1) All work performed under this contract shall be according to the highest
standards of the trades involved, and shall conform to the requirements of
any utilities, and any and all federal, State and local laws, codes, ordinances
i and statutes as may be in effect at the time of bid opening.
(2) This shall not be construed as relieving the Contractor from complying with
any of the requirements of the plans and specifications which may be in
L, excess of the requirements mentioned herein.
3 (3) The organization or arrangement of the plans and specifications shall not
L operate to define or establish the work to be performed by any trade or
subcontractor.
t
10.2 Service Of Notices
(1) The Contractor hereby designates the business address specified in its bid
as the place where all notices, directions or other communications to the
Contractor may be delivered, or to which they may be mailed. Actual
delivery of any such notice, direction or communication to the aforesaid
L place, or depositing it in a postpaid wrapper addressed thereto in any post-
office box regularly maintained by the United States Postal Service, shall be
conclusively deemed to be sufficient service thereof upon the Contractor as
L of the date of such delivery or deposit.
L
(2) Such address may be changed at any time by an instrument in writing
L executed and acknowledged by the Contractor and delivered to and
receipted for in writing by the Engineer.
L (3) Nothing herein contained shall, however, be deemed to preclude or render
inoperative the service of any notice, direction or other communication upon
L} the Contractor personally, or, if the Contractor be a corporation, upon any
officer or director thereof.
t 10.3 Labor Standards
b.
( (1) The Contractor and its subcontractors shall comply with all local, State and
federal rules, including, but not limited to the Occupational Safety and Health
Act of 1970, the Contract Work Hours and Safety Standards Act, and the
New York State Labor Law with respect to hours of work, posting of notices,
deductions in wages, and apprenticeship training programs.
p. 400-034
e,V owment %t wappingena w20W4 1406 ma=field pavilioNspecifcationsVront end bid 2Vnadz field div 400 gen cond.doc
L
L
(2) The Contractor and subcontractors, if any, shall keep the following
L information records on the site of this public works project:
a. Record of hours worked by each workman, laborer and mechanic
on each day.
b. Schedule of occupation or occupations at which each workman,
laborer, and mechanic on the project is employed during each work
day and week.
c. Schedule of hourly wage rates paid to each workman, laborer, and
mechanic for each occupation.
d. Schedule of hours that each piece of major equipment is being
actually operated each day.
e. Preference in employment shall be shown to residents of the State
of New York who have been residents for a least six (6)
L consecutive months immediately prior to the commencement of
their employment. Each person so employed in the construction of
public works shall furnish satisfactory proof of residence in
L accordance with the rule adopted by the Industrial Commissioner,
and each Contractor and subcontractor shall keep a list of its
employees, stating whether they are residents of the State of New
York, native born citizens or naturalized, and, in case of
naturalization, the date thereof, and the name of the court in which
# granted.
Payment of wages earned by employees upon public works shall
be as covered by Section 220 and 220-D of the Labor Law.
Insurance against accident for all persons employed shall be as
provided by the Workers Compensation Laws of the State of New
York.
f. The Contractor shall comply with all requirements of the State
L Labor Law applicable to contracts on behalf of a municipality for the
construction, alteration or repair of any public building or public
work, including particularly, but without limitation of the foregoing,
the provisions relating to hours and wages, discrimination on
account of race or color and preference in employment to citizens
y` of the State of New York.
L The Contractor shall indemnify and save harmless the Town from
L any claim alleging a violation of the labor laws of the State of New
G York, including but not limited to the Contractor's obligation to pay
prevailing wage.
Article 8, Section 220 of the Labor Law, as amended by Chapter
r g
750 of the Laws of 1956, provides, among other things, that it sha
ll
be the duty of the fiscal officer to make a determination of the
L 400-035
e:\documentsl wappingeM w2014%w214D6 mai field pavilion\specifications\rront end_bid 2tr aM field div 400 gen conddoe
L
L
Lschedule of employed on public work projects. The amount for
` supplements listed on the enclosed schedule (see Appendix A)
L does not necessarily include all types of prevailing supplements in
the locality, and a future determination of the Industrial
Commissioner may require the Contractor to provide additional
`, supplements.
r, The Contract shall make provision for disability benefits, workers
j, compensation, unemployment insurance and social security, as
required by law.
t h. The Contractor shall comply with all provisions of the Patriot Act
i, and all requirements of the Internal Revenue Service and the
Immigration and Naturalization Service with respect to any of its
employees or subcontractor employees.
10.4 Record-Keeping Requirement
r
L The Contractor shall establish and maintain complete and accurate books,
records, payroll records, documents, accounts and other evidence directly
pertinent to performance under this contract for a period of six (6) years following
final payment or the termination of this contract, whichever is later, and any
extensions thereto. The Engineer or any other person or entity authorized to
L
conduct an examination, as well as the agency or agencies involved in this
L contract, shall have access to such books, records, documents, accounts and
other evidential material during the contract term, extensions thereof and said six
L
(6) year period thereafter for the purposes of inspection, auditing and copying.
4, "Termination of this contract', as used in this clause, shall mean the later of
completion of the work of the contract or the end date of the term stated in the
contract.
10.5 Non-Assignment Clause
This contract may not be assigned by the Contractor or its right, title or interest
L
therein assigned, transferred, conveyed, subcontracted or otherwise disposed of
L without the previous consent, in writing, of the Owner and any attempts to assign
the contract without the Owner's written consent are null and void. The Contractor
may assign its rights to receive payment with the Owners prior written consent.
10.6 Non-Collusive Bidding Requirements
LContractor warrants, under penalty of perjury, that its bid was arrived at
independently and without collusion aimed at restricting competition. Contractor
I further warrants that, at the time Contractor submitted its bid, an authorized and
responsible person executed and delivered to the Owner a Certification of Non-
Collusion by Bidders on Contractor's behalf.
400-036
e:klowmentst weppingela w2014*21406 mare field paviliond5pedfiratiord;*ont entl_bitl 2Martz field div 400 gen cond Doc
+4
4
L
10.7 Wage And Hours Provisions
Neither Contractors employees nor the employees of its subcontractors may be
required or permitted to work more than the number of hours or days, except as
{ otherwise provided in the Labor Law and as set forth in prevailing wage and
supplement schedules issued by the State Labor Department. Furthermore,
Contractor and its subcontractors must pay at least the prevailing wage rate and
pay or provide the prevailing supplements, including the premium rates for
overtime pay, as determined by the State Labor Department in accordance with
the Labor Law,
L10.8 Workers' Compensation Benefits
6
L This Contract shall be void and of no effect unless the Contractor shall provide
and maintain coverage during the life of this contract for the benefit of such
employees as are required to be covered by the provisions of the Workers'
LCompensation Law. The Contractor agrees to defend, indemnify and hold
harmless the Owner for any actions arising from injuries to the Contractor's
L employees, even if caused in whole or in part by Owners negligence.
10.9 Nondiscrimination Requirements
LThe Contractor shall not discriminate against any employee or applicant for
employment because of race, creed, color, sex or national origin. The Contractor
shall take affirmative action to insure that all employees are employed, and that
L employees are treated equally during employment, without regard to their race,
creed, color, sex or national origin.
L10.10 Archaeological Salvage
Whenever during the course of construction, historical objects are encountered,
such objects shall not be moved or destroyed. Work shall be stopped and re-
scheduled to avoid disturbing such areas and the Engineer shall be notified
L
immediately. The Engineer will then contact the New York State Office of Parks,
L Recreation and Historic Preservation, who will issue instructional procedures
q which will govern continuation of work in the affected area.
pi
i
-END OF SECTION-
f<
+ 400-037
4
e:WocumentsR wappingerAa w2014421406 maga field pavilion\spedfication Wront end bid 2Vnar field div 400 gen cond.doc
L
PROPOSAL FOR
TOWN OF WAPPINGER
LMARTZ FIELD PAVILION
b CONTRACT NO. 14-010
L
4
L
I DIVISION 500
L
SPECIAL CONDITIONS
f
r
`,
PREPARED BY:
LMORRIS ASSOCIATES
ENGINEERING CONSULTANTS, PLLC
9 ELKS LANE
POUGHKEEPSIE, NEW YORK 12601
L
JULY 2014
L
MA#: W21406
F
lift
L
pL
L
L
�py NEIy
L Andrew M.Cuomo,Govemor Peter M.Rivera,Commissioner
A�V
Town of Wappinger Schedule Year 2014
Timothy Gleason,Architectural Designer Date Requested 07/15/2014
Morris Associates PLLC PRC# 2014006543
9 Elks Lane
@ Poughkeepsie NY 12601
4
Location Mar,Field
L Project to# 14-010
Project Type New construction of wood treated pavilion
L 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 2014 through June 2015. All updates, corrections, posted
on the 1st 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
Lthe 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
L 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.
LUpon 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.
L
L
NOTICE OF COMPLETION I CANCELLATION OF PROJECT
fl. Date Completed: Date Cancelled:
q Name&Title of Representative:
lYk Phone: (518)457-5589 Fax (518)485-1870
L
W.Averell Harriman State Office Campus, Bldg. 12, Room 130,Albany, NY 12240
Lweae.labocstate.nyos. PW 200 PWAsk@labocstate.ny.us
I
L
l
LGeneral 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 ate of wage and supplements(fringe benefits)In the
locality where the work is performed.
Responsibilities of the Department of Jurisdiction
A Department of Jurisdiction(Contacting Agency) includes a state department,agency, board or commission:a county,
icity, twn or mprovementalnd other district corporation;aard fp blit benefit corporation;education or board of and avpublic authority awarding a public work educational services;a sewerwater,fire,
contract.
L Department of Jurisdiction (Contracting Agency)awarding a public work contract MUST obtain a Prevailing Rate
The
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
k 39)to the Bureau of Public Work. The Prevailing Rate Schedule MUST be included in the specifications for the contract to
fY 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)to
following
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"forth (PW 16)Is provided with the original Prevailing Rate Schedule.
The Department of Jurisdiction (Contracting Agency)is required to notify the Bureau of the completion or cancellation of
any public work project. The Department's PW 200 form is provided for that purpose.
Both the PW 16 and PW 200 fors 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"for (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 cunent Prevailing Rate Schedule for the locality where the work is
performed. If a prime contractor on a public work project has no[been provided with a Prevailing Rate Schedule,the
contractor must notify the Department of Jurisdiction (Contracting Agency)who in tum must request an original Prevailing
Rate Schedule for 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(516)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
L complete copies to all prime contractors who in tum 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 obain a copy of the new annual deterinafion from the NYSDOL website
{ www.labor.state.ny.us.
rates.
detemnination is in e
` JThe uly 1st through Jer of Laor makes an annual determinaon of theune 30th of the following year. The annual deterination prevailing available�on the NYSDOL websffeect from
wwwJabocstate.ny.us.
Payrolls and Payroll Records
I Every contractor and subcontractor MUST keeporiginal payrolls or transcripts subscribed
ribedand date rmof ed ascomptrue
ender a
penalty of perjury. Payrolls must be maintained for at least three(3)y theproject's
minimum, payrolls must show the following information for each person employed on a public work project: Name,
pAddress, Last 4 aid, Supplements paid or prroOdeduand Daily and weekly number of holom worked in each classification.ludy wage rates)
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
w York
Stateaand the amount of the coo exceed ntract exceeds$25-00 If the ,000.00, payroll tor or arecords and edifietio s r does not maintain a must be kept on the prace of business in e ectt
` worksite.
t1r 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
k specified in the public work contract as well as any subsequently issued schedules. A failure to provide these schedules
L by a contractor or subcontractor is a violation of Article S,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 1st whether or not the new
determination has been received by a given contractor. Care should be taken to review the rates for obvious errors. Any
corrections should be brought to the Departments attention immediately. It is the responsibility of the public work
contractor to use the proper rates. If there is a question on the proper classification to be used, please call the district
office located nearest the project. Any errors in the annual determination will be corrected and posted to the NYSDOL
website on the first business day of each month. Contractors are responsible for paying these updated rates as well,
retroactive to July 1 st.
When you review the schedule for a particular occupation,your attention should be directed to the dates above the
column of rates. These are the dates for which a given set of rates is effective. To the extent possible,the Department
posts rates in its possession that cover periods of time beyond the July 1st to June 30th time frame covered by a
particular
determination. yecthat
naJJ0period.
may be
updated in future annual determinations that actually the theapproprteuly 1 st to June 30th time
Withholding of Payments
When a complaint is fled 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 offer 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 unfit 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.
LThe Department of Jurisdiction (Contracting Agency)shall comply with this order of the Commissioner of Labor or of the
[6 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
weather conditionsandbetitled h PREVAILING RATE OF WAGES'in lettersedule must be encased in,or constructed fno smaller Nls an two(2)inches bable of eng y two(2)adverse
t inches. - - --
The 'Public Work Project'notice must be posted at the beginning of the performance of every public work contract,on
each job site.
L
L
y Every employer providing workers.compensation insurance and disability benefits must post notices of such coverage in
fir the format prescribed by the Workers. Compensation Board in a conspicuous place on the jobsite.
Every employer subject to the NYS Human Rights Law must conspicuously post at its offices, places of employment, or
employment training centers, notices furnished by the State Division of Human Rights.
Employers liable for contributions under the Unemployment Insurance Law must conspicuously post on the jobsite notices
furnished by the NYS Department of Labor.
Apprentices
Employees cannot be paid apprentice rates unless they are individually registered in a program registered with the NYS
Commissioner of Labor. The allowable ratio of apprentices to joumeyworkers 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 joumeyworkefs 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
i security number of the person for whom the information is requested.
LThe only conclusive proof of individual apprentice registration is written verification from the NYSDOL Apprenticeship
Training Albany Central office. Neither Federal nor State Apprenticeship Training offices outside of Albany can provide
conclusive registration information.
It should be noted that the existence of a registered apprenticeship program is not conclusive proof that any person is
registered in that program. Furthermore,the existence or possession of wallet cards, identification cards, or copies of
state forms is not conclusive proof of the registration of any person as an apprentice.
Interest and Penalties
In the event that an underpayment of wages and/or supplements is found:
Interest shall be assessed at the rate then in effect as prescribed by the Superintendent of Banks pursuant to
section 14-a of the Banking Law, per annum from the date of underpayment to the date restitution is made.
- A Civil Penalty may also be assessed, not to exceed 25% of the total of wages, supplements, and interest due.
Debarment
Any contractor or subcontractor and/or its successor shall be 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 falsifcation 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.
z. Discrimination
No employee or applicant for employment may be discriminated against on account of age, race, creed, color, national
origin, sex, disability or marital status.
No contractor,subcontractor nor any person acting on its behalf, shall by reason of race, creed, color,disability, sex or
national origin discriminate against any citizen of the State of New York who is qualified and available to perform the work
to which the employment relates(NYS Labor Law,Article 8, Section 220-e(a)).
j 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) ).
k
L
L
LThe Human Rights Law also prohibits discrimination in employment because of age, marital status,or religion.
( e to the contractor under the contract a penalty of$50.00 for each
There may be deducted from the amount payable 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)).
L
the State or municipality. All monies due or ti become due thereunder
The contract may be cancelled or terminated by
13r may be forfeited for a second or any subsequent violation of the terms or conditions of the anti-discrimination sections of
L
the contract(NYS Labor Law,Article 8, Section 220-e(d)).
ost at
{ employmeMYor employment training centers notices fuRights
s hed by the State Divc'�sionsof Human�Rights.
offices,ts places of
4 Workers' Compensation
ll maintain coverage during the life of the State Workers'Compensation
LLIn accordance with Section 142 of the State Finance Law,the contractor she
contract for the benefit of such employees as required by the provisions of the New York
Law.
A contactor 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
F 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.
authorized New York State ed to white overaworkege,added
to
an cove age n hfiststatate e. Th it must be be added
sted uto a nder item 3A ofrom a f the ny
Linformation page.
The contractor must maintain proof that subcontractors doing work covered under this contract secured and maintained a
L
workers' compensation policy for all employees working in New York State.
Its must
ost
ef
[4 he formatlprescnbeddby9workers he Workers' Compensation Board inon Insurance na disability
on conspicuous place on the jobsite es of such coverage in
LUnemployment Insurance
furnished by the New York union Department of Lablor ment Insurance Law must conspicuously post on the jobsite notices
Employers
L
L
L
I
L
i
r
V.
L
� NEWI-
Andrew M.Cuomo,Governor 9 Peter M.Rivera,commissioner
Town of Wappinger Schedule Year 2014
Timothy Gleason,Architectural Designer Date Requested 07/15/2014
Morris Associates PLLC PRC# 2014006543
9 Elks Lane
Poughkeepsie NY 12601
L
Location Martz Field
Project ID# 14-010
Project Type New construction of wood framed pavilion
LNotice 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.
1 Upon notifying the successful bidder(s) of this contract, enter the required information and
L mail OR fax this form to the office shown at the bottom of this notice, OR fill out the
L
electronic version via the NYSDOL website.
Contractor Information
All information must be supplied
Y Federal Employer Identification Number:
{ Name:
` Address:
L
r city: State: Zip:
[L� Amount of Contract: Contract Type:
` [ ] (01)General Construction
F Approximate Starting Date: / [ ] (02)HeatingNentilation
[ ] (03)Electncal
Approximate Completion Date: / / [ ] (04)Plumbing
[ ] (05)Other
Phone: (518)457-5589 Fax: (518)485-1870
W.Averell Harriman Stale Office Campus, Bldg. 12, Room 130,Albany, NY 12240
Lwvnv.laborstate.ny.us, PW 16 PWAsk@labor.state.ny.us
}
rr
L
L
L IMPORTANT NOTICE
L
L FOR
L CONTRACTORS &
L CONTRACTING AGENCIES
L
L
L Social Security Numbers on Certified Payrolls
L 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
F and we are sympathetic to contractors' concerns with regard to inclusion of this
L 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.
LNOTE: This change does not affect the Department's
ability to request and receive the entire social
security number from employers during the course
L of its public work I prevailing wage investigations.
L
i
L
k
L
L
L To all State Departments, Agency Heads and Public Benefit Corporations
IMPORTANT NOTICE REGARDING PUBLIC WORK ENFORCEMENT FUND
L Budget Policy & Reporting Manual
L
B-610
L
Public Work Enforcement Fund
effective date December 7, 2005
1. Purpose and Scope:
This Item describes the Public Work Enforcement Fund (the Fund,P WEF)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,m 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.
y The provisions of this bill became effective August 2,2005.
F
L
LTo all State Departments, Agency Heads and Public Benefit Corporations
{' IMPORTANT NOTICE REGARDING PUBLIC WORK ENFORCEMENT FUND
LOSC 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
L
Public Work at the number noted below for a determination. Payment by check or journal
F4 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 we not approved or administered by the Comptroller,monthly
reports and payments for deposit into the Public Work Enforcement Fund most be provided
to the Administrative Finance Bureau at the DOL within 30 days of the end of each month
or on a payment schedule mutually agreed upon with DOL.
Reports should contain the following information:
- Name and billing address of State agency or public
benefit corporation;
- State agency or public benefit corporation contact and
phone number;
Name and address of contractor receiving the award;
Contract number and effective dates;
- Contract amount and PWEF assessment charge(if
contract amount has been amended,reflect increase or
decrease to original contract and the adjustment in the
PWEF charge); and
- Brief description of the work to be performed under each
contract.
Checks and Journal Vouchers,payable to the"New York State Department of Labor"
should be sent to:
Department of Labor
Administrative Finance Bureau-PWEF Unit
Building 12,Room 464
State Office Campus
Albany,NY 12240
Any questions regarding billing should be directed to NYSDOL's Administrative Finance
Bureau-PWEF Unit at(518)457-3624 and any questions regarding Public Work Contracts
should be directed to the Bureau of Public Work at(518)457-5589.
L
L
L Construction Industry
L Fair Play Act
t
L Required Posting For Labor Law
L Article 25-B § 861-d
L
LConstruction industry employers must post the
"Construction Industry Fair Play Act" notice in a
Lprominent and accessible place on the job site.
L Failure to post the notice can result in penalties of
up to $1,500 for a first offense and up to $5,000 for
Ea second offense.
LThe posting is included as part of this wage
Schedule. Additional copies may be obtained from
L the NYS DOL website, www.labor.ny.gov.
t� If you have any questions concerning
L the Fair Play Act, please call the State Labor
Department toll-free at 1-866-435-1499 or email us
Lat: dol.misclassified@labor.state.ny.us .
L
L
��. 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
by the business that hired you AND
. You perform work that is not part of the usual work done
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 OR AN EMPLOYER TO EMPLOYEESMISCLASSIFYEES AS
INDEPENDENT CONTRACTORS OR PAY 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)
o prevailing wages on public work projects
o the provisions of the National Labor Relations Act and
c 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.
e If you have questions about your employment status or believe that your employer may have
f@. 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 misclassifiedp_labor.state.ny.us. All complaints of
fraud and violations are taken seriously and you can remain anonymous.
Employer Name:
IA 999(09/10)
L
L WORKER NOTIFICATION
L (Labor Law §220, paragraph a of subdivision 3-a)
L Effective February 24, 2008
L
LThis provision is an addition to the existing prevailing wage rate
L law, Labor Law §220, paragraph a of subdivision 3-a. It requires
contractors and subcontractors to provide written notice to all
Llaborers, 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
Lthe 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
L their right to contact the Department of Labor if he/she is not
receiving the proper prevailing rate of wages and/or supplements
Lfor his/her particular job classification. The required notification
Lwill be provided with each wage schedule, may be downloaded
from our website www labor state.ny.us or made available upon
Lrequest by contacting the Bureau of Public Work at 518-457-5589.
4 * to the event that the required information will not fit on the pay stub,
Lan accompanying sheet or attachment of the information will suffice.
L
L
New York State Department of Labor
LBureau of Public Work
Attention • • '
L11111111
L THIS IS A: PUBLIC WORK
L PROJECT
L 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,
t please call our nearest office.`
L
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
L
For New York City government agency construction projects, please
contact the Office of the NYC Comptroller at (212) 669-4443, or
L
www.comptroller.nyc.gov—click on Bureau of Labor Law.
LContractor Name:
L Project Location:
i
yp PW 101 (10.12)
L
L
L
L OSHA 10-hour Construction
L Safety and Health Course — S1537-A
L Effective July 18, 2008
L
LThis provision is an addition to the existing prevailing wage rate
1 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
Lcompleted 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
Ethis requirement.
L
L NOTE: The OSHA 10 Legislation only applies to workers
Lon a public work project that are required, under
Article 8, to receive the prevailing wage.
G
`L (03.12) Page I of 2
L
1
L
Where to find OSHA 10-hour Construction Course
1. NYS Department of Labor website for scheduled outreach training at:
w ,.labonstate.n .us/work e rotection'safe 'healthDOSH ONSITE CONSULT.ATIONshtm
2. OSHA Training Institute Education Centers:
Rochester Institute of Technology OSHA Education Center
Rochester,NY
Donna Winter
Fax (585)475-6292
e-mail: dlwtpo(d',iritedu
(866) 385-7470 Ext. 2919
www.nt.eda/-qmreach1course.php3lCoursell3=54
Atlantic OSHA Training Center
UMDNJ-School of Public Health
Piscataway,NJ
Janet Crooks
}, Fax(732)235-9460
M e-mail: crooksie(@,mdni.edu
(732) 235-9455
{t h s://o h .um dLij.edu/wconnecdShowSchedule.awp?—GROUP-AOTCON-10-
L Atlantic OSHA Training Center
University at Buffalo
Buffalo,New York
Joe Syracuse
Fax(716) 829-2806
e-mail:mailto'i anstdbuffalo.edu
(716)829-2125
h /'www sorbs buffalo edu/CENTERS trc/schedule OSHA.php
Keene State College
Manchester,NH
Leslie Singleton
e-mail: Isingletinkeene.edu
+� (800)449-6742
ke ne du' our es/nrint/cowses oshax
3. List of trainers and training schedules for OSHA outreach training at:
www OutreachTrainers.ore
(03.12) Page 2 of 2
L
L Requirements for OSHA 10 Compliance
L
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
L 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
Lsuch training "prior to the performing any work on the project."
The Bureau will enforce the statute as follows:
LAll contractors and sub contractors must attacb 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 fust 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.
t�
L
Page 1 of 1
L
L WICKS Reform 2008
L (For all contracts advertised or solicited forbid on or after 7/1/08)
L 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,
L. Kings, New York, Queens and Richmond counties; $1.5 million in Nassau,
g 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
P amount to be paid to each. The list may not be changed unless the public owner
tr 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
Linspection.
• Allows the state and local agencies and authorities to waive the Wicks Law and
L
use a PLA if it will provide the best work at the lowest possible price. If a PLA is
Lused, all contractors shall participate in apprentice training programs in the
trades of work it employs that have been approved by the Department of Labor
L
(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
Lprevailing 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.
t. • Other new monetary thresholds, and similar sealed bidding for non-Wicks
4 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.,
LNYC Solid Waste Management Facilities, and the Dormitory Authority.
• Reduces from 15 to 7 days the period in which contractors must pay
subcontractors.
k
4
L
L
L
L
L IMPORTANT INFORMATION
(G Regarding Use of Form PW30R
L "Employer Registration for Use of 4 Day 110 Hour Work Schedule"
L
To use the '4 Day / 10 Hour Work Sched11]h
There MUST be a Dispensation of Hours (PW30) in plac
project
AND
L You MUST register your intent to work 4 / 10 hour dcompleting the PW30R Form.
L REMEMBER...
The '4 Day/ 10 Hour Work Schedule' applies ONLY to Job Classif
Counties listed on the PW30R Form.
1 Do not write in any additional Classifications or Counties.
IL (Please note : For each Job Classification check the individual wage
schedule for specific details regarding their 4/10 hour day posting.)
L
S
L
PW30R-Notice (03.11) NYSDOL Bureau of Public Work lot 1
L
L
` Instructions for Completing Form PW30R
i "Employer Registration for use of 4 Day/ 10 Hour Work Schedule"
EL13eforecompleting Form PW30R check to be sure ...
Dispensation of Hours in place on the project.110 Hour Work Schedule applies to the Job Classifications you will be using.110 Hour Work Schedule applies to the County I Counties where the work will take
Instructions (Type or Print legibly):
ContracInformation:f °n'
• Enterthe 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)
4 . Enter the Name of a Contact Person for the Company along with their Phone and Fax numbers,
tL and the personal email address(if applicable)
e
project Information:
{i. 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;
6 Bldgs. 1&2)
If you are a Subcontractor,enter the name of the Prime Contractor for which you work
F On the Checklist of lob Classifications-
L o Go to pages 2 and 3 of the form
o Place a checkmark in the box to the right of the lob Classification you are choosing
o Mark all Job Classifications that apply
'*Do not write in any additional Classifications or Counties.""
Reguestor Information: and the
Enter the name of the person submittingthe registration,their title with the company,
date the registration is filled out
Return C0mRI.t.d Form:
. Mail the completed PW30R form (3 pages)to:NYSDOL Bureau of Public Work,SOBC—BIdg.12—
Rm.130,Albany,NY 12240 -OR-
. Fax the completed PW30R form(3 pages)to: NYSDOL Bureau of public Work at(518)485-1870
r 1of1
{t` PW30R-Instructions 103.11) NVSDOL Bureau of Public Work
L
��pF NEt{,r New York State Department of Labor
c <,y gr, Bureau of Public Work
W.Averell Harriman State Office Campus
tt p j Building 12 - Room 130
Albany, New York 12240
Phone-(518)457-5589 Fax-(518)485-1870
£NT
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 110 Hour Work Schedule applies to the Job Classifications you will be=W11
The 4 Day/10 Hour Work Schedule applies to the County/Counties wh
Please Type or Print the Requested Information
When completed ...
Mail to NYSDOL Bureau of Public Work, SOBC,Bldg. 12,R1.130,Albany, NY 12240
or-
Fax to NYSDOL Bureau of Public Work at(518)485-1870
Contractor Information
i
FEIN:
Company Name:
Ff� Address:
State: Zip Code:
City:
Phone Number Fax Number: Email Address:
Contact Person:
Phone No: Fax No: Email:
Project Information
Project PRC#: Project Name/Type:
Exact Location County:
of Project:
4 (if you are subcontractor)
Prime Contractor Name:
Job Classification(s)to Work 4110 Schedule: (Choose all thataoolyon Job Classification Checklist-Paces 2&3)
—Do not write in any additional Classifications or Counties"*
IRequestor Information
Name:
Title: Date
1 of 7
d PW-30R(02.14)
L
Job Classification Checklist
(Place a checkmark by all classifications that will be using the 4/10 schedule)
¢ ***Do not write in any additional Classirications or Counties***
!� Check
LJob Classification Tag# ' Entire Counties Partial Counties Sox
E! Carpenter-Building 276B-All Allegany,Cattaraugus,Chautauqua
Y Carpenter-Building 2768-Cat Cattaraugus,Erie
Carpenter-Building 276-B-DW-LIV Livingston,Monroe,Ontario,Wayne Wyoming
p[ Carpenter-Building
2768-Gen Genesee,Niagara,Orleans,Wyoming
` Carpenter-Floor Layers 2766-FL-Liv Livingston,Monroe,Ontario,Wayne Wyoming
{,. Carpenter-Heavy&Highway 276HH-All Allegany,Cattaraugus,Chautauqua El
L Carpenter-Heavy&Highway 276HH-All Erie
F`
y Carpenter-Heavy&Highway
276HH-All Genesee,Niagara,Orleans,Wyoming
[ Carpenter-Heavy&Highway
276HH-Liv Livingston,Monroe,Ontario,Wayne
Y Carpenter-Residential 276R-All Allegany,Cattaraugus,Chautauqua
L Carpenter-Building 2778{AY Cayuga,Seneca,Yates El
Allegany,Chemung,
FF Carpenter-Building 2776{S Cortland,Schuyleg Tompkins ❑
Y Carpenter-Building 277 JLS Jefferson,Lewis,St Lawrence ❑
[ Carpenter-Building 277 amh Herkimer,Madison,Oneida ❑
` Carpenter-Building 277 On Onondaga ❑
Carpenter-Building 2770S Oswego ❑
277CD0 Chenango,Delaware,Otsego
Carpenter-Building/Heavy&Highway LIBroome,Cortland,Schuyle6Tioga,
Carpenter-Heavy/Highway 277HH-BRO Tompkins ❑
Carpenter-Heavy/Highway 277-HH-CAY Cayuga,Seneca,Yates
Herkimer,Jefferson,Lewis,Madison, ❑
Oneida,Onondaga,Oswego,
Carpenter-Heavy/Highway 277 Oneida St.Lawrence ❑
Albany,Fulton,Greene,Montgomery,
Carpenter-Building
2918-Alb Rensselaer,Schenectady,Schohane ❑
Carpenter-Building
2918-C1i Clinton,Essex,Franklin ❑
Carpenter-Building
291&Ham Hamilron,Warren,Washington ❑
Carpenter-Building 2918-Sar Saratoga
2of7
4 PW-3OR(0214) NYSDOL Bureau of Public Work
L
L Job Classification Checklist
(Place a checkmark by all classifications that will be using the 4/10 schedule)
6b{, ***Do not write in any additional Classifications or Counties***
cn�
Job Classification Tag N Entire Counties Partial Counties Box
Carpenter-Heavy&Highway 291HH-Sar Saratoga
[ Albany,Fulton,Greene,Montgomery,
L
❑
Carpenter-Heavy&Highway 291111-i-Alb Rensselaer,Schenectady,Schoharie
Clinton,Essex,Franklin,Hamilton,Warren, ❑
Carpenter-Heavy&Highway
291HH-Alb Washington ❑
Allegany,Cattaraugus
Carpenter-Building 276B-AB Chautauqua
❑
L
Cattaraugus
L Carpenter-Heavy&Highway 276HH-All Allegany,Chautauqua ❑
Z]6HHAll Erie Cattaraugus
-
t{
Carpenter-Heavy&Highway ❑
Y Electrician 25m Nassau,Suffolk
Onuga,Chenango, ❑
+ Cortland,Herkimer,Madison,Oneida, Onondaga,Otsego,
L Tompkins,Wayne
Electrician-Teledata Cable Splicer
43 Onondaga,Oswego,
Genesee,Ontario, ❑
Orleansans,WaWayne,
86 Livingston,Monroe Wyoming
Electrician ❑
Onondaga,Ontario,
840Ta Wayne,and 40 Z1 Cayuga Seneca,
Electrician and
71Yates ❑
Clinton,Essex,Franklin,Jefferson,Lewis,
Electrician 910 St.Lawrence ❑
Electrician Lineman 1049Une/Gas Nassau,Queens,Suffolk
Electrician Lineman
1249a Albany,Allegany,Broome,Cattaraugus,
Cayuga,Chautauqua,Chemung,
Chenango,Clinton,Columbia,Cortland,
Delaware,Dutchess,Erie,Essex,Franklin,
Fulton,Genesee,Greene,Hamilton, ❑
(._ Herkimer,Jefferson,Lewis,Livingston,
LMadison,Monroe,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,Wyoming,Yates
Elearical Lineman 1249a West Westchester ❑
3 of]
PW-30R(02A4) NYSDOL Bureau of Public Wok
L
L
Job Classification Checklist
i (Place a checkmark by all classifications that will be using the 4/10 schedule)
***Do not write in any additional Classifications or Counties***
mea
FEntire Counties Partial Counties Bpe
[` Job Classification Tag#
Albany,Allegany,Broome,Cattaraugus,
ECayuga,Chautauqua,Chemung,
Chenango,Clinton,Columbia,Cortland,
Delaware,Dutchess,Erie,Essex,Franklin,
Fulton,Genesee,Greene,Hamilton,
Herkimer,lefferson,Lewis,LbAngston, ❑
1249LT Madison,Monroe,Montgomery,Niagara,
Electrical Lineman
Oneida,Onondaga,Ontario,Orange,
Orleans,Oswego,Otsego,Putnam,
Rensselaer,Rockland,Saratoga,
Schenectady,Schoharie,Schuyler,
h. Seneca,St.Lawrence,5teuben,Sullivan,
t6 Troga,Tompuns,Ulster,Warren,
Washington,Wayne,Wyoming,Yates
olumbia,Dutchess,Ora nge,Putnam, ❑
1249REGBLT Ulster
lectrical Lineman ockland, ❑
[ lectrical Lineman 1249aWestLT estchester
Eb Columbia, Dutchess,Greene,Orange, Delaware RAckland,
138 Putnam,Sullivan,Ulster
er
Elevator Constructor ❑
Allegany,Cattaraugus,Chautauqua,Erie,
k 14 Genesee,Niagara,Orleans,Wyoming
[` Elevator Constructor
Chemung,Livingston,Monroe,Ontario,
Elevator Constructor
27 Schuyler,Seneca,Reuben,Wayne,Yates
Albany,Clinton, Essex,Fulton,Hamiliton, ❑
Herkimer,Montgomery,Otsego,
Rensselaer,Saratoga,Schenectady,
Elevator Constructor
35 Schoharie,Warom.Washingtcn
Broome,Cayuga,Chenango,Cortland, ❑
Jefferson,Lewis,Madison,Oneida,
Delaware,Franklin
Onondaga,Oswego,St.Lawrence,Toga,
62.1 Tompkins
Elevator Construct., ❑
Allegany,Cattaraugus,Chautauqua,Erie,
660r Genesee,Niagara,Orleans,Wyonrum
Glazier ❑
F` Allegany,Cattaraugus,Chautauqua,Erie,
660 Gen— NlacaoA,Orleans,Wyoming
Glazier
4 ofd
t PW-30R(02,14) NYSDOL Bureau of Public Work
L
Job Classification Checklist
(Place a checkmark by all classifications that will be using the 4/10 schedule)
Y "`Do not write in any additional Classifications or Counties*"
chedr
Job Classification - Tag# Applicable Counties Partial Counties Ba=
Jefferson,Lewis,Livingston,Monroe, F-1t Ontario,Seneca,St.Lawrence,Wayne,
Glazier 677.1 Yates
Cayuga,Cortland,Herkimer,Madison, El
L
Glazier 677Z-2 Oneida,Onondaga,Oswego
F` Broome,Chemung,Chenango,Delaware, ❑
Otsego,Schuyler,Steuben,Tioga,
Glazier 677.3 Tompkins
Glazier 677r2 Cayuga,Cortland,Herkimer,Madison,
[ Oneida,Onondaga,Oswego
L
Broome,Cayuga,Chemung,Chenango, ❑
Cortland,Herkimer,Jefferson,Lewis,
Madison,Oneida,Onondaga,Oswego,
Otsego,Schuyler,Seneca,St.Lawrence,
Insulator-Heat&Frost 3o-Syracuse Toga,Tompkins
Cattaraugus
` Laborer-Building 621b Allegany,Cattaraugus,Chautauqua
[` Cattaraugus
Laborer-Residential 621r Allegany,Catta2ugus,Chautauqua
Genesee,Livingston,Monroe,Ontario,
Mason-Building 3B-Z1 Seneca,Wayne,Wyoming,Yates
Broome,Chenango,Delaware,Otsego,
Mason-Building 38 Bing-Z2 Toga
Mason-Building 3B-Jam-Z2 Allegany,Cattaraugus,Chautauqua
{ Mason-Building 3-Co-Z2 Allegany,Chemung,Schuyler,Steuben ID
ID
L
Mason-Building 3B-Ith-72 Cortland,Tompkins
LMason-Building 3B-Z3 Cattaraugus,Erie,Niagara,Orleans
t Genese ,Livingston,Monroe,Ontario,
YY Mason-Building-Residential 39-71R Seneca,Wayne,Wyoming,Yates
L
Allegany,Broome,Cattaraugus,
` Chemung,
Chautauqua,Chenango,Cortland,
Otsego,Delaware,Schuyler,Steuben,
LMason-Building-Residential 3B-Jam-Z2R Toga,Tompkins
`L
5of7
PW 30R(0214) NYSDOL Bureau of Public Work
L
E Job Classification Checklist
(Place a checkmark by all classifications that will be using the 4/10 schedule)
''e Do not write in any additional Classifications or Counties—
L chert
§ lob Classification Tag# Applicable Counties Partial Counties Bae
Y Mason-Building-Residential 3B-Z3R Cattaraugus,Erie,Niagara,Orleans
L
Allegeny,Broome,Cattaraugus,Chemung,
[` Chautauqua,Chenango,Cortland Erie,
Delaware,Genesee,Livingston,Monroe, ❑
Niagara,Ontario,Orleans,Otsego,Schuyler,
L
Seneca,Steuben,Toga,Tompkin,Wayne,
[`1 Mason-Heavy Highway 3h Wyoming,Yates
Genesee,Livingston,Monroe,Ontario, ❑
Mason-Tie Finisher 3TF-Z7 Seneca,Wayne,Wyoming,Yates
Allegeny,Broome,Cattaraugus,Chemung, ElChautauqua,Chenango,Cortland,Delaware,
LMason-Tile Finisher 3TF-Z2 Otsego,Schuyler,Steuben,Toga,Tompkins
Mason Tile Finisher 3TF-Z3 Cattaraugus,Erie,Niagara,Orleans LI
Genesee,Livingston,Monroe,Ontario, ❑
Mason-Tile Finisher 3TF-ZiR Seneca,Wayne,Wyoming,Yates
111 Allegany,Broome,Cattaraugus,Chenango, ❑
MasonTileFinisher 37F-Z2R Chautauqua,Cortland,Delaware,Otsego,
Schuyler,Steuben,Toga,Tompkins
Mason Tile Finisher 3TF-Z3R Cattaraugus,Erie,Niagara,Orleans
3T5-Zl Genesee,Livingston,Monroe,Ontario, ❑
Mason-Tile Setter Seneca,Wayne,Wyoming,Yates
L
Allegany,Broome,Cattarsuq us,Chemung, ❑
L Mason-Tile Setter 3TS-Z2 Chautauqua,Chenango,Cortland,Delaware,
Otsego,Schuyler,Steuben,Toga,Tompkins
Mason Tile Setter 3TS-Z3 Cattaraugus,Erie,Niagara,Orleans
Genesee,Livingston,Monroe,Ontario, IJ
Setter Residential 3TS-Z1R Seneca,Wayne,Wyoming,Yates
Allegany,Broome,Cattaraugus,Chemung, ❑
■ Mason Tile Setter Residential 3TS-Z2R Chautauqua,Chenango,Cortland,Delaware,
L
Otsego,Schuyler,Steuben,Toga,Tompkins
Mason-Tile Setter Residential 3TS-Z3R Cattaraugus,Erie,Niagara,Orleans
Bron,Kings,Nassau,New York,Queens,
Mason-Building/Heavy&Highway 780 Richmond,Suffolk
Operating Engineer- Dutchess
Heavy/Highway 137H/H Putnam,Westchester El
Allegany,Chemung,Genesee,Livingston, ❑
Operating Engineer - Monroe,Ontario,Schuyler,Steuben,Wayne, Genesee
t� Heavy&Highway 832H Yates
L
Living ston,Ontario ❑
` Painter 150 Livingston,Monroe,Ontario,Wayne,Yates
L
PW-30R(02.14) NYSDOL Bureau of Public Work 6 of
L
L
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`**
Job Clossification Tag# Applicable Counties �;k
Partial Counties
t Painter 1788 Broome,Chenango,Toga
t Painter 178E Chemung,Schuyler,Steuben Steuben
Painter 1780 Delaware,Otsego
Cayuga,Herkimer,Lewis,Madison,
Oneida,Onondaga,Ontario,Oswego, Lewis,Ontario,Oswego
Painter 31 Seneca
y Oswego
[` Painter 38.0 Oswego
Allegany,Canaraugus,Chautauqua, Chautauqua,Livingston,Erie, Cattaraugus, ❑
Genesee,Livingston,Niagara,Orleans, Steuben
Painter 4Buf,Nia,0lean Steuben,Wyoming
` Painter 4-Jamestown Cattaraugus,Chautauqua
Cattaraugus,Chautauqua
{ Livingston,Monroe,Ontario,Seneca, ❑
Y Sheetmetal Worker 46 Wayne, Yates
Albany,Columbia,Fulton,Greene,
Montgomery,Rensselaer,Saratoga, ❑
Schenectady,Schoharie,Warren,
Teamsters-Heavy&Highway 294h/h Washington
( Allegany,Cayuga,Cortland,Seneca, IJrY Teamsters-Heavy&Highway 317bhh Steuben,Tompkins,Wayne,Yates
Broome,Chenango,Delaware,Otsego, ❑
` Teamsters-Heavy&Highway 693bhh Toga
Teamsters-Building/Heavy&Highway 456 Putnam,Westchester
(!r
Y
PW-30R(02.14) NYSDOL Bureau of PubliG Work 7 of 7
tate Dopancont bit
Published by the New Yet PRC Number 201400 Labor
S Prevailing Wage Rate6,',02,74 Soro]1o112014-0613012015
GLast Published on Jul 01 2014
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 Gasification of worker ontained in the
c
attached Schedule of Prevailing Rates.
Classification
Q or residential, and to make a determination of wages and supplements to be paid or
F`
Ills the tlury of the Commissioner of Labor to make the proper classification of workers taking into account whether the work is heavy a
highway building,sewer and water,tunnel work,
used, p ease tall the it is the district sated public
nearest the project.Disactor to use trict ofpfirplowtoos nd phone numbers aeluestion on the sted beow.er sifcalion la e
eneral Construction projects'and'Residential Construction Projects'on a county-
Prevailing Wage Schedules are issued separately for"G
[. by-county basis.
F\ tea apply to projects such as:Buildings,Heavy&Highway,and Tunnel and WaterSewer es
Geneel Construction he .
on,reconsWGion, repair,alteration,or demolition
f
n of one family,two family,row
Residential construction Rates generally apply to conetucti
housing,or rental type units intended for residential use.
Some rates listed in the Residential Construction Rate Schedule have a very limited Lap livability listed along with the rate. Rates for
Lcontact the local Bureau of Public Work office before using Residential Rate Schedules,to ensure that the project meets the required rmeda.
occupations Or locations not shown on the Incidental schedule must be obtained from t e General ConsW ction Rate Schedule. ease
Y Paid Holidays y y
works on Holidays ay listed i a paid hot day this remuneemployee
recal in
addition to paar yment Of the requireot is not d prevail perform
a for helw.*actually
penormed.
Overtime or more than Y workweek
At a minimum,all work performed public
work nts f rreach trade on excess of r�9Occupati n on ht hours in a public one work project maydiffer.days in
Iic o ert me is
overtime. However, P Occupation are contained in the prevailing rate schedules.
requirements for each trade or Occup
d for work performed on specified holidays.It is only required where the employee
Overtime holiday pay is the premium pay that Is require
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.
p Supplemental Benefits
L rovision of
Particular attention should be given to the se pple en al benefit
require he Gents. orprevisionp o hsian of s pp entI,most mees the s for each hment orourr paid(including
supplements is for each hour worked, cements to be paid or provided at a premium rate for premium hours
paid holidays on which no work is performed)and/or may require Supp
worked.
Effective Dates
When you review the schedule for a particular occupation,your attention should be directed 1.of the dates rat above the column of rates. These
L
are the dates for which a given set o rates is effective. The rete listed is valid until the next effective rete chato and subcontractnge or until the new annual
k of wages and supwhim
plementseffect
if you havey 1 of eachany questions please contacear All t,the Bureau of public Work or hione are ttheNewlYork Stale�epa�rtmentof
b Labor website(www.labocstate.ny.us)for cunenl wage rete information.
"� Apprentice Training Ratios
{ The following are the allowable elios of registered Apprentices to Journey-workers.
For example,the ratio 1:1,1:3 indicates the allowable initial ratio is one Apprentice to one Joumeyworker.The Joumeyvorker must be in
place On the project before an Apprentice is allowed.Then three additional Joumeyworkem are needed before a second Apprentice is
allowetl. The las[ratio repeats intlefinitely.Therefore,three more JnmeywOrkem must be present before a third Apprentice can be hired,
and so on.
Please call Apprentice Training Cental Office at(518)457-6820 if you have any questions.
6 Ratio
Title(Trade)
1'1'1 4
Boilermaker(Construction)
1:1,1 3
Boilermaker(Shop)
Kb Cementer(Bldg,HBH,Pile Diner/Dockbuilder) 1:1,1'4
:1,1:3
Carpenter(Residential)
Electital(Outside)Lineman
1:1,1:2
Page 30
LPrevailing Wage Rates for 0710112014-0613012015 Published by the New York State Department of Labor
r
Last Published on J,101 2014 PRC Number 2014006543
LElecldcian(Inside) 1:1,13
Elevator/Escalator Construction&Modernizer 1:1,1:2
Glazier 1:1.13
L Insulation&Asbestos Worker 1:1.13
Iron Worker 1:1.1:4
LLaborer 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&Steamftter 1:1.13
Roofer
Sheet Metal Worker
Sprinkler Fitter 1:1.12
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 wnla to:
L. New York Stale Department of Labor
ffirrr Bureau of Public Work
`� State Office Campus,Bldg. 12
LAlbany, NY 12240
District Office Locations: Telephone# FAX#
Bureau of Public Work-Albany 518357-2744 5184859240
�1 Bureau of Public Work-Binghamton 607-721-8005 607-721-8004
L
Bureau of Public Work-Buffalo 716-847-7159 716-847-7650
LBureau 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 212-7753568 212-775-3579
{ Bureau of Public Work-Patchogue 631-6874882 6318873904
t■ Bureau of Public Work-Rochester 585-2584505 5852584708
t Bureau of Public Work-Syracuse 3153284056 3154284671
err Bureau of Public Work-Ulice 315-793-2314 315793-2514
Bureau of Public Work-White Plains 914-997-9507 914-997-9523
Bureau of Public Work-Central Office 518457-5589 518385-1870
L
LPage 31
Prevailing Wage Rates for0710V2014-06130/2015 Published by the New York State Department of Labor
a Last Published on Jul 012014 PRC Number 2014006543 Dutchess County
LDutchess County General Construction
07/01/2014
Boilermaker
JOB DESCRIPTION Boilermaker DISTRICT 4
ENTIRE COUNTIES Suffolk,Sullivan,Ulster,Westchester
Bronx,Dutchess,Kings,Nassau,New York,Orange,Putnam,Queens, Richmond,Rockland,
WAGES
Per Hour 07101/2014 01/01/2015
Boilermaker $50.45 $51.56
F`r Repairs&Renovations $50.45 $51.56
SUPPLEMENTAL BENEFITS
Per Hour: 07/0112014 01/012015
Boilermaker 32%of hourly 32%of hourly
Repairs&Renovations Wage Paid Wage Paid
+$25.16 +$25.19
NOTE:"Houdy Wage Paid'shall include any and all premium(s)pay.
pt Repairs&Renovation Incudes replacement of parts and repairs&renovation of existing unit.
` OVERTIME PAY
OVERTIME PAY
See(D,O)on OVERTIME PAGE
HOLIDAY
Paid:See(8, 16,23,24)on HOLIDAY PAGE
Overtime:See(5,6, 1 t, 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
Wage per hour:
(112)Year Terms at the following pecentage of Boilermakers Wage
1st 2nd 3rd 4th 5th 6th 7th 8th
65% 65% 70% 75% 80% 85% 90% 95%
Supplemental Benefits Per Hour:
0710of Hou 32%of
2015
Apprentice(s) Wage
Hourly 3Wage Houdy
Wage Paid plus Wage Paid Plus
amount below Amount Below
1 st Term $19.25 $19.27
2nd Term 20.10 20.11
3rd Term 20.94 20.95
4N Term 21.78 21.80
5th Tenn 22.62 22.65
6th Term 2347 23.49
7th Tenn 24.31 24.33
NOTE:"Houdy Wage Paid-shall includ any and all premium(s) 45
���111 07101/2014
Carpenter
JOB DESCRIPTION Carpenter DISTRICT 8
ENTIRE COUNTIES Suffolk,Westchester
Bronx,Dutchess, Kings,Nassau,New York,Orange, Putnam,Queens,Richmond,Rockland,
WAGES
t Per Hour 07/01/2014
Page 32
Prevailing Wage Rates for 07/0112014-06/3012015 Published by the New York State Department of Labor
Last Published on Jul 012014 PRC Number 2014006543 Dutchess County
Marine Construction:
FF Marine Diver $61.30
F{ Marine Tender 43.45
�Ir SUPPLEMENTAL BENEFITS
Per Hour Paid:
Journeyman $4609
OVERTIME PAY
See(B,E,E2,Q)on OVERTIME PAGE
HOLIDAY
Paid: See(18,19)on HOLIDAY PAGE
y Overtime: See(5,6, 10,11, 13, 16, 18,19)on HOLIDAY PAGE 8-1456MC
`. Ca enter 07/01/2014
it JOB DESCRIPTION Carpenter - DISTRICT 8
ENTIRE COUNTIES
Bronx,Dutchess,Kings,Nassau,New York,Orange,Putnam,Queens,Richmond,Rockland,Suffolk,Westchester
WAGES
Per houc 07101/2014
Camet/Resilient
Floor Coverer $49 88
INCLUDES HANDLING&INSTALLATION OF ARTIFICIAL TURF AND SIMILAR TURF INDOORS/OUTDOORS.
SUPPLEMENTAL BENEFITS
!lL Per hour paid:
Floor Coverer $4407
OVERTIME PAY
See IS,E,Q)on OVERTIME PAGE
HOLIDAY
Paid: See(18, 19)on HOLIDAY PAGE.
Paid:for tat&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 Percentage of Joumeyworkers Wage
(1)year[inns.
1 s[. 2nd. 3rd. 41h.
$19.95 $24.94 $32.42 $39.90
Supplemental benefits per hour.
$30.22 8-2287
Carpenter 07/01/2014
JOB DESCRIPTION Carpenter DISTRICT 8
ENTIRE COUNTIES
Dutchess,Orange
WAGES
Peri 0710112014
Building:
Millwright $3812
SUPPLEMENTAL BENEFITS
Page 33
PPublished by the New York State Department of Labor
Prevailing Wage Rates for 07/0112014-0613012015
PRC Number 2014006543 Dutchess County
Last Published ou Ju101 2014
LPer hour paid.
Journeyman $37.85
L OVERTIME PAY
[Y See(B,F.Era,Q)on OVERTIME PAGE
HOLIDAY
HOLIDAY.
Paid: See(18,19)on HOLIDAY PAGE.
Paid: See(5,6,11,13,16,18,19,25)for l sl&2nd yr-Apprenlices
OvertimeSee(5,6,11,13,16,18,19,25)on HOLIDAY PAGE.
REGISTERED APPRENTICES
Wages per haul:
(1)year terms at the following percentage of Journeyman's wage.
list 2nd 3rd 4th
$20.97 $24.78 $28.59 $3621
Supplemental benefits per hour:
1st 2nd 3rd 4th
$26.55 $28.74 $31.44 $35.31
8-7402
Carpenter-BuildinI Heavy&I-fiallway
07101/2014
p JOB DESCRIPTION Carpenter-Building I Heavy&Highway DISTRICT 11
F ENTIRE COUNTIES
Columbia,Dutchess, Orange,Sullivan,Ulster
WAGES
WAGES:(per hour) 07/01/2014
Cementer $34'17
tF Carpenter-Floor Coverer' 30.17
• Dockbuilder/Piledriver 34.17
Diver Tender 34'17
Diver(WET) 50.00
Diver(DRY) 30.00
SHIFT DIFFERENTIAL:When mandated by a Government Agency irregular or off shift can he worked.The Carpenter shall receive an
additional fifteen(15)percent of wage plus applicable benefits.
'Nate:Rate DOES NOT apply in Orange or Dutchess County.
On projects for removal and/or abatement of asbestos or any toxic or hazardous material and it is required by the employer or mandated by
NYS or Federal Regulation to wear protective equipment an additional two(2)hours pay per day including benefits on all class non man,apprentices.For work an smokestacks,silos,or steeples more than fifty(50)feet high,an additional$2,00 per hour,payable
the ground up.
SUPPLEMENTAL BENEFITS
Per hour paid: $24.59
y.. Joumeyworker
L OVERTIME PAY
See(B,E,Q)on OVERTIME PAGE
HOLIDAY
BUILDING.
Paid: See(1 ) on HOLIDAY PAGE.
Overtime: See(5,6, 16,25)on HOLIDAY PAGE.
HEAVYMIGHWAY:
Paid: See(5,6, 16,25)on HOLIDAY PAGE including benefits.
Overtime: See(5',6', 16**,25")on HOLIDAY PAGE.
-NOTE: For Holidays 5 and 6 code T applies,with benefits at
straight time rate.
"NOTE:For Holidays 16 and 25 code Q applies,with benefits
at straight time rate.
F REGISTERED APPRENTICES
Page 31
Prevailing Wage Rates for 07/0V2014-0613012015 Published by the New York State Department of Labor
PRC Number 2014006543 Dutchess County
y. Las[Publishetl on Jul Ot 2014
[fir 1 Year terms at the following wage rales.
1st 2nd 3rd 4th
$17,28 $20.23 $23.17 $26.12
Supplemental Benefits per hour paid:
Apprentices
All terms $14.98
11-279 2B/H&H
07/01/2014
Electrician
JOB DESCRIPTION Electrician DISTRICT 11
E ENTIRE COUNTIES
fl` Sullivan,Ulster
PARTIAL COUNTIES Ha ersfield,KOrtvoight,Stamf0rd,Bovine,Roxbury,Middletown and those portions of
Delaware: Only in the Townships of Andes, ry
Colchester and Hancock south of the East Branch of the Delaware River.
e Dutchess: All of the county except for the towns of Hi East Fishkill,and Beacon
b
River nto Highway 23A along 23A to the road followsouth ofa line ing the Little West ill the south end continuingts ofthe along this road to Delaware County. the Hudson
e WAGES 07/0112014 04/012015
j` Per hour:
Electrician Wiremanffechniclan
Electncalffechnician Projects
under$250,000.00 $3].00 $38.00
ElectrlcaVTechnician Projects
over$250,000.00 $41'00 $42.00
SHIFT DIFFERENTIAL:On Public Work in New York State when shift work is mandated either in the lob specifications or by the contracting
agency,the following rates apply:
Shift worked between 4:30pm 8 12:30am
Electriralffechincian Projects
under$250,000 00 $43.41 44.59
$
Electdcaaechincian Projects
over$250,000.00 $48'11 $4928
Shift worked between 12 30a 88:30am
Electricalfrechincian Projects
S under$250,000.00 $48.fi3 $4994
Elecatheifrechincian Projects
over$250,000.00 $53.89 $55.20
On jobs where employees are required to work from bosun chairs,swinging scaffolds,etc,forty(40)feet or more above the ground,or
` under compressed air,using Scatter packs,gas masks or in shaft or tunnels,they shall receive an additional$2.00 per hour above the
regular straight time rate.
On jobs where employees are required to have CDL,Asbestos License,Welding Certificate,or Cable Splicing shall receive an additional$
1.00 above the journeyman rate.
SUPPLEMENTAL BENEFITS 0710112014
g Per hour worked:
p: Journeyman $23.77 plus
6%of wage
OVERTIME PAY
i See(B,E,O)on OVERTIME PAGE
P` HOLIDAY
Paid: See(1)on HOLIDAY PAGE
Overtime: See(5,6, 13,15,16,25)on HOLIDAY PAGE
REGISTERED APPRENTICES
Wages' (6)1 year terms at the following percentage of journeyman's wage.'
1st 2nd 3rd 4th 5th 6th
1111 30% 40% 50% 65% 70% 75%
A Page 35
Published by the New VOM State Department of Labor
Prevailing Wage Rates for0710112014-0613012015 PRC Number 201, flo30utchess County
Last Publishetl on Jul 01 2014
Denotes average journeyman W remain rate of pay of all wage zones.
Supplemental Benefits per hour worked: 0710112014 04/0112015
$11.17 plus 6%ofwage $11.37 plus 6%ofwage
I st tens1267 plus 6%ofwage $12.87 plus 6%ofwage
2nd term 1467 plus 6%ofwage $14.87 plus 6%ofwage
3rd term 16.67 plus 6%ofwage $ 16.8]plus 6%ofwage
4th term 1967 plus 6%ofwage $19.87 plus 6%ofwage
5th 8 6th term 11-36312
07/0112014
Electrician
DISTRICT 11
JOB DESCRIPTION Electrician
ENTIRE COUNTIES
Orange,Putnam,Rockland
PARTIAL COUNTIES
Dutchess: Towns of Fishkill, East Fishkill,and Beacon.
WAGES
Per hour: 07/0112014 0410112015
L Elecbtcian Wirem.m7schnician
$41.00 $42.00
State when shift work is mandated either in the job specifications or by the contracting
'SHIFT DIFFERENTIAL:On Public Work in New York
agency,the following rates apply:
L $48.11` $49.28'
Shift workedbetween 4:30010 8 30am $53.89' $55.20'
$ Shift worked 8
between 12:30am& :30am
t On jobs where employees are required to work from boatswain chairs,swinging scaffolds,etc,forty(40)feet or mare above the ground,or
under compressed air,using Scotlair packs,gas masks or in shafts or tunnels,they shall receive an addftional$2.00 per hour above the
regular straight time rate.
On jobs where a CDL,Asbestos License,Welding Certificate or Cable Splicing is required an additional$1 00 above the Journeymen rate is
to be paid.
SUPPLEMENTAL BENEFITS
Per hour worked: 07101/2014
$23.77 plus
Journeyman 6%of wage
�I OVERTIME PAY
4 See(B,E O)on OVERTIME PAGE
HOLIDAY See(1)on HOLIDAY PAGE
Paid: See(5,6, 13, 15,16,25)on HOLIDAY PAGE
E Overtime:
REGISTERED APPRENTICES
x Wages:
4 (1)year terms at the following percentage of Joumeyman'swage.'
• 1st 2nd 3rd 4th 5th 6th
g[ 30% 4% 50% 65% 70% 75%
F 'Denotes average Journeyman Wireman rate of all wage zones
Supplemental Benefits per hour worked: 0710112014 0410112015
$11.17 plus 6%of wage $11.37 plus 6%of wage
1 st term $126]plus 6%of wage $12 87 plus 6%of wage
2nd term $14 87 plus 6%of wage
3rd term $1plus 6%of wage $ 16.87 plus 6%of wage
4th term $166..667 7 plus 6%of wage $19 87 plus 6%of wage
term 5th 8 6th $19.67 plus 6%of wage
11-36311
Page 36
Prevailing Wage Rates for 0]/01/2014-Ofi13012015 Published by the New York State Department of Labor
Last Published on Jul 01 2014 PRC Number 2014006543 Full Grunts
ILElevator Constructor 0710112014
{ JOB DESCRIPTION Elevator Constructor DISTRICT i
Y ENTIRE COUNTIES
Columbia,Dutchess,Greene,Orange, Putnam,Sullivan,Ulster
PARTIAL COUNTIES
DelawareTowns of Andes,Bovina,Colchester,Davenport,Delhi,Harpersfield,Hem ton,Kohright, Meredith,Middletown,Roxbury,
Hancock&Stamford
Rockland: Only the Township of Stony Point,
Westchester. Only the Townships of Bedford,Lewisboro,Cortland,ML Kisco,North Salem,Pound Ridge,Somers and Yorktown.
WAGES
L
Per Hour 07/0112014 01/01/2015
Mechanic $51.55 $52.51
Helper 70%of Mechanic
Wage Rate
'•"IMPORTANT NOTICE-EFFECTIVE 04/01/2009•"' -
L Four(4),ten(10)hour days may be worked at straight time during a week,Monday thud Thursday.
NOTE-In order to use the'4 Dal 0 Hour Work Schedule;you must submit an'Employer Registration for Use of 4 Dayl10 Hour Work
Schedule,'form PW30R;additionally,there must be a dispensation of hours in place on the project.
SUPPLEMENTAL BENEFITS
Per hour worked
L
07/01/2014 01/0112015
Y Joumeyman/Helper
$26,785- $28 385'
(-)Plus 6%of gross wages if less than 5 years service
(')Plus 8%of gross wages if more than 5 years service
OVERTIME PAY
See(D,O)on OVERTIME PAGE
HOLIDAY
Paid See5,6, 15,16)on HOLIDAY PAGE
Overtime: See(5,6, 15. 16)on HOLIDAY PAGE
Note: When a paid holiday falls on Saturday, it shall be observed on Friday.When a paid holiday falls on Sunday,it shall be observed on
Monday.
REGISTERED APPRENTICES
Wages per hour
Mum 6-12 mo 2nd yr 3rd yr 4th yr
50% 55% 65% 70% 80%
Supplemental Benefits per hour worked
E Same as Joumeyman/Helper 1-138
li Glazier 07/01/2014
LJOB DESCRIPTION Glazier DISTRICT 8
ENTIRE COUNTIES Suffolk,Sullivan,Ulster,Westchester
Bronx, Dutchess, Kings, Nassau,New York,Orange,Putnam,Queens,Richmond,Rockland,
WAGES
Per hour: 07101/2014 11/01/2014 05/01/2015
Glazier $51.00' $51.35' Additional
{ $1.50"
{b Scaffolding $52.00' $52.35' Additional
$150"
LScafolding includes swing scaffold,mechanical equipment,scissor jacks,man lifts,booms&buckets 24'or more,but not pipe scaffolding.
i Page37
LPrevailing Wage Rates for 67/0112014-06/30/2015 Published by the New York State Department of Labor
Last Published on Jul 01 2014 PRC Number 2014006543 Dutchess Seamy
L
Repair&Maintenance $26.70' $26.70' Additional
L $0.60"Repair&Maintenance-All repair&maintenance work on a particular building,whenever performed,where the total cumulative contract
value is under$100.000.00.
'Additional$.10 per hour for all regular hours worked
'To be allocated at a later date.
SUPPLEMENTAL BENEFITS
Per hour paid: 07/01/2014 11/01/2014 05/0112015
Joumeyworker $26.69 $27.19 $27.19
Repair&Maintenance 16.14 16.14 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,
Y 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
{i Paid: See(1)on HOLIDAY PAGE
Overtime: See(4,6, 16,25)on HOLIDAY PAGE
Paid for the Repair&Maintenance(5,6, 16&25)
LREGISTERED APPRENTICES
Wage per hour:
(1)year terms at the following wage rates:
07/0112014 11/0112014 05/01/2014
L 1 st term $17.05 $1725 $ 17.25
� 2nd Tenn 25.24 25.24 25.24
! 3rd term 30.40 30.81 30.81
4th term 40.75 41.27 41.27
Supplemental Benefits:
(Per hour worked)
lst term $ 13.17 $ 13.32 $ 13.32
2nd term 22.45 22.45 22.45
3rd term 24.95 25.30 25.30
4th term 30.07 30.22 30.22
8-1281 (DC9 NYC)
{{{p Insulator-Heat&Frost 07/01/2014
LJOB DESCRIPTION Insulator-Heat&Frost DISTRICT 8
ENTIRE COUNTIES
Dutchess,Orange,Putnam, Rockland,Westchester
WAGES
Per hour: 07/0112014
Insulator $46.90
LFire Stop Work' $24.48
Applies on all exclusive Fire Stop Work(When contract is for Fire
Slap work only).No apprentices on Nese contracts only.
LNote:Additional$0.50 per hour for work 30 feet or more above Floor or
ground level.
LPage 38
Prevailing Wage Rates for 07101/2014-06/3012015 Published by the New York State Department of Labor
t Last Published on Jul 012014 PRC Number 2014006543 Dutchess County
Nete:On the last working day preceding Christmas and New Years day,workers shall work no later than 12:00 noon and shall receive 8 hrs
pay.
e SUPPLEMENTAL BENEFITS
y (per hour paid)
Joumeyworker $30.42
Fire Stop Work:
Joumeyworker $15.52
OVERTIME PAY
OVERTIME:See(B,E,Q,T',V)on OVERTIME PAGE.
HOLIDAY
HOLIDAY:
Paid: See(1 )on HOLIDAY PAGE,
Overtime: See(2',4,6, 16,25)on HOLIDAY PAGE.
'Nate.Labor Day triple time if worked.
REGISTERED APPRENTICES
(1 )year terms.
MEMBERS PRIOR TO MAY 28,2012
p
list 2nd 3rd 4th
#Y $22.80 $24.70 $33.45 $37.93
MEMBERS INDENTURED AFTER MAY 28,2012
1st 2nd 3rd 4th
$20.00 $24.48 $3345 $37.93
Supplemental Benefits paid per hour paid:
"t
Apprentices:
1 at tens $12.53
2nd term 15.52
3rd term 21.45
L am term 24.47
8-91
r Ironworker 07/01/2014
�[r JOB DESCRIPTION Ironworker DISTRICT 11
ENTIRE COUNTIES
} Dutchess,Orange,Putnam, Rockland,Sullivan,Ulster
iL WAGES
Per hour:
07101/2014
Structural $44.12
Reinforcing' $44.12
Ornamental $44.12
Chain Link Fence $44.12
Shift Work:any inegular or off shift shall be paid 8 hours for hours work.
'NOTE.For Reinforcing classification ONLY,Ironworker 446 Reinf rates apply in Rockland counlys southern section(south of Convent
Road and east of Blue Hills Road).
SUPPLEMENTAL BENEFITS
Per hour paid:
Journeyman $32.03
5 OVERTIME PAY
k♦ OVERTIME:....See(B',E",Q,V)on OVERTIME PAGE.
'Note:Double Time after 10 hours Monday thou Friday.
"Note:On Saturdays,double time after 8 hours.
! HOLIDAY
Paid: See(1)on HOLIDAY PAGE
Overtime. See(5,6, 16)on HOLIDAY PAGE
[r Page 39
Prevailing Wage Rates for 0]101/2014-0613012015 Published by the New York State Department of Labor
L
PRC Number 2014006543 Dutchess County
Last Published on Jul 012014
` REGISTERED APPRENTICES
Wages:
(1)year terms at the following wage.
let 2nd 3rd 4th
$22.06 $26.47 $30.88 $35.30
• Supplemental Benefits per hour worked:
I at year $27.39
2nd year $28.32
3rd year $2925
4th year $30.18 11417
07101/2014
Laborer-Builtlin
JOB DESCRIPTION Laborer-Building DISTRICT 11
ENTIRE COUNTIES
Dutchess
PARTIAL COUNTIES Co ave,Ancram,
Columbia: Only the Townships of Greenport,Claverack,Philmonl,Clenmonl,Germantown,Livingston, Hillsdale,Gallatin,Cop
ave,
and the City of Hudson.
WAGES
'ALL WORK RELATED WITH TOXIC OR ANY ASBESTOS OR HAZARDOUS MATERIAL'
WAGES:(per hour) 06/01/2015
0]101/2014
Premium $36.50 $37.20
an additional 25%of wage and benefits are required.The 25%shift
f. Shift a Differential:will b:On all n public
ental mandated irregular or off irregular
workdays
9
differential will be paid on public works contract for shifts or irregular worktlays outside the normal working hours for 2nd and 3rd shifts or
irregular work day or when mandated or required by state,federal,county,local or other governmental agency contracts.
& SUPPLEMENTAL BENEFITS
t` Per hour worked:
Journeyman $24.25 $25.35
t OVERTIME PAY
See(B,E,Q)on OVERTIME PAGE
Double time paid after the t9th hour on Saturday
HOLIDAY
Paid: See(1)on HOLIDAY PAGE
Overtime: See(5,6)on HOLIDAY PAGE 11-17tox B
07/01/2014
Laborer-Building
JOB DESCRIPTION Laborer-Building DISTRICT 8
ENTIRE COUNTIES
Dutchess
PARTIAL COUNTIES Hudson,Livingston,
Columbia: Only the Townships of Ancram,Claverack,Clermont,Copake,Gallatin,Germantown,Greenport,Hillsdale, 9
Philmont and Taconic.
WAGES
GROUP#1:
All Laborers except those listed in Group 2
GROUP#2:
Blaster, Laser Beam Oper.,Asphalt Rakers, 8 Drilling Equipment Only Where a Separate Air Compressor Unit Supplies Power
WAGES per hour
07101/2014
GROUP#1 $29.90
GROUP#2 32.25
{ Page 40
+' Prevailing Wage Rates for 07/01/2014-06/3012015 Published by the New York State Department of Labor
Last Published on Jul 012014 PRC Number 2014006543 Dutchess County
Note: Any job requiring Hazwopper Certification will pay$1.00 above job classification wage rale.
SUPPLEMENTAL BENEFITS
t Per hour worked
4 Joumeyman $2420
OVERTIME PAY
p See(B, F,R)on OVERTIME PAGE
!` HOLIDAY
Paid: See(1)on HOLIDAY PAGE
Overtime: See(5,6)on HOLIDAY PAGE
F REGISTERED APPRENTICES
Wages per hour
07101/2014
1000 Hour terms
tstamm $20.75
2nd term 24.47
3M term 2762
4tll term 32.55
Note: Any job requiring Htonva er Certification will pay$1.00 above job classification wage rate.
Supplemental Benefits per hour worked
l st term $11.50
2nd term 13.55
3rd term 1628
4th term 1665
8-235
t Laborer-Hea &Hi hwa 07101/2014
JOB DESCRIPTION Laborer-Heavy&Highway DISTRICT 8
ENTIRE COUNTIES
Dutchess
PARTIAL COUNTIES
Columbia: Only the Townships of Ancona,Claveack,Clermont,Copake,Galialin,Germantown,Greenport,Hillsdale,Hudson,Livingston,
y Philmont and Taconic.
C WAGES
F GROUP#1:
Flagperson,Placing&maintenance of all flares,cones,lights, signs,barricades,traffic patterns and all reflective type materials for traffic
control,custodial work,laffc directors,temporary heat or light tenders,tool room.
GROUP#2:
All Other Classifications not listed in Group If 1 or Group#3
f
GROUP#3:
�y Asphalt Raker,Asphalt SePeedman,Drilling Equipment Only Where a Separate Air Compressor Unit Supplies Power,Laser Beam Opeator,
` Metal Forth Setters/Aligners(sidewalk),Blaster,
p WAGES per hour
�y 07/01/2014
Group#1 $26.80
Group#2 30,56
Gmup#3 3156
Note: All employees working on a project that requires Ha,vopper Certification will receive$1.00 per hour over job classification rate of pay.
All employees who work an Imegular work day that starts after 9:00 AM on a governmental mandated schedule shall be paid an additional
4 15%per hour.
SUPPLEMENTAL BENEFITS
Per hour worked&paid Holidays
V
Journeyman $24.10
Page 41
by the N
ia"Depambert of
or
Publish PRCC Number2 i400fi543 Duchess Goa ty
Prevailing Wage Ratesfor0]10112014-O6I3012015
Last Publisha on Jul 012014
OVERTIME PAY
See(B,E,E2,Q)on OVERTIME PAGE
HOLIDAY See(5,6,16,25)on HOLIDAY PAGE
Paid: See(5.6'
16,25)on HOLIDAY PAGE
Overtime:
Note:Whenever a holidays falls on Sur Y,it will be observed on the following Mon ay.
j` REGISTERED APPRENTICES
Wages per hour
1000 hour year terms
1st Term $2075
2nd Tern 24.47
3rd Term 27.62
4th Tenn 32.55
ovemmenlat mandated schedule shall be paid an additional
ojeet that requires re,,,apper
All employeesNo : All il
who work an irregular work a 9-work day that starts after 9 00 AM onveli receive$1.00 per hour over job classifcation rate o pay.
15%per hour.
Supplemental Benefits per hour worked 8 paid Holidays
1st Tern $11 50
13.55
2nd Term 16.28 8-235h
3rd Tern 16.65
t 4th Tenn
i` 07101/2014
Laborer-Hea &Hi hwa DISTRICT 11
JOBDESCRIPTION Laborer-Heavy&Highway
ENTIRE COUNTIES
Dutchess Copake,Aneram,City of
PARTIAL COUNTIES
Columbia: Only the Townships of Greenport,Philmont, Livingston,Hillsdale,Taghkaniq Gallatin,
Hudson.
WAGES OS OR HAZARDOUS MAT
'ALL WORK RELATED WITH TOXIC OR ANY ASBESTERIAL,BIO REMEDIATION AND PHYT
REMEDIATION'(Five feel or more outside of building to
line)
WAGES:(per hour)
gF 07/01/2014
ppp` Prolective Gear Not Required(Class 2)
k pmarawe Gear Required(Class 3)
4 or off shift work,an additional 15%of wage on straight
SHIFT DIFFERENTIAL:On all NYS D.O.T.or other Governmental mandated irregular
time pay.
SUPPLEMENTAL BENEFITS
Per hour paid'.
S Journeyman $23.70
SHIFT DIFFERENTIAL:$26.35 for irregular or off shift work
OVERTIME PAY
See(e, E,Q,*S)on OVERTIME PAGE
HOLIDAY See(5,6,13,15,25)on HOLIDAY PAGE
Paid: See(-1)on HOLIDAY PAGE
Overtime
'NOTE: If Saturday Holiday is wodcetl,Code S applies.
REGISTERED APPRENTICES
y. Wages per hour
t Page 42
by the New
yo's
ferment
or
Publishe PRC Numbe 2014006543 Dutchess County
( Prevailing Wage Rates tor0710112014-0613012015
(* Last Published on Jul 01 2014
1000 hour 1 year terms
lsl tens $9.57
'¢ 0.77
2nd term 2
3rd term 233.96.96
4th tens 2].16
Supplemental Benefits per hour paid: 11-1 Aox HH
Apprentice $16'90
p� 0710112014
L Laborer Tunnel
DISTRICT 11
y JOB DESCRIPTION Laborer-Tunnel
ENTIRE COUNTIES Sullivan,Ulster
Dutchess,Orange,Otsego,
PARTIAL COUNTIESne New Berlin, Hillsdale,Hudson,Livingston,Philmont
p Chenango: Townships of Columbus,Sherbu ClarrnI,Copake,Gelatin,Germantown,Greenport,
! Columbia: Townships of Ancram,Claverack, emo
and Taconic. Middletown,Roxbury, Franklin,Hamden,Stamford,Delhi, Kortdght,Harpersfield,Meridelh and
Delaware: Townships of Andes,Bovine, ,
Davenport.
Greene: Township of Catskill
WAGES
Class 1:All support laborers!sandhogs working above the shaft or tunnel.
k Class 2'All laborers/sandhogs working in the shaft or tunnel.
Class 4:Safety miners
WAGES:(per hour)
0710112014
Class 1 $4100
Class 2 $45.00
Class 4 $51.00
Toxic and hazrdous waste,lead abatementand asbestos abatement worx will be paid an additional$3.00 an hour.
SHIFT DIFFERENTIAL:2nd and 3rd shift or an irregular shift shall be paid at time and one half the regular ate Monday through Friday.
Saturday shall be paid at 1,65 times the regular rale.
Sunday shall be paid at 2.15 times Me regular rate.
SUPPLEMENTAL BENEFITS
Per hour paid:
Journeyman $24,75 on straight hours
[ $37.13 on shiftwork,overtime,irregular work,Saturday,Sunday and Holiday hours.
F` OVERTIME PAY
See(0, E,O.V)on OVERTIME PAGE
p. HOLIDAY See(5,6,15,25)on HOLIDAY PAGE
ii Paid:
Overtime: See(5,6,15,'16,25)on HOLIDAY PAGE
11-17Tun
•Double rate and benefits if worked
0 710112 01 4
Laborer-Tunnel
DISTRICT 8
JOBDESCRIPTION Laborer-Tunnel
ENTIRE COUNTIES
Dutchess
PARTIAL COUNTIESGallatin,Germantown,Greenport,Hillsdale,Hudson,
p Columbia: Columbia: Only the Townships of Ancram,Claverack,Clermont,Copake,
{` Livingston,Philmont and Taconic. Page 43
Prevailing Wage Rates for 0]19112014-0613012015 Published by the New York State Department of Labor
PRC Number 2014006543 Dulchess County
1 Last Published on Jul 01 2014
L WAGES
Tunnel Group#1 All Hearing,tempoapermanent ry and panent roadsand parking areas,landscaping,erosion control.traffic maintenance, flagging,
E dump area,and tempoary lighting above the tunnel operations.
ETunnel Group#2 All laborers iavoled in tunnel operations,including but not limited to subways,sewer,water,vehicular and utility tunnels,
and shafts,manholes and access way in connection therewith.
5 WAGES per hour 07/010014
Group#1 $30.91
F Group#2 40.47
(\ Note: All employees working on a project that requires Hazwopper Certification will receive$1.00 per hour over job classification rate of pay.
All employees who work an irregular work day that starts after 9:00 AM on a governmental mandated schedule shall be paid an additional
L15%per hour.
EIS SUPPLEMENTAL BENEFITS
Per hour worked&paid Holidays
Journeyman $24.50
OVERTIME PAY
See(B,E,E2,O,V)on OVERTIME PAGE
F Overtime: See
See(5,6, 16,25)on HOLIDAY PAGE
t` Paid: See(5,6, 16,25)on HOLIDAY PAGE
Note:Whenever a holidays falls on Sunday,it will be observed on the following Monday.
REGISTERED APPRENTICES
L1000 hour year terms
1st Tenn $20.75
grid Term 24,47
3rd Term 27.62
4th Term 32.55
Note: All employees working on a project that requires Hazwopper Confication will receive$1.00 per hour over job classification ate of pay.
All employees who work an irregular work day that starts after 9:00 AM on a governmental mandated schedule shall be paid an additional
15%per hour.
Supplemental benefits per hour worked&paid Holidays
1 st Term $11.50
2nd Tenn 13.55
3rd Tenn 1628
4th Term 16.65
8-235NJ
07101/2014
ILLineman Electrician
JOB DESCRIPTION Lineman Electrician DISTRICT 6
I, ENTIRE COUNTIES Chemun Chenan o.Clinton,Columbia,Contend,Delaware,Dutchess,
FF Albany,Allegany,Broome,Caftaaugus,Cayuga,Chautauqua, g. 9 Mon[ erne Niagara,
Erie,Essex, Franklin, Fulton,Genesee,Greene,Hamilton,Herkimer,Jefferson,Lewis,Livingston,Madison,Monroe, g ry� 9
Oneida,Onondaga,Ontario,Orange,Orleans,Oswego,Otsego,Putnam,Rensselaer,Rockland,Saratoga,Schenectady, Schohane,
LSchuyler,Seneca,St.Lawrence,Steuben,Sullivan,Ti Na,Tompkins,Ulster,Warren,Washington,Wayne,Wyoming,Yates
WAGES
4 Per hour'.
NOTE:Includes Teledata Work within ten(10)feet of High Voltage Transmission Lines
Below rates applicable on all overhead and underground distribution and maintenance work,and all overhead and underground transmission
line work and the installation of fiber optic cable when no other construction trades are or have been involved.(Ref#14.01,0 1)
07101/2014 05/04/2015 05/02/2016
�a Additional
` Lineman,Technician $45.51 $46.90 $2.50'
LPage 44
Prevailing Wage Rates for 07/01/2014-06/30/2015 Published by the New York State Department of Labor
List Published on Jul 012014 PRC Number 2014006563 Dutohess County
Crane,Crawler Backhoe 45.51 46.90 2.50•
Welder,Cable Splicer 45.51 46.90 2.50'
Digging Machine Operator 40.96 42.21 2.50'
Tactor Trailer Driver 38.68 39.87 2.50'
Croundman,Truck Driver 36.41 37'52 2.50'
Mechanic lot Class 36.41 37.52 2.50-
Flagman 27.31 28.14 2.50•
[ 'To be allocated at a later date.
E Additional$1.00 per hour for entire crew when a helicopter is used.
Below rates applicable on all electrical sub-stations,switching structures,fiber optic table and all other work not defined as'Utility outside
elec Tical work". (Ref#14.02.01-A)
Additional
Lineman,Technician $45.51 $46.90 $2.50-
Come,
2.50-Crne,Crawler Backhoe 45.51 46.90 2.50•
(:able Splicer-Pipe Type Cable 50.06 51.59 2.50'
Cert.Welder-Pipe Type Cable 4Z79 49.25 250'
Digging Machine Operator 40.96 42.21 2.50-
1'ractor Trailer Driver 38.68 39.87 2.50•
Mechanic isl Class 36.41 37.52 2.50•
Groundman,Truck Driver 36.41 3252 2.50'
Flagman 27.31 28.14 2.50•
'To be allocated at a later date.
Additional$1.00 per hour for entire crew when a helicopter is used.
Below rates apply on switching structures,maintenance projects,railroad catenary install/maintenance third rail installation,bonding of rails
:and pipe type cable and installation of fiber optic table.(Ref#14.02.01-8)
Additional
I ineman,Technician,Welder $46.80 $48.20 $2.50•
Crane,Crawler Backhoe 46.80 48.20 2.50•
Digging Machine Operator 42.12 43.38 2.50'
'Fraclor Trailer Driver 39.78 40.97 2.50'
Groundman,Track Driver 37.44 38.56 2 50'
Idachanic 1st Class 37.44 38.56 25W
=lagnran 28.08 28.92 2.50•
Cert.Welder-Pipe Type Cable 49.14 50.61 2.50•
Table Splicer-Pipe Type Cable 51.48 53.02 2.50•
'To be allocated at a later date.
4dditional$1.00 per hour for entire crew when a helicopter is used,
Below rales applicable on all overhead and underground transmission line work&fiber optic cable where other construction trades are or
nave been involved.This applies to transmission line work only,not other construction.(Ref#14.03 01)
Additional
k Lineman,Technician,Welder $48.02 $49.41 $250•
Crane,Crawler Backhoe 48.02 49.41 2.50-
Cable Splicer 48.02 49.41 2,50-
Digging Machine Operator 43.22 44.47 2.50•
FY Tractor Trailer Driver 4082 42'00 2.50
Groundman,Track Driver 38.42 39.53 2.50•
Mechanic 1st Class 38.42 39.53 2.50•
j Flagman 28.81 29.65 2.50•
ilk •To be allocated at a later data.
Additional$1 00 per hour for entire crew when a helicopter is used.
•'IMPORTANT NOTICE"
r Four(4),len (10)hour days may be worked at straight time during a week,Monday thin Thursday.Friday may be used as a make-up day.
*Effective 05/06/2013,Tuesday thru Friday may be worked with no make-up day.
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.
Page 45
L
Published by the New York State Department of Labor
Prevailing Wage Rales for 0710112014-0613012015 pRC Number 2014006543 Dutchess County
Last Published on Jul 01 2014
SUPPLEMENTAL BENEFITS
LPer hour worked including holidays listed below:
Y The following SUPPLEMENTAL BENEFITS apply to all classificelion categones of CONSTRUCTION,TRANSMISSION and
DISTRIBUTION.
` $19.75 $20.50
[` 'plus 7%of 'plus 7%of
hourly wage hourly wage
L •The 7%is based on the hourly wage paid,straight time rate or premium rate.
OVERTIME PAY
See(B,E,OJ on OVERTIME PAGE,'Note*Double time for all emergency work designated by the Dept.of Jurisdiction.
(5OTEi THE DAVS DURATION FOLLOWING
RATES WILL APLY ON ALL
HE HOURS LISTEDCONTRACTING
BELOAGENCY MANDATED MULTIPLE SHIFTS OF AT LEAST FIVE
KED
1ST SHIFT 8:00 AM to 430 PM REGULAR RATE
2ND SHIFT 430 PM to 1:00 AM REGULAR RATE PLUS 17.3%
3RD SHIFT 12:30 AM to 9:00 AM REGULAR RATE PLUS 31.4%
HOLIDAY
Paid See(5,6,8, 13,25)on HOLIDAY PAGE plus Govemor of NYS Election ay.
Overtime See(5,6,8,13,25)on HOLIDAY PAGE plus Governor of NYS Election Day.
LSUPPLEMENTS for holidays paid at straight time
[L REGISTERED APPRENTICES
WAGES. 1000 hour terms attic following percentage of the Journeyman Lineman wage.
1st 2nd 3rd 4m 5th 6th 7th
60% 65% 70% 75% 80% 85% 90%
SUPPLEMENTAL BENEFITS:Same as Journeyman
6-1249a
ono1no14
Lineman Electrician-Teledata
JOB DESCRIPTION Lineman Electrician-Teledala
DISTRICT 6
ENTIRE COUNTIES Chautau ua,Chemung,Chenango,Clinton,Columbia,Cortland,Delaware,Dutchess,
Albany,Allegany,Broome,Crdtarmugus,Cayuga,CL
Herkimer,Jefferson,Lewis,Livingston,Madison,Monroe,Montgomery,Niagara,
Erie,Essex, Franklin,Fulton,Genesee,Greene, Schenectady,Schoharie,
Oneida,Onondaga,Ontario,Orange,Orleans,Oswego,Otsego,Puln m.Ulster, iss.lWarrWashington,Wayne, Sche ecta y Wyoming,Yates
Schuyler,Seneca,SL Lawrence,Steuben,Sullivan,Tioga,Tompkins,
WAGES
Per hour
FOR OUTSIDE WORK.
0710112014
Cable Spfoer $29'12
Installer, Repairman 27'64
TaliLineman 27'64
Technician,Equipment Operator 14.66
66
Groundman
NOTE: EXCLUDES Teledata work within ten(10)feel of High Voltage(600 volts and over)transmission lines.For this work please see
LINEMAN.
SUPPLEMENTAL BENEFITS
Per our worked: $4,43
'Plus 3%of
pppp wage paid
[ Page 46
Prevailing Wage Rales for W/0112014-Ofi/3012015 Published by the New YOM State Department of Labor
PRC Number 201400E543 Dotchess County
Last Published on Jul 01 2014
L 'The 3%is based On the hourly wage paid,straight time rate or premium rate.
OVERTIME PAY
[ See(B,E.Q)on OVERTIME PAGE
F` HOLIDAY
Paid: See(1)on HOLIDAY PAGE
Overtime: See(5,6,16)on HOLIDAY PAGE 6-1249LT-Teletlata
Lineman Electrician-Traffic Si nal Li hien 07101/2014
JOB DESCRIPTION Lineman Decrease-Traffic Signal Lighting DISTRICT 6
LENTIRE COUNTIES
Columbia,Dutchess,Orange,Putnam,Rockland, Ulster
WAGES
Y S
AGEn/fechnivan shall perform all overhead aerial work and make all electrical connections.
A Gmundman/Groundman Truck Driver shall: Build and set concrete fomes,handle steel mesh,set footer rages,transport concrete in a
wheelbanow, hand or machine concrete vibrator,finish concrete footers,mix mortar,grout pole bases,cover and maintain feeders while
curing in cold weather,operate lack hammer,operate hand pavement breaker,tamper,concrete and other motorized saws,as a drill helper,
operate and maintain generators,water pumps,chain saws,sand blasting,operate mulching and seeding machine,air tools,electric tools,
gas tools,load and unload materials,hand shovel and/or broom,prepare and pour mastic and other fillers,assist digger operator equipment
¢¢¢ operator in ground excavation and restoration,landscape work and painting.Only when assisting a lineman technician,a ground manttruck
driver may install conduit,pipe,cables and equipment.
A taggefs duties shall consist of traffic conte]only.
(Ref#14 01.02)
Per hour:
E 07/01/2014 05/0412015 05I0212016
i Additional
i Lineman,Technician $41.39 $42.32 $2.00'
Crane,Crawler Backhoe 41.39 42.32 2.00`
Certified Welder 43.46 44.44 2.00`
Digging Machine 37.25 38.09 2.00'
Tractor Trailer Driver 35.18 35.97 2'00
Gmundman,Teck Driver 33.11 33.86 2.00'
Mechanic 1st Class 33.11 33.66 2.00'
Flagman 24.83 25.39 2.00'
To be allocated at a later date.
�y Above rates applicable on all Lighting and Trial Signal Systems and the installation,testing,operation,maintenance and repair of all traffic
control and illuminated projects,traffic monitoring systems,road weather information systems and the installation of Fiber Optic Cable.
"IMPORTANT NOTICE"
Four(4),len (10)hour days may be worked at straight time during a week,Monday lhru Thursday. Friday may be used as a make-up day.
'Effective 05106/2013,Tuesday the Friday may be worked with no make-up day.
NOTE-In order to use Me-4 Day110 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 worked including holidays listed below:
EAll classifications $19.75 $2050
'plus 7%of `plus 7%of
hourly wage hourly wage
`The 7%is based on the hourly wage paid,straight time rate or premium rate.
Supplements paid at STRAIGHT TIME rate for holidays.
OVERTIME PAY
` See(B,E,Q)on OVERTIME PAGE. 'Note'Double time for all emergency work designated by the Dept.of Jurisdiction,
Page 47
Prevailing Wage Rates for 6]10112014-06130/2015 Published by the New York State Department of Labor
PRC Number 2014006543 Dutchess County
Last Published on Jul 01 2014
NOTE:THE FOLLOWING RATES WILL APPLY ON ALL CONTRACTING AGENCY MANDATED MULTIPLE SHIFTS OF AT LEAST FIVE
(5)DAYS DURATION WORKED BETWEEN THE HOURS LISTED BELOW:
1 ST SHIFT 8:00 AM TO 4:30 PM REGULAR RATE
2ND SHIFT 4:30 PM TO 1:00 AM REGULAR RATE PLUS 17.3%
3RD SHIFT 12:30 AM TO 9:00 AM REGULAR RATE PLUS 31.4%
HOLIDAY
Paid See(5,6,8, 13,25)on HOLIDAY PAGE and Governor of NYS Election Day,
Overtime See(5,6,8,13,25)on HOLIDAY PAGE and Governor of NYS Election Day.
REGISTERED APPRENTICES
WAGES: Per hour. 1000 hour terms.
1st 2nd 3rd 4th Sth 6th 7th
L $24.83 $26.90 $28.97 $31.04 $33.11 $35.18 $37.25
F SUPPLEMENTAL BENEFITS:Same as Journeyman
k!!! 6-1249aReg8LT
6 Lineman Electrician-Tree Trimmer 07/01/2014
JOB DESCRIPTION Lineman Electrican-Tree Trimmer DISTRICT 6
t ENTIRE COUNTIESDelawareDutchess,
` Albany,Allegany,Broome,Caltaraugus,Cayuga,Chautauqua,Chemung,Chenango,Clinton,Columbia,Cortland, ,
Erie,Essex,Franklin, Fulton,Genesee,Greene,Hamilton,Herkimer,Jefferson,Lewis,Livingston,Madison,Monroe, Montgomery,Niagara,
Oneida,Onondaga,Ontano,Orange,Orleans,Oswego,Otsego,Putnam,Rensselaer, Rockland,Saratoga,Schenectady,Schohane,
Schuyler,Seneca,SL Lawrence,Sleuben,Sullivan,Tioga,Tompkins,Ulster,Warren,Washington,Wayne,Wyoming,Yates
to WAGES
` Per hour.
Applies to line clearance,tree work and right-of-way preparation on all new or existing energized overhead or underground electrical,
{` telephone and CAN lines. This also would include stump removal near underground energized electrical lines,including telephone and
CAW lines.
07/01/2014
Tree Trimmer $22.41
Equipment Operator 19.77
Equipment Mechanic 19.77
Truck Dnver 16.71
Groundman 13.71
Flag person 976
SUPPLEMENTAL BENEFITS
Per hour worked including holidays listed below:
{ $6.72
3%
{` 'plus 3%of
hourly wage
'The 3%is based on the hourly wage paid,straight time rate or premium rate.
OVERTIME PAY
See(B, E,Of on OVERTIME PAGE
HOLIDAY
Paid: See(5,6,8, 15, 16,25)on HOLIDAY PAGE
Overtime: See(5,6,8, 15, 16,25)on HOLIDAY PAGE
All paid holidays falling on a Saturday shall be observed on the preceding Friday
All paid holidays falling on a Friday shall be observed on the following Monday
6-124917
Mason-Building
07/01/2014
JOB DESCRIPTION Mason-Building DISTRICT 9
ENTIRE COUNTIES
Bron,Dutchess, Kings,Nassau,New York,Orange,Putnam,Queens,Richmond,Rockland,Suffolk,Sullivan,Ulster,Westchester
Page 48
11
Publishe PRG Numbe 2014006543 Dutrlress County
Prevailing Wage Rates for 07/0112014-061302015
Last Published an Jul 01 2014
WAGES 0710112014 0110112015
Wages'.
g $56.15
` Marble Cutters&Setters $55 85
SUPPLEMENTAL BENEFITS
L
Per Hour
t4 $29 58 $30.31
Joumeyworker
OVERTIME PAY
LSee(B,E,O,V)on OVERTIME PAGE
fb HOLIDAY See(t)on HOLIDAY PAGE
Paid: See(5,6,8, 11, 15, 16,25)on HOLIDAY PAGE
Overtime:
REGISTERED APPRENTICES
Wage Per Hour.
750 hour terns al the following wage. 9th 10th
1st 2nd 3rd 4th
5th 6th 7th 8th
1- 751- 1501- 2251- 3750 4500 53751- 250 6000 6751 6500
L 750 1500 2250 3000 3750
. $33.51 $36.30 $39.10 $41.89 $47.47 $53.06
$22.34 $2513 $2793 $3072
r
LSupplemental Benefits per hour paid at the following term: 91h 1 ON
1st 2nd 31d 4th
SN 6th 7th 8N
L $2186 $22.51 $23.14 $2380 $2443 $25.07 $25.71 $26.36 $27.64 $2999-714
L
0710112014
■ Mason-Buildin
DISTRICT 9
JOB DESCRIPTION Mason-Building
ENTIRE COUNTIES
Dutchess,Orange, Putnam,Sullivan,Ulster
WAGES 1210112014 0610112015
Per hour: 0710112014
Building
Tile,Marble,8 Terra= $4075 $41.45
Finisher $40.05
[` MAY BE ALLOCATED BETWEEN WAGES AND BENEFITS
SUPPLEMENTAL BENEFITS
Journeyman: 0 710112 01 3
L Per Hour. $2341
plus$6.31
This portion of benefit subject to same premium as wages
OVERTIME PAY
See(A,-E,O)an OVERTIME PAGE
-Double time rate applies after 10 hours
HOLIDAY See(1)on HOLIDAY PAGE
Paid: See(5,6,1 t,15, 16,25)on HOLIDAY PAGE 4718813-tf
Overtime:
0719112014
Mason-Builtlin
DISTRICT 9
JOB DESCRIPTION Mason-Building
ENTIRE COUNTIES Sullivan,Ulster
Dullness,Orange,Putnam, page 49
Prevailing Wage Rates for 0]10112014-0613012015 Published by the New York State Department of Labor
PRC Number2014006543 Dutchess County
Last Published on Ju101 2014
WAGES
Per haus 07/0112014 12/0112014 06/0112015
Building:
Tile,Marble,&Tema=c
MechanidSefter $45.85 $46.80 $47.75
LSUPPLEMENTAL BENEFITS
F` Per Hour
Journeyman: $21.90•
§ plus$6 47
L1 •This portion of the benefits subject to same premium as overtime wages.
OVERTIME PAY
See(B.'E,O)on OVERTIME PAGE
[ Double time rate applies after 10 hours
L HOLIDAY
Paid: See(1)on HOLIDAY PAGE
Overtime: See(5,6, 11,15, 16,25)on HOLIDAY PAGE
REGISTERED APPRENTICES
Wages per hour:
(750 hour)terms at the following wages:
1st 2nd 3rd 4th 5th 6th 7th lith 9th IDth
$22.59 $26.22 $2905 $3190 $34.51 $37.14 $37.95 $4020 $42.82 $44.36
Effective 1210112014 an additional:
L $0.48 $0.52 $0.57 $0.62 $0.67 $0.71 $0.76 $0.81 $086 $090
Effective 06101/2015 an additional:
$0.48 $0.52 $0.57 $0.62 $0.67 $0.71 $0.76 $0.81 $0.86 $0.90
LNOTE:ADDITIONAL INCREASES MAY BE ALLOCATED BETWEEN WAGES AND BENEFITS
Supplemental Benefits(per Hour):
tat 2nd 3rd 41h 5th 6th 7th 8th 9th 10th
$13.35' $13.35' $13.85• $14.60• $15.35' $16.35• $1535• $16.35' $17.35' $18.85`
+$.66 +$,69 +$103 +$1.07 +$1.38 +$1.42 +$5.26 +$5.62 +5.66 +$7.33
L 'This portion of Ne benefits subject to the same premium as overtime wages.
9-71528
07/01/2014
Mason -Building
JOB DESCRIPTION Mason-Building DISTRICT 11
ENTIRE COUNTIES
Dutchess, Sullivan,Ulster
PARTIAL COUNTIES
Orange: Entire county except the Township of Tuxedo.
WAGES
Per hour 06101/2015
07101/2014
LBricklayer $38.37 $39.14
Fi Cement Masan Bldg' 3837 39.14
Plasterer/Stone Mason 38.37 38.14
Poineu/Caulker 38.37 38'14
Additional$1,00 Per hour for power saw work
L Additional$0.50 per hour for swing scaffold or staging work
SHIFT DIFFERENTIAL:When shift work is mandated or required by state,federal,county,local or other governmental agency contracts,the
following rates apply:
Second shift an additional 15%of wage plus benefits to be paid
Third shift an additional 25%of wage plus benefits to be paid
LPage 50
Publish PPC Number 2014006543 Dutchess CounntY
LPrevailing Wage Rates for 0710112014-0613012015
Last Published on Jul 01 2914
p Overtime paid at one and one half times wages and benefits
SUPPLEMENTAL BENEFITS
Per hour paid:
$29.23 $30.36
Joumeyman
LOVERTIME PAY
Cement Mason See(B,E21 H,V)on OVERTIME PAGE.
All Others See(B,E,E2,Q)on OVERTIME PAGE,
HOLIDAY See(1)on HOLIDAY PAGE
Paid''Overtime: See(5,6)on HOLIDAY PAGE
REGISTERED APPRENTICES
k Wages per hour,
L750 hour teras at the following percentage of Journeyman's wage
3rd 4th 5th 6th 7th 8th
fLF 1st 2nd ]0% 75% 80% 85%
50% 55% 60% 65%
Supplemental Benefits per hour paid
L 750 hour terms at the following percentage djourneyman supplements th Rh 8th
lot 2nd 3rd 4th 5th 6th 80% 85%
50% 55% 60% 65% 70%
2009 receive lull journeyman benefits 11-5du-b
Apprentices indentured before September i,
I y
0710112014
Mason-Hea 8Highway
DISTRICT 11
JOB DESCRIPTION Mason-HeavyBHighwaY
ENTIRE COUNTIES
{ Dutchess,Sullivan,Ulster
EY PARTIAL COUNTIES
Orange'. Entirecountyexcept the Township of Tuxedo.
WAGES
Per hour: 0710112014 0610112015
$38.87 $39.64
Bricklayer 38.67 $39.64
Cement Mason' 38,87 $39.64
MableiStone Mason 38.87 $39.64
Plasterer 38.87 $39.64
PointerlCaulker
AddiOonal$1.00 per hour for power saw work
ppp Additional$0.50 per hourfor swing scaffold or staging work
unty,local or other governmental mntracls,the
L
SHIFT DIFFERENTIAL:When shift work Is mandated or required by State,federal,co
following rates apply'.
Second shift an additional 15%of wage plus benefits to be poi
Third shift an additional 25%of wage plus benefits to be paid
L 'Overtime paid at one and one halt times wage and benefits
SUPPLEMENTAL BENEFITS
Per hour paid: $29 23 $30.36
Journeyman
OVERTIME PAY
See(B,0)on OVERTIME PAGE See(B,H,V)
L(1. Cement Masan
HOLIDAY See(5,6, 15,25)on HOLIDAY PAGE
Paid: See(5,6,15,25)on HOLIDAY PAGE
ttt Overtime:
{ Page 51
LPublished by the New York State Department of Labor
Prevailing Wage Rates for 07)0112014-0613012015 pV Number 2014006543 Dutchess County
@ Last Published on Ju101 2014
Fir REGISTERED APPRENTICES
Wages per hour
�l r 750 hour terms at the following percentage of Joumeyman'swage
1st 2ntl 3rd 4th 5th 6th 7th 8th
50% 55% 60% 65% 70% 75% 80% 85%
LSupplemental Benefits per hour paid
L750 hour tends at the following percentage of journeyman supplements 7th 8th
!`
let 2nd 3rd 41h 5th 6N 85%
50% 55% 60% 65% 70% 75% 80%
Apprentices indentured before September 1,2009 receive full journeyman benefits 1 t-Sdi
07/0112014
Operating Engineer-
JOB DESCRIPTION Operating Engineer-Building
DISTRICT 8
ENTIRE COUNTIES
Putnam,Westchester
PARTIAL COUNTIES urth the
` Dutchess- All the coun&es of Westchester and Putnam Ennn foa so am
rth along Rout 115 t�BetlelCl Road then east along Bede Roadt
oVen o
the City of Poughkeepsie,then due east to Route 1 t5,
Wagner Road,then nohh along Van Wagner Road to Bower Road,then east along Bower Road to Route 44 and along Route 44 east o
{ Dover Plaine to the boRoute 343 rder linef theet to Statehe northern b of Conn cticut antl oundadoddered on the wTown of et by the middle olains and east f the Hudson River.
the longhorn oundary of Town of
` WAGES
GROUP I.Cranes(AII Types up to 49 tons),Boom Trucks,Cherry Pickers,Clamshell Crane,Derrick, Dragline,Fluid Pile Rig or similar,High Lift(Lull
Le` or similar)with crane attachment and winch used for hoisting or thing,Hydraulic Cranes,Pile Drivers,Potain and similar.
LCranes(Ail types 50-99 tons),Conventional and Hydraulic.
{ Cranes(All types 100 tons and over),Tower,Climbing,Conventional,Hytlraulic.
Y GROUP I-A. Barber Green Loader-Euclid Thai Bulldozer,Carrier-Trailer Horse,Concrete Cleaning Decontamination Machine Crandall,
`
Operator Concrete-Po Hoist,Conway or Similar Mucking Machines,Elevator&Cage,Excavators all es,Front End Loaders,
f Shovel,Backhoe,etc(Crawler or Truck),Heavy Equipment Robotics Operaror/Merchanic,Hoist Engineer-Material,Hoist Portable Mobile
YUnii,Hoist-Single,Double or Triple Drum,Horizontal Directional Drill Locator,Horizontal Directional Drill Operator,and Jersey Ma
pr Leer,
Letoumeau or Toumapull(Scrapers over 20 yards Struck),Lift Slab Console,etc., Lull NiLift or Similar,Maintnance Engineer,
L Environmental Maintenance Mechanics,Mucking Machines OperatorlMechanic or Similar Type,Overhead Crane,Pavement Breaker(Air
L{ Ram),Paver(Conaete),Post Hole Digger,Power House Plant,Road Boring Machine,Road Mix Machine,Ross Career and Similar
Machines.Rubber fire double end backhoes and similar machines,Speopmobile Tractor-Shovel Over t.5 yaMs,Shovel(Tunnels),Spreader
(Asphalt)Telephie(Cableway),Tractor Type Demolition Equipment,Trenching Machines-Vermeer Concrete Saw Trencher and Similar,Ultra
High Pressure Waterjet Cutting Tool System,Vacuum Blasting Machine operstonmechanic,Winch Truck A Frame).
LGROUP -B:Compressor(Steel Erection),Mechanic(Outside All Types,Negative Air Machine(Asbestos Removal),Puch Button(Buzz Box)
Elevator,
GROUP It Bulldozer D6 and Under, Compactor Self-Propelled,Concrete Pump,Crone Operator in Training(Over 100 Tons,Grader,
Machines Pulling Sheep's Foot Roller,Roller 4 ton and over,Scrapers-20 yards Struck and Under,Vibratory Rollers,Welder.
GROUP III-A:Asphalt Plant,Concrete Mixing Plants,Concrete Buggy(One yard and up,Ride on dumpeg6udies A h Similar)Portable Batch
Forklift(AII power spaces)Joy Drill or similar,Tractor Drilling Machine,LoaderO 12 yards and under),Portable Asphalt Plant,
Plant,Portable Crusher,Skid Steer(Bobcat or similar),Stone Crusher,Well Drilling Machine,Well Point System.
GROUP III-B:Compressor Over 125 E.Feet,Conveyor Belt Machine Regardless of Size,Compressor Plant,Ladder Hoist,Lighting Unit
(Portable&Generator),Stud Machine.
GROUP IV-A:Batch Plant,Concrete Breaker,Concrete Spreader,Curb Cutter Machine, Finishing Machine-Concrete,Fine Grading
Mulching Gress Spreader,Pump Gypsum etc,Pump-Plaster-
` Machine,Hope Vac Clean Air Machine,Material Hopper(sand stone-cement), 9 P
{ Grout-Fireproofing.Roller(Under 4 Ton),Spreading and Fine Grading Machine,Steel Cutting Machine,Siphon Pump,Tar Joint Machine,
` Television Cameras for Water,Sewer,Gas etc.Turbo Jet Burner or Similar Equipment,Vibrator 0 to 5),
$ Page 52
Prevailing Wage Rates for 07/0112014-0613012015 Published by the New York State Department of Labor
PRC Number 2014006543 Dutchess County
Last Published on Jul 01 2014
GROUP IV-B: Compressor(Under 125 cu.Feet),Heater(AII Types),Lighting Unit(Portable 8 Generator)Pump,Pump Station(Wa[er,Sewer,
Portable,Temporary),Steam Jenny,Sweeper,Chipper,Mulcher,Welding Machine(Steel Erection&Excavation)
[F GROUP V:Crane Operator in Training(65 Tons to 100 Tons),Mechanics Helper,Motonzed Roller(walk behind), Stock Attendant,Welder's
Y Helper.
( GROUP VI-A:Welder,Certified.
Yiiirrrr
GROUP VI-B:Utility Man,Warehouse Man.
WAGES:(per hour) 07/0112014
L GROUP
Cranes-up to 49 tons $56.58
Cranes-50 tons to 99 tons 58.58
Crones-100 tons and over 67.01
GROUP I-A 49.42
GROUP I-B 4547
GROUP 11 4265
GROUP III-A 45.87
GROUP III-B 43.62
GROUP IV-A 45.40
GROUP IV-B 38.24
GROUP V 41'30
GROUP VI-A 48.50
GROUP VI-B 3914
Highly Man 41.07
Warehouse Man
An additional 20%to wage when required to wear protective equipment on hazardous/b xic waste projects.
Engineers operating cranes with booms 100 feet but less than 149 feet in length will be paid an additional$2.00 per hour.
Engineers operating cranes with booms 149 feet or over in length will be paid an atltlitional$3.00 per hour.
Loader operators over 5 cubic yard capacity additional.50 per hour.
Shovel operators over 4 cubic yard capacity additional$1.00 per hour.
SUPPLEMENTAL BENEFITS
Perhouc
07/0112014
Journeyworker $18.93
Per hour paid
+$8.02
Par hour worked
OVERTIME PAY
OVERTIME:....See(B,E,P,R•,U-,V)on OVERTIME PAGE.
HOLIDAY
HOLIDAY:
Paid:_.......See(5,6, 11, 12, 15,25)on HOLIDAY PAGE.
Overtime'.....Sea(5,6, 11, 12, 15,25)on HOLIDAY PAGE.
For Holiday codes 11, 12,15,25,code R applies.
••For Holiday codes 5&6,code U applies.
[{ Note:If employees are required to work on Easter Sunday they shall be paid at the rate of triple time. B-137B
Operating Engineer-Buildin0710112014
JOB DESCRIPTION Operating Engineer-Building DISTRICT 9
L ENTIRE COUNTIES
Bronx,Kings,New York,Putnam,Queens,Richmond,Westchester
PARTIAL COUNTIES
Dutchess: that part of Dutchess County lying south of the North City Line of the City of Poughkeepsie.
WAGES
NOTE:Construction surveying
Party chief--One who directs a survey any
Instrument Man—One who runs the instrument and assists Party Chief.
Rodman—One who halos the rod and assists the Survey Crew
L
Page 53
LPrevailing Wage Rates for 07/0112014-06/30/2015 Published by the New York State Department of Labor
y Last Publishetl on Jul 01 2014 PRC Number 2014006543 Dutchess County
Y Wages:(Per Hour) 07/01/2014 07/01/2015
Building Constr.
k. Party Chief $5727
LInstrument Man $4448
Rodman $2871
LSteel Erection:
FY An additional
Party Chief $58.50 plus$2.52' $152-
Instrument
52InsWment Man $45.53 plus 2.16' $2.16'
Rodman $30.43 plus 1.73' $1.73-
Heavy
1.73'Heavy Construction-NYC counties only:
Foundation,Excavation.
Party Chief $62.61
Instument man $46.00
LRodman $38.61
Y -May be allocated between wages and benefits
SUPPLEMENTAL BENEFITS
4 Per Hour 07/01/2014
All Classifications $30.62
Premium'
All Catergodes $4z74
Premium"
All Classes $54.84
-Apply to instances where 1-1/2 regular rate are paid
'Applies to instances where 2 times the regular rate are paid
OVERTIME PAY
See(A,B,E.O)on OVERTIME PAGE
Code Warbles to Building Construction and has double Me rale after 7 hours on Saturdays.
Code"B"applies to Heavy Construction and Steel Erection and had double the rate after 8 hours on Saturdays.
g HOLIDAY
Fir Paid: See(5,6,8,11,12, 15,25)on HOLIDAY PAGE
Overtime: See(5,6,8,11, 12,25)on HOLIDAY PAGE 9-15Db
Operating Engineer-Buiidin0710112014
JOB DESCRIPTION Operating Engineer-Building DISTRICT 1
y ENTIRE COUNTIES
{` Albany,Clinton,Columbia,Essex,Franklin,Fulton,Greene,Hamilton, Herkimer,Montgomery,Otsego,Rensselaer,Saratoga,Schenectady,
Schoharie,Warren,Washington
PARTIAL COUNTIES
Dutchess: Defined as north of the northem boundary,line of City of Poughkeepsie then due east to Route 115 to Bec elt Road then east
along Bedell Road to Van Wagner Road then north along Van Wagner Road to Bawer Road than east along Bower Road to Rte.44 east to
Route 343 then along Route 343 east to the northern boundary of Town of Dover Plains and east along the northem boundary of Town of
Dover Plains to Connecticut.
WAGES
CLASS Al,
Crane,hydraulic cranes,tower crane,locomotive crane,piledriver,cableway,derrlcks,whidles,dragline,boom trucks over 5 tons.
CLASS A:
Shovel,all Excavators(including rubber fire full swing).Gradalls,power roatl grader,all CMI equipment,fronhend rubber fire loader,tractor-
mounted drill(quarry master),mucking machine,concrete central mix plant,concrete pump,tolerate system,automated asphalt concrete
plant,and tractor road paver,boom trucks 5 tons and under,maintenance engineer,self-contained crawler drill-hydraulic rock drill.
CLASS B:
Page 54
Published by the New York State Department of Labor
Prevailing Wage Rates for 0710112014-0613012015
PRC Number 2014006543 Dutchess County
Last ho"'Shetl on Ju101 2014 pe LeTo g Mau grader,form fine n bade
ushcat,trac[oq traxcavator,scraper garter Green loader,
Backhoes(rubber tired backhoe4oader emhalt roller,bleokto rspreader,power brooms,sweepers,trenching machine, hoist two drum or
p p ower hoisting(single dmmn
sete booms, soil compactor(fill roller), asp hod hoist,A-L
L
side booms,hydro hammer,power
hoisting
ing(tw.eq umuete finishing machine,one dmm hoist,p
1p, three drum engine,power hoisting(b+o drum and over),two drum and swinging engine,three or
swingingbatch bin and plant operator,
more, past hole digger,model CHB V�bro-Tamp or similar machine, vac thick.
frame winches,ere and well drillers(one drum),or
dinky locomotive,skid steer loader,track excavator 518 cubic yard or smaller,front end robber tired loader under four cubic yards,
F CLASS G: oiler,fireman and heavy-duty greaser,boilers and steam generators,pump,vibrator,motor
iii��� all remain fork fdt:or similar, well int,mechanical heater,generators,temporary light plants,electric
Fork lift,high lift, welding machine, W
mixer,air compressor,dust over,
M r, 9 cone or,elevators,concrete mixer,beltcrete power pack(beluete system ,
Lsubmersible pumps 4" and over,murphy type diesel generator, Y
Y seeding,and mulching machines,pumps.
-In the event that equipment listed above is operated by robotic control,the classification avoiding the operation will be the same as if
Lmanually operated.
¢Vr WAGES per hour 0 7)0112 0 1 4
Class#At $37.90
E Class#A 37.46
�r Class#8 36.55
Class#C 33.98
Addifional$0.50 per hr for Tower Cranes.
Additional$1.00 per hr far Cranes with Boom length&jib 150ft.and over.
Additional$2.00 per hr far Cranes wilh Boom length&jib 200ft.and over.
Additional$2.OD per hr over B rate for Nuclear Leader work.
Additional$0.40 per hr for tunnel or excavation of shaft 40'or more deep.
Additional$2.50 per hour if work requires Personal Protective Equipment for hazardous waste site activities with a level C or over Laing.
SUPPLEMENTAL BENEFITS
p Per hour worked
t` Joumeyman $23'87
OVERTIME PAY
k See(B,E,O)on OVERTIME PAGE
L HOLIDAY See(1)on HOLIDAY PAGE
Paid: See(5,6)on HOLIDAY PAGE
Overtime:
Note: If a holiday falls on Sunday,it will be celebratetl on double
time
Monday.If the holiday falls on Saturday,it will be celebrated on nay.
Employees who work a Saturday holiday shall be paid double time plus the holiday pay.
REGISTERED APPRENTICES
Wages per hour
1000 hours terms at the following percentage Of Joumeyman's wage Class B
1st 2nd 3rd 411,
60% 70% 80% 90
Supplemental Benefits per hour worked
I, 07/0112014
t` $1930
1-158 Alb
All to ms
0710112014
O eratinILE. ineer-Hee SHi hwa DISTRICT 9
JOB DESCRIPTION Operating Engineer-Heavy&Highway
ENTIRE COUNTIES
Pulham,Westchester
PARTIAL COUNTIES
Dutchess'. South of the North city line of Poughkeepsie
WAGES
Party Chief-One who directs a survey parry
ef
instrument Man-One who runs the instrument and
asssls the Surveists Perry y Crew
[ Rodman-One who holds the rod and in general, Page 55
Published by the New York State Department of Labor
L
Prevailing Wage Rates'102c,
o'0710112014-0613012015 pRC Number2014006543 Dutchess County
[` Last Published on Jul 01 2014
Catorgories cover GPS&Underground Suveying
Per Hour:
0710112014
Parry Chief $60.29
44.16
instrument Man 3693
Rodman
SUPPLEMENTAL BENEFITS 07/01/2014
LPer Hour.
Lp All Catorgories $30 62
Straight Time:
Premium: $42.74
Time&112
Double Time $54'94
OVERTIME PAY
f See(B,-E,Q)on OVERTIME PAGE
Y 'Doubletime paid on all hours in excess of a hours on Saturday
HOLIDAY See(5,6,7, 11,12)on HOLIDAY PAGE
Paid: Be,(5,6,7, 11,12)on HOLIDAY PAGE 9-15Dh
Overtime:
0710112014
`
Operating En !near.Kea &Hi hwa
j{Y DISTRICT e
JOB DESCRIPTION Opersfing Engineer-Heavy&Highway
ENTIRE COUNTIES
Putnam,Westchester
[in PARTIAL COUNTIES the buffism
Outclass: All the countiesof
due easter n Route then north along Route 11D5uto Bede I Road,dlhen east along Bedthe ell RoadtoVanline o
the City of Poughkeepsie, then east along Bower Road to Route 44 and along Route 44 east to
Wagner Road,then north along Van Wagner Road to Bower Roadary ,
Route 343
Dryer Plains to the boRout.343 rder line of the Statt to e of Connecticut ae n1ri nd bordered on the west by the middle oTown of Dever Plains and east f thetHudsen River. of Town o
WAGES
p GROUP I:Boom Tmck,Cherry Picker,Clamshell,Crane,(Cr ,wler,Truck),
§` Dragline,Rough Terrain Crane.
GROUP I-A'Auger,Auto Grader,Dynahoe and Dual purpose and similar machines,Barber GreenCLheatle PE ker(Cableway}Hydreuudid Loader or similar�4e
( machine,boat captain,boning machine(all types),Bulldozer-All Sizes,Central Mix Plant Operator,Cherry
{ chipper(all types),dose circuit rv.,Compactor with Blade,Concrete Portable Hoist,C.M.I.or Similar,Conway or Similar Single,
Double,Triple
�r
Goodall,Shovel Beckhoe,etc.Grader,Derrick(Stone-Steel)Elevator&Cage,Front End Loaders over 1 1l2ytls Hoist Single. Letoumeau
Drum, Hoist Portable Mobile Unit, Hoist Engineer Conedete(Crane-Derrick-Mine Hoist),Hoist Engineer-Material,Hydraulic Boom,
{ or Toumtrapull(Suapem over 20 yds suck),Mucking Machines,Overhead Crane,Paver(concrete)Pulsometer,Push Button(Buss Be-)
e Elevator,Road Mix Machines,Ross Cartier and similar,Shovels(Tunnels),SideBoom,Spreader(asphalt),Subrpmobile-Tractor-Shovel
it over 1 112 yards,Trenching Machines,Telephie��tl We Welder,Excavator(and all attachments),Similar,Tractor type Demolition Equipment,
Whidy,P-811 Track Renewal Machine-Similler,
6 GROUP kili AsphaB Mobile ConveyonTransfer Machine,Road Paver-Asphalt.
` GROUP II-A: Balast regulators,Compactor Self Propelled,Cow Tracks,Fusion Machine,Rail Anchor Machines,Scrapers-20 yds truck and
under,Switchtampers,Vibratory Roller,etc.,Roller ton and over,Welder.
GROUP II-B:Mechanic(Outside)All Types.
GROUP III:Air Tractor Drill,Aephall Plant,Batch Plant,Boiler(High Pressure),Concrete Breaker,Concrete Pump, es),ConMachinrete e pullingFarm
1
Tractor(All Types),Forklift(All),Gas Tapping(Live),Hydroseeder,Loader 1 112 yards and under,Lommotive(All Sizes),
Sheep's Foot Roller, Portable Plant,Portable Balch Fare,Portable Crasher,Powerhouse Plant,Roller(Under 4 ton),Stone Crasher,
Sweeper,Turbo JetBumer or Similar,Sheer Excavator,Skid SteerBobcal,Well Drilling Machine.
GROUP IV-A:Service Person(Grease Track).
GROUP IV-B:Conveyor Belt Machine,Heater all types,Lighting Unit(Portable&Generator),Mechanic's Helper, Attendant,
Welding erl2
_ seated,Pumps-Pump Station-Water-Sewer-Gypsum-Plaster,eta,Pump Tmck(Sewer Jet or SimilaQ, Stock Room Attendant,Welding
tr Machine Steel Erection Excavation),Well Point System,Welder's Helper,
L Page 56
L Prevailing Wage Rates for 07/0112014-06/30/2015 Published by the New York State Department of Labor
Last Published on Jul 01 2014 PRC Number 2014006543 Duchess County
GROUP V-A:Engineer-All Tower Canes-All Climbing Cranes and all crepes of 100 ton capacity or greater(3900 Manitowac or similar),Hoist
Y Engineer(Sleel),Engineer-Pile Driver,Welder-Certifed,Jersey Spreader,Pavement Breaker(Air Ram),Post Hole Digger.
L WAGES.(per hour)
07/01/2014
Group $54.40
L�t Group I-A 48.07
Group I-B 50.60
Group II-A 46.07
Group II-B 4748
Group III 45.28
Group IV-A 4124
Group IV-B 35.54
Group V-A
Engineer All Tower,Climbing
and Cranes of 100 Tons 61,50
Hoist Engineer(Steel) 55.78
Engineer(Pile Driver) 58.42
@ Jersey Spreader,Pavement Breaker.
(Air Ram)Post Hole Digger 47.12
SHIFT DIFFERENTIAL:
A 15%premium on all hours paid,including overtime hours for 2nd,3rd shifts
on all government mandated off-shift work
Engineers operating cranes with booms 100 feet but less than 149 feet in length will be paid an additional$2.00 per hour over the rate listed
in the Wage Schedule.Engineers operating cranes with booms 149 feet or over in length will be paid an additional$3.00 per hour over the
rate listed in the Wage Schedule.Loader and Excavator Operators:over 5 cubic yards capacity$0.50 per hour over the rate listed in the
Wage Schedule.Shovel Operators:over 4 cubic yards capacity$1 00 per hour aver the rale listed in the Wage Schedule,
Four(4),ten(10)hour days may be wonted at straight time during a week,Monday lhru Thursday;Friday may be used as a make-up day.
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
y Schedule;form PW30R;additionally,there must be a dispensation of hours in place on the project.
(t. SUPPLEMENTAL BENEFITS
Y (per hour)
Journeyman: 07/01/2014
$17.37 on all hours paid
PLUS$8.00 for first 40 hours worked
PLUS$1.00 on all hours worked
OVERTIME PAY
See(B,E,E2, P,-R, "U)on OVERTIME PAGE
HOLIDAY
Paid:........ See(5,6, 8,9, 15,25)on HOLDIAY PAGE
Overtime.- See(5,6,8,9, 15,25)on OVERTIME PAGE
k For Holiday codes 8,9,15,25 code R applies
i• "For Holiday Codes 5 8 6 code U applies
Note:If employees are required to work on Easter Sunday they shall be paid at Ne rate of triple time.
REGISTERED APPRENTICES
(1)year terms at the following rate.
o7/ovzol4
1st tens $22.64
2nd term 2216
3rd tern 31.69
4th term 36.22
Supplemental Benefits per hour,
Page 57
L
Prevailing Wage Rales for r]10112014-061302015 Published by the New York State Department of Labor
PRC Number 2014006543 Deadness County
Lan PublisM1ed on Jul ri 2014
Apprentices: 0710112014
$ 17.37 on all hours paid
L. PLUS$1.00 on all hours worked 6-137HH
(`- 07/01/2014
Operating Engineer-Hea8Hi hi
LJOBDESCRIPTION Operating Engineer-Heavy&Highway DISTRICT 1
ENTIRE COUNTIES Greene,Hamilton,Montgomery,Otsego,Rensselaer,Saratoga,
Albany, Broome,Chenango,Clinton,Columbia,Essex, Franklin, Fulton,
Schenectady,Schomme,Toga,Warren,Washington
PARTIAL COUNTIES
Dutchess: Defined as north of the northern boundary line of City of Poughkeepsie then due east to Route 115 to Bedell Road then east
along Bedell Rood to VanWagner Real then north along VanWagner Road to Bower Road then east along Bower Road to Rte.44 east to
Route 343 then along Route 343 east to the northern boundary of Town of Dover Plains and east along the northern boundary of Town of
Dover Plains to Connecticut, NY
line drawn due north and due south through the railroad station in Little Falls,
Herkimer. That portion of the county that lies east of a
WAGES
CLASSIFICATION A:
Asphalt Curb Machine(Sell Propelled,Shilhorm),Automated Concrete Spreader(CMI Type),Automatic Fine Grader,Backhoe(Except
Tractor Mounted,Rubber Tired),Backhoe Excavator Full Swing(CAT 212 or similar type),Back Filling Machine,Belt Placer(CMI Type),
Blacktop Plant(Automated),Boom truck,Cableway,Caisson Auger,Central Mix Concrete Plant(Automated),Concrete Curb Machine(Self
4 Propelled,Slipfona),Concrete Pump,Cane,Cherry Picker,Derricks(steel erection), Dm ine,Overhead Crane(Gantry or Straddle type),
LPile Driver,Truck C ane,Directional Drilling Machine,Dredge, Dual Drum Paver,Excavator(All Purposer ydraulically operated)(Gradall or
Similar),Front Emil
(4 cu.yd.and Over), Head Tower(Sauerrnan or Equal),Hoist(Two or Three Drum),Holland Loader,
Maintenance Engineer,Mine Hoist,Mucking Machine or Mole, Pavement Breaker(SP)Wedged;P133 and similar type, Power Grader,
Profiler(ever 105 H.P.),Quad 9,Quarry Master(or equivalent),Scraper,Shovel,Side Boom, Slip Form Paver(If a second man is needed,
he shall be an Oiler),Tractor DaltType Drawn BeLoader,Truck or Trailer Mounted Log Chipper(Self Feeder),Tug Operator(Manned Rented
Equipment Excluded),Tunnel Shovel
@ CLASSIFICATION B: Blacktop Plant
L Asphalt Paver,Backhoe(Tractor Mounted,Rubber Tired),Bituminous Recyder Machine,Bituminous Spreader and Mixer, p
(NonAutomated),Blast or Rotary Drill(Truck or Tractor Mounted),Boring Machine,Cage Hoist,Central Mix Plant[(NonAutomated)and All
Concrete Batching Plants),Cherry Picker(5 tons capacity and under),Concrete Paver(Over 16S),Crawler Drill(Self-contained),Crusher,
{ Diesel Power Unit,Drill Rigs,Tractor Mounted,Front End Loader(Undri cu.yd.), Greasemanl ubali
ncon Engineer,HiPressure Boiler(15
L Ins.and over),Hoist(One Drum),Hydro-Axe, Kolman Plant Loader and Similar Type Loaders(If Employer requires another man to dean the
screen or to maintain the equipment, he shall be an Oiler),L.C.M.Work Boat Operator,Locomotive,Mixer(for stabilized base selfpropelled),
Monorail Machine, Plant Engineer, Profiler(105 H.P.and under),Pug Mill,Pump Crede,Ready Mix Concrete Plant,Refrigeration Equipment
(for soil stabilization),Road Widener, Roller(all above subgrade),Sea Mule,Self-contained Rideon Rock Dnll(Excluding Air-Track Type
Grill), Slander,Tractor with Dozer and/or Pusher,Trencher,Tugger Hoist,Vac Truck,Vermeer saw(ride on,any size or type),Welder
CLASSIFICATION G Asphalt or Concrete Grooving Machine(title on),gallas[
A Frame Winch Hoist on Truck,Articulated Heavy Hauler,Aggregate Plant, p
Regulator(Ride-on),oiler(used in conjunction with production), Bituminous Heater(self-propelled),oat(powered),Cement and Bin Operator,
Concrete Pavement Spreader and Finisher Concrete Paver or Mixer(16S and under),Concrete Saw(self-propelled),Conveyor,Deck Hand,
Directional Dnll Machine Locator,Drill(Core and Well),Farm Tractor with accessories,Fine Grade Machine,Fireman, Fork Lift, Form
} Tamper,Grout Pump,Gunite Machine,Hammers(Hydraulic self-propelled),Hydro-Spiker fine-on),Hydraulic Pump Qacking system), Hydra
[` -Blaster(Water),Mulching Machine,Oiler,Parapet Concrete or Pavement Grinder, Past Hole Digger and Post Driver, Power Broom(towed),
Power Heater-man,Power Sweeper,Revinius Widener,Roller(Grade and Fill),Scarifier(nde-on),Shell Winder,Skid steer loader(Bobcat or
similar),Span-Saw(ddeon),Steam Cleaner,Tamper.(ride-on),Tie Extractor(ride-on),Tie Handler(ride-on),Tie Inserter(ride-on),Tie
Spacer(ddeon),Tire Repair,Track Liner(nde-on),Tractor,Trader(with towed accessories),Vibratory Compactor,Vibro Tamp,Well Point,
and the following hands-off equipment:Compressors,Dust Collectors,Gere (tame, Pumps,Welding Machines,Light Plants and Heaters
-Note for all above classifications of Operating Engineer-In the event that equipment listed above is operated by robotic control,the
classification covering the operation will be the same as if manually operated.
WAGES per hour
07/0112014
t Master Mechanic $39.02
p Class W 37,41
it Class B 36.50
Class C 33.93
Additional$2.00 per hour for All Employees who work a single irregular work shift starting from 5:00 PM to 1:00 AM that is mandated by the
Contracting Agency.
Page 58
Prevailing Wage Rates for 07/0112014-06/30/2015 Published by the New York State Department of Labor
Last Published on Jul 01 2014 PRC Number2014006543 Dutch vv County
q Additional$2.50 per hr.for hazardous waste removal work on State and/or Federally designated waste site which require employees to wear
{6 Level C or above forms of personal protection.
i Premiums for CRANES is based upon Class A rates with the following premiums:
t -Additional$4.00 per hr for Tower Cranes,including self erecting.
L Additional$3.00 per hr for Lattice Boom Cranes and all other cranes with a manufacturers rating of fifty(50)tons and over.
-Additional$2.00 per hr for ail Hydraulic Cranes and Derricks with a manufacturers rating of 49 ton and below, including boom tacks.
SUPPLEMENTAL BENEFITS
i Per hour worked
Joumeyman $24.10
OVERTIME PAY
See(B,E,O)on OVERTIME PAGE
HOLIDAY
Paid See(5,6)on HOLIDAY PAGE
Overtime: See(5,6)on HOLIDAY PAGE
Note: If the holiday falls on Sunday,it will be celebrated on Monday. If the holiday falls on a Saturday,it will be celebrated on Saturday.
REGISTERED APPRENTICES
$ Wages per hour
L 1000 hours terms at the fallowing percentage of Journeyman's wage Class B
■■■ let 2nd 3rd 4th
60% 70% 80% 90%
Supplemental Benefits per hour worked
07/01/2014
All Terms $19.50
1-I58N/H Alb
Operating E -H w&Hi h y-Tunnel 0710112014
JOB DESCRIPTION Operating Engineer-Heavy&Highway-Tunnel DISTRICT 8
ENTIRE COUNTIES
Putnam,Westchester
PARTIAL COUNTIES
Dutchess: All the counties of Westchester and Putnam and the southern part of Dutchess County defined by the northern boundary line of
the City of Poughkeepsie,then due east to Route 115,then north along Route 115 to Bedell Road,then east along Bedell Road to Van
f Wagner Road,then north along Van Wagner Road to Bower Road,then east along Bower Road to Route 44 and along Route 44 east to
[R Route 343,than along Route 343 east to the northem boundary of Town of Dover Plains and east along the northern boundary of Town of
Dover Plains to the border line of the State of Connecticut and bordered on the west by the middle of the Hudson River.
WAGES
y GROUP I: Boom Truck,Cherry Picker,Clamshell,Crane(Crawleq Truck),[)regime,Drill Rig Casa Grande(Cat or Similar), Floafing Crane
(` (Crane on Barge-Under 100 Tons), Hoist Engineer(Concrete/Crane-Derrick-Mine Hoist), Knuckle Boom Crane,Rough Terrain Crane.
GROUP I-A: Auger,Auto Grader,Dynahoe&Dual purpose&similar machines,Barber Green Loader-Euclid Loader or similar type
machine,Boat Captain,Boring Machine(all types),Bull Dozer-all types,Central Mix Plant Operator,Cherry Picker(Cableway or hydraulic),
Chipper-all types,Close Circuit T.V.,Compaclorwith Blade,Concrete Portable Hoist,C.M.I.or similar,Conway or similar Mucking Machine,
Crane(Crawler or Truck)dragline,Goodall,Shovel Backhoe,etc.Grader,Derrick(Slone-Steel), Elevator&Cage(materials or passengers),
Front End Loaders over 1 1/2 yards,Hoist Single,Double,Triple Drum,Hoist Portable Mobile Unit,Hoist Engineer-Concrete(Crane-Derrick-
Mine Hoist), Hoist Engineer-Material, Hydraulic Boom, Leloumeau or Toumapull(Scrdpers over 20 yards stack),Log Bladder, Milling
Machine,Moveable Concrete Barrer Transfer&Transport Vehicle,Mucking Machines-Overhead Crane,Paver(concrete), Pulsemeter, Push
Bulton(Buzz Box)Elevator,Raise Boring Machine,Road Mix Machines.Robot Hammer(Brock or similar), Robofic EquipmentRoss Carrier
and similar machines,Shovels(Tunnels),Side Boom,Slip Form Machine,Spreader(Asphall Scoopmobile-Tactor-Shovel over 1 1/2 yards,
Trenching Machines,Telephies-Vermeer Concrete Saw Trencher and/or similar,Tractor type cantonment equipment,Whiny.
GROUP I-B'. Road Paver(Asphalt),
GROUP 11-A: Balast Regulators,Compactor Self-propelled,Cow Tacks,Fusion Machine,Rail Anchor Machines,Roller 4 ton and over,
Scrapers(20 yard struck and under),Switch Tampers,Vibratory Roller,etc.,Welder.
GROUP II-B:Mech urnomutside)all types.
Page 59
L i Published by the New York State Department of Labor
Prevailing Wage Rates for 0710112014-061302015 PRC Number 2014006543 Dutchess County
Last Publishetl on JUI 412014
Boiler Hi h Pressure),Concrete Breaker, Concrete Pump,Concrete Spreader,
GROUP III: Alr Tractor Girl],Asphalt Plant, ),Fih annishing Mach1 11 oncrete)Fine Grading Machine, Firemen,Forklift(ALL),John Henry Drill
Curb Cutter Machine, Fann re
types), 9 Maintenance Engineer, Machine
or similar,Joy Drill or similarT2ctor Dnlling Machine,Loader 1 1/2 yards and under,Locemolive(all sizes),
Pulling Sheeps Foot Roller,Material Hopper,Mixer Concrete(21- &over),Mulching Grass Spreader,Portable Asphalt Plant,Portable Batch
Plant,Portable Crusher,Powerhouse Plant,Quarty Master, Roller untler 4 ton,Spreading and Fine Grading
Machine,Steel Cutting Machine,
Stone Crusher,Sweeper,Turbo Jet rotation similar,Well Drilling Machine,Winch Truck"A'Frame.
GROUP IV-A:Service Person(Fuel Truck),Service Person(Grease Truck),
GROUP IV-B' Bending Machine,Compressor-Compressor Plant-Paint,Compressor-Steel Erection,Compressor Truck Mounted(2-6),
Conveyor Belt Machine,Dust Collector,Heater(all types),Lighting Unil(portable&generator),Mixer Concrete under 21-E,PilovAssistant
F@ Engineerl2 seated,Pumps-Pump Station-Water-Sewer-Gypsum-Plaster,etc.,Pump Truck(Sewer Jet or similar),Roller Motorized(Walk
Y behind),Steam Jenny,Stock Room Attendant,Syphon Pump-Air-Stream,Tar Joint Machine,Vibrator(1 to 5),Welding Machine,Welders
Helper.
ranes&all cranes of 100 ton rapacity or greafeQ,Hoist Engineer(Sfeel-Sub
GROUP V-A Engineer(all Tower Cranes,all Climbing C
t breaker, Post Hole Digger
Structure),Engineer-Pile Driver,Jersey-Spreader,Pavemen
WAGES:(per hour) 07101/2014
GROUP $54'40
GROUP I-A 48.0]
GROUP 1-B 50.60
GROUP II-A 46.0]
GROUP II-B 4]'48
GROUP III 4528
GROUP IV-A 4124
F( GROUP IV-B 35.54
L GROUP V-A 6150
Engineer-Cranes 5942
Engineer-Pile Driver 55.78
LHoist Engineer 4712
F` Jersey Spreader 4712
Pavement Breaker 47 12
Post Hole Digger
4
SHIFT DIFFERENTIAL:
A 15%premium on all hours paid,including overtime hours for 2nd,3rd shifts
on all government mandated off-shift work
An additional 20%to wage when required to Wear protective equipment on hazardousness,waste projects.Operators required to use two
MM buckets pouring concrete on other than road pavement shall receive$0.50 per hour over scale.Engineers operating cranes with booms 100
49 feet in length will he paid an additional$2.00 per hour.Engineers operating cranes with booms 149 feet or over in
feet but less than 1
length will be paid an additional$3,00 per hour.Operators of shovels with a capacity over(4)cubic yards shall be paid an additional$1 00
per hour.Operators of loaders with a rapacity over(5)cubic yards shall be paid an additional$0.50 per hour.
SUPPLEMENTAL BENEFITS
Perhour
Joumeyworker. 0710112014
$17.37 on all
hours paid
+$8.00 limited to first 40
hours worked
+$1.00 for all
hours worked
OVERTIME PAY
M See(D,O,`U,V)on OVERTIME PAGE
HOLIDAY See(51 6,],8, 11, 12)on HOLIDAY PAGE
Paid: See(5,6,7,8,11,12)on HOLIDAY PAGE
Overtime:
` Note:For Holiday codes 5&6,code U applies.
Note:If employees are required to work on Easter Sunday,they shall be paid at the rate of triple time.
t REGISTERED APPRENTICES
L (1)year terms at the following rates.
0]/0112014
1
Page 60
L
Prevailing Wage Rates for 07101/2014-0613012015 Published by Ne New Ymk State Department of Labor
PRC Number 2014006543 Dutchess County
Last Published on Jul 01 2�i4
tstyear
$22.64 per hr.
2nd year
$27.16 per hr.
b
a 3rd Year
r $3169 per hr.
4th year
4
$36.22 per hr.
r
Supplemental Benefits per hour.
Apprentices: 07101/2014
$17.37 all
hours paid
♦ +$1 00 for all
hours worked 8-1371run
L
07//11/2014
p Operating Engineer-Marine Construction
r
JOB DESCRIPTION Operating Engineer-Marincte Construion DISTRICT 4
r ENTIRE COUNTIES a,Chautauqua Chemung,Chenango,Clinton,Columbia,Cortland, Delaware,
Albany,Allegany,Bronx,Broome,Can,mugus,Cayug g Herkimer,Jefferson,Kings,Lewis,Livingston,Madison,Monroe,
Dutchess,Erie,Essex,Franklin,Fulton,Genesee,Greene,Hamilton, Orleans,Oswego,Otsego,Putnam,Queens, Rensselaer,
Montgomery,Nassau,New York,Niagara,Oneida,Onondaga,Ontario,Orange, Suffolk,Sullivan,Tloga,Tompkins,
Richmond,Rockland,Saratoga,Schenectady,Schohane,Sebuyief,Seneca, St.Lawrence,Stouter,
Ulster,Warren,Washington,Wayne,Westchester,Wyoming,Yates
WAGES
Per Hour: 0710112014 1010112014
DREDGING OPERATIONS
CLASS A $34.73 $35.63
Operator,Leverman,
{ Lead Dredgeman
[ CLASS Al To conform to Operating Engineer
4DozegFront Loader Prevailing Wage in locality where work
is being performed including benefits.
Operator
(r CLASS e
SpiderlSpill Barge Operator, $30.05 $30.81
Tug Operator(overl 000hp),
t Operalorll,Fill Placer,
C Derrick Operator,Engineer,
Lr Chief Mate,Electrician,
Chief Welder,
3
Maintenance Engineer
t $28.30 $29.01
Certified Welder,
Boat 0pe2tor(licensetl)
CLASS C $27.54 $28,22
Alr Drag Barge Operator,
Steward,Mate,
Assistant Fill Placer,
Welder(please add)$0.06
Boal Operator
$26.55 $27.30
GLASS D $22.17 $22.68
Shulman,Dockhand,
Rodman,Scowman,Cook,
Messman,Porter/Janitor Page 61
LPrevailing Wage Rates for 0710112014-0613012015 Published by the New York State Department of Labor
Last Published oa Jul 01 2014 PRC Number 2014006543 Dutchess County
1
V Oiler(please add)$0.09
_ SUPPLEMENTAL BENEFITS
Per Hour
♦ THE FOLLOWING SUPPLEMENTAL BENEFITS APPLY TO ALL CATEGORIES
07101/2014 10/01/2014
[ All Classes A BB $9.42 plus 8% $9.99 plus 8%
4i of straight time of straight time
wage,Overtime hours wage,Overtime hours
add$0.63 add$0.63
All Class $9.12 plus 8% $9.69 plus 8%
of straight time of straight time
wage,Overtime hours wage,Overtime hours
add$0.48 add$048
All Class $8.82 plus 8% $9.39 plus 8%
of straight ime of straight time
wage,Overtime hours wage,Overtime hours
add$033 add$0.33
OVERTIME PAY
See(B, F,R)on OVERTIME PAGE
¢ HOLIDAY
L PaidSee(1)on HOLIDAY PAGE
Overtime: See(5,6,B, 15,26)on HOLIDAY PAGE
4-25a-MarCons[
Y Operating E -S YCr -C s ltin Engineer 07110112014
JOB DESCRIPTION Operating Engineer-Survey Crew-Consulting Engineer DISTRICT 12
E ENTIRE COUNTIES
` Albany,Allegany,Broome,Cayuga,Chemung,Chenango,Clinton,Columbia,Cortland,Essex,Franklim Fulton,Genesee,Greene,
Hamilton,Herkimer,Jefferson, Lewis,Livingston,Madison,Monroe,Montgomery,Niagara,Oneida,Onondaga,Ontario,Oswego,Otsego,
Rensselaer,Saratoga,Schenectady,Schohane,Schuyler,Seneca,SL Lawrence,Steuben,Toga,Tompkins,Warren,Washington,Wayne,
Yates
PARTIAL COUNTIES
Dutchess: Northern part of County,Starting at the Northern most boundary line of the city of Poughkeepsie.
WAGES
Per hour
These Rates Apply to feasibility and preliminary design surveying,line and grade surveying for inspection or supervision of constmotion
when performed under a Consulting Engineer Agreement.
t SURVEY CLASSIFICATIONS:
6
•
Party Chief-One who directs a survey party.
Instrument/Rodman-One who runs the instrument and assists the Party Chief.
07/012014 06/01/2015
L
Party Chief $35.49 $36.53
Instnlment/Rodman $2383 $24.49
Additional 11.01 per hrfor work in a Tunnel.
Additional$2.50 per hr.for EPA or DEC certified toxic or hazardous waste work
SUPPLEMENTAL BENEFITS
Per hour worked:
( $2275 $2375
!. OVERTIME PAY
i� See(B,E,P.T)on OVERTIME PAGE
HOLIDAY
` Paid: See(5,6)on HOLIDAY PAGE
F• Overtime: See(5,6)on HOLIDAY PAGE
12-545 DCE
y(. Page 62
Prevailing Wage Rates for 0710112014-061302015 Published by the New yet of Labor
PRC Numberr 201et State tate Department43DuDutchess County
4 Last Published on Ju1012014 87101/2014
!` O e2tin Engineer-Surve Crew-Conaultin Engineer
JOB DESCRIPTION Operating Engineer-Survey Crew-Consulting Engineer
DISTRICT 9
! ENTIRE COUNTIES
Ya Bronx, Kings, Nassau,New York,Queens,Richmond,Suffolk,Westchester
PARTIAL COUNTIES
Dutchess: That part in Duchess 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.
WAGES:(per hour) 0710112014
to
LSurvey Rates:
M Party Chief $33.55 Plus$1.06'
Instrument Man $29.41 plus$.94'
Roman $25.54 plus$.86'
k
'May be allocated between wages
and benefits
SUPPLEMENTAL BENEFITS
Per Hour.
(yr All Crew Members: $17'90
i OVERTIME PAY
OVERTIME:....See(B,E',Q,V)ON OVERTIME PAGE.
am 'Doubletime paid on the 9(h hour on Saturday.
_ HOLIDAY See(5,6,7,11, 16)on HOLIDAY PAGE
€ Paid: See(5,6,7, 11, 16)on HOLIDAY PAGE 9-15ticonsult
Overtime:
07/01/2014
1'
Operating Engineer-Turin
JOB DESCRIPTION Operating Engineer-Tunnel
DISTRICT 7
ENTIRE COUNTIES Clinton,Columbia,Cortland Essex, Franklin,Fulton Greene,Hamilton,
F
Albany,
Allegany,
Br Lewis Livingston,Madison,Monroe Montgomery,Oneida,Onondaga,Onta�a Oswego,
go,Otsego,
t ton,Rensselaer,
YYYrrr Seneca,SL Lawrence,Starred,Tioga,Tompkins, g Wayne,Yates
Saratoga,Schenectady,Schoharie,Schuyler,
PARTIAL COUNTIES
I Dutchess: Northern part of Dutchess to the northern boundary line of the City of Poughkeepie than due east to Route 115 to Bedell Read
then east east to Rte'along
lRead to along Rte•343 east to ner Road
e oMem boundary of Me Town of Dover nar Read to Pains and east along the nwer Read then east orthern boower oundary of the
Town of Dover Plains to Connecticut.
Genesee: Only that portion of the county that lies east of a linedrawn down the center of Route 98 and the entirety of the City of Batavia.
WAGES
Crane 1:All cranes,including self erecting to be paid$4.00 per hour over the Class A rote.
Crane 2:All Lattice Boom Cranes and all other cranes with a manufacturers rating of fifty(50)ton and over to be paid$3.00 per hour over
Class A rate.
Crane 3:All hydraulic cranes and derricks with a manufacturers rating of forty nine(49)ton had below,including boom trucks,to be pat
$2.00 per hour over Class A rate.
CLASS A:Automatic Concrete Spreader(CMI Type);Automatic Fine Grader;Backhoe(except tractor-mounted,rubber tired);Belt Placer
f (CMI Type);Blacktop Plant(Automated);Cableway;Caisson Auger,Central Mix ixMechaniraPShaftlant ADnll,Excava[orn(allpuryese-Ihydte Curb hauliine�Self-
♦r propelled shpform)Concrete Pump(8'or aver);Dredge; Dual Drum Paver, y Hoist
Gratlall or Similar);Fork Lift(factory rated 15 ft and over);Front End Loader(4 c.y 8 over);Gratlall; Head Tower(Sauerman or Equal),
Shaft;Hoist(two or three Drum);Mine Hoist;Maintenance Engineer(Shaft and Tunnel);Mine Hoist; Mucking Machine or Mole,Overhead
Crane(Gantry or Straddle Type);Pile Driver,Power Grader,Remote Controlled Mole or Tunnel Mach.;Scraper,Shovel;Side Boom;Slip
Form Paver(If a second man is needed,he shall be an Oiler);Tractor Drawn Beit Type Loader,TripperlMaintenance Eng.(Shaft&Tunnel);
Track or Trailer Mounted Log Chipper(seH-feeding);Tug Operator(Manned rented equip-excluded);Tunnel Shovel;Mining Machlne(Mole
and Similar Types).
t
L
4 Page 63
Prevailing Wage Rates for 07/0112014-0613012015 Published by the New York State Department of Labor
PRC Number 2014006543 Dutchess County
p Last Published oa Jul 01 2014
CLASS B:Automated Central Mix Concrete Plank Backhoe TraoMld,Rubber Tired){Backhoe(topside); Bilum.Spred.S.Mixer,Blacktop
Plant non-automated);Blast or Rotary Drill(Truck or Tractor Mounted); Boring Machine;Cage Hoist;Central Mix Plant(NonAutomated)and
All Concrete Batching Plants;Compressors(4 or less exceeding 2,000 c f.m.combined capacity);Concrete Pump;Crasher,Diesel Power
Unit; Drill Rigs(Tractor Mounted); Front End Loader(under4 c y.);Grayed Epoxy Machine; Hoist(One Drum);Hoist 2 or 3 Drum(Topside);
Kolman Plant Loader&Similar Type Leaders(if Employer requires another person to clean the screen or to maintain the equipment,he shall
be an Oiler); LC M.Work Boal Operator,Locomotive;Matti Eng.(Topside);Grease Man;wellderoerf r stabilized
propelled);
Monorail Machine;Plant Eng.;Personnel Hoist;Pump Crete;Ready Mix Concrete Plant;
ng ; Equipmentfor ostabil stabilization);Road Washer;Roller(all above sub-grade);Sea Mule;Shoorete Mach.;Shovel(Topside);Tractor with Dozer and/or Pusher;Trencher,
b Tugger Hoist;Tunnel Locomotive;Winch and Winch Cat.
CLASS G A Frame Truck;Ballast Regulator(ride-on);Compressors(4 under 2,000 chit combined capacity;or 3 or less with more than
1200 cm.but not to exceed 2,000 cfm);Compressors(any size but subject to other provisions for compressors-Dust Collectors,Generators,
Light Plants-0 of an or combination);Concrete Pavement Spreaders and Finishers;Conveyor; Drill(core);
Pumps,Welding Machines, g any ForkLift under 15
Drill well;PElseum Pump Used in Conjunction with Well Point System; Farm Tfbri.pder l.): Accessories;Fine on;Hydra-Blast.,,eHydra(Blame,
f ft);Grout Pump over(5)cu.Carrier,
,unite Machine;Hammers(hydraulic-self propel.);Hydra-Spiker-Ride on; an-Saw(Rider-on);
(water);Motorized Form Carrier,Post Hole Digger&Post Driver',Power Sweep;Roller grade t fill);Scar,Tie r(Ride ane Sp Tie Spacer
)
Submersible Electric Pump(when used in lieu of well point system);Tamper(Ride-on);Tie-Extractor,Tie Handler,Tie Inserter,
and Track Liner(Ride-ort;Tractor(with lowed accessories);Vibratory Compactor,Vibro Tamp,Well Point.
CLASS DAggregate Plant;Cement&Bin Operator; Compreseram(3 or less not to exceed 1,200 c.f m.combined capacity).Compressors(
any size,but subject to other provisions for compressors-Dust Collectors,Generators,Pumps,Welding Machines,Light la tM Ic r less-any
type or combination);Concrete Saw(self propelled);Fireman:Form Tamper,Hydraulic Pump Lacking system); Light
Machine;Oiler, Parapet Concrete or Pavement Grinder,Power Broome towed;Power Healeonan;Revinius Widener;Shell Winder, Steam
Cleaner and Tractor,Greaseman;Junior Engineer.
Per hour: 07/012014
Crane 1 $43.68
Crane 2 42.68
Crane 3 41.68
Master Mechanic 41.81
CLASS A 39.68
CLASS B 38.46
CLASS C 35.67
CLASS D 32.66
On hazardous waste work bid,on a stale or federally designated hazardous waste site,where the Operating Engineer is in direct contact
with hazardous material and when personal protective equipment is required for respiratory,skin and eye protection,the Operating Engineer
shall receive the hourly wage plus$5.00 per hour.Fringe benefits will be paid at the contractual hourly wage.
SUPPLEMENTAL BENEFITS
Per hour paid.
Journeyman $24.55
OVERTIME PAY
See(B,B2, E,Q)on OVERTIME PAGE
( HOLIDAY
Paid: See(5,6)on HOLIDAY PAGE
Overtime: See(5, 6)on HOLIDAY PAGE
REGISTERED APPRENTICES
(1000)hours lentis at the following percentages
tL
let tens 60%of Class
2nd tens 65%of Class C
2 3rd tens 70%of Class B
b 4th term 75%of Class A
Supplemental Benefits per hour paid:
t $24.55 7-832TL.
L 07101n014
{
Painter -
t(� DISTRICT 1
JOB DESCRIPTION Painter
f ENTIRE COUNTIES
Page
S Prevailing Wage Rates for 0]/01/2014-06130Yd015 Published by the New York State Department of Labor
Last Published on Jul 012014 PRC Number 2014006543 Dutchess County
Columbia,Dutchess,Greene,Orange, Sullivan,Ulster
WAGES
Per hour
0710112014 05101/2015Additi2016
LLAdditional Additional
Brush/Paper Hanger $29.44 $1.65' $1.65'
Dry Wall Finisher 29.44
Lead Abatement 29,4
Sandblaster-Painter 2944
Spray Rale 3,144
F. (')To be allocated at a later date
See Bridge Painting rates for the following work:
Structural Steel,all work performed oa tanks,ALL BRIDGES,towers,smoke stacks,flag poles. Rate shall apply to ail of said areas from the
Lground up.
SUPPLEMENTAL BENEFITS
Per hour worked
Journeyman $19.84
OVERTIME PAY
See(B,E,E2,Q)on OVERTIME PAGE
HOLIDAY
Paid See(1)on HOLIDAY PAGE
Overtime: See(5,6)on HOLIDAY PAGE
In REGISTERED APPRENTICES
Wages per hour
Six(6)month terms at the following percentage of Journeyman's wage
t
461st 2nd 3rd 4th 5th 6th
40% 50% 60% 70% 80% 90%
Supplemental Benefis per hour worked
L lst term $9.14
All others 19.84 1-155
r
Painter-grid e&Structural Steel 07101/2014
LJOBDESCRIPTION Painter-Bridge&SWctural Steel DISTRICT 8
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,Schohane,Suffolk,Sullivan,Ulster,Warren,Washington,
Westchester
WAGES
Per Hour Worked:
STEEL:
Bridge Painting: 0710112014 10/0112014
From May l at to Nov. 15th-
$4835
5.38' $ 5.63
+5.38 +5.63'
From Nov.16th to April 30th-
$47.00 $48.75
+5.38' -5.63'
L 'Not subject to overtime and limited to first 40 hours
NOTE:All premium wages are to be calculated on$47.00 or$4675 per hour only.
EXCEPTION:During the period of May 1 at to November 15th,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.
Power Tool/Spray,is an atlddional$6 00 per hour above hourly rate,whether straight time or overtime
6k Page 65
by the New York Stale Department of Labor
Prevailing Wage Rates for 07IO1I2014-061302015 Published
PRC Number 2014006543 Dutchess County
Last Publishetl on Jul 01 2014
NOTE:Generally,for Bridge Painting Contracts,ALL WORKERS on and off the bridge(including Flagmen)are to be paid Painters Rate;the
contract must be ONLY for Bridge Painting,
SUPPLEMENTAL BENEFITS
Per Hour Worked'. 07101/2014 1010112014
Joumeyworkec
` From May 1 st to Nov.15th- $28.20 $28.95
Hourly Rate up to 40 hours 7 50 7,50
Hourly Rate after 40 hours
From Nov. 16th to April 301h- 20 20 28.95
Hourly Rate up to 50 hours 7.50 7.50
Hourly Rate after 50 hours
EXCEPTION'.During the period of May 1st to November 15th,for the first and last week of employment on the project,and for the weeks of
Memorial Day, Independence Day and Lobar Day,this rate shall be paid for me actual number of hours worked.
OVERTIME PAY
((( See(A,F,R)on OVERTIME PAGE
HOLIDAY See(1)on HOLIDAY PAGE
Paid:
Overtime: See(4,6)on HOLIDAY PAGE
REGISTERED APPRENTICES
(Wage per hour Worked}.
Appreatices:ti)year terms 07/01/2014 10/01/2014
° 1st 90 days $20.96 $21.76
f
{r 1st year after 90 days 20.96 21.7631.43 32.63
2nd year 41 SI 43.51
3rd year
Supplemental Benefits per hour worked: 07/0112014 10/0112014
$ 8.29 $ 8.59
1 st 90 days 854 8,84
t( 1 st year after 90 days 16.93 17.38
b 2nd year
22.57 26.17
3rd year B-DC-9/8061155-BrSS
07101/2014
Painter-Line Stri in
JOB DESCRIPTION Painter-Line Striping
DISTRICT 8
[ ENTIRE COUNTIES Essex,Franklin,Fulton,Greene, Hamilton,Kings,Montgomery, Nassau, New York,Orange,
L Albany,Bronx,Clintons Columbia, Datchahmond,sRockki Saratoga,Schenectady, Schohane,Suffolk,Sullivan,Ulster,Warren,Washington,
Putnam,Queens,Rensselaer,Richmond,
{ Westchester
{ WAGES
Perhour
Painter(SMping-Highway): 07/012D14
Striping-Machine Operator' $27'11
Linerman Thermoplastic $32.37
Note'.'Includes but is not limited lo:Positioning of cones and directing of traffic using hand held devices.Excludes the Driv.00peramr of
equipment used in the maintenance and protection of traffic safety
Four(4),ten ll 0)hour days may be worked at straight time during a week.
it NOTE-In order to use the-4 Dayll0 Hour Work Schedule;you must submit an'Employer Registration for Use of 4 Dayl10 Hour Work
Schedule,'form P W30R;additionally,there must be a dispensation of hours In place on the project.
r
SUPPLEMENTAL BENEFITS
Per t�
07/0112014
Journeyworker.
y Striping-Machine operator $14'18
Page 66
'he
State Dol.ank-O of
Published
ublishe PRC Number 20140065 3 Dutchess Ceooty
4 Prevailing Wage Rautes01fo2014r 0]10112014-Ofi13012015
,as,
Published on Jl
$14.55
Linertnan Thermoplastic
OVERTIME PAY
See(B,E,E2,S)on OVERTIME PAGE
HOLIDAY See(5,20)on HOLIDAY PAGE
Paid. See(5,8,11, 12, 15, 16, 17,20,21,22)on HOLIDAY PAGE 8-1456-LS
Overtime:
0710112014
I� Painter-Metal Polisher
DISTRICT 8
JOB DESCRIPTION Painter-Metal Polisher
ENTIRE COUNTIES Cattarau us,Cayuga,Chautauqua,Chemung,Chenango,Clinton,Columbia,Cortland,Delaware,
Albany,Allegany,Bronx, Broome, Genesee,Greene,Hamilton,Herkimer,Jefferson,Kings,Lewis,Livingston,Madison,Monroe,
Essex,Franklin, Fulton, Onondaga.Ontario,Orange,Otleans,Oswego.Otsego,Putnam,Queens,Rensselaer,
Dutchess,Erie, New York,Niagara,Oneida, g SUNoIk,Sullivan,Tinge,Tompkins,
Montgomery,Nassau,Saratoga.Schenectady,Schohade,Schuyler,Seneca,St.Lawrence,Stephen,
Richmond W ,Rockland, Wayne,Westchester,Wyoming,Yates
Ulster,Warten,Washington,
WAGES 0710112014
$27.15
Metal Polisher 28.24
Metal Polisher" 30.65
} Metal Poilsher"*
t "Note:Applies on New Construction&complete renovation
—Note:Applies when working on scaffolds over 34 feet.
SUPPLEMENTAL BENEFITS 07/0112014
fir Per Hour:
Joumeyworkec $13.61
All Oissification
OVERTIME PAY
See(B,E,E2,P.T)on OVERTIME PAGE
HOLIDAY Sea(5,6, 11,15.16.25,26)on HOLIDAY PAGE
Paid: See(5,6,9, 11, 15,16,25,26)on HOLIDAY PAGE
Overtime:
REGISTERED APPRENTICES
Wages per hour.
One(1)year term at the following wage rates:
1st 2nd 3rd
$1100 $12.50 $15.50
Supplentals benefits'.
Per hour paid: 3rd
} 1st 2nd 8-8AI28A-MP
{` $9.94 $10.31 $10.51
07/01/2014
j Plumber
/kn DISTRICT 8
JOB DESCRIPTION Plumber
ENTIRE COUNTIES
Datchess
PARTIAL COUNTIES
Delaware: Only the Townships of Middletown and Roxbury.
Ulslec Entire county(including Walailll and Shingangunk Prisons In Town of Shawangunk)EXCEPT for remainder of Town of S awangun
and Towns of Phemkill,Madboro,a
WAGES
(per hour) 07/0112014
Plumber & $4624
Steamfitter
8 SHIFT WORK:
Q Page 67
Published by the New York State Department of Labor
Prevailing Wage Rates for 07101/2014-0613012015 PRC Number 2014006543 Dutchess County
Last Publishetl on Ju101 2014
IOI. ments,shift work outside the regular boomofl work shall be comprised of
When directly specified in public agency or authority contract docu
eight(8)hours per shift not including Saturday, Sundays and holidays.One half Ll 12)hour shall be allowed for lunch after the first four(4)
Fours of cath shift.Wage and Fringes for shift work shall be straight time plus a shift premium of twenty-five(25%)portent A minimum of
If we days Monday through Friday must be worked to establish shift work. SUPPLEMENTAL BENEFITS
Per hour
L Journeyworke[ $26.34 per hour paid
+2.73 per hour worked-
-Not Subject to Overtime
OVERTIME PAY
See IS,-E,Q,V)on OVERTIME PAGE
'Note:Time&112 for 1 at,8 on Sat-all additional hours double time.
HOLIDAY See(1)on HOLIDAY PAGE
Paid:
Overtime: See(5,6,8, 16,25)on HOLIDAY PAGE
REGISTERED APPRENTICES
Il Oear terms at the following rates. $17 46
1st year 24 31
2nd year 28.24
3rd year
4th year 34.00
{ 5th year 39.32
3 Supplemental Benefits per hour:
L� Apprentices
l at year $11.44 per hour paid
+ 1.16 per hour worked
2nd year 14.56 per hour paid
p +1.30 per hour wowed
y 3rd year 16.80 per hour paid
iY + 1,60 per hour wowed
y 4th year 18.72 per hour paid
}` +2.36 per hour worked
5th year 20.62 per hour paid
+2.36 per hour worked
e 8-21.2-SF
@6 07/0112014
e Plumber-HVAC 1 Service
DISTRICT 8
JOB DESCRIPTION Plumber-HVAC)Service
ENTIRE COUNTIES
Dutchess, Putnam,Westchester
PARTIAL COUNTIES
Delaware: Only the townships of Middletown and Roxbury
Ulster Entire Countydricluding Wallkill and Shawangunk Prisons)except for remainder of Town of Shawangunk and Towns of Platte
Madonna,and Wa eenang.
WAGES 0710112014
{{{ Per hour
HVAC Service $39.70
9
Jobbing&Alteration'
i (Dutchess and $36.25
1` Ulster County Only)
} Page 68
Jrevailing Wage Rates for 07101/2014-06/3012015 Published by the New York State Department of Labor
_ast Published on Jul 01 2014 PRC Number 2014006543 Dutchess County
'Repairs,replacements and alteration work is any repair or replacement of a present plumbing system that does not change existing
i oughing or water supply lines.
[Y SHIFT WORK'
When directly specified in public agency or authority contract documents,shift work outside the regular hours of work shall be composed of
eight(8)hours per an ift not including Saturday,Sundays and holidays. One half(112)hour shall be allowed for lunch after the first four(4)
route of each shift.Wage and Fnnges for shift work shall be straight time plus a shift premium of twenty-five(25%)percent.A minimum of
five days Monday through Friday must be worked to establish shift work.
41 SUPPLEMENTAL BENEFITS
Per hour worked:
07/01/2014
{� Joumeyworker HVAC Service
y $ 18.09 per hour paid
+1.10 par hour worked"
Joumeyworker Jobbing Alterations
$21.47 per hour paid
+2.73 per hour worketl"
"Not subject to overtime
OVERTIME PAY
See IS,'E,Q.V)on OVERTIME PAGE
Note:Time and one half for the first eight hours on Saturdays,
Additional hours on Saturday to be paid at double time.
HOLIDAY
Paid: Sea(1)on HOLIDAY PAGE
Overtime: See(5,6,8, 16,25)on HOLIDAY PAGE
REGISTERED APPRENTICES
HVAC SERVICE
REGISTERED APPRENTICES
(Y (1)year terms at the following wages.
1 at yr. 2ntl yr. 3rd yr. 4th yr. 5th yr.
07/01/2014 $ 18.59 $21 71 $27.13 $33.19 $35.69
Supplemental Benefits per hour worked:
p Apprentices 07/01/2014
f[Y 1st tens $ 15.17 per hour paid
+1.10 per hour worked
2nd term $ 15.66 per hour paid
+ 1.10 per hour worked
3rd term $16.30 per hour paid
+ 1.10 per hour worked
F4 4th term $ 17.02 per hour paid
( + 1.10 per hour worked
{ 5th term $ 17.57 per hour paid
+ 1.10 per hour worked
f JOBBING 8 ALTERATIONS
[` REGISTERED APPRENTICES
(1)year terms at the following wages.
1st yr. 2ntl yr. Set yr. 4th yr. 5th yr.
07/01/2014 $14.61 $19.12 $22.83 $27.67 $30.73
e Supplemental Benefits per hour worked:
t[ Page 69
l
LPublished by the New Yoh State Department of Labor
Prevailing Wage Rates for0]/0112014-0613012015 PRC Number 2014006543 Dutchess County
Last Published on Jul 01 2014
Apprentices 07/0112014
l at term $ 8.99 per hour paid
C +050 per hour worked
2nd term $11.62 per hour paid
0 93 per hour worked
3rd term $ 12.89 per hour paid
1.05 per hour worked
4th term $15.80 per hour paid
FY + 1.46 per hour worked
5th term $ 16.91 per hour paid
1 90 per hour worked 8-21.1&2-SF/RelAC
i
0710112014.
Roofer
y DISTRICT 9
{Lr JOB DESCRIPTION Roofer
ENTIRE COUNTIESe,Putnam,Oueens,RichmondRockland,Sullivan,Ulster,Westchester
Oran ,
Bronx,Dutchess, Kings, New York, 9
WAGES 07/0112014 07/01/2015
Per Hour.
$40.70 An additional
Roo""NJaterproofer $1.5w
'May be allocated between wages and benefits
it SUPPLEMENTAL BENEFITS $2948
t Joumeyworker
r OVERTIME PAY
See(B,H)on OVERTIME PAGE
Note:An observed holiday that falls on a Sunday will be observed the follovdng Monday.
HOLIDAY See(1)on HOLIDAY PAGE
Paid:
Overtime: See(5,6)on HOLIDAY PAGE
E REGISTERED APPRENTICES
` (1 )year terms at the following percentage of J 3rd eyworkers�curly wage.
let 2nd
35% 50% 60% 75%
{y Supplements per hour paid at the following rates: 4N
1st 2nd 3rd
$2.70 $15,02 $17.90 $22.25 MR
07/01/2014
YYYr�r Sheetriefal Worker
DISTRICT 8
JOB DESCRIPTION Sheetmetal Worker
ENTIRE COUNTIES
Dutchess,Orange,Putnam, Rockland,Sullivan,Ulster,Westchester
Ir. WAGES 07/0112014
{r SheetMetal Worker $4341
SHIFT WORK
For all NYS D O.T.and other Govemmental mandated o0-shift work:
10%increase for additional shifts for a minimum of five(5)days
SUPPLEMENTAL BENEFITS $33.85
Joumeyworker
OVERTIME PAY
OVERTIME:..See(B, E,O, )on OVERTIME PAGE.
Page 70
Prevailing Wage Rates for 07101/2014-06/3012015 Published by the New York State Department of Labor
PRC Number 2014006543 Dutcbass County
Last Published on Jul 01 2014
'Note:For Sundays or Holidays worked,HOURLY WAGE is
double the total of the hourly wage plus the
hourly benefit paid all in wages.(Benefits ara
LHOLIDAYinuadral In the wages).
See(1)on HOLIDAY PAGE
Paid:
Overtime: See(5,6, 15,16,23)on HOLIDAY PAGE
t
Additional for Holiday Overtime:September 11th
L REGISTERED APPRENTICES
isl 2nd 3rtl 4th 5th 6111 7th 8th
y $16,07 $18.07 $20.09 $22.09 $24.09 $26.11 $28.59 $31.07
{` Supplemental Benefits per hour:
Apprentices $ 14.83
1 sl term 16.71
2nd tern 1855
3rd term
4[11 term 20.40
sth term 2227
6th term 24'11
{{{ 7th tens 25.49
{ 8th term 26.88 8-38
Y� 07101/2014
Sprinkler Fitter
LJOB DESCRIPTION Sprinkler Fitter DISTRICT 1
ENTIRE COUNTIES
Dutohess,Orange,Putnam,Rockland,Sullivan,Ulster,Westchester
LWAGES
Per hour 0 410112 01 5
071012014 0110112015
Sprinkler $4066 $40.66 $4147
Fitter
SUPPLEMENTAL BENEFITS
Per hour worked
Journeyman $21.15 $21.30 $21.30
OVERTIME PAY
See (B,E,Q)on OVERTIME PAGE
HOLIDAY
PaidSee(1)on HOLIDAY PAGE
Overtime: See(5,6)on HOLIDAY PAGE
A Note: When a holiday falls on Sunday,the following Monday shall be considered a holitlay and all work performed on either day shall be at
[` the double time rate.When a holiday falls on Saturday,the preceding Friday shall be considered a holiday and all work performed on either
day shall be at the double time rate.
REGISTERED APPRENTICES
LLWages per hour
For Apprentices HIRED PRIOR TO 0410112010
RLLOne Half Year terms at the following wage
let end 3rd 4th 5th 6th 7th 8th Stir 10th
` $20.33 $20.33 $22 36 $24.40 $26.43 $28 46 $30.50 $32.53 $34.56 $36.59
Supplemental Benefits per hour worked
1st 2nd 3rd 4th 5th 6th 7th 8th gin 10th
L $8.15 $8.15 $14.97 $14.97 $21.15 $21 15 $21.15 $21.15 $21 15 $21.15
LPage 71
LPrevailing Wage Rates for 07/0112014-0613012015 Published by the New York State Department of Labor
Last Published on Jul 01 2014 PRC Number 2014006543 Dumhess County
LFor Apprentices HIRED ON OR AFTER 04/01/2010.
One Half Year terms at the following wage
1st 2nd 3rd 4th 5th 611, 7th 8th 9th 10th
$18.30 $20.33 $22.86 $24.40 $26.43 $28.46 $30.50 $32.53 $34.56 $36.59
Supplemental Benellts per hour worked
list 2nd 3rd 4th 5th 6th 7th 8th 9th 10th
$868 $8.74 $15.37 $ 15.43 $15.99 $16.05 $16.11 $16.16 $ 16.22 $16.28
For Apprentices HIRED ON OR AFTER 04/01/2013:
One Halt Year terns at the following wage
t
list 2nd 3rd 4th 5th 6th 7th 8th 9th 10th
$14.20 $15.78 $17.35 $ 18.93 $20.51 $UJIN) $23.66 $25.24 $26.82 $28.40
Supplemental Benefits per hour worked
V
list 2nd 3rd 4th 5th 6th 7th 8(h 9th 10th
$7.90 $790 $14.97 $14.97 $15.22 $15.22 $15.22 $15.22 $1522 $ 15.22
1-6692
Teamster-B 'Id' /H avy&H' h y 07/01/2014
JOB DESCRIPTION Teamster-Building/Heavy&Highway DISTRICT 11
ENTIRE COUNTIES
Dutchess,Orange, Rockland, Sullivan,Ulster
` WAGES
GROUP 1: LeToumeau Tractors,Double Barrel Euclids,Alhney Wagons and similar equipment(except when hooked to scrapers),I-Beam
and Pole Trailers,Tire Trucks and Tractor and Trailers with 5 axles and over,Articulated Back Dumps and Road Oil Distributors,Articulated
Water Trucks and Fuel Trucks,positions requiring a HAZMAT CDL endorsement.
GROUP IA:Drivers on detachable Gooseneck Low Bed Trailers rated over 35 tons.
GROUP 2: All equipment 25 yards and up to and including 30 yard bodies and cable Dump Trailers and Powder and Dynamite Trucks.
GROUP 3: All Equipment up to and including 24-yard bodies, Mixer Trucks,Dump Crete Trucks and similartypes of equipment, Fuel Tmcks
and Batch Trucks and all other Tracor Trailers.
GROUP 4Tri-Axles,Ten Wheelers,Grease Trucks,Tillerman,Patient Trucks,Intinuator Trucks.Water Trucks.
GROUPS: StraightTrucks.
GROUP 6: Pick-up Trucks for hauling materials,parts,and Escort Man over-the-road
{iiYYY
WAGES (per hour) 07/01/2014 05/01/2015
{ GROUP 1 $29.75 $30.15
1� GROUPIA 30.89 $31.29
GROUP 2 29.19 $29.59
GROUPS 28.97 $29.37
GROUP 28.86 $29.26
GROUP 5 28.74 $29.14
GROUPS 28.74 $29.14
NOTE:additional 20%premium above the howdy wage for hazardous and toxic waste removal.This applies to all groups.
Shift Work:A shift premium of 10%on 2ND Shift and 15%on 3RD Shift will be paidwhen mandated by the NYS DOT or other governmental
` agency commots.All irregular and oRshift work is to be paid a 10%premium.
}` SUPPLEMENTAL BENEFITS
Per hour paid:
Page 72
LPrevailing Wage Rales for 07/01/2014-06/30/2015 Published by the New York State Department of Labor
Last Published on Jul 01 2014 PRC Number 2014006543 Dutchess County
First 40 hours $30.04 $31.43
Over 40 hours 24.50 $25.50
OVERTIME PAY
�[ OVERTIME'...See(B, E,P,T',U")on OVERTIME PAGE,
HOLIDAY
111 HOLIDAY.
Paid'.._..See(5,6, 15,25)on HOLIDAY PAGE.
Overtime:..See(5,6, 15,25)on HOLIDAY PAGE.
NOTE: Holidays worked Monday to Friday receive straight time wage for working,plus Holiday Pay.
'Holidays worked on Saturday,code T applies.
"Holidays worked on Sunday,code U applies.
{ 11-445B/HH
Welder 07/01/2014
{{{ 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,Oueens,Rensselaer,
Richmond, Rockland,Saratoga,Schenectady,Schoharie,Schuyler,Seneca,St.Lawrence,Steuben,Suffolk,Sullivan,Tioga,Tompkins,
Ulster,Warren,Washington,Wayne,Westchester,Wyoming,Yates
WAGES
Per hour 07/01/2014
Welder (To be paid the same rate of the mechanic performing the work)
OVERTIME PAY
4 HOLIDAY
1-As Per Trade
4�
p[`
tg�
p{Y
p{Y
L
}{ Page 73
L
Prevailing Wage Rates for 0710112014-0613012015 Published by the New York State Department of Labor
PRC Number 2014006543
Last Published on Jul 01 2014
Overtime Codes
Following
ollo sinal is an requirements may also b
explanation of the e listed listed i the VERTIME section of each classification contained in the attached schedule.
Addi
(B1 ) Time and one half of the hourly rate for the 9th&10th hours week days and the 1 at 8 hours on Saturday.
Double the hourly rate for all additional hours
{I (q ) Time and one half of the hourly rale 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 at and March 3rd Saturday may be used as a make-up day of straight time when a day is
lost during Mat 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 hall times the
p hourly rale 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
(01 ) Double the hourly rate after 9 hours per day
IF ) Time and one half of the hourly rate on Saturday
(El Time and one half 1st 4 hours on Saturday Double the hourly rate all additional Saturday hours
(E2) Saturday may he used as a makeup day at straight time when a day is last 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 Me houdy rate on Saturday and Sunday
(G ) Time and one half of the howdy rale on Saturday and Holidays
(H ) Time and one half of the heady 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. (L ) Double the houdy rate on Saturday
(` (M ) Double the hourly rate on Saturday and Sunday
(N ) Double the hourly are on Saturday and Holidays
(0 ) Double the houdy rate on Saturday,Sunday,and Holidays
} (p ) Double the houdy rate on Sunday
F (p ) Double the houdy rate on Sunday and Holidays
Lr (R ) Double the hourly rate an Holidays
F (S ) Two and one half times the hourly rate for Holidays,if worked
L Page 74
Published by the New York State Department of Labor
Prevailing Wage Rates for 0710112014-0613012015 PRC Number 2014006543
Last Publishetl on Jul 01 2014
` (T ) Triple the hoary 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
8
(EY
E[i
{pi
Y
}[Y
e
{ Page 75
LPublished by the New York PRC Number eparm20140065in
Prevailing Wage Rates for 0]101/2014-0613012015
Last Published on Jul 01 2014
p Holiday Codes
E PAID Holidays:
YYY Paid Holidays are days for which an eligible employee receives a regular days pay,but is not icedreqpre prevailing
perform wotk.Ii an employee
works on a day listetl s f a paid holiday,this remuneration is in addition io payment of me required prevailing rate for the work actually
LE performed.
OVERTIME Holiday Pay: y
actually r holiday way the
such halide ys that The s preeDquireCable holidays eere�s ed under HOLIDAYS OVERTIMF.Tha his only .requiired rate of paylforee
these covered holidays can be found in the OVEf2TIME PAY section listings for each classification.
F{ Hollowin,algis ated llalowanefoIle
lte padide)listed in the H at Ne wage mess etlwh ch theAY aemployeescin of each l normally cl ssfed contained in the attachetl schedule.The
L
(1 ) None
(2) Labor Day
(3) Memorial Day and Labor Day
L (4) Memorial Day and July 4th
(` (5) Memorial Day,July 4th,and Labor Day
(6) New Years,Thanksgiving,and Christmas
(7) Lincoln's BirttNday,Washington's Birthday,and Veterans Day
(8) Good Friday
x
L (g) Linwln's Birthday
(10) Washington's Birthday
(11 ) Columbus Day
(12) Election Day
(13) Presidential Election Day
(14) 112 Day on Presidential Election Day
(15) Veterans Day
(16) Day after Thanksgiving
p (17) July 4th
(18) 112 Day before Christmas
Y
fig) 112 Day before New Years
(20) Thanksgiving
(21 ) New Years Day
(22) Christmas
Fb (23) Day before Christmas
(24) Day before New Years
(25) Presidents: Day
(26) Mahn Luther King,Jr.Day
(27) Memorial Day
LPage 76
Y NEW y New York State Department of Labor-Bureau of Public Work
State Office Building Campus
Building 12-Room 130
Albany,New York 12240
d 9p
p d�etNf 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: ❑ ❑ F
® (Check Ony ore) Contracting Agemcy Architut or Eagimeenvg Firm ❑ Public Work District Office Date:
LA. Public Work Contract to be let by: (Enter Data Pertaining to Contracting/Public Agency)
1.Name and ramplete address r- ICheck ifnew orchange) 2. NV State Units(see Item 5) ❑07 City
❑ 01 DOT El 08 Lowl School District
❑ 02 OGS ❑09 Special Local District,te.,
❑03 Dormitory Authority Fire,Sewer,Water District
❑04 State Universtly ❑10 Village
Construction Fund ❑11 Town
❑ 05 Mental Hygiene ❑ 12 County
Facilities Corp. ❑13 Other Non-N.V.State
LTelephone: ( ) Fax ( ) ❑ 060THER N V.STATE UNIT (Descrihel
E-Mail:
3.SEND REPLY TO ❑check I new or change) 4.SERVICE REQUIRED.Check appropriate box and provide project
( Name and complete address. information.
L ❑ New Schedule of Wages and Supplements.
APPROXIMATE BID DATE
❑ Additional Occvpationand/or Redetermination
TH
Telephone: Fax: PROIS NUMRERPROJECTISSUEDPREVIOUSR OFFICE USE ONLY
( ) ( ) : LVPO
-Mail:
B. PROJECT PARTICULARS
5 6. Location of Project
Project Title Location on Site
Description of Work Route No/Street Address
Village or City
Contract Identification Number Town
Note:For NYS units,the OSC Contact No. County
7.Nature of Project-Check One: 8, OCCUPATION FOR PROJECT
❑ 1.New Building ❑ Construction(Building,Heavy ❑ Gmmla Watchmen
❑ 2.Addition to Existing Structure HighwaylSewerMaten ❑ Janitors,Porters,Cleaners,
❑ 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 ❑ Tresh and refuse removal
❑ 7.Demolition ❑ Exterminators,Furigamrs ❑ Window cleaners
❑ B Building Service Contract ❑ Fire Safety Director,NYC Only ❑ Other(Describe)
L9. Has this project been reviewed for compliance with the Wicks Law involving separate bidding? YES❑ NO❑
10.Name and Title of Requester
{ Signature
{
Pali IN 11) SEE PAGE TWO FOR LAWS RELATING TO PUBLIC WORK CONTRACTS
L
L
L
��pF NEtyy NEW YORK STATE DEPARTMENT OF LABOR
Bureau of Public Work - Debazment List
or LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE
A f O
� ' -• �' AWARDED ANY PUBLIC WORK CONTRACT
}
�MENT�
FL
i 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
t NOTE: The agency issuing the determination and providing the information, is denoted
L under the heading 'Fiscal Officer'. DOL = NYS Dept. of Labor; NYC = New York City
Comptroller's Office; AG = NYS Attomey General's Office; DA = County District
Attorney's Office.
A list of those barred from bidding, or being awarded, any public work contract or
E subcontract with the State, under section 141-b of the Workers' Compensation Law,
p may be obtained at the following link, on the NYS DOL Website:
https�//dbr.l abor.state.nv.us/E DList/sea rch Paee.do
E
L
L
LNYSDOL Bureau of Public Work Debarment List 07/14/2014
LArticle 8
AGENCY Fiscal ORcer FEIN EMPLOYER NAME DBALNOYER AME pODRE55 ST� DATE DEENNDADATE
DOL DOL 4618 FOSTER AVE LLC C/O KAHAN S KAHAN 02"052013 @/OS/2018
225 BROADWAY-SUITE
715NEW YORK NY 10007
L NYC 25 CLIFF STREET 12212W9 1212
DOABTIRON WORKS INC 1/20id
NEW ROCHELLE NY 10801
DOL GEL ""0711 A ULIANO&SON LTD R GRIFFEN COURT 10125/2010 1026,'2015
MILLER PLACE NY 1946
DOL DOL A LUANG CONSTRUCTION 22 GRIFFEN COURT 1026/2010 10126/2015
F MILLER PLACE NY 11]46
[, DOL NYC "'dd86 ABBEY PAINTING CORP 21107287
Y.1 BAYSIDEX AVENUE 0]1022012 0]/02/201]
NY t 1360
DOL DOL "'^9095 ABOO TILECO 61 T9 SYRACUSEY ROAD 062s/2010 0]/02201]
EAST SYRACUSE NV 13057
OOL DOL "^'9335 ABDO TILE COMPANY 699 EAST MOLLOY ROAD 06125/2010 0]102/209
L
EAST SYRACUSE NY 13057
p\` DOL DOL "^8180 ARELCRAFT OF NEW YORK 640ASHFORO AVENUE 0812]2013 O8/272018
LORA ARDSLEY NY 18502
DOL WL '1219 ABSOLUTE GENERAL 1229 AVENUEU 012812013 01/26/2018
1 CONTRACTING INC BR29LYNK111U-B
DOL DOL 4539 ACCOMPLISHED WALL 1120SCAWANA HEIGHTS 0812]2013 082]/2018
(• SYSTEMSINC ROAD
PUTNAM VALLEY NV 105f2
DOL DOL "'^8018 ACCURATE MECNCAL LLC 9547 BBUSRE'ONPAAV9N10E 021(152014 02/052019
DOL DOL ACCURATE MECHANICAL OF 954]BUSIlETON AVENUE 090512014 02/05/2019
PMIIADELPXIA LLL PHILADELPHIA PA 19115
DOL DOL ADAM ACEMERYS Z]16CURRY ROAD 0]1082010 0]/00/2015
SCHENECTADY NY 12503
DOL DOL ""'7584 ADAM'S FLOOR COVERING2718 CURRY ROAD 07/082010 02/1s209
LLC SCHENECTADY NY 12303
DOL DOL AOESWA UWNIGBE PO BO%214022 0511612012 05116/2017
BROOKLYN NY 11221
DOL NYC AORIANASEIA CIO
ROCF NGAL B 247 4STN ROOKLYN STREET 0 2/0 5 2 01 4 OvJ00019
COMPANY INC
DOL DOL AFFORDABLE PAINTING PLUS W7 GREED/ES ROAD 1.1YID10 10/012015
NEW HAMMCN NY IN58
DOL DOL "'^2538 AGE MASONRY INC 160RNOST-SURE Ri 0311912013 03119/2018
L
BROOKLYN NY 11209
DOL DOL ALBERT CASEY 4}28 SATE STREET 07/01/2011 07/01/2016
L WOODSIDE NY 11377
WL DOL ALEJANDRO MATOS C10 SEVEN STAR ELECTRICAL 06272011 0627/2016
2S2d STEINWAY
STREETAS70RIA NY 11105
i ADAGG CID SR�KLYN
DNRY INC 031192013 03/192010
DOL WL PUSHER GUNMOV
6,Y 710 O VENENUEB
NY 112U
DOL DOL ""'8740 ALLSTATE ENVIRON MENTAL CIO JOSE MONTAS 031162011 03/15/209
CORP 27 BUTLER PLACEYONKERS
NV iWID
34 ALPHA INTERIORS INC
DOL DOL ""'85513ACORN STREETISUFEC 0512]/2010 05/92015
Y DEER PARK NY 1929
DOL DOL "'^421 AMERICAN STEEL 693 PAINTER STREEr 09202013 02202018
MECHANICAL INC MEDIA PA 19063
ANDERSON LOPE2 6]OSOUTHERN BVD 0 6/14 2 011 O6IM¢016
�y DOL NYC BRorvx NY bass L
Fi DOL DOL ANDREW DIPAUL GO CONSOLIDATED 191112012 12/11209
INDUSTRI
2051 ROUTE M155MODENA NV
12548
ANDR2EJ WROSEL 24 CONGRESS LANE 0510112013 05/01/2016
DOL NYC SOUTH RIVER NJ W882
DOL AG ANTHONY BRANCP -71
700 SUMMER STREET 42009 111242014
STAMFORDCT
e DOL OA ANTHONY CPRDINALE 581859TH STREET 0511612012 0511612017
L MVPEUN NV 11378
L DOL DOL ANTHONY POSELLA 39 GLEN HOLLOW 10R 92009 10192014
ROCHESTER NY 1/622
DOL DOL ANTHONY VLIANO 22 GRIFFEN COURT 10/262010 10/262015
MILLER PLACE NV 11746
L
DOL DOL ^^9020 APCO CONTRACTING CORP 24 SOUTH MARYL D 09242012 09/24209
AVENUE
` PORT WASHINGTON NY
11050
{r DOL U. '^^32I9 APOLLO CONSTRUCTIONICES CORPPPAPOLLJNUNG CO IV TIBBTTSKERS NY RO7A5 03/122014 03/122019
SER
Dern 1 of 1i
L
LNYSDOL Bureau of Public Work Debarment List 07/1412014
Article 8
L
WL DOL APOLLO PAINTING CO 157 TIBBETTS ROAD D31122014 0/122019
YONKERS NY 10705
OOL
OPT 3295 APOLLO PAINTING CORP 3 ALAN B$HEPART PLACE 03/1212014 6311212019
VONKERS NY 10705
4w OOL AG APPLIED CONSTRUCTION
""'0194 INC STURYTY11O 11/202013 11/20/2018
WESTBUl R 11590
1. LOU NYC ""'8403 AQUA JET PAINTING CORP IO VIMNGDRIVE
WEST 04/16/2014 04/tfi/2019
ISLIP NY 11795
DOL DOL ""'933fi ARTIER/SPECIALTIE$LLC G5,4ESR 1LOCKPORT NY 14094T 1110412009 11104/2014
DOL DOL ""9953 ASOPAPE LANDSCAPE 8 634 ROUTE 303 07261204 11/19/2018
CONSTRUCTION CO RP BLAINELT NV 10913
DOL DOL —2534 BB BCONCREIE 55 OLD TURNPIKE ROAD 02/04/2011 02/O4/2016
i CONTRACTORSINC $U RE 612NANUET NY 10954
OOL NYC BASIL ROMEO 240 13SEDALE 1HAVENNY 22E 01252010 03252015
/ DOL DOL ""'2294 BEDELL CONTRACTING CORP 2TINA LANE 01/0612012 01/0612017
6{ HOPEWELL JUNCTION NV
12533
DOL DOL BENNVVIGLIOTU CIO LWIN CONSTRUCTION 03156010 03/15/2015
O
P O BOX 39GRLE PLACE BY
11514
AND
DOL DOL ""6999 BEST ROOFING OF NEW 30 MIDLAND AVENUE 1,0512010 11ro512015
JERSEY LLC WALLINGTON NJ 07057
WL DOL BEVERLY F WILLIAMS 1238 PRESIDENT STREET 11/1812013 111186018
BROOKLYN NV 11225
{, DOL NYC DOL DOL BOSPHORUS BIAGIO CANTISANI 200 FERRIS AVENUE 12/04209 05104/2017
Ei WHITE PW NS NY 10603
CONSTRUCTION 3817 KINGS HIGHWAY STE I D 0130/2010 06/302015
CORPORATION BROOKLYN NYfl234
OOL BOL BRIAN TOXIC 2219 VALLEY DRIVE 12/0412009 4/04/2014
{{{� SYRACUSE NY 13207
( VOL DOL ""'9643 BROOKS BROTHERS 200 BUELL ROAO,SUITE CIO 0924/2013 09124/2018
Y PAINTING ROCHESTER NY 14624
BOL DOL CANTISANI B ASSOCIATES 442 FERRIS AVENUE 12704609 05IN12017
LTD WHITE PLANS NY 10603
DOL DOL CANTISANI HOLDING LLC 220 FERRIS AVENUE 05/042012 05ro4/ID17
WHITE PLAINS NV 10603
BOL BOL "9143 CARMODY BUILDING CORP .2 ARMONK ROAD 05/041,12 051046017
MOUNT KISCO NY 10549
OOL DOL "-3368 CARMODYCONCRETE CORP 442 ARMONK ROAD 12/04/2009 OY042011
L
MOUNT KISCO NY 10549
[p+ BOL PILLCARMOOYCONTRACTING 2ID FERRIS AVENUE 05104204 05104/20T]
CORP WHITE PLAINS NV 10603
DOL DOL ""6215 CARMODY CONTRACTING INC WWpTEPWN5NYNUE 01042012 05IW2017
FOL OOT CARMODY ENTERPRISES LTO 220 FERRIS AVENUE 12/041209 05/046017
WHITE PLAINS NY 10503
DOL VOL ....I'll CARMODY INC 442 ARMONK ROAD 12/042009 05/04/204
MOUNT KISCO NY 10549
VOL BOL '^-3812 CARMODY INDUSTRIES INC 442EERRISAVENUE 05/04604 05/0/7609
WHITE PLAINS NY 1060
VOL WL
CARMODY MAINTENANCE 105 KISCO AVENUE 010412012 0904/209
CORP MOUNT KISCO NY 10549
DOL BOL —0324 CARMODV MASONRY CORP 442 ARMONK ROAD 121041209 05/046017
MOUNT KISKO NY 10549
DOL DOL ""'3812 CARMODYYINC 220FER TINS NY 10E 12/04/2009 05704/204
WHITE PLAINS NV 10fiO3
DOL NYC "9172 CASSIDY EXCAVATING INC 14 RAILROAD AVENUE 0915/2014 0515/2019
VALHALLA NV 10595
M OOT OCT -8721 CATENARY CONSTRUCTION 112 HUDSON AVENUE @/146006 f012IX20t4
E CORP ROCHESTER NY 14605
2
pOL DOL ""1683 GTONE CONSTRUCTION 94 ALPINE ROAD 03/09/2012 03/09/2017
COMPANY INC ROCHESTER NY 14423
DOL DOL CA70NE ENTERPRISES INC 225 DAKOTA STREET 03109/2012 03/0912017
{{{ ROCHESTER NY 14423
DOL DOL "'^890 CAZ CONTRACTING CORP 04135TH AVEN082612013 0826/2018
LONG ISLAND CITU NYY 11101
WL DOL ^^9924 CBICONTRACTING 2081 JACKSON AVENUE 06103/2010 0/012015
INCORPORATED COPIAGUE NY 1926
DOL DOL 5556 CERTIFIED INSTALLERS INC 113 N MAPLE AVENUE 02/2112013 02216018
GREENSBURG PA 15601
OOT NYC CHARLES CASSIDY JR 14 RAILROAD AVENUE 051152014 05/15/2019
VALHALLA NY 10595
DOL BOL CHARLES OKNASW 67 WARD ROAD 01/2112011 0161601fi
GALT POINT NY 12578
Page 2 of 13
L
NYSDOL Bureau of Public Work Debarment List 07/14/2014
Article 8
DOL WL CHARRED RIBAUDO 513 ACORN
STER PARK.-S1111_T C W2712010 0512]2015
p DOL DOL CHAOLEY BROOKS JROOKSD 20080 LL ROAD,SUITE TER NY62610 092412013 0924/2018
Y` PAINTING
DOL DOL "'^1616 CHERGOMINO ROUPCONTROL 61PA55AICIT NJ 01055 4 180112WILIFE 02/258017
L DOL DOL CHRIS SAVOURY 44 THIELLO MT IW ROAD 10/14/2011 10/14/2016
POMONA NY 1N70
DOL DOL CHRIST RPAPAS M TRAC CONSTRUCTION 0210312011 @/032016
9091 ERIE ROAOANGOIA NV
14006
OOL DOL CMRIDTOF PREZBVL HOPEW2 TINA ELL JUNCTION NV 01106/2012 01/60201]
12533
[[[ DOL DOL CITY GENERAL BUILDERS INC 131 MELROSE STREET
0302Yt010 03/02/2015
BROOKLYN NY 112M
DOL OOL ""9606 LIttGENER IN IRON WORKS iBROOKLYN NY 11 EET 03102/2010 03N220t5
INC BROOKLYN NV 11206
DOL DOL '-3360 CITY LIMITS GROUP INC U79R0%ENRS V AV7E UE 01107/2014 CM712019
NA
DOL NYC ""'1]68 LCFIRE PAVING 12}3028TH AVENUE 01/142011 01/14/2016
(L CORPORATION FLUSHING NV 11354
DOL NYC ""'2905 COLONIAL ROOFING 24748TH STREET IGIO2014 02/052019
COMPANY INC BROOKLYN NV 11220
}, FOL NYC ""3182 COLORTECH INC 5ASPET
59. TIH AVENUES 1111&2013 11/18/2018
OOL DOL ""'8342 CONKLIN PORTFOLIO LLC 60 COLONIAL ROAD 02J1512011 02/15/2016
STILLWATER NY 12170
DOL DOL ""'2703 CONKLIN'STECH- 5PARKERAVENUE 0312SM14 03252019
MECHANICAL INC POUGHKEEPSIE NV 12601
DOL DOL ""'41]5 CONSOLIDATED INDUSTRIAL 2051 ROUTE 44/55 12111/2012 Oti2012018
r` SERVICES INC MODENA NV 12546
DOL OFF CONSTANTIN002ERVAS LON710LAND CITI'NV AVENUE
G1101 08262013 08262018
OOL DOL " '5760 OORTLANO GLASS COMPANY 336 TOMPKINS STREET 1012112010 07/152016
INC CORTLAND NY 13605
DOL DOL '"'1804 CUSTOM GARDEN 283 NORTHROAD LETOWN 0912812609 09/28/2014
LANDSCAPING INC
PEARL RIVER NY 10%5
DOL WL '"^0610 O&G PAINTING& 53 LITTLE COLLABAR ROAD 01192012 C 1198017
DECORATING INC MONTGOMERY NV 12.9
DOL DOL DANIEL CELWCCI ELECTRIC 9 SALISBURY STREET 0610212010 m/022015
GRAFTON MA 01519
DOL DOL ""']129 DANIEL T CELLUCLI CD IELI 17SALISBURY
STREET
0610212010 06/022015
ELECTRIC
DOL DOL DEAN ROBBINS III
212 OXFORD
WAY II1112012 09/162018
SCHENECTADY
REEK NY12309
DOL NYC ""'3855 D----1MCORPORATIONAST ORANGE Ni 070181 12/3012013 12130/2018
!. DOL WL '"'2311 CELLON CONSTRUCTION 2OWHITEMY 0591 0627/2609 062]2014
TARRYTE FL NY 1ROA
OOL DOL "'"1466 DELTA CN7RACTING 437 SUNRISE HIGHWAY 0&122013 08/42018
PAINDNG AND DECORATING WEST BABYLON NY 11707
INC
e DOL DOL ""'3538 DELTACONTRAWNG MCCULLOCH DRIVE 10/19/2010 08/12/2018
75
{r` PAINTING AND DESIGN INC DIX HILLS NY 11746
DOL FOL DEMETRIOS KOUTSOURAS NEWHYDEPARKNEETWO 07/02J2012 77N22017
DOL DOL ""'9856 DESANTD ENTERPRIDE3 161 OEWEGO RIVER ROAD 0912412013 11/18/2016
PHOENIX NY 13135
Y
DOL NYC ""'8231 DEWATERANN.IT NG AND 3000WMBUS CIRCLE 0821/2012 08/2L20P
HEATING uC EA9TCHESTEft NY 107p3
DOL DOL ""'9252 DI BERNARDO TILE AND 15 WALKER WAY m21a014 03/212019
MARBLE CO INC ALBANY NY 12205
DOL DOL DIANE DEAVER ]31 WARWICK TURNPIKE 6012512012 1&1120P
[[ HEWITT NJ 07421
r
OOL DOL DONALD NOWAK 10 GARY LANE 1on5QW9 1011512014
CHEEKTOWAGA NY 142T7
DOL DOL DORI3 SKODA CIO ARCO CONTRACTING 0912412012 09/211209
CORP
t 24 SOUTH MARYLAND
AVENUEPORT WASHINGTON
NY 11050
DOL DOL DRAGOLIUB RADOJCOC 61 WILLETDT 12/63/2608 07/0912015
-SUITE I4 PASSAIC NJ 07055
rPage 3 of 13
L
LNYSDOL Bureau of Public Work Debarment List 07/1412014
LArticle 8
L
DOL DOL "^'fi902 DUFOUR GROUP INC DUFOUR 353 NWEST 56TH EW YORK NY 1.19 06/1012014 06102019
I GOLF DOL OUFOUR MASONRY 353WEST56TH ST k]M 06/102014 W/1D/2019
NEW VORK NV 10019
DUFOUR MASONRY1 353 WEST 56TH STREET#7M 06/10/2014 06/102019
DOL DOL RESTORATION INC NEW YORK NV 10019
DOL DOL ""'5840 DVNA CONTRACTING INC 36388TH STREET 11/1012013 11/182018
BROOKLYN NY 11209
DOL NYC ""'61]6 EN E L ELECTRIC'CORP 1107 MC DNNOAVENDUE 07/30/2010 01/30/2015
[ DOL DOL EARL GALBREATH YROASARDSIHFORD AOTIZE 0112
9192013 OBIZ120t8
DOL DOL ""'1496 EAST COAST DRYWALL INC 12MPRESYDNNV RLKEET 11/10/2013 11/18/2018
NEOOKLDOL DOL ""'0011 ECOA CLEANING POBOX21-ID22 05116Q012 05/16201]
CONTRACTORS INC BROOKE.NV 11221
DOE NYC ""'80]4 ECONOMY IRON WORKS INC 67050UTHERN BLVD 06/14/2011 C614!201E
BRONX NY 10455
DOL DOE EDWARD LGAUTHIER CIOIMPEHEST�ONRY IOIDN2012 10/03/2017
141 ARGONNE
DRNEKENMORE NY 14217
DOL NYC EDWARD ME KKEN C/O AQUA JET PAINTING 04/162014 04/16/2019
10 VIKING DRNEW EST ISLIP
NY 11795
DOL NYC ""'0900 EF PRO CONTRACTING INC AnpNTCCOBEACH NV 11079 03I03I20t4 0303/2019
OOL NYC EFSTRATIOS BERNARD'S 2}7348TH STREET 0424/2014 04242019
P LONG ISLAND GTY NV 11103
DOL NYC ""'62W ELTREBOLSPECIAL 952676TH STREET 1011212611 10/102016
CLEANING INC OZONE PARK NY 11416
DOL DOE ELIZABETH RAMADANI (CO RAMADA CONSTRUCTION 01/01/2014 01/0]/2019
80 SAVO LWPSTATEN
ISLAND NY 10309
DOL DOL ELLEN DESANTIG DESMRS 161 OSWEGO RIVER ROAD 09/24/2013 11118/2010
ENTERPRISES PHOENIX NY 13135
DOL TI
DOL _0780 ENEE HEATING
BRPLUMBING
5EMES LANE 91120/2002 Ot20/3002
MONSEY NY 10952
-91 JUNIUS DOL AS EMILIO FRAN2 BROOKLYN NY 11212 01/23/2014 01/232019
DOL DOL EMPIRE CONCRETE 101SULLVS.IUSURE20 11/1812013 GlM712019
SERVICES LLC PITTSFORD NY 14530
OCL DOL —0511 EMPIRE CONCRETE SYSTEMS 1015ULLVS TRAIIJ SuTE2 1111812013 01/0]2019
PITTSFORD NY 14534
IDOL
DOL ""2353 EMPIRE CONSTRUCTORS LLC 101PITTSFORD NY 1153120 11/1812013 01.]12019
DOL EMPIRE PRECAST LLC 1015ULLYS TRAIL5UITE 20 1111812013 01/0]2019
PITTSFORD NY 1494
DOL ""6101 ENHANCED DATA COM INC NORTH HBABYLOK ROAD� 91.12010 07101/2015
DOL ERIKASARNET 253 BEACH BREEZE WJE 0210512013 02I052D10
UNIT BARVERNE NY 11692
r WL ESTEVE58 FRAGA 906 MADISON AVENUE 01/032013 01103/2018
[ CONSTRUCTION CO INC PATERSON NJ 07501
DOL ESTEVES B FRAGA INC Me MA IISOSON NAV 071E 01103/2013 01/032010
WL EVELIO ELLEDIA3 11d PEARL STREET 08/1512012 081151201]
PoRT CHESTER NV 105]3
NYC EVEN, CARESS 1 FAST ORANGE NJ 07010 11/302013 /2/302010
DOL FKALAFATIS 1279 HOLLERS AVENUE 01.]2014 01.7/2019
ggg BRONXNV10O5
DOL FANTASTIC PAINTING 493 LANSING ROAD 11/1812013 111162018
F,11 F NV 12072
DOL '^5867 FTM-FERRO INC B6820 14TH ROOKETH NY 1 AVENUES -1=72011 1027/2016
DOL "'^1311 FL02-ON PAT 12 DUNDERBERG ROAD 10/162013 1.162018
DECORATING INC TOMKINSNV 10906
WL ""'8961 FLOZ-0N PAINTING INC 120UNOERBERG RDAD 1011612013 10/162010
TOMKINS NY 10905
DOL DOL FMS 4LEGHORN COURT 111281204 1L2020P
NEW YORK NY 1 P46
DOL DOL "'-8067 FORTH SPORT FLOORS INC P O BOX]0 02/29204 10.12017
L
EAST DREENBUBH NY 12071
Y DOL NOT FRA.MICELI �7BRON%NY 10VE
4]5 UE 0110712014 01I0]/20t9
� Page 4 of 13
k
ti
6 NYSDOL Bureau of Public Work Debarment List 07114/2014
Article 8
DOL DOL FRANCES KALAFATIS 2P9 HOLLERS AVENUE 01/0]/2014 GLO]i2019
BRONX NY 10475
f DOL DOL FRANCES KALAFATIS-MICELI 2279 HOLLERNX UE
(AVENG1IW/2016 0110]2019
DOL NYC FRANK ACOCEILA 59 GAYLORD ROAD p2/102011 @/10/2016
SCARSDALE NV 10583
DOL DOL FRANRJ MERCANDO 134 MURRAY AVENUE 12/11/2009 02/03/2019
YONKERS NY 10704
AOL DOL FRANK MICELI JR CIO FRANK 19 CLIFF STREET 10/162013 10/16/2010
MICEU JR NEW ROCHELLE NY 10801
CONTRACTIN
G INC
4 DOL DOL ""'1321 FRANK MICELIJR 19 CLIFF STREET 10/102013 10/164018
CONTRACTING INC NEW ROCHELLE NV 10801
DOL DOL FRANKORTIZ 75SHERBROOKROAD 07NL2010 07/01!2015
NORTH BABYLON NY 11704
DOL DCL FRED ABDO ABCO TILE 6179 EAST MOLLOY ROAD 56125/2010 07/02/2017
COCMAFRO EAST SYRACUSE NY 1305E
y TILE CO
5 DOL DOL "^'2726 FRESH STATPPAIWING yREAD
YONKERS R03/4/2014 03H2p019
10705
DOL DOL ^"'9202 G 8 M PAINTING 13915 VILLAGE LANE 02/050010 02/05/2015
ENTERPRISES INC RIVERVIEW MI 46192
DOL DOL GFUCCI CONSTRUCTION 3 YONKERS NYRIO)SCE 03/122014 03/12/2019
SERVICES
DOL DOL ""'6]67 G FUCOI PAINTING INC 1 NNDENSp IELANE&GEL UTRETH A 031112014 03I12Q019
YORK NY 1M38
DOL DOL ""4546 GAF PAINTING LLC 19 TIBBETS ROAD 03/12/ID14 03122019
YONKERS NV 10]05
DOL DOL GARDEN STATE PAINTING ONKERS NY ROAD C3I12J2014
_T71-
157
DOL DDL AR
GY MCDOWELL GM E6 PLEASANT STREET 0611112013 06/110018
V CONBTRUCH WELLSMLLE NY 14895
ON&LAWN
CARE
SERVICE
DOL OL ""'6826 GBECONLRACTING 4-161JTOPIA PARKWAY @1100010 02/ID2015
CORPORATION WHITE6TONE NV 1139
DOL NYC GELSOMINATASSONE NEW25 ROCHELLE STREET
10601 0611512010 EI
R COL DOL GEORGE A PAM III P O BOX TR 081130010 08/13/2015
L JgMESTOWN NY 16]01
DOL OL GEORGE DI BERNARD C/O DI BERNARDO TILE 032112014 03/210019
15 WALKER WAYAIBANY NY
12205
DOL NYC GEORGE LUCEY 1W KINGS STREET OV19I1998 01/192990
BROOKLYN NY 11231
WL DL GEORGE SHINAB 12-14 UTOPIA PARKWAY 0211012010 02/102015
WHITESTONE NY 11357
DOL DOL GERALDAPOLLDN 336TOM KINSND REE MCG2010 0]/15/2016
CORTLr{{ DOL DOL GERALD F POILCH JR 2085 BRITOWNHTO HNRIETTA 111062010 11/062015
Y ROADROCHESTERENY 14623
DOL DEC '^^1075 GLOBALTANK PO BOX 1230 1180/2012 11202017
CONSTRUCTION LLC SALINA OR 74365
COL DL "^'0676 GM DNSTRUCTION B LAWN 7fi PLEASANTSTREET 06/11/2013 06/112010
CARE SERVICE WELLSVILLE NY 14095
DOL DOL ^0090 INBTALLAFLOT ONS NC MONT CEILLO NY �201 AD 10116IID13 _701-1.2018
DOL DOL "'^1013 OR 111111 STRUCTION 63 IRONWOOD ROAD 06/142010 06/162015
OCRPO,ALTON UTICA NY 1390
DOL DOL GRATES MERCHANT HANNA 63 IRONWOOD ROAD 06114/2010 06/1512015
INC UTICA NY 13520
DOL DOL GREGG G GRATES 63IRONAWIOOD1R
ROAD W 14/2610 06/162015
q OL CO, GREGORYAFUCCI C/O PAF PAINTING SERVICES 031122014 031122019
157 TIBBFTTS ROADYONKERS
Y 10705
DOL DOL GREGORY FUCCI JR OD APOLLO CONSTRUCTION
TRUC ERS 03112/2014 03/122019
y{ NY 10705
DOL DOL GRETCHEN SULLIVAN POBOX130 111100011 11H 0/2016
CRETE IL 6041]
DOL COL '^^9985 GROUND LEVEL 10 EASY LANE 10/15ODN 10/152014
CONSTRUCTION CHEEKTOWAGA NY 14227
4
L
L
NYSDOL Bureau of Public Work Debarment List 0711412014
LArticle 8
k UOL DOL '"'"']735 GR CCONSTRUCTION INC 3915POTBWOD00.ENGLISH 08/07'2011 08.82016
MON ROE NJ 08831
~ DOL OOL "'"'9456 GULLO CONTRACTING OCR, CALVERTON 111 .211911933 071062013 07/062018
DOL DOL GUSPAPASTEFANOU CID D B G PAINTING B DECO 04/19/2012 04/1912017
5a
A
LITTLE COUBAR
ROADMONTGOMERY NY
12569
DOL DOL H.H.RAUH CONSTRUCTION, 2030 RT.394 01/14/2011 01/142016
LLC ASHVILLE NY 14710
DOL DOL ""'2499 H H.RAUH CONTRACTING 2930 RT,394 011142011 01/14/2016
CO.,LLC ASHVILLE NY 14710
to DOL DOL H. RAUH PAVING,INC. LAKEWOODN ST. 01114/2011 011M/2016
EWOOD NY 14750
DOL DOL HALSSAM F08TON 5 HANSEN PLACE 09/1812013 0998/2016
WAYNE NJ 07470
` DOL AG ""9916 HARA ELECTRIC CORP ,2A4STORIA NY 1103 00/262013 09/2612018
DOL DOL "^'5405 HARD LINE CONTRACTING MO89EDISOUNT N AVENUEN NY 50 10126/2011 10282016
6 INC
WL AG HARVINDER SINGH PAUL 90 JUNIUS STREET 011.014 0112,1,,19
YY BROOKLYN NY 11212
DOL DOL HI-TEE,CONTRACTING CORP 114 PEARL STREET 08/15/2012 08/15/2017
MRT CHESTER NY 10573
DOL DOL —'4331 HIDDEN VALLEY EXCAVATING 2255EVMOUR STREET 021082011 02/0812016
INC FREDONIA NY 14063
- DOL UOL ""9893 XO%IES PAINTING CO INC BY19 RACVALLEY NVD 31� 1210412009 4/04/2016
DOL DOL ""'8426 IMPERIALMASONRY 141 ARGONNE DRIVE 101.2012 10MJIJIH7
RESTORATION INC KENMORE NY 14217
DOL DOL ^"^75131 INDUS GENERAL 33 91ST STREET 04/2812010 CA 2.12015
CONSTRUCTION JACKSON HEIGHTS NY 11372
DOL DA '""1958 IRON HORSE ONE INC 10 ROSWELLAVENUE 09/3012010 09WI2015
OCEANSIDE NY 115]2
DOL OCT 11,,,1L FRAGA L/O THREE 6MM SON ONSTR 01/0312013 011032018
AVENUEPATERSON NJ 07501
` DOL DOL
7S N LEASING AND 111,01.1 154 EAST BOSTON POST 06/11/2009 Ofili V201d
MATERIALS ROAD
MAMARONECK NY 10543
DOL DOL M RICH LLC P O BO%268 09)1612013 03/212019
STILLWATER NY 4170
DOL DOL ""1586 JMTRI STATE TRUCKING INC 140ARMTRO9yA 1=9
91E 1012112009 1012112014
SYRACUSE
DOL DOLS9 JNPCONBTRUCTION CORP LOUIS COURT 03/2112014 012112019
P O BOX 1907SOUTH
HACKENSAOK NY 07606
DOL SOL J N RICH LLC P O BOX 266 09/160013 03/212019
BTILLWATER NY 121]0
DOL DOL ""'9366 JTECX CONBTRUCTION I 09124/2012 19242011
ROCHESTER
ESTER NNYY 14626
U, DOL )THE HANDYMAN 0912412012 09,2112011
DOL WL JACQUELINE HOWE CIOFZOD DERBERGPAINTING III 10/1612013 10'11312018
ROADTOMKINS NY 10986
DOL DOL ^7^8627 JAG I LLC JUN
ROAD 09/1612013 09/162016
OUEENSBURY NY 12804
DOL DOL ""'2868 JAG INDUSTRIES INC 95BROADST SUITE320 09/161201) 09/16/2018
GLENS FALLS NY 12801
DOL DOL JAMES BOYCE C/O EMPIRE CONCRETE SYST 11118/2013 01/07'2019
101 SULLYS T 113SUITE
20PUTSFORD NY 14534
DOL DOL JAMES SICKAU NO3090 SHIRLEY RTH COWES ROAD 54192011 123012016
NY DOL WL JAMES WALSH 6EDISON AVENUE 1012612011 10/282016
MOUNT VERNON NY 10550
DOL DOL JASON MRICH POGO%268 09/1612013 03/2112019
STILLWATER NY 1290
UDOL DOL JAY PRESUTH CIO CONSOLIDATED 01/2812013 01QSQ018
! TRI
2051 ROUTE 44/55MOOENA NY
12648
DOL JEFFREY A HANNA 502 WOOOBURNE DRIVE 06114/2010 0K11412015
UTICA NY 13502
IOL JEFFREY ARTIER/
117 STEVENS STREET 111062009 11.42014
LOCKPORT NY 1094
L
L
NYSDOL Bureau of Public Work Debarment List 07/14/2014
LArticle 8
JEFFREY CASSIDY 14 RAILROAD AVENUE 05/152014 051152019
DOL NYC VALHALLA NY 10595
DOL DOL JERALD HOWE GO RO12 O
UNDER
RIBERG INC 1011612013 10/162018
ROADTOMKINS NY 10986
DOL NYC JERRY OEWATERS 30 COLUMBUS CIRCLE 081212012 0812112017
EASTCHESTER NY 10709
`FY DOL WL JOHN BUONADONNA 263 NORTH MIDDLETOWN 0912812009 09/282014
ROAD
PEARL RIVER NY 10965
DOL DOL JOHN C TONE CIO GAUCHE CONSTRUCTION 51092012 03/092017
ROADRp94 ALPINE
NV 14612
(
w COL DOL JOHN DESCUL 437 SUNRISE HIGHWAYA 08M1 2()13 08,'12/2018
WEST BABYLON NY 117N
DOL NYC JOHN DITURI 1107MCDONALD AVENUE 0713012010 071302015
BROOKLYN NY 11230
JUL NYC JOHN FICARELLI 120-3020TH AVENUE 01/1412011 01/142016
FLUSHING NY 11354
DOL DOL JOHN H LEE JOHN LEE 67 WELCH ROAD 0112612013 0112812018
QUALITY HILTON NY 14468
PAVING
DOL DOL JOHN JNLIANNI WEST HARRISONVENUEE 05110/2010 09102015
WEST ARRISONY 10700
COL JUL "^'949 JOHN LEE QUALITY PAVING 67WILERROAD 612 612 01 3 D12&2018
HILTON NV 14468
DOL DOL 2701 JOHN SMVNU AFFORDABLE SIG GREEVES ROAD 1010112010 1610112015
E4 PAINTING NEW HAMPTON NV 10958
PLUS
DOL DOL ""'9368 JORGE OELEON CONSTED PO BOX TRUCTI ROCHESTER NY 4624 09124/2012 09242017
((( ON
JORGE OUVINA 344 SOUNCVIEW LANE 11/222011 1122'2016
COL DOL COLLEGE POINT NY 11356
DOL DOL JOSE MONTAS 27 ruRER PLACE 0311812011 03,1152017VONKERS NY 10710
DOL DOL JOBEPH CASUCCI 662014TH AVENUE 10272011 10/92016
F BROOKLYN NY 11219
`
DOL COL JOSEPH MARTONE 11295CAWANA HEIGHTS 0812712013 08,2212018
ROAD
PUTNAM VALLEY NY 10542
L DOL DOL JOSEPH MONETfE C/140ARUONETTE 1012112009 10'212014
[[M 14DARMSTRONG
AVENUESYRACUBE NY 13209
DOL DOL JOSHUADEBOWSKY 9547 BUSTLETON AVENUE 0210512014 5/052019
PHILADELPHIA PA 19115
OOL DOL JOYA MUSLOUNO 10 ST CHARLES STREET 09151201309/0312018
p THORNWOOO NY 10594
!pr DOL ROL "^4340 NBCO SITE DEVELOPMENT 42LHALLA AKEVIIEW AVENUID595E 121162013 4/162018
TC V
DOL DOL JULES AND GRA BEHREND 5EMES LANE 1112012002 11120/3002
M2NSEY NY 10952
DOL DOL KNELSON SACKOOR 16JOVDRIVE 01/052010 01N52015
NEW HYDE PARK NY 11010
DOL NYC KAMILOTTURK 3715 KINGSHWV-6TE 1D 5/3012010 06/30/2015
BROOKLYN NY 11234
DOL DOL KAREN HARTMAN GO GUILT CONTRACTING 07X062013 07/082018
P O BOX 229LALVERTON NY
11933
DOL NYC KATHLEEN SPLA GROOFIINGI� 247 48TH REEL BROOKLYNNY11120 02N52014 O2J05/2019
COMPANY INC
DOL DOL KEITH SCHEPIS CIO KJS HAULING AND HOME 04/1512013 0411Y2018
95 MAPLE HAULING
CITY
NY 10956
DOL DOL KEN DEAVER 731 WARWICK TLRNPIKE 0612512012 12'11X2017
HEWITT NJ 07421
COL CCL ""'5911 KINGSVIEW ENTERPRISES 7 W FIRST STREET 0111412011 011142016
INC P O BOX 2LAHEW000 NY
14750
�r DOL "^2463 KJSMHPAULING AND
IHOME 95 AP5LEAIENU041152013 04/152018
ppLNC
DOL AG KOSTAS'GUS" 246147TH STREET 09/2612013 092612010
f ANDFUKDPOULOG ASTORIA NY 11103
CGL DOL KRZYSIIOF PR%YBYL 2TINA WJE 0110712012 01..017
HOPEWELL JUNCTION NY
12533
L" OOL COL ""'653 KUSNIR CONSTRUCTION 2NATONAH HY1535 0&032012 06103209
•
Gann 7 of 1 i
L
LNYSDOL Bureau of Public Work Debarment List 0711412014
Article 8
DDT DOL ""'6526 LAGDARDIA CONSTRUCTION 4718 HTH STREET JC.IIA11 G7/01rz016
coRP WOODSIDE NY 113T7
L
DOL NYC :"^8816 LAKE CONSTRUCTIONANO 1W KINGS STREET 00/19/1998 0819'2998
F[` DEVELOPMENT BROOKLYN NV 11231
CORPORATION
SOL DOL "^9628 IANCET ARCH INC 112 HUDSON AVENUE 02/14/2006 10/19Y1014
ROCHESTER NY 1605
DOL DOL LANCET SPEOALTY OIOCATENARY 10119/2009 101198016
CONTRACTING CORP CONSTRUCTION
112 HUDSON
AVE MU
NY
14605
DOL DOL LARRY DOMINGUEZ 114 PEARL STREET 08/15/2012 08/15/2017
FORT CHESTER NY 10573
DOL DOL LAURA A.GAUTXIER C/O IMPERIAL MASONRY 10/03/2012 10/032017
REST
141ARGONNE
DRIVEKEHACKS NY 14217
DOE DOL LAURIMARTONE 112 CSCAWANA HEIGHTS 08/27/2013 08272018
ROAD
PUTNAM VALLEY NY 10542
DOL DOL LAWRENCE J RUGGLES HOBOX 3]1 05/12/2016 05/12rz019
ROUND LAKE NY 12151
DOL DOL "'^059] LEEOINDUSTRIESOORP HLTECH 114 HEART STREET 08/15/2012 08/112017
CONTRACTIN FORT CHESTER NY 10573
CORP
DOL WL "'990] LEEMA EXCAVATING INC 140ARMSTRONGAVENUE 10/21/2009 1021/2014
SYYRACUSEACUSE NY
13209
DOL AG LEONID FRIDMAN ACT 01/23/2013 UQSA19
200 BRIGHTON.15TH
STBROOKLYN NV 11235
DOL DOL ""8453 UNPHILL ELECTRICAL 523 SOUTH IOM AVENUE 0110]/2011 06/152018
CONTRACTORS INC MOUNTVERNON NY 10553
DOL DOL LINVAL BROWN 523 SOUTH LOTH AVENUE 01107/2011 04/152018
MOUNT VERNON NY 10553
001 DOL ""5171 LWIN CONSTRUCTION CORP HOBO%39 0311-OH(I 03/15rz015
CARL
E PLACE NY 11514
DOL NYC ^^2850 M A 2 FLAGS CONTRACTING 2S18100TI STREET 0021/2013 081212018
CORP EAST ELMXURBT NY 11369
DOLDOL MANUEL ESTEVES 55 OLD TURNPIKE ROAD 02/06/2011 0QAA JIE
SUITE 612NANUET NY 10956
DOL NYC MANUEL P LOUR) 1W KINGS STREET 00/19/1990 00/192998
BROOKLYN NY 14Vd
DOL NYC MANUELTOBIO 1W KINGS STREET 0819/1998 08/1912998
BROOKLYN NY 11231
DOL DOL MAR CONTRACTING CORP 620 COMMERCE STREET 0924/2012 0926/2017
THORNW000 NY 10594
DOL DOL MARGARET FORTH PO BOX 74 0228/2012 10N1OD17
/ EAST GREENBUSH NY 12061
DOL DOL MARIA ESTEVES AKA MARIA C/O THREE FRIENDS CONSTR 01/03/2013 01X32018
MARTINS 986 MADISON
AVENUEPATERSON NJ 07501
DOL DOL MARIA MARTINS AKA MARIA C/O THREE FRIENDS CONSTR 01032013 01/03/2018
ESTEVES GBE MADISON
AVENUEPATERSON NJ 07501
DOL DOL MAGIC LUIS 31 DURANTAVENUE 07/022012 071112/2017
BETHEL CT 06W1
DOL DOL MARIO R ECHEVERRIA JR 508 MEACHAM AVE-SUITE 103 00262010 00/26/2015
ELMONT NY 11003
DOL DOL MARK UNDSLEY 355 COUNTY ROUTE 8 OBXBOW9 08/14/2014
FULTON NY 13059
DOL DOL ""5533 MARQUISE CONSTRUCTION B 10STCHARIEB STREET 09X32013 09X3/2018
DEVELOPMENTCORP THORNWWDNV10594
DOL DOL ""0010 MARQUISE CONSTRUCTION 20 BOSWELL ROAD 09/03/2013 09/82010
ASSOCIATES INC PUTNAM VALLEY NY 10579
DOL DOL '^'113/ MARQUISE CONSTRUCTION 10 ST CHARLES STREET 09X3/2013 09/03/2018
_ CORP THORNWOOD NY IWAA
DOL NYC '^^4314 MASCON RESTORATION INC 129-061STHAVENUE 02/09/20120109;2017
COLLEGE POINT NY 11356
DOL NYC ^^'6314 MASCON RESTORATION LLC 129,06 18TH AVENUE 02X92012 02X9/2017
COLLEGE POINT NY 11356
DOL DOL '^'0845 MASONRY CONSTRUCTION 442 ARMONK ROAD 12104/2009 05/04rz01]
INC MOUNT KISCO NY IGOVI
DOE DOL "^'3333 MASONRY INDUSTRIES INC 642 ARMONK ROAD 12X4/2009 05X42017
MOUNT KISKO NY 10549
f, DOL DOL ^'^dfi30 MATSOS CONTRACTING 12-14 UTOPIA PARKWAY 02/10/2010 02/192015
CORPORATION WXITESTONE NY 11357
E
L Page 8 of 13
L
NYSDOL Bureau of Public Work Debarment List 07/14/2014
L
Article 8
L
DOL AG "'^99]0 nyCO
RUCTION CO INC ]OO SUMMER STREET 1114/2009 11/242014
STAMFORD CT
k WL DOL '^"989NTRACTING 2605T RAYMOND AVENUE 08/30/2011 08/30/2016
ORATION BRON%NY 10461DOL DOL TRUCTION INC 9]S OLO MEOFORD AVENUE 08(26/2009 08/262014
FARMINGDALENY11]38DOL DOL ""'9028 INTERIORS LLC 8531 AVENUE. 02]05]2013 02/052018
BROOKLYN NV 11236
DVANCED AV 295 BRIGHTONHENRIETTA 11/042010 11YRF2015
IONS LLC TOWN LINE
ROADROCHESTER NV 14623
DOL DOL "'9259 CONTRACTING 134 MURRAV AVENUE 1&112009 02/032019
O,NO YONKERS NV 10706DOL '"'032] INDUSTRIES LLC iN MURRAY AVENUE lDlin009 OQAW2019
YONKERS NY 107W
DOL NYC "-'5330 METRO DUCT SYSTEMS INC 12-19 ASTORIA BOULEVARD 04116/2016 ./162019
LONG ISLAND CITY NV 11102
DOL DOL ""'9198 MICHAEL CZECHOWICZ OCTAGON CO 37-1135THAVENUE-2NDFL 011081013 01b812018
LONG ISLAND CITU NY 11101
DOL DOL MICHAEL F LEARY JR 06/19/2013 06119/2018
3813 SNOWDEN HILL
ROAONEW HARTFORD NY
13413
DOL DOL I
LEARY JR METAL 3813 SNOWDEN HILL ROAD 06]1912013 05/19/2018
B DRYWALL NEW HARTFORD NY 13413
DOL OOT ELKTISTAKIS WD 88TH STREET 111IW2013 11118/2018
BROOKLYN NY 11209
DOL DOL "^'6033AEL KUSN,R KOSHER 2654 ANAWALK ROAD O6N312.2 08/032017
CONSTRUCT] KATONAH NY 10536
_ ON
DOL DOL EL MARGOUN 4LEGHORN COURT 11/2812012 112812017
NEW YORK NV 11746
DOL DOL LLE L BARBER 635 LUZERNE ROAD 091162013 09/16/2018
` WEENSBURY NY 128.
* DOL DOL ""2635 ONSTRUCTION OF 13216CALUMETAVENUE 111102011 11/10/2016
AR LAKE INC CEDAR TAKE IL 46303
DOL NYC UELACOSTA 2518100TH STREET 081212013 08/2112018
EAST ELMHURST NY 11369
DOL DOL '"'5517 IUM PAINTING INC 67 WARD ROAD 010GO11 012112016
ALT POINT NY 1298SOL AG AMMAD RIA2 46 RUGBY ROAD 11202013 11i202018
WESTBURY NY 11590
DDL NVC AMMAD GELIM 731235TH AVE-APT F63 03/06/2010 031.2.5
ACKSON HEIGHTS NY 11372
DOL OA MMEDSALEEM 700 LYDIG AVENUE )IS118/2W9 05252015
BRONX NY 10162
COL NYC "'"2690 MONDOL CONSTRUCTION INC 11-2730TH DRIVE 05/2512011 35252016
LONG ISLAND GTY NY 11102
DOL DOL MORTON LEVITIN 3506 BAYF1El➢BOULEVARD 08130/2011 081302016
OCEANSIDE NV 11572
DOL DOL ^"'2737 MOUNTAIN'S AIR INC 2171 OCEAN AVENUE-STE 7A 09242012 09242017
BROOKLYN NY 11229
DOL NYC MUHAMMADZULFICAR 129L618TH AVENUE 02/15/2.2 02/092017
COLLEGE POINT NV 113%
IDOL DOL ""'2357 MUNICIPAL MILLING B MIX-IN- WEE ERIE ROAD 02/032011 02103/2016
PLACE ANGOLA NV TRI].
y DOL DOL U.FORTH PO BOX 74 021282012 10101/2017
F[« EAST GREENBUSH NY 12NO
COL DA ""9.2 MUTUAL OF AMERICAL 768 LVOIG AVENUE 00118/2009 051252.5
GE NERAL CONSTRUCTION S SRON%NY 10462
MANAGEMENTCORP
DOL WL MUZAFFARHUSSAIN C/O ABSOLUTE GENERAL 812812013 01/282O18
CONT
1129 AVENUE UBRODKLVN NY
11229
DOL DOL N PICCO AND SONS 154 EAST BOSTON POST 08/1112009 081112.4
COMRAOTING INC ROAD
MAMARONECK NY 10563
t SOL DOL NATPICCO 154 EAST BOSTON POST 08122/2.9 0822/2014
ROAD
MA.ARONECK NY 10543
DOL DA """6908 NEW YORK INSULATION INC 5B Rs STREET 05/1612012 05/16201]
MASPETH NY 11378
DOL DOL NICHOLAS OEGREGORY JRNJ 1698 RO TE 9 0523/2013 05/232018
I[P
DEG
BERGEY GLENS FALLS BY 12WI
&COMPANY
COL NYC NICHOLAS PROVENZANO 147 BROOME AVENUE OVOW2014 03N32019
ATLANTIC BEACH NY 11509
4
Pana O of 1 i
L
L
NYSDOL Bureau of Public Work Debarment List 07/14/2014
Article 8
L
DOL NVC NICHOLAS PROVENZANO 14]BROOMEAVENUE 03/03/2014 0]/03/2019
a ATLANTIC BEACH NV 11509
fM NOT DOL NICOLE SPELLMAN 2001 JACKSON AVENUE 06103/2010 06/03/2015
C0PIAGUE NY 11726
DOL DOL NIKOLAS PSAREA$ 656 N WELLWCOD AVEISTE C 09/01/2011 09/011016
LINDENHURST NY 1 219
DOL DOL ""'5279 NJ DEGREGORY 6 COMPANY 1698 ROUTE 9 05/232013 09232010
GLEN$FALLS NY 12801
DOL COL NJ DEGREGORY B SONS 1698 ROUTE9 05123/1013 05232018
CONSTRUCTION GLENS FALLS NY 12601
DOL DOL ""'9198 OCTAGON CO 37-1135TH AVENUE 2ND FL 011062013 01282018
LONG ISLAND CITY NV 1fl01
DOL DOL OKBY ELSAYEO 15H FAST 56TH STREET 051042012 RVYGY11
BROOKLYN NY 11230
COL NYC OLIVER HOLGUIN 952676TH STREET 10112/2011 10/12/2016
OZONE PARK NY 11416
L
DOL NYC "^8337 OPTIMUM CONSTRUCTION 23-73
40TH STREET 04124/2014 W2412019i INC LONG ISLAND CITY NV 11103
DOL NYC ORSON ARROYO CIO METRO DUCT SYSTEMS Wl IDZY14 06/1612019
X-19 ASTORIA
BOULEVARDLONG ISLAND
CITY NY 11102
DOL DOL "^4506 PAF PAINTING CORP 161 TIBBETTS ROAD 03112/2014 0311212019
YONKERS NY 10705
DOL DOL ""'5242 PAF PAINTING SERVICES INC GARDEN 157 TIBBETTS ROAD 01122014 03MA2019
STATE YONKERS NY 10103
PAINTING
DOL SOL PAF PAINTING SERVICES OF LIO SPIEGELBUTRERA 031121014 03/122019
WESTCHESTER INC 1MAIDEN LANE5THFLNEW
YORK NY 10030
DOL DOL ""'5226 PASCARELLA&SONS 459 EVEROALE AVENUE 01202010 01102015
WEST/SLIP NY 11759
t DOL DCL "'^8802 PAPS HEATING AND AIR PO BOX 371 05112/2014 GV12/2019
f� CONDITIONING LTO ROUND LAKE NY 12151
DOL DOL PATRICIA M RUGGLES PO BOX 371 05I12G014 05/122019
t ROUND LAKE MY 12151
q DOL DOL PAULVERNA C/O AMERICAN STEEL 02/20/2013 02120/2018
r` MECHA
693 PAINTER STREETMEOIA
PA19063
COL WL PEDRO BROOK 131 MELROSE STREET 03102/2010 03/022015
BROOKLYN NY 11206
DOL DOL "^9559 PERFORM CONCRETE INC 31 DURANT AVENUE 0002/2012 07/022017
BETHELCT06801
DOL DOL PETERIANDI 249 MAIN STREET 10251009 10/092014
EASTCHESTER NV 10709
DOL DOL —7229 PETER J LAND/ISO 249 MAIN STREET 10252009 1025/2014
EASTCHESTER NY 10709
DOL NYC PETER LUSTIG 30 COLUMBUS CIRCLE 08/2112012 08211017
EASTCHESTER NY 10709
DOL NYC PETER TRIT 18 599058TH AVENUE 11110/2013 11/18/2018
MASPEM NY 11378
DOL DOL P---7914
PHOENIX ELECTRICIANS 540 BROADWAY 03Mi 031092015
COMPANY INC P O BOX 22122ALBANY NY
12201
DOL DOL PRECISION SHE B9 EDISON AVENUE 1012812011 10/282016
DEVELOPMENTINC MOUNT VERNON NY 10550
BOL DOL PROFESSIONAL ESTMATING 19 TBBETS ROAD 03112201/ 03/42019
68USINE55 CORP 1101, NY 10705
DOL COL PROLINE CONCRETE OF WNY 3090 SIT RLEY ROAD 06119201112/30/2016
INC NORTH COLLINS NY LU 11
DOL COL RAMADACONSTRUCTION NSSAVOLOOP 0127/2014 0110]20:9
CORP STATEN ISLAND NV 10309
DOL DOLRAMON BONI. 938 E 232ND STREET N2 0525/2010 0529ID15
BRONX NY 10066
DOL OOT RAW POWER ELECTRIC CORP SPARK PLACE 09N62013 09/16/2018
MIDDLETOWN NV 10340
L DOL NYC RAYMOND PEARSON P O BOX 957 0311212014 03/122019
PORT JEFFERSON STA NV
11776
DOL DOL REBECCA THORNE 113 N MAPLE AVENUE 0921/2013 022112010
GREENSBURG PA 15501
DOL DOL REVOLUTIONARY FLOORS POBOX 268 09116/2013 032112019
LLC STILLWATER NY 12170
LOT DOL RHINO CONCRETE LLC 1015ULLVS TRAIIISURE20 1111$2013 01/072019
PITTSFORO NY 14539
(i
NYSDOL Bureau of Public Work Debarment List 0711412014
Article 8
DOL ooL RIC HARD WILSON C/O DUFOUR GROUP INC 061mn014 W102019
353 WEST 58TH STREET
97MNEW YORK NY 10019
DOL NYC ""6978 RISINGTECH INC 243-03137TH AVENUE 0X25/2010 03,2S2G15
ROSEDALE NY 11422
DOL DOL ROBBYE BISSESAR 8951 SPRINGFIELD BLVD 01I11/2➢03 01/1113003
{ QUEENS VILLAGE NY 11421
DOL NYC ROBERT FICARELLI 1205028TH AVENUE 01/1412011 01/142016
FLUSHING NY 1135
DOL DOL ROBERT L EVANS 128A NORTH STANFORD 0523/2013 OW232O18
ROAD
STANFORD CT 06933
DOL DOL ROCCO ESPOSITO CM ROONAN CONTRACTING 0924/2012 091242017
O
62➢COMMERCE
STREETTHORNWOOD NY
10594
DOL DOL ROOMAR CONSTRUCTION 620 COMMERCE STREET 0924/2012 09/242017
CORP THORNWOOD NY 4594
LOU DOL —70M ROCMAR CONTRACTING 620 COMMERCE STREET 0924/2012 09242011
CORP THORNWOOO NY 10594
f DOL WL ""'9025 ROJO MECHANICAL LLC 938 E 232NO STREET 42 05202010 05125/2015
{ BRONX NY 10466
}�1
DOL DOL ROMEOWARREN Cp RAW POWER ELEOTR 09/1&12013 0911CDU8
CORP
3 PARK PLACEMIDDLETOWN
NY 1WHO
{ DOL DOL "I ROSE PNNTING CORP 222 GAINSBORG AVENUE 05110/2010 05110/2015
4b
WEST HAREPST
BISON NY 107-04
DOL DOL ROSEANNE CANTISANI 11 TATAMUCK ROAD 05/4/2012 05104,"2017
POUND RIDGE NY 10576
[' DOL NYC ROSS J HOLLAND 121JEW 2881 AVENUE 01112011 01/14/2616
[` FLUSHING NY 11354
DOL DOE ROSS J MUSCOLINO 10 ST CHARLES STREET 09/OW2013 09/03/2018
THORNW000 NY 105M
FOL DOL 58 M CONTRACTING LLC 30 MIDLAND AVENUE 11105/2010 11/05/2015
WALLINGTON NJ 07057
DOE DOL SBS ELECTRIC 235 BROADWAY 06/1912013 06/192018
SCHENECTADY NY 12306
DOL DOL ""'11 S B WATERPROOFING INC SUITE R3R 11MKJ2W9 1114/2014
2167 CONEY ISLAND
AVENUEBROOKLYN NY 11223
.OL DOL ""4923 SCHENLEYCONSTRUCTION 731 WARWICK TURNPIKE 062512012 12/112017
INC HEWITT NJ 07421
DOL DOL SCOTT LEONARD GLOBAL TANK PO BOX 1238 111282012 112812017
CON6TRUCTI RAJ-INA ON 74365
ON LLL
[. DOL DOE SEAKCO CONSTRUCTION 128A NORTH STAMFORD 051232013 05/2312018
COMPANY LLC ROAD
STAMFORD CT 0003
DOL DOL ""'9030 SEAKOO NEW YORK LLC SEAXOO 128A NORTH STAMFORD 05123/2013 092312018
CONSTRUCTI ROAD
( ON COMPANY STANFORD CT 06903
` DOL DOL SEAN HERBAGE CIO SEAN 445 RCOSA GAP ROAD 041142014 W!1412019
SURSAGE BLOOMINGBURG NY 12721
CORP
DOL DOL ""6586 SEANBURBAGECORP 445RCOSA GAP ROAD
BLOO04/1/2014 04/102019
{ MINGBURG NY 12]21
�kY DOL UOL ...."I SEVEN STAR ELECTRICAL 2324 STEINWAY STREET 061278011 06127/2016
CONTRACTING CORP ASTORIA NY 11105
DOL DOL SEVEN STAR ELECTRICAL INC C/O THEONI ATHANASIADIS 0627/2011 175/212016
1023 COMMACK ROADDIX
HILLS NY 11746
DOL NYC SHAFIQUL ISLAM 11-2730TH DRIVE 0525/2011 05252016
LONG 1SLAN0 CITY NY 11102
DOL NYC SHAHZAD ALAN 2110728TH AVE 07/02/2012 WIO220T1
BAYSIDE NY I IW
i DOL DOL SHAIKF YOUSUF CIO INDUS GENERAL CONST M1282010 41282015
t+ 3.91 ST STREETJACKSON
HEIGHTS NY 1137
DOL DOL '""415 SIGNAL CONSTRUCTION LLC 199 CRIDER STREET 1111412006 0225/2015
BUFFALO NY 14215
{ DOL DOL ""'8469 SIGNATURE PAVING AND PO BOX 772 081132010 08/1312015
(` SEALCOATING JAMESTOWN NY 14701
DOL DOL "'8469 SIGNATURE SEALCOATING 345 LINNGSTON AVENUE 4/06/200] 08/132015
ANO BTRIPING SERVICE P O BOX 772JNAESTOWN NY
111 14]02
p DOL DOL ""'694 SIGNING STAR LIMITED 5HANSEN PLACE 09/1812013 09116/2318
$` LIABILITYCOMPANY WAYNE NJ 074]0
t
NYSDOL Bureau of Public Work Debarment List 07/14/2014
Article 8
OOT WL .-1111 SNEEM CONSTRUCTION INC 43-2242ND STREET 071012011 07101/2016
j SUNNYSIDE NY 11154
L DOL DOL SPASOJE OOBRIC 61 WILLET STREET-SUTE 0710920ID 021232017
PASSAIC NJ 07055
DOL DOL SPORTSCRAFTERS INC 113 N MAPLE AVENUE 022712013 0221'2018
GREENSBURG PA 15601
DOL DOL ""'3539 SPOTLESS CONTRACTING IMPACT KTHIELLS-MIT"ROAD 1W14/2011 101142016
INDUSTRIAL POMONA NY 10970
SERNCES INC
DOL DOL .... STAR INTERNATIONAL INC 0451 SPRINGFIELD BLVD 0&11'2003 00/11/3053
QUEENS VILLAGE NY 11427
WL DOL STEFANIE MCKENNA 30 MIDLAND AVENUE 11105/2010 11N52015
WALLINGTON NJ 07057
DOL DOL STEPHEN BIANCHI 462 LAKEVIEW AVENUE ID1612013 12162010
VALHALLA NY 10595
L DOL DOL STEPHEON SHELDON FANTASTIC 493 LANSING ROAD 11/102013 11/182018
PAINTING FULTCNVILLE NY 121172
DOL DCL STEVEN CONNJN 60 COLONIAL ROAD 02115/2011 02/1512016
STILLWATER NY 12170
DOL DOL STUART CHAFFIN 634 ROUTE A`3072611012 1111912018
6 SLAUVFF NY 10913
DOL DOL ""'3210 SUPER SWEEP FMS 4LEGHORN COURT 11/288012 111282017
NEW YORK NY 11746
DOL DOL SUSANNE G GOLD CIO GOLDS 25 HAMILTON ROAD 1011612013 10116/2018
FLOORING MONTCELLO NY 12701
INSTALLATION
ySING
(4 DOL DOL ""9fi]fi i D CONTRACTORS CORP TO MN MAPLE AVENUEIW 02/21'2013 021112010
PA
CONTRACTOR GREENSBURG PA 15601
S INC
DOL DOL T D CONTRACTORS INC 113 N MAPLE AVENUE 022112013 0221'2010
ppp GREENSBURG PA IM01
p DOL DOL TECH-MECHANICAL FAB DC 5PARKER AVENUE 0325/2014 03252019
INC POUGHKEEPSIE NY 12.1
DOL DOL ""71293 THE J OUVINA GROUP LLC 344 SOUNDVIEW LANE 11,22/2011 11122!2016
COLLEGE POINT NY 11356
DOL DOL THE THORNE GROUP INC 113 N MAPLE AVENUE 0221/2013 022712018
GREENSBURG PA 15501
DOL GOT "^2070 THE UNNERSAL GROUP OF 212 OXFORD WAY 12111/2012 )9%62018
NEW YORK INC SCHENECTADY NY 12309
OOL DOL '^^9243 THE WELCOME MAT P0BOX 269 09116/2013 0321TO19
PROPERTY MANAGEMENT STILLWATER NY 12170
LLC
DOL DOL THEONI ATHANASIADIS C/O SEVEN STAR ELECTRICAL D2712011 0627,2016
2324 STEINWAY
STREETASTORIANY11105
k DOL DOL THOMAS DESANDS DECANTS 181 OSWEGO RIVER ROAD 09242013 11/182019
EN
471 TERPRISES PHOENIX NY 13135
DOL NYC THOMAS SCARINCI1304392NDAVENUE 11127/2013 11272018
RICHMOND HILLS NY 11418
DOL DOL THOMAB TERRANOVA 13 NEW ROADISUITE I 11115/2010 11)192015
NEWBURGH NY 12550
DOL DOL "^2730 THREE FRIENDS 986 MADISON AVENUE 011032013 01/03/2010
CONSTRUCTION CORP PATERSON NJ WIN
COL NYC "'^6253 THUNDER BROTHERS CORP 24 CONGRESS LANE 05,212013 05/0112018
SOUTH RIVER NJ 08882
DOL DOL TIMOTHY F BARBER 635 LU2ERNE ROAD 09116!2013 09/16/2018
QUEENSBURY NY 128N
DOL NYC TIMOTHYO'SULLNAN C/O SHEEN CONSTRUCTION 97/012011 07/01/2016
432242ND
STREETSUNNYSIDE NY 11104
DOL NYC ""'1523 TM MECHANICAL CORP 130J'92ND AVENUE 11278013 11)272018
RICHMOND HILLS NY 11416
DOL NOT TNT DEMOLITION AND SAS COUNTY ROUTE 8 08M02009 00/19/2014
ENNRONMENTPL INC FULTON NY 13069
DOL DOL ^^9315 TOTAL DOOR SUPPLY& 16 JOY DRIVE 01M5/2010 01M512015
p
INSTALLATION INC NEW HYPE PPARK NY 11040
F DOL DOL ""'3315 TOTAL DOOR SUPPLY S 16 JOY DRIVE 01/05/2010 .1. 2J15
INSTALLATION INC NEW HYDE PPARK NY.
DOL COL -8176 TOURO CONTRACTING CORP 1541 EAST BATH STREET 05M C2 12 0510412017
BROOKLYN NY 11234
DOL DOL ""'2357 TRAO CONSTRUCTION INC MUNICIPAL 9091 ERIE ROAD 02/03/2011 021=2016
KILLING&MIX ANGOLA NY 14005
_IN-PLACE
DOL DOL TRI STATE TRUCKING INC 140 ARMSTRONG AVENUE 101212009 10/212014
SYRACUSE NY 13.
1 DOL ,2071 ""5213 TRIAD PAINTING CO INC 6%N WELLWOOD AVEISTE C 09/018011 09/012016
j` LINDENHURST NY 11757
NYSDOL Bureau of Public Work Debarment List 0711412014
Article S
DOL DOL ^^'4294 TWr CONSTRUCTION13 NEw ftogD/sulTEt tvls/mm ivts/2111s
COMPANY INC NEWBURGH NY 12550
DOL DOL ULIANO AND SONS INC RGRIFFEN COURT 10/26/2010 10126'2015
MILLER PLACE NY 11746
DOL AG "'-6490 UNIVERSAL STEEL 9p JUNIUSSTREE Wn3/2014 01/23/2019
FABRICATORS INC BROOKLYN NY 11212
OOT NYC "-7174 VBR CONTRACTING PO BOX 957 031122014 03/122019
PORT JEFFERSON STA NY
11776
DOL DOL '••••1504 VALLEY VIEW LANDSCAPING 470 AURORA STREET 10/29/2W9 41290014
AND SITE DEVELOPMENT LLC LANOSCASTER NY 14006
DOL DOL "^'0854 VANESSq CONSTRUCTION 388MEACHAMAVEZTE103 08/24/2010 081N;2015INC EEMONT NY 11003
OOT NVC VEAP SELA CIO COLONIAL 24748TH STREET 02/052014 0&05/2019
ROOFING BROOKLYN NY11220
COMPAHYING
DOL DOL ^•••390 VE2ANDIOCONTRACTING 530 BEECH STREET 07/0&2012 0]/02/201]
CORP NPNHYDEPARKNV11NO
DOL NYC VICK CONSTRUCTION 21 DAREWOOD LANE 12E1/2013 121J12018
VALLEY STREAM NY 11:51
DOL NYC VICKRAM MANGRU VICK 21 LAKEWOOD)ANE 12/312013 1&31/2018
CONSTRUCT) VALLEY STREAM W 1 ISM
ON
DOL NYC NNCENT PJM701 P0BOX 957 03/122014 03/120019
PORT JEFFERSON STA NY
117)6
TOL NYC ^^'9936 NSHAL CONSTRUCTIONINC ]31235TH AVE-APT F53 03002010 03/04/2015
JACKSON HEIGHTS NY 11272
DOL DOL WASSIM ISSA 470 AURORA STREET 10/292009 10292014
LANDSCASTER NY 14086
LOU DOL WESLEY STAROBA
SCHENECTADY NY 12343
M6 TALLY NO COURT WI19Y2013 05/19'2018
$.
[` DOL DOL ""0078 WESLEY J STAROBA INC SAS 235 BROADWAY 19/2013 W/192018
EL771
ELECTRIC SCHENECTADY NV 12377
LOU DOL "^']61] WHITE PLAINS CARPENTRY PC BOX 309 12/002779 05042017
CORP WHITE PLAINS NY 10603
y LOU OOT WILLIAM CONKLIN 5PARKER AVENUE 03/25/2014 0325/2019
C` POUGHKEEPSIE NY 12601
DOL DOL WILLIAM MA2ZELLA 131 MURRAY AVENUE 0&0312014 02/03/2019
YONKERS NY 10704
DOL DOL WIWAM SCRNENS 30MIpUNDAVENUE 1105/2010 111052015
WALLINGTON NJ 07057
DOL WEWILLIAM THORNE 113 N MAPLE AVENUE 02212013 02210018
GREENSBURG PA 15601
DOL pOL WILLIAMWFARMERJR
ROCHESTER
HAVENUE 10119/2009 10/192014
RONY 14605
`4
DOL NYC "'^5198 %AVIEft CONTRACTING LLC 68 GAYLORD ROAD 02102011 0210/201fi
SCARSDALE NY 10583
DOL AS YULYARONSON 777 SUMMER STREET 11/242009 11242014
STAMFORO CT
OOL WL YURIYIVANIN C/O MOUNTAIN'S AIR INC 09242012 772412017
} 2471 OCEAN AWNUESTE
1229
p ]ABRWKLYN NV 1
L
[[Y
Y
L
t PROPOSALFOR
L TOWN OF WAPPINGER
MARTZ FIELD PAVILION
CONTRACT NO. 14-010
L
DIVISION 600
TECHNICAL SPECIFICATIONS
F�
L PREPARED BY:
MORRIS ASSOCIATES
ENGINEERING CONSULTANTS, PLLC
9 ELKS LANE
POUGHKEEPSIE, NEW YORK 12601
G
JUNE 2014
MA#W21406
t�
L
Town of Wappinger Martz Field Pavilion
SECTION 02223
SELECT FILL MATERIALS
i
PART 1 - GENERAL
Select fill materials shall be as specified herein and used as specified within Section
02220, Earthwork, or elsewhere within the Contract Documents.
PART 2 - PRODUCTS
2.01 SUBMITTALS
A. The name and location of the source of the material.
B. Samples and test reports of the material, as required.
2.02 LISTING OF GRANULAR MATERIALS
A. Type "A", Crushed Gravel
Thoroughly washed crushed, durable, sharp angled fragments of gravel free
from coatings. Crushed particles shall be a minimum of 85 percent by weight
of the particles with at least two fractured faces. The total area of each
fractional face shall exceed 25 percent of the maximum cross-sectional area
of the particle.
Crushed gravel shall have the following gradation by weight:
!{ Percent Passinq Sieve
` 100% 1-1/2 inch
0-25% 3/4 inch
0-5% 1/2 Inch
B. Type "B", Crushed Stone
Thoroughly washed clean, sound, tough, hard crushed limestone or
approved equal free from coatings. Gradation for Type "B" shall be the
same as specified for Type "A" material.
C. Type "C', Crushed Stone
p SELECT FILL MATERIALS 02223-1
L
Town of Wappinger Martz Field Pavilion
LThoroughly washed, clean, sound, tough, hard, crushed limestone or
approved equal free from coatings. It shall have a gradation by weight of
100 percent passing a one (1) inch square opening and 0 - 15 percent
passing a one-quarter (1/4) inch square opening.
LD. Type "D", Washed Sand
LWashed coarse sand having the following gradation by weight:
Percent Passing Sieve
100% 3/8 inch
95 - 100 No. 4
80 - 100 No. 8
L
50 - 85 No. 16
25 - 60 No. 30
10 - 30 No. 50
[ 2 - 10 No. 100
E. Type "E", Screened Gravel
Screened gravel or other acceptable granular material free from organic
matter with a gradation by weight of 100 percent passing a one and a half(1-
1/2) inch square opening, 30 to 65 percent passing a one-quarter(1/4) inch
square opening and not more than 10 percent passing a No. 200 mesh sieve
as determined by washing through the sieve in accordance with ASTM D422.
LF. Type "F", Run-of-Crusher Stone
L
Run-of-crusher hard durable limestone or approved equal having the
following gradation by weight:
LPercent Passing Square Opening (inches)
100% 1-1/2
95 - 100 1
65 - 80 1/2
40 - 60 1/4
L 0 - 10 #200 Sieve
G. Type "G, Gravel Cement Mixture
LA mixture of Type "E" material and Portland cement mixed in a ratio of 15:1
{ and placed and compacted in a dry state.
l H. Type "R", Run-of-Bank Gravel
LSELECT FILL MATERIALS 02223-2
L
Town of Wappinger Martz Field Pavilion
Run-of-Bank gravel shall be clean, well graded material free from organic
matter, containing no stone having any dimension greater than 6 inches, and
25 to 65 percent passing a one-quarter (3) inch square opening. The
material shall also have not greater than 12 percent passing a No.200 mesh
sieve as determined by washing through the sieve in accordance with ASTM
D422. A sample and test report is not normally required, howeverthese shall
be provided at no cost as and if ordered by the Engineer to verify properties
of material used in the field.
I. Type "1", No. 1 Crushed Stone
Crushed stone as described in the current New York State Department of
Transportation (NYSDOT) Standard Specifications, Section 703 -
L Aggregates, satisfying Size Designation 1 and physical requirements stated
therein.
J. Type "2", No. 2 Crushed Stone
Crushed stone as described in the current NYSDOT Standard Specifications,
Section 703 - Aggregates, satisfying Size Designation 2 and physical
requirements stated therein.
K. Type "3", No. 3 Crushed Stone
Crushed stone as described in the current NYSDOT Standard Specifications,
Section 703 - Aggregates, satisfying Size Designation 3 and physical
requirements stated therein.
L. Type "4", No. 4 Crushed Stone
Crushed stone as described in the current NYSDOT Standard Specifications,
Section 703 - Aggregates, satisfying Size Designation 4 and physical
requirements stated therein.
( M. Dry Rip-Rap
` Stone as described in the current NYSDOT Standard Specifications, Section
620 — Channel Protection, satisfying size designation "Fine" and Physical
Requirements stated therein.
PART 3 - EXECUTION
Select Fill Materials shall be furnished and installed as specified in Section 02220 entitled
Earthwork and as specified or shown elsewhere in the Contract Documents and/or
Drawings.
END OF SECTION
[L SELECT FILL MATERIALS 02223-3
L
L
t Town of Wappinger Martz Field Pavilion
` SECTION 02300
EARTHWORK
PART 1 - GENERAL
1.01 DESCRIPTION
A. Work Specified
1. All labor, materials, services and equipment necessary to complete
the earthwork required for completion of the work.
B. Related Work Specified Elsewhere
1 Section 02223 - Select Fill Materials
2. Section 02800 - Site Restoration/Erosion and Sediment Control
3. Section 02911-Topsoil
4. Section 02921- Seeding
1.02 SUBMITTALS
A. Contractor's proposed method(s) of compaction and equipment.
B. Laboratory tests of materials to be compacted.
1.03 DEFINITION
A. Earthwork is defined to include, but not be limited to, clearing, topsoil
removal and storage, pavement removal, classified and unclassified
excavation for structures and trenches, handling and disposal of surplus
materials, maintenance of excavations, removal of water, sheeting and
bracing, steel sheet piling, backfilling operations, rough grading,
embankments and fills, compaction, and protection of existing structures and
facilities.
B. Excavated material shall be classified as provided herein.
1 . Unclassified Excavation
a. Unclassified excavation shall include all materials excavated
4 within the authorized lines and grades described in the
L Contract Drawings, or as required for construction of the
project.
b. Unclassified excavation shall include rock excavation as well
t as common excavation as defined herein.
t EARTHWORK 02300-1
EWooaments\T WappingeTa W2014\W21406 Maa Field PavilionG pedfiwtions\Tech Speps\023004pc
L
{ Town of Wappinger Martz Field Pavilion
L
C. Unless specifically designated otherwise in the appropriate
payment items of the Bid proposal, all excavation shall be
Lconsidered to be unclassified excavation.
2. Common Excavation
a. Common excavation shall include all excavation except rock
k excavation.
b. All unconsolidated and non-hardened material, rippable rock,
loose rock, soft mineral matter, weathered rock, and soft or
friable shale, which are removable with normal earth
excavation equipment, shall be classified as common
excavation.
C. All boulders and detached pieces of solid rock or concrete or
masonry less than one cubic yard in volume shall be classified
as common excavation.
3. Rock Excavation
a. Rock excavation shall include all sound solid masses, layers
and ledges of consolidated and hardened rock or mineral
matter of such hardness, durability and/or texture that is not
rippable or cannot be excavated with normal earth excavation
equipment.
b. Should a conflict arise as to the classification of excavation as
6i either common or rock, the following tests shall be used in the
appropriate determination.
i. Where practicable, a late model, tractor mounted,
hydraulic ripper equipped with a one ripping point of
standard manufacturers design adequately sized for
use with and propelled by a crawler-type tractor rated
between 210 and 240 net fly-wheel horsepower,
operating in low gear, shall be utilized. Should the
suspect material not be effectively loosened or broken
down by ripping in a single pass with the
aforementioned ripper, the material shall be classified
as rock.
ii. Where use of the ripper is impracticable, classification
as rock shall be determined when the material cannot
be loosened or broken down by a six-pound drifting
pick. The drifting pick shall be Class D, Federal
Specification GGG-H-506d, with a handle not less than
34 inches in length.
4. In excavations where mixed areas of common excavation material
and rock excavation material are encountered, individual classification
of each material shall be made on an average percentage basis of
occurrence of those materials as measured in sections through such
{ excavation and as approved by the Engineer.
L. 5. When rock is encountered in excavation, it shall be removed by
EARTHWORK 02300-2
E Wocumenls\T WappingeAa W2014XW21406 Martz Field Pavilion\Specifications\Tech Spe¢\02300.doc
L
V
L
Town of Wappinger Martz Field Pavilion
L
blasting methods,jack hammering or any other method the Contractor
deems suitable and safe,considering the proximity of existing utilities
or facilities. Blasting operations shall be accomplished in compliance
with the requirements of other portions of the specifications, as well
as subsection below entitled Existing Facilities. No blasting shall be
Ldone until the Engineer has taken the necessary measurements of
the rock which is to be removed within payment limits. Extra
L
compensation for rock excavation will be allowed only if specifically
L authorized in appropriate payment items of the Bid proposal.
L1.04 UNIT PRICES
A. Unit prices for earthwork are included in Division 1 Section "Unit Prices."
B. Rock Measurement: Volume of rock actually removed, measured in original
position, but not to exceed the following. Unit prices for rock excavation
include replacement with approved materials.
t
1. 24 inches outside of concrete forms other than at footings.
2. 12 inches outside of concrete forms at footings.
P 3. 6 inches outside of minimum required dimensions of concrete cast
against grade.
4. 12 inches beneath bottom of concrete slabs-on-grade.
5. 6 inches beneath pipe in trenches, and 21 inches wider than pipe.
L 6. 24 inches from outside of precast concrete vault walls.
L1.05 ALLOWANCES
A. Allowance No. 1 for the testing services included in Division 1 "Allowances"
Lfor compaction testing.
PART 2 -PRODUCTS
Not used.
PART 3 - EXECUTION
3.01 SITE CLEARING AND GRADING
i
A. Sites of all construction work shall be cleared of all trees, stumps, brush,
large roots, rubbish, snow,waterand other surface materialswithin the limits
outlined in the Contract Documents or, if not designated, as required for the
work.
B. All such material shall be removed from the project site to a location
approved by the Owner and disposed of as surplus.
i
L EARTHWORK 02300-3
E\tlocuments\T Wappinger\a W2014\W21466 Mail Field Pavilion\Spedfications\TecM1 Specs\023004oc
i
L
I
Town of Wappinger Martz Field Pavilion
L
i C. All trees, shrubbery or other vegetation that are designated to remain or
L whose removal is not specifically required for construction shall be
adequately protected and preserved in an approved manner.
D. When trees are to be protected or preserved, excavation and grubbing,
except as directly required for construction, shall not be performed underthe
spread of tree branches.
E. Locate, identify and protect utilities,surveycontrol points,existing structures,
from damage or displacement by excavation equipment and vehicular traffic.
(L F. No storage of topsoil, materials or construction equipment will be permitted
under the radius of tree spread.
G. Where trees are removed, such removal shall include complete removal of
stump and roots to a distance of five feet all around the trunk of the tree.
k
3.02 TOPSOIL REMOVAL AND STORAGE
A. All topsoil, loam or other natural organic materials covering the work areas
shall be removed and, when suitable for reuse as topsoil,shall be stockpiled.
t B. Stockpiles shall be established only at approved locations and shall be
maintained to prevent erosion and contamination until reuse;do not stockpile
immediately adjacent to other stockpiled materials.
3.03 STRUCTURE EXCAVATION
A. Minimum limits for structure excavation shall be the lines and subgrades
shown on the Drawings and a minimum distance of three feet outside the
base of wall footings or edge of slabs unless otherwise shown.
B. Excavations shall be carried to slopes which are safe forthe specific material
in which the excavation is made.
C. Undercutting of excavation faces will not be permitted.
j D. The Contractor shall determine the amount of additional excavation beyond
iY the minimum distance from the structure.
E. No claim may be made by the Contractor for extra work for damages
resulting from slope instability or extra earthwork required to maintain safe
# slope conditions.
L F. Contractor shall be responsible for excavation of all types of materials
EARTHWORK 02300-4
amoc ments\T Wappinger\a W2014\W21406 Mar¢Field Pavilion\pecifiWions\Tech Spem\02300 Eoc
tI
Y
f
f Town of Wappinger Martz Field Pavilion
encountered.
G. Care shall be taken that excavations for structures are not excavated below
the planned subgrade, unless required to remove clay, silt,fine sand orother
subgrade materials which are determined to be unacceptable forthe support
L of the structures.
H. Unsuitable soils shall be excavated below the required subgrade and a
special backfill material installed in conformance with the Contract
Documents.
I. Special backfill material required as a resultof the Contractor's carelessness
in excavating to required subgrade levels shall be at the Contractor's
4 expense.
J. Where rock is encountered at locations beneath slabs or footings, the rock
shall be overexcavated to minimum 12 inches clearance and replaced with
` compacted Type "F" stone.
K. Exposed subgrade surfaces shall remain undisturbed,drained, protected and
maintained as uniform, plane areas, shaped as required to receive the
foundation components of the structure.
3.04 TRENCH EXCAVATION
A. Trench excavations shall be carried to the lines and subgrades shown on the
Drawings.
B. The Contractor is responsible for excavation of all material encountered,and
trench widths for pipes shall be held within the minimum and maximum limits
shown on the Drawings except where safety standards dictate a modification
in trench side slopes.
C. Contractor is solely responsible for meeting all applicable safety standards.
D. Maximum payment limits are described in the Payment Items, where unit
price payment items are included.
E. Excavation shall be such that a Flat bottom trench of allowable width is
established at the required subgrade elevation for subsequent installation of
tE pipe foundation material.
• F. If indicated on the Drawings or when required as a result of unsuitable soil
conditions, trench excavation shall be carried below the required subgrade
and a special pipe foundation installed.
EARTHWORK 02300-5
E:Wocuments\T Wappinget\a W2014\W21406 Manz Field PavilionZpeafii,abons\Tech Specs\02306 eoc
I
L
Town of Wappinger Martz Field Pavilion
L
G. In any event, the Contractor's operations shall result in stable trench walls
and a stable base,free from standing water, in accordance with trench width
L requirements.
H. Bedrock, boulders and cobbles greater than 6 inches shall be trimmed back
L or removed on all faces of the trench so that no rock protrudes within 6
inches of any installed pipe.
LI. In general, trenches shall not be opened for more than 50 feet in advance of
installed pipe.
J. Excavation of the trench shall be fully completed at least 10 feet in advance
of pipe laying operation.
K. No trenches shall be left open overnight.
3.05 UNAUTHORIZED EXCAVATION
ti
A. The Contractor shall not be entitled to any compensation for excavation
Y carried beyond or below the lines and subgrades prescribed in the Contract
i Documents. The Contractor shall refill such unauthorized excavations at his
own expense and in conformance with the following provisions of this
Lsubsection.
L B. Should the Contractor, through negligence or for reasons of his own, carry
his excavation below the designated subgrade, 3,000 psi concrete or such
other material as may be approved by the Engineer, as specified in the MP
section entitled Select Fill Materials shall be furnished and placed as backfill
insufficient quantities to reestablish the required subgrade surface, Granular
L
material used for backfilling shall be spread and compacted in conformance
i with the requirements of later subsections of this section and to the
percentage compaction outlined therein. The cost of any tests required as a
result of this refilling operation shall be borne by the Contractor.
C. If the maximum widths of pipe trenches are exceeded, the installed pipes
p shall be fully cradled in a minimum of 6 inches of 3,000 psi concrete or such
other material as may be approved by the engineer, at the Contractor's
expense. Excavation below subgrade which is ordered by the Engineer
because the normal subgrade has been disturbed by the Contractors
L operations shall be considered as unauthorized excavation, and is subject to
correction as outlined above.
L 3.06 SURPLUS MATERIAL
E A. On-site disposal of surplus materials from excavations, if permitted, shall be
4 as approved by the Owner. Otherwise, surplus material shall be hauled from
L EARTHWORK 02300-6
E Wocuments\T Wappingetla W201i\W21606 Marx Field Pavilion\Spedflcations\Tech Specs\02300.d oc
f
L
L
Town of Wappinger Martz Field Pavilion
Lthe site, and the Contractor shall make all arrangements for disposal sites,
unless the Owner designates special locations. All expenses for hauling and
disposal shall be borne by the Contractor. Bidders shall investigate all
aspects of surplus material disposing operations. Pavement rubble, tree
Lstumps, trash and debris shall be disposed of in a legal manner.
B. Vehicles used to haul soft orwet material overstreets or pavements shall be
sufficiently tight to prevent material leakage on the streets or pavements. In
L all cases where any materials are dropped from the vehicles of the
Contractor, he shall clean up the same immediately and keep crosswalks,
Lstreet and pavements clean and free from debris.
3.07 MAINTENANCE OF EXCAVATIONS
A. All excavations shall be properly and legally maintained while open and
exposed.
LB. All excavations shall be enclosed with suitably supported temporary fencing.
C. Sufficient and suitable barricades, warning lights, flood lights, signs, etc. to
protect the public shall be installed and maintained at all times until the
excavation has been backfilled and graded to a safe and satisfactory
condition.
LD. All barricades, signs and markers shall be reflective. They shall also
conform to the requirements of the NYSDOT Manual of Uniform Traffic
!. Control Devices.
L 3.08 REMOVAL OF WATER
LA. Prevent surface and subsurface water from flowing into excavations and
trenches and from flooding the site and surrounding area.
LB. Do not allowwater to accumulate in excavations ortrenches. Remove water
from all excavations immediatelyto prevent softening of foundation bottoms,
undercutting footings and soil changes detrimental to the stability of sub-
grades and foundations. Furnish and maintain pumps, sumps, suction and
discharge piping systems, and other system components necessary to
} convey the water away from the site.
L
C. Convey water removed from excavations, and rain water, to collecting or run-
off area. Cut and maintain temporary drainage ditches and provide other
necessary diversions outside excavation limits foreach structure. Do not use
trench excavations as temporary drainage ditches.
LD. Provide temporary controls to restrict the velocity of discharged water as
LEARTHWORK 02300-7
E mocuments\T Wappingetl W2014\W21406 Manx Field Pavillon\SpecdO tions\Tech Specs\02300.doc
2
L
p Town of Wappinger Martz Field Pavilion
L necessary to prevent erosion and siltation of receiving areas.
3.09 SHEETING AND BRACING
�- A. If ordinary open-cut excavation is not possible or if excavation endangers
adjacent facilities or results in a hazardous condition, the Contractor shall be
responsible forfurnishing and installing adequate sheeting and bracing in all
such excavations.
B. In addition, sheeting and bracing shall be installed at all locations shown on
the Contract Drawings.
C. The Contractorshall furnish and place all sheeting,wales, stringers, braces,
timbers, etc., necessary to prevent damage to the work and for the safety of
IL his employees, the general public, or adjacent property and such work shall
be in complete accordance with all details of applicable codes, rules, and
regulations.
(
D. Sheeting and bracing work shall comply with the Occupational Safety and
F Health Act (OSHA).
E. Unless sheeting and bracing is to remain in place, it shall be removed as the
work progresses and in such a manner as to prevent loosening and caving of
the sides of the excavation, and to prevent damage to finished work or
adjacent structures and property.
h
F. As soon as withdrawn, all voids left by the removal of the sheeting and
bracing shall be carefully filled with rodded and tamped type "D" sand, as
specified in the MP section entitled Select Fill Materials.
G. Mobile Trench Shield
1 . If the Contractor utilizes a prefabricated, mobile trench shield in place
of conventional sheeting and bracing in pipe trenches, the bottom of
the shield shall be maintained as high as possible (preferably above
the elevation of the spring line of the pipe) so as to prevent
disturbance of the pipe foundation material and to avoid forces which
j would tend to pull pipe joints apart when the shield is dragged
V forward.
2. Gouged openings or troughs left by the shield shall be filled with
additional pipe sidefill material and thoroughly compacted.
H. No excavation shall be permitted below a line drawn down and away at a
slope of two horizontal and one vertical from the nearest footing or grade
beam of any existing building or structure or as otherwise shown on the
EARTHWORK 02300-8
E NocumenwT Wappinge� W2014\W21406 Mash Field Pavilion\Speufiwtmo \Tech Specs\02300Goc
{)
L
Town of Wappinger Martz Field Pavilion
i
L Drawings without providing sheeting, shoring, and bracing to provide
sufficient lateral supportfor soils beneath the foundation of the structure and
to prevent damage to the structure.
I. In addition, sheeting shall be provided for all excavations below a line drawn
at a slope of one horizontal and one vertical from edges of travel lanes where
excavations take place along highways. Shoulders of such highways are not
considered traffic lanes.
" J. Sheeting and Bracing Left In Place
1. Sheeting and bracing shall be left in place wherever shown on the
Drawings, or when ordered by the Engineer.
2. The sheeting shall be cut off and removed to a depth of at least 3 feet
below finished grade, unless otherwise shown on the Drawings.
3. Good grade and quality of sheeting material shall be used for such
sheeting left in place.
4. If not ordered to leave sheeting and bracing in place, the Contractor
may do so at his own expense if he so elects.
K. Steel Sheet Piling
1. When shown on the Drawings or required in the specifications, the
Contractor shall design, furnish and install interlocking steel sheet
L piling at the locations and to the depths required for satisfactory
_ construction of new facilities and protection of existing structures or
t facilities.
3.10 BACKFILL MATERIALS
A. Granular materials required for filling,backfilling, bedding,subbase and other
purposes shall be as shown on the Drawings. Requirements for off-site
granular materials are specified in Section 02223 entitled Select Fill
Materials.
B. Select fill materials shall be used as specified for backfill, and when
excavated material cannot be used as backfill.
C. If the excavated material on site is approved for reuse and as being suitable
for filling or backfilling purposes, it shall be used.
D. On-site material is designated type "X" material.
E. When on-site material is used for suitable backfill material, Contractor shall
remove all frozen material, boulders (over 4-inch diameter), trash, and
debris, from such material prior to placement.
EARTHWORK 02300-9
E�dowments\T Wappingend W2014\W21406 Mat Field Pavilion\Specifi bons\Teri,SpemW2300 doc
t
L
L
Town of Wappinger Martz Field Pavilion
L
F. If he so elects, the Contractor may, at his own expense, substitute other
types of material specified elsewhere in place of type"X"material, provided
that all documentation requested by the Engineer,justifying such substitution
is submitted by the Contractor sufficiently in advance to permit proper review
f by the Engineer and provided that all replaced material is disposed of as
outlined in the subsection 3.07 above entitled Surplus Materials.
3.11 GENERAL BACKFILLING REQUIREMENTS
A. Backfilling shall be started as soon as practicable and after structures or pipe
installations have been completed and inspected, and/or concrete has
acquired a suitable degree of strength.
B. Backfilling shall be carried on expeditiously thereafter.
C. Backfill shall be started at the lowest section of the area to be backfilled.
D. Natural drainage shall be maintained at all times.
E. Areas to be backfilled shall be inspected by the Engineer prior to backfilling
operations, and all unsuitable materials, including sheeting, bracing, forms
and all other deleterious debris, shall be removed by the Contractor, as
requested.
F. No backfill shall be placed against foundation walls or structural members
unless properly shored and braced or of sufficient strength to withstand
lateral soil pressures.
G. Backfill material shall be inspected by the Engineer prior to placement and
all roots, vegetation, organic matter,or otherforeign debris shall be removed.
6 H. Stones larger than 12 inches in any dimension shall be removed or broken.
` 1. Stones shall not be allowed to form clusters with voids.
J. Backfill material shall not be placed when moisture content is too high to
allow proper compaction.
K. When material is too dry for adequate compaction, water shall be added to
[ the extent necessary.
R L. No backfill material shall be placed on frozen ground nor shall the material
itself be frozen or contain frozen soil fragments when placed.
M. No calcium chloride or other chemicals shall be added to prevent freezing.
EARTHWORK 02300-10
E:WocumentMT Wappingerla W2014\W21406 Martz Field Pavilion\pecificatens\Tech SpecM02300 doc
tr
L
Town of Wappinger Martz Field Pavilion
N. Material incorporated in the backfilling operation which is not in satisfactory
condition shall be subject to rejection and removal at the Contractors
expense.
4 O. If the Contractor fails to stockpile and protect on-site excavated material
` acceptable for backfill,then the Contractorshall provide an equal quantity of
acceptable off-site material at no expense to the Owner.
3.12 METHOD OF COMPACTION
A. General
4. 1. The Contractor shall adopt compaction methods which will produce
the degree of compaction specified herein, prevent subsequent
settlement, and provide adequate support for the surface treatment,
pavement, structure and piping to be placed thereon, or therein,
without damage to the new or existing facilities.
2. Methods used shall avoid disturbance to underlying fine-grained soils
and to subsurface utilities.
3. Before filling or backfilling is initiated, the Contractor shall submit in
writing a description of the equipment and method for compaction
which he proposes to use.
t 4. Hydraulic compaction by ponding or jetting will not be permitted.
! 5. Backfill material shall not be left in an uncompacted state at the close
of a day's operation.
6. Prior to terminating work, the final layer of compacted fill, after
compaction, shall be rolled with a smooth-wheel roller if necessary to
eliminate ridges of soil left by tractors or trucks used for compaction.
7. As backfill progresses, the surface shall be graded such that no
ponding of water shall occur on the surface of the fill.
8. Fill shall not be placed on snow, ice or soil that was permitted to
freeze prior to compaction. These unsatisfactory materials shall be
removed prior to fill placement.
B. Equipment
1. Generally, equipment for compaction of foundation bearing surfaces
shall be the largest equipment consistent with space limitations of the
work areas and the need to protect adjacent facilities.
2. Compaction of granular material adjacent to foundation walls,
[sfootings, piers, and in other confined areas shall be accomplished by
6 means of a drum-type, power driven, hand-guided vibratory
compactor, or by hand-guided vibratory plate tampers.
3. If the proposed method does not give the degree of compaction
required, an alternate method shall be adopted until the required
L EARTHWORK 02300-11
E,MocumenisT Wappinger\a W2014\W21406 Marx Field Pavilion\Spedfications\Tech Specs\02300 aoc
l
f
r
Town of Wappinger Martz Field Pavilion
compaction is achieved.
4. The moisture content of backfill or fill material shall be adjusted, if
necessary, to achieve the required degree of compaction.
C. Inside Buildings
1. Fill placed within the building lines or outside the building lines, but
below the bearing level of adjacent foundation elements shall be
placed in layers 6 inches in thickness(measured priorto compaction)
where hand-guided compaction equipment is used, and not
exceeding 8 inches when self-propelled or tractor-drawn compaction
equipment is used.
r� 2. Under slabs on grade and backfill around structures and above
footings, backfill shall be placed in 8-inch maximum layers.
3. This fill shall be compacted to at least 95 percent of the maximum dry
density as determined by ASTM D1557.
D. Outside Buildings
1. Backfill and fill placed outside the building lines and above the bearing
g level of adjacent foundation elements shall be placed in layers not
L exceeding 12 inches in thickness(measured prior to compaction)and
shall be compacted to at least 90 percent of the maximum dry density
j as determined by ASTM D1557.
gF E. Natural Subgrade
1. The natural subgrade for all structural components or pipes shall
consist of firm undisturbed natural soil, at the grades shown on the
Drawings.
2. After excavation to subgrade is completed, the subgrade shall be
compacted.
3. Compaction shall be limited to that required to compact loose surface
material and shall be terminated in the event that it causes
disturbance to underlying fine-grained soils, as revealed by weaving
or deflection of the subgrade under the compaction equipment.
4. If the subgrade soils consist of saturated fine or silty sands, silts, or
clay, no compaction shall be applied.
F. Minimum Compaction Requirements
1. Unless specified otherwise on the Contract Drawings or in these
specifications, the degree of compaction specified for the various
items listed in Table 1 shall be the minimum allowable.
2. Unless the Contractor can successfully demonstrate that his methods
will produce the required degree of compaction, materials to be
EARTHWORK 02300-12
E wowments\T W appinger\a W2014\W21406 Mark Field Pavilion\Speafications\Tech SpeMM300.doc
L
Town of Wappinger Martz Field Pavilion
Y compacted shall be placed in layers not exceeding the uncompacted
F thicknesses listed in Table 1.
it 3. The Engineer may order in-place density tests to ascertain
conformance with the compaction requirements shown on Table 1.
4. Tests may be ordered for every 200 cubic yards of fill or backfill
placed or at 75 linear foot intervals of pipeline backfilled, or
frequencies deemed necessary by the Engineer to reliably and
consistently determine the general compaction level being achieved.
5. The Contractor shall dig test holes at no additional cost to the Owner
when requested for the purpose of taking an in-place density test
below the current fill level.
6. The Contractor shall provide free access to trenches and fill areas for
the purpose of making such tests. Payment for these tests will be
made by the Contractor, unless otherwise specified elsewhere in the
Special Conditions section of the Specifications.
7. The Contractorshat anticipate time needed dueto testing procedures
and shall not have claims forextra compensation occasioned bysuch
time.
8. All laboratory moisture/density testing will be conducted in accordance
with ASTM Standard D1557 (Modified Method D) and D698
(Standard).
9. Minimum field compaction requirements in Table 1 are expressed as
a percentage of the maximum dry unit weight of the material
compacted in this laboratory.
ETABLE 1
MINIMUM COMPACTION REQUIREMENTS
Max. Minimum
Uncompacted Compacti Per
Type of Backfill Fill Layer on ASTM
Thickness (Percent) Method
(Inches)
E
enea[h Structure 6 98 D1557
ndation Elements - Hand-
ided Compaction
2. Fill Beneath Structure 8 98 D1557
L Foundation Elements - Self-
Propelled or Tractor-Drawn
Compaction
3. Fill Under Slabs-On-Grade, and 8 95 D1557
4 Backfill Around Structures and
Above Footings
EARTHWORK 02300-13
tF E:\documente\T Wappinger\a W2014\W21406 MaiK Field Pavilion\Specifiwtions\Tech Spoes\02300.doe
Y
L
Town of Wappinger Martz Field Pavilion
TABLE 1
MINIMUM COMPACTION REQUIREMENTS
Max. Minimum
Uncompacted Compacti Per
Type of Backfill Fill Layer on ASTM
Thickness (Percent) Method
(Inches)
4. Fill Under Pipelines and Pipe 8 95 D1557
Bedding
5. Pipe Sidefills and Top 4 Feet of 12 93 D1557
Trench Backfill Under
Pavements
6. Cement-Gravel Trench Backfill 6 95 D1557
7. Trench Backfill Under Lawns, 24 90 D698
Gardens and Cultivated Fields
8. Other Trench Backfill 36 85 D698
9. Fill Under Streets, Parking Lots 6 95 D1557
and Other Paved Areas
10. Embankments Not Supporting 18 90 D1557
Pavement or Structures
11. Rough Site Grading 24 85 D698
3.13 BACKFILL FOR PIPE TRENCHES
A. General
1. Pipe foundations, to a depth of 1 foot above the pipe, shall be placed
in 12-inch layers and thoroughly compacted by approved mechanical
methods to ensure firm bedding and side support. Refer to Table 1,
nos. 4 and 5 for density requirements.
2. For plastic or polyethylene pipe materials, do not compact directly
over pipe until two feet of cover has been installed. Compaction shall
be applied on both sides of pipe as otherwise specified. Pipe
foundations are specified in the appropriate specification sections
covering underground piping.
L 3. When backfill reaches 1 foot above the top of the pipe, the entire
surface shall be compacted by mechanical means except as provided
above:
4. The remainder of the trench shall be backfilled and compacted in
)„ accordance with the subsection 3.13 above entitled Method of
EARTHWORK 02300-14
E'.Woc ments\T WappingeiAe W2014\W21406 Martz Field PavilionWpetifir tions\Tech Speos\02300 doc
i
L
L
Town of Wappinger Martz Field Pavilion
Compaction and by one of the following methods, depending on the
�. nature of backfill material and location of trench.
r
B. Method A (All paved areas including driveways, parking areas, walks, etc.)
1. Backfill material shall be placed in layers not exceeding 12 inches
thick and each layer thoroughly compacted with a backhoe mounted
hydraulic or vibratory tamper, up to 4 feet under pavement (below
bottom of pavement base). The upper 4 feet shall be compacted
using hand-guided or small self-propelled vibratory or static rollers or
k pads in layers not exceeding 12 inches in thickness. Refer to Table 1,
E No. 5 and No. 6 for density requirements.
C. Method B (For lawns, cultivated fields, gardens and non-paved areas where
minimum subsequent settlement is required.)
1. Refer to Table 1, No. 7 for density requirements. Top of backfill shall
be compacted by mechanical means and surface maintained prior to
topsoil installation, fine grading, and seeding. Regrade and reseed if
required to maintain grade within guarantee period.
3.14 BACKFILL FOR STRUCTURES
A. Backfill shall be placed in layers not exceeding 6-inches thick and thoroughly
compacted by mechanical means.
B. In addition,where pipelines or conduits are to be placed in structure backfill,
all backfill under the pipes shall be Type F crushed stone unless a specific
method of supporting such pipes is specified.
L 3.15 BACKFILL FOR EMBANKMENTS AND FILLS
(� A. General
1. Embankment areas shall be cleared and grubbed prior to initiating fill
operations.
2. Embankments shall be formed of satisfactory materials placed in
successive layers, approximately horizontal, of not more than 12
inches in loose depth for the full width of the embankment.
3. All materials placed in constructing the embankment shall be free of
organic matter, leaves,grass, roots, and other objectionable material.
4. At all times the Contractor shall slope the embankment to provide
surface drainage.
5. The materials placed in the layers shall be of the proper moisture
content to obtain the prescribed compaction.
6. Wetting or drying of the material to secure a uniform moisture content
EARTHWORK 02300-15
{{ Ebocuments\T WaPPinger\a W2014\W21406 Martz Field Pavilion\pedfiwtions\Tedi Specs\02300doc
L
LTown of Wappinger Martz Field Pavilion
L throughout the layer may be required.
7. Generally, to obtain compaction, water content shall be between 1
percent over optimum to 2 percent under optimum.
LB. Compaction
1. Rolling operations shall be continued until the embankment is
compacted to the density as specified in the subsection 3.13 above
entitled Method of Compaction.
2. Any areas inaccessible to rollers shall be compacted by mechanical
tampers.
3. In the construction of embankments, starting layers shall be placed in
the deepest portion of the fill, and as placement progresses, layers
shall be constructed approximately horizontal, maintaining drainage
and keying layers into adjoining slopes.
4. The compaction equipment shall be of such design, weight and
quantity as to obtain the required density.
3.16 GRADING
A. After the completion of all fill and backfill operations, the Contractor shall
grade the site to the lines, grades and elevations shown on the Drawings,
taking into account any subsequent site restoration and paving requirements.
B. Finish grading shall not be done until the installation of all underground
utilities, sewers, etc., have been completed.
3.17 EXISTING FACILITIES
A. General
1. Some of the existing subsurface facilities likely to be encountered
during construction of the work, or located in such close proximity to
the work to be done under the Contract as to require special
precautions and methods for their protection are indicated on the
k Drawings.
` 2. These facilities include buildings,tanks, sewers, drains,water mains,
conduits and their appurtenances.
3. However, the sizes, locations, and heights or depths indicated are
only approximately correct and the Contractor shall conduct his
operations with caution and satisfy himself as to the accuracy of the
information given.
4. He shall not claim norshall he be entitled to receive compensation for
damages sustained by reason of the inaccuracy of the information
given or by reason of his failure to properly maintain and support such
structures.
LEARTHWORK 02300-16
Eldocuments\T Wappingefa W2014\W21406 Marg Field PaWion\pedtr tions\Tech Specs\02300.doc
L
Town of Wappinger Martz Field Pavilion
L5. There may be other subsurface facilities,the existence and/or location
of which are not known, such as individual water and gas services,
` electrical conduits, telephone, storm drains, etc.
6. The Contractor shall consult with the owners of such facilities and, if
possible, shall determine, priorto construction,the location and depth
Lof any such facilities which may exist in the area to be excavated.
7. If underground facilities are known to exist in an area but their location
is uncertain, the Contractor shall exercise reasonable care in his
excavation technique to avoid damage to them.
LB. Notification and Protection Procedures
1. Except where superseded by state or local regulations, or in the
absence of any application regulations, the Contractor shall, as a
minimum, include the following procedures in his operations:
a. Prior to Excavating or Blasting
1. Determine correct field location of all nearby
underground facilities to arrange for the owner of the
utilities to locate them.
2. Notify owners of nearby underground facilities when
excavating or blasting is to take place, allowing them
reasonable time to institute precautionary procedures or
preventive measures which they deem necessary for
protection of their facilities.
3. In cooperation with owners of nearby facilities, provide
temporary support and protection of those underground
facilities which may be especially vulnerable to damage
by virtue of their physical condition or location, or those
which could create hazardous conditions if damaged.
b. Immediately notify any utility owner of any damage to his
underground facilities resulting from the Contractor's
operations, and arrange for repairs to be made as soon as
possible, as coordinated with the owners of the damaged
utilities and as reviewed with the Engineer.
C. In case of an electrical short, or escape of gas or hazardous
fluids (resulting from damage to an underground facility),
immediately notify the Fire Department and all persons who
might be endangered and assist in evacuation of people from
Lthe area.
C. Support of Existing Facilities
1. Existing facilities encountered within an excavated area shall be
adequately supported, blocked and/or braced in a manner approved
( by the owner of the facility.
L 2. If required by the owner of such facility, such supports shall be left in
L EARTHWORK 02300-17
E'.Wp umenis\T WappingeAa W2014\W21406 Mao Field PaW!WSpecifications\Tech Spev M300 doc
}
L
Town of Wappinger Martz Field Pavilion
place to the extent required. Backfilling and compaction under and
around the facilities shall be accomplished with extreme caution so as
not to disturb or damage the facility or its supports, and so as to
prevent future settlement and possible rupture of the facilities.
p 3. Existing facilities removed bythe Contractor in lieu of supportof such
` facilities shall be replaced at the Contractors cost.
D. Relocation of Existing Facilities (Except as Otherwise Provided)
1. Should the location or position of any gas or water pipe, public or
private sewer or drain, conduit or other structure be such as, in the
opinion ofthe Engineer,to require its removal, realignment orchange,
such alteration shall be without the cost to the Contractor for the work
of removal, realignment,orchange only;however,such structure shall
be uncovered and supported or sustained by the Contractor at his
own cost and expense before such removal or before and after such
k realignment or changes, as constituting part of his contract.
!Y 2. The Contractor shall not become entitled to claim any damages or
extra compensation for or on account of the presence of such
structures or on account of any delay due to removal or
rearrangement of the same, but the Contractor shall be entitled to
such an extension of time for the completion of the work as the
Engineer shall decide that the work has been delayed by the removal,
realignment or change of such obstruction.
E. Specific Protection of Water Mains
1. Where a minimum 10-foot horizontal separation ora minimum 18-inch
vertical separation (bottom of water pipe to top of sewer pipe)cannot
be maintained between a water main and a sewer line,the sewer line
shall be constructed of pressure type joints of ductile iron pipe, and
shall be pressure tested to 100 psi to assure water tightness.
F. New York State Requirements
1. If this project is located in New York State, The Contractor shall
comply with the applicable requirements of Industrial Code Rule 53
issued by the New York State Department of Labor (as amended),
k entitled "Construction, Excavation and Demolition Operations At or
i Near Underground Facilities."
G. Pad/Protect Existing Paved Areas and Road Surfaces
1. If Contractor supervised, owned and/or operated tracked excavating
machines are used on, near or over existing paved areas and/or road
surfaces, then planking or other appropriate padding must be utilized
EARTHWORK 02300-18
E`documents\T Wappingetla W2014\W21400 Ma0z Field Pavilion\Speufications\Teui Specs\02300doc
L
4 Town of Wappinger Martz Field Pavilion
L by the Contractor to distribute the load over a large section of
pavement.
2. All paved areas and/or road surfaces that are damaged or destroyed
due to the Contractor's actions shall be properly and promptly
restored. All such restoration shall be carried out in accordance with
the Contract Documents, to the satisfaction of the Owner and at no
cost to the Owner.
L END OF SECTION
L
L
L
L
L
L
L
L
L
L
L EARTHWORK 02300-19
E Wowments7 Wappingef W2014\W21406 Marx Field Pavilion\Specifioafions\Tech Specs\02300 doc
L
L
g Town of Wappinger Martz Field Pavilion
L
SECTION 02800
{ SITE RESTORATION/EROSION AND SEDIMENT CONTROL
L. PART 1 - GENERAL -
1.01 RESPONSIBILITY
A. Assume responsibility for the temporary control of soil erosion and water
pollution resulting from performance of the work of this contract.
B. In the event of conflict between these specifications and regulation of other
Federal, State, or local jurisdictions, the more restrictive regulations shall
apply.
1.02 DESCRIPTION
A. This Section specifies erosion and sediment control measures in addition to
restoration of the site.
B. The Contractor shall restore the project site to the same condition he found it
before commencing his operations or, he shall modify and develop the site to
the finished conditions shown on the Contract Drawings.
C. The Contractor shall be responsible for removal of debris,embankments,fill
material, rough grading, and similar preliminary work as required by the
Engineer and the Owner.
1.03 AUTHORITY
A. The Owner's Representative has the authority to limit the surface area of
erodible earth exposed by earthwork operations and to direct the Contractor
to provide immediate temporary or permanent erosion or pollution control
measures to minimize damage to property and contamination of
watercourses and water impoundments.
1.04 QUALITY ASSURANCE
A. Codes and Standards
1. New York Guidelines for Urban Erosion and Sediment Control.
(United States Department of Agriculture - Soil Conservation Service,
October 1991)
j�
L SITE RESTORATION/EROSION AND SEDIMENT CONTROL 02800-1
EWowments7 Wappingefa W2014\W21406 Marg Field PaWion\peufica8oms Tech Spem=800.doc
L
L
F Town of Wappinger Martz Field Pavilion
L
1.05 SUBMITTALS
L A. Provide the following information in accordance with Article 15 of the General
Conditions:
L1. Silt fence information.
L1.06 RELATED SECTIONS
A. Section 02220 - Earthwork.
B. Section 02911- Topsoil
C. Section 02921- Seeding
„ PART 2 - EXECUTION
2.01 AREAS AND FEATURES TO BE RESTORED
A. All areas, including natural and artificial features occurring thereon,which are
damaged or disturbed by the Contractor's operations, shall be restored,
repaired or replaced to the same or superior condition which existed prior to
construction unless otherwise shown on the Contract Drawings.
B. Grassed or lawn areas shall be dressed with topsoil, raked, fertilized,
seeded, mulched, and maintained as specified in later part.
C. Walls, terraces, fences, ditches, drains, culverts, roadways, drives, posts,
patios, sidewalks, outdoor recreational equipment, garden decorations and
` appurtenances, small structures, and all other artificial features shall be
repaired, restored or replaced to the same or superior condition which
existed prior to construction.
2.02 AREAS TO BE DEVELOPED
A. When the project site is to be modified and developed to meet new
conditions, the Contractor shall perform fine grading, topsoiling, fertilizing,
seedings, planting, mulching and maintenance of areas, all in accordance
with the Contract Drawings and as specified herein.
B. Unless shown otherwise on the Contract Drawings,the entire unpaved area
within the grading limits and within the overall areas excavated and backfilled
shall be so developed.
C. New landscaping work and artificial features, if any, are shown on the
Drawings and specified elsewhere.
SITE RESTORATION/EROSION AND SEDIMENT CONTROL 02800-2
j{ EWowmentskT WappingePa W2014\W21406 Mark Field PavilioMSpecifiwtiGWTec Spe¢W28004oc
Y
L
Town of Wappinger Martz Field Pavilion
2.03 FINE GRADING
A. Areas requiring topsoil shall be fine graded to within 4 inches of finished
grade to provide a minimum compacted thickness of4 inches of topsoil at all
y locations. All such areas, whether in cut or fill, shall be raked to a depth of 1
t inch, be parallel to finished grade as shown or required, and shall be free of
all stones, roots, rubbish, and other deleterious material.
V 2.04 TOPSOILING
A. See section 02911- Topsoil
2.05 FERTILIZING SEEDING MULCH
A. See section 02921- Seeding
2.06 PLANTING
A. The Contractor shall reestablish all existing cultivated or landscape items,
trees, shrubs, vines and ground covers as practicable. He shall provide
additional or modify existing vegetation, as shown on the Drawings. Existing
trees, plants, shrubs,saplings,ground cover,vines,etc.,which are disturbed
or damaged by the Contractor's operations shall be replaced with new plant
materials.
B. All new plant materials which are to replace existing plant materials shall be
of same genus and species as the original, and shall be placed in the same
location as the item being replaced. The size of the new plant material shall,
if practical, match that of the item being replaced, consistent with normally
available sizes from nursery stock. Depending on the size and type of
material, and when ordered by the Engineer,guy wires, stakes, anchors and
wrappings shall be furnished and installed in a proper manner to brace and
protect the plant. The Contractor shall, as soon as practicable, water and
maintain all reestablished, replaced or disturbed plant material that fails to
respond properly within the one-year guarantee period shall be replaced as
specified above at the Contractors expense. Classifications of plants,
dimensions, planting procedures, etc., shall conform to ANSI Standard Z-
60.1, "Nursery Stock".
C. New plant materials, which are not replacing existing plants, shall be the
species, variety, and number indicated on the Drawings. Durable, legible
labels with the scientific names shall be securely attached to the plants.
Prior to delivery, the trunk, branches, and foilage of the plants shall be
sprayed with non-toxic antidesicant applied according to the manufacturers
g� recommendations.
it SITE RESTORATIOWEROSION AND SEDIMENT CONTROL 02800-3
+t E\documents\T WappingeOa W2014\W21406 Ma=Field Pavilion\peufications\Tecfi Specs\02800.doc
L
LTown of Wappinger Martz Field Pavilion
Evergreen trees and shrubs shall be planted between April 1 to June 1 and
September 1 to November 15. Deciduous trees and shrubs shall be planted
L between April 1 to June 1 and October 15 to December 15.
New plants shall be located where indicated on the Drawings. All plant beds
shall be cultivated to a depth of 8 inches and raked to remove sod clumps,
weeds, stones and otherforeign material exceeding two inches in diameter.
Install plants in general accordance with Attachment C to these
L specifications.
Water plants immediately after installation approximately 5 to 10 gallons for
shrubs and 20 to 30 gallons for trees.
2.07 RESTORATION OF UNCULTIVATED LANDS
A. Unless otherwise shown on the Drawings or required by these Specifications,
L
areas of uncultivated land shall be restored as follows. The disturbed
surfaces shall be rough-graded to the original elevations (plus or minus 1
inch) and general appearance which existed prior to construction (or to the
new elevations and grades which are required), all debris, loose stones over
L 1 inch, boulders, etc., being removed in the process. The surface shall then
be restored in accordance with the"Standard Specifications for Critical Area
Seedlings"as included within the New York Guidelines for Urban Erosion and
Sediment Control. A copy of this Standard Specification is provided as
Attachment B to this Materials and Performance Section. Provide anchored
mulching (Part 2.07) as required for slopes greater than 15 percent.
2.08 SLOPE STABILIZATION AND REVEGETATION
A. It is the intent of this specification to require restoration and stabilization of
sloped areas to approximate grade as exists prior to construction and to the
contours/side slope as indicated on the Contract Drawings and where topsoil
and seeding are required. Where specific contours are not called out, the
site slope is to be graded such that all depressions and earth protrusions are
filled or removed and the finished slope is relatively uniform. Exposed rock
need not be removed nor covered with topsoil; Erosion Control Revegetation
Mat(as specified below)shall be trimmed around such rock and the exposed
portion removed.
B. Sloped areas shall be topsoiled, fertilized, seeded, and maintained as
specified elsewhere in this section.
C. Sloped areas greater than 3:1 (horizontal:vertical) shall be protected by
installing an Erosion Control/Revegetation Mat (ECRM). ECRM shall be
Miramat 1000 as manufactured by Mirafi, Inc., Charlotte, North Carolina, or
L equal. Installation should proceed according to the manufacturer's
L SITE RESTORATION/EROSION AND SEDIMENT CONTROL 02800-4
P EWowmentsUWappingelAa W2DICW21406 Mail Field Pavilion\SpecificationslTech Spem=800doc
Y
L
LTown of Wappinger Martz Field Pavilion
L recommended techniques, and must include these minimum procedures: a)
4 ECRM burial into trenches at terminal ends and installation perimeter, b)
L ECRM length direction of panels parallel to water flow, c) ECRM overlap
between adjacent, parallel panels, and d) ground fastening with metal pins,
Lstaples, or wooden stakes at least every 8 feet.
2.09 STABILIZED CONSTRUCTION ENTRANCE
t
A. Stabilized construction entrances shall be provided at all construction site
traffic entrance/exit points, as specified in the Standard Specifications For
Stabilized Construction Entrance included in the New York Guidelines for
Urban Erosion and Sediment Control. The Contractor's actual plans to enter
and exit the construction site may require additional installations; these will
be provided as required to provide complete site access coverage,at no cost
to the Owner.
B. The stabilized construction entrances shall be provided prior to any activity
on the site; maintained throughout construction and removed, and area
restored, following construction, unless incorporated as part of the work.
L 2.10 SILT FENCES
L
A. Silt fences, as specified in the Standard Specifications for Silt Fence
included in the New York Guidelines for Urban Erosion and Sediment
Control, shall be installed and maintained to control and prevent sediment
movement. Required locations for these fences will include the following:
1. All areas downgradient of the construction site.
2. Steeply sloped areas as required.
3. Other areas as shown on the Contract Drawings.
B. Silt fences shall be installed prior to site disturbance that requires such
protection, and maintained throughout the period of disturbance.
C. Silt fences shall be removed following establishment of sufficient vegetation
{� to control and prevent erosion.
■ 2.11 DUST CONTROL
L
A. Activities on this Project may create dust from traffic and dry weather
conditions. Duct control shall be provided to prevent dust throughout the
project in accordance with the Standard Specifications for Dust Control
L included in the New York Guidelines for Urban Erosion and Sediment
Control.
i
L
j
L SITE RESTORATION/EROSION AND SEDIMENT CONTROL 02800-5
E\docieeidMT Wappinget W2014\W21406 Mail Field Pavilior\pecficationffec Spem=800doc
L
L
[ Town of Wappinger Martz Field Pavilion
g 2.12 RESTORATION SCHEDULE
L A. It is the intent of this Materials and Performance Section to require vegetative
restoration on all disturbed areas of earth, in which are disturbed as a result
of this Contract, immediately following site disturbance requiring such
restoration. This vegetative cover may consist of permanent restoration as
specified, or alternative temporary cover in accordance with the New York
Guidelines for Urban Erosion and Sediment Control. In the event temporary
cover is provided, all requirements for permanent restoration will still apply.
f
END OF SECTION
6
tr
y�
SITE RESTORATION/EROSION AND SEDIMENT CONTROL 02800-6
k! Eidocuments\T Wappinger W2014XW21406 Mad Field PavilioNspedficafions\Tedf SpemT2800.doc
Y
L
Town of Wappinger Martz Field Pavilion
L SECTION 02911 —TOPSOIL
PART 1 - GENERAL
F
1.01 SUBMITTALS
A. Samples:
1. Topsoil for Testing: In the presence of the Owners
Representative, take a 5 Ib sample from each 1000 cu yds
of topsoil to be used on the project. Complete a Topsoil
Sample Information Form for each sample. Ship samples
Land forms (original and 2 copies) to Cornell University Labs.
NOTE: Shipping bags, Topsoil Sample Information forms
and field sample designation numbers will be furnished by
the Owners Representative. Costs and fees associated
with soil testing shall be the responsibility of the Contractor.
L1.02 QUALITY ASSURANCE
A. Topsoil used on this project shall be tested, and approved before
Lplacement.
B. Secure approval before stripping topsoil from a borrow area or
delivering topsoil to the project site.
L PART2 -PRODUCTS
2.01 TOPSOIL
A. Source: Provide topsoil from existing stockpiles stripped from the
project site and approved by the Owners Representative. Provide
ILadditional supplemental topsoil from off-site sources, as required.
B. Off-Site Source: Provide topsoil from areas from which no topsoil
has been taken previously and from areas which are producing, or
L have produced fair to good yield farm crops without unusual
fertilization for a minimum period of 10 years, or from arable or
I cultivable areas supplied with good normal drainage.
L
TOPSOIL 02911 - 1
E\documents\T Wappinger\a W2014XW21406 Martz Field Pavilion\Specifcations\Tech
} Specs\02911.doc
L
F
Town of Wappinger Martz Field Pavilion
C. Provide topsoil conforming to the following:
1. Original loam topsoil, well drained homogeneous texture and
of uniform grade, without the admixture of subsoil material
and entirely free of dense material, hardpan, sod, or any
other objectionable foreign material.
2. Containing not less than 12 percent nor more than 20
percent organic matter in that portion of a sample passing a
1/4 inch sieve when determined by the wet combustion
method on a sample dried at 105 degrees C.
3. Containing a Ph value within the range of 4.5 to 7 on that
portion of the sample which passes a 1/4 inch sieve.
4. Containing the following gradations:
SIEVE DESIGNATION PERCENT PASSING
1 inch 100
1/4 inch 97 - 100
No. 200 120 -65 of the 1/4 inch sieve
2.02 LIMESTONE
A. Provide ground limestone in the producer's standard bags
containing not less than 90 percent of calcium and magnesium
carbonates equivalent to not less than 45 percent of the mixed
oxides of calcium and magnesium and conforming to the following
gradations:
SIEVE DESIGNATION PERCENT PASSING
No. 100 50 - 700
No. 20 100
PART 3 - EXECUTION
3.01 PREPARATION
tl A. Grub out and remove all vegetation in the area of the approved
B4 topsoil source.
3.02 SPREADING TOPSOIL
A. Perform topsoil spreading operations only during dry weather.
TOPSOIL 02911 - 2
L E:\documents\T Wappinger\a W2014\W21406 Martz Field Pavilion\Specifications\Tech
Specs\02911.doc
L
Town of Wappinger Martz Field Pavilion
LB. To insure a proper bond with the topsoil, harrow or otherwise
loosen the subgrade to a depth of 3 inches before spreading
topsoil.
t C. Spread topsoil directly upon prepared subgrade to a minimum
`, depth measuring 4 inches after natural settlement in areas to be
seeded. In Smooth out unsightly variations, bumps, ridges, and
i depressions which will hold water. Remove stones, litter, or other
objectionable material. Finished surfaces shall conform to the
contour lines and elevations indicated on the drawings or fixed by
L the Owners Representative.
3.03 SPREADING LIMESTONE
A. Spread ground limestone evenly over the topsoiled surface.
Incorporate limestone within the top 2 inches of soil prior to finish
Lraking.
B. Apply limestone at the following rate per 1000 sq ft of topsoil area,
{ corresponding to the hydrogen ion concentration (Ph) shown by the
L soil chemical analysis:
pH RATE (pounds)
L 4.5 to 5.0 150
5.0 to 5.5 100
5.5 to 6.0 50
6.0 to 6.8 25
over 6.8 0
LEND OF SECTION
L
L
L
TOPSOIL 02911 - 3
E:\dmuments\T Wappinger\a W2014\W21406 Martz Field Pavilion\Specifications\Tech
`` Specs\02911.doc
L
L
Town of Wappinger Martz Field Pavilion
SECTION 02921
SEEDING
PART 1 -GENERAL
1.01 SUBMITTALS
�r A. Product Data: Hydro Mulch: Manufacturer's specifications and application
rate.
B. Sample: One pound of seed in vendor's unopened package with label
and seed analysis.
1.02 QUALITY ASSURANCE
A. Field Examples: Seed samples will be taken by the Owners
Representative 30 days before sowing is tested. Test analysis will
indicate species, purity, percent of germination, and weed content.
Results will be sent directly to the Owner for acceptance or rejection
based on these tests. The Contractor shall pay all expenses incurred for
testing.
1.03 DELIVERY STORAGE AND HANDLING
A. Deliver fertilizer in manufacturers standard size bags or cartons showing
weight, analysis, and the name of the manufacturer. Store as approved
by Owners Representative.
B. Store all seed at the site in a cool dry place as approved by the Owner's
Representative. Replace any seed damaged during storage.
C. Deliver seeds, 30 days in advance of anticipated use, in vendors
unopened packages bearing labels showing vendors name and seed
y analysis by weight.
1.04 SCHEDULING
A. Time For Seeding: Sow grass seed between March 15th and May 15th or
between August 15th and October 1st, except as otherwise approved in
writing by the Owner.
t�
L
a
SEEDING 02921 - 1
E:\documents\T Wappingerta W2014\W21406 Martz Field Pavilion\SpeciFcations\Tech Specs\02921.doc
xr
L
L
Town of Wappinger Martz Field Pavilion
L PART 2 - PRODUCTS
2.01 FERTILIZER
L A. Fertilizer: Commercial (5-10-5) inorganic, or organic, containing not less
than 5 percent nitrogen, 10 percent available phosphoric acid and 5
Lpercent water soluble potash.
B. Other fertilizers with a 1-2-1 ratio such as 10-20-10 or 6-12-6 may be
substituted for above.
2.02 SEED
A. Furnish fresh, clean, new-crop seed mixed in the proportions specified for
species and variety, and conforming to Federal and State Standards.
B. Acceptable material in a seed mixture other than pure live seed consists
of nonviable seed, chaff, hulls, live seed of crop plants and inert matter.
The percentage of weed seed shall not exceed 0.1 percent by weight.
C. All seed will be rejected if the label or test analysis indicates any of the
following contaminates: Timothy, Orchard Grass, Sheep Fescue,
Meadow Fescue, Canada Blue Grass, Alta Fescue, Kentucky 31 Fescue,
and Bent Grass.
D. Provide the following seed mixture:
STANDARD MIXTURE
AMOUNT BY
WEIGHT IN SPECIES OR VARIETY PERCENTAGE
MIXTURE
PURITY GERMINATION
KENTUCKY
55 PERCENT BLUEGRASS 95 80 PERCENT
(MIN) BLEND ' PERCENT
25 PERCENT RED FESCUE 97 80 PERCENT
(MIN) PERCENT
20 PERCENT PERENNIAL RYE " 98 85 PERCENT
MAX) PERCENT
100 PERCENT
_ SEEDING 02921 - 2
E:\documents\T Wappinger\a W2014\W21406 Martz Field Pavilion\Specifications\Tech Specs\02921.doc
3
L
LTown of Wappinger Martz Field Pavilion
`Approximately equal proportions of 2 or more improved Bluegrass varieties as
E listed in the Cornell Recommendations for Turfgrass.
{, "One or more of the improved Ryegrass varieties as listed in the Cornell
6 Recommendations for Turfgrass.
V
2.03 MULCH
L A. Dry Application, Straw: Stalks of oats, wheat, rye or other approved crops
which are free of noxious weed seeds. Weight shall be based on a 15
's percent moisture content.
L
B. Hydro Application: Colored wood cellulose fiber product specifically
{ designed for use as a hydro-mechanical applied mulch. Acceptable
�. Product: Conwed Hydro Mulch, Conwed Fibers, 231 4th Street SW,
Hickory, NC.
I
C. Jute Mesh: Heavy jute erosion cloth in rolls 225'-0" long by 48 inches
wide as supplied by Jute Products, Inc., South 5th Street, Brooklyn, NY.
1. Wire Staples: Twelve inch lengths of No. 11 gage wire bent to form
a "U", or other wire staples as approved by the Owners
Representative.
PART 3 - EXECUTION
3.01 PREPARATION
A. Seed Bed: Scarify soil to a depth of 2 inches in compacted areas.
Smooth out unsightly variations, bumps, ridges, and depressions which
will hold water. Remove stones, litter, or other objectionable material.
1. Obtain written approval of seed bed from the Owner's
Representative before commencing seeding operations.
r
3.02 FERTILIZING
€ A. Apply 5-10-5 fertilizer evenly at the rate of 40 pounds per 1000 sq ft or 2
pounds of nitrogen per 1000 sq ft.
3.03 SEEDING
A. Assume all risks when seed is sowed before approval of seed analysis.
B. Do not seed when the wind velocity exceeds 5 miles per hour.
�. SEEDING 02921 - 3
E:\documentsU Wappinger\a W2014\W21406 Martz Field Pavilion\Specifications\Tech Specs\02921.doc
L
Town of Wappinger Martz Field Pavilion
C. Application Rate:
i
1., 1. Standard Mixture: 3 pounds per 1000 sq ft.
2. Special Mixture: 5 pounds per 1000 sq ft.
i
D. Dry Application: Sow seed evenly by hand or seed spreader on dry or
moderately dry soil.
E. Hydroseeding:
1 1. Apply seeding materials with an approved hydroseeder.
2. Fill tank with water and agitate while adding seeding materials.
Use sufficient fertilizer, mulch, and seed to obtain the specified
�- application rate. Add seed to the tank after the fertilizer and mulch
have been added. Maintain constant agitation to keep contents in
homogeneous suspension. Prolonged delays in application or
agitation that may be injurious to the seed will be the basis of
rejection of material remaining in tank.
3. Distribute uniformly a slurry mixture of water, seed, fertilizer, and
mulch at a minimum rate of 57 gallons per 1000 sq ft (2500 gallons
per acre). The Owner's Representative may order the amount of
water increased if distribution of seeding materials is not uniform.
3.04 MULCHING
A. Dry Application: Within 3 days after seeding, cover the seeded areas with
a uniform blanket of straw mulch at the rate of 100 pounds per 1000 sq ft
of seeded area.
B. Hydro Application: Apply approved mulch in accordance with the
manufacturer's written instructions and recommended rates of application.
4
C. Dry Application, Jute Mesh: Within 3 days after seeding, cover sloped
areas with a uniform blanket of jute mesh. Securely fasten jute mesh to
slope with wire staples spaced 2 feet on center. Do not apply straw mulch
4 over jute mesh.
L 3.05 LAWN ESTABLISHMENT
A. Maintain the grass at heights between 1-1/2 inches and 2-1/2 inches and
include a minimum of 4 mowings.
B. Water and protect all seeded areas until final acceptance of the lawn.
Contractor shall water all seeded areas once per week to provide a
Lminimum coverage of%" of water over the entire area.
SEEDING 02921 -4
E:\documents\T Wappinger\a W2014\W21406 Martz Field Pavilion\Specifications\Tech Specs\02921.doc
L
Town of Wappinger Martz Field Pavilion
L
3.06 FINALACCEPTANCE
A. Final acceptance of lawn areas will be granted when a uniform stand of
acceptable grass is obtained, with a minimum of 95 percent coverage.
{ Portions of the lawn areas may be accepted at various times at the
discretion of the Owner's Representative.
B. Unacceptable lawn areas, dry application: Reseed as specified and
fertilized at one-half the specified rate.
C. Unacceptable lawn areas, hydro application: Reseed, fertilize, and mulch
at one-half the specified rate, use full water rate.
L D. Once accepted, the Owner will assume all maintenance responsibilities.
END OF SECTION
r.
i.
r
r
6
{qV
i
V�
Ei
Y
{p�
F
SEEDING 02921 - 5
E:\documents\T Wappinger\a W2014\W21406 Martz Field Pavilion\Specifications\Tech Speci;T2921.doc
4
L
Town of Wappinger Martz Field Pavilion
SECTION 03001
CONCRETE
V
PART 1 - GENERAL
1.01 DESCRIPTION
A. Work Included
L
1. All labor, materials, services and equipment necessary for furnishing
and installing all cast-in-place concrete required forthe completion of
the work.
E" B. Related Work Specified Elsewhere
1. Section: 02223- Select Fill Materials
2. Section: 02300- Earthwork
3. Section: 03100- Concrete Formwork.
4. Section: 03200- Concrete Reinforcement.
5. Section: 03251-Joints for Concrete.
1.02 SUBMITTALS
sA. Test results for aggregates, water and field tests.
B. Mill test certificates and test reports for cement indicating compliance with
F these specifications.
C. Concrete mix designs for all classes and types of concrete to be used in the
work.
D. Proposed methods of concrete curing.
B
�. E. Manufacturers' literature foradmixtures, curing compounds, sealers, surface
hardeners, etc.
L F. Name and location of concrete supplier.
1.03 QUALITY ASSURANCE
A. Perform work in accordance with ACI 301 Specification of Structural
Concrete for Buildings.
B. American Association of State Highway and Transportation Officials
(AASHTO).
fw
CONCRETE 03001-1
EmocumerdsRWappingeia W2014%W21406 Madz Field PavilionZpedfications%Teo SpmT3001.doc
f
r
i
IN
4 Town of Wappinger Martz Field Pavilion
C. Standard specifications, New York State Department of Transportation
(NYSDOT).
r
L
D. In each case the latest revision shall apply.
L 1.04 SOURCE QUALITY CONTROL
A. Portland Cement - Mill test certificates identifying chemical and physical
analysis.
L
B. Aggregates- Perform tests by an approved independent testing laboratory,
4 prior to use, to show compliance with these specifications:
j.. 1. Such tests which have been made within six months prior to the use
6 of the aggregates will be acceptable.
2. Gradation tests shall be performed at the point of use.
L
3. The source of the material shall not be changed without retesting.
L 4. All aggregates shall be tested for compliance with the specifications at
a minimum of one year intervals during the course of the work.
5. Coarse aggregates shall be obtained from a NYSDOT approved
Loperating source.
1.05 TESTS AND INSPECTIONS
L
A. All required field and laboratory tests shall be at the Contractor's expense.
L
Should anyadditional tests be necessary due to inadequate test results(i.e.,
core testing, load testing, etc.), the Contractor shall also be responsible for
the cost. The contractor shall use only an approved commercial testing
laboratory.
B. The Contractor shall provide facilities necessary to obtain and handle
representative samples of materials to be tested and shall furnish all
necessary cooperation and assistance as requested by the Engineer. The
Contractor shall provide sufficient notification to the testing laboratory and
shall plan and schedule his operations to allow adequate time forall required
testing and inspection.
C. The testing laboratory shall be responsible to the Engineer for the field
control of all concrete and may reject batches for high slump, uncontrolled air
entrainment or delays. Written reports shall be issued immediately after the
testing is complete. However, if at any time the results are questionable, the
Engineer shall be notified immediately so that corrective steps may be taken.
All tests and reports submitted for review shall be only for those specific
items used in the work. One copy of the test reports shall be submitted
directly to the Engineer by the testing laboratory for review.
L CONCRETE 03001-2
E Wocuments\T Wappingene W2014\W21406 Marg Field PaWkon\ peufiiafions\Tec Spe¢W3001.doc
L
L
Town of Wappinger Martz Field Pavilion
G
D. The criteria for the acceptance of concrete shall be as detailed in ACI 318,
Chapter 4, and include the following tests:
1. Concrete Test Cylinders
a. During the progress of the work, a set of six 6" x 12" cylinders
r shall be made for each 50 cubic yards of concrete placed, or
fraction thereof, of each class of concrete placed each day.
These cylinders shall be made up and cured in accordance
�. with ASTM C31 and shall be tested in accordance with ASTM
C39. The following schedule shall be used in the testing
procedure:
i. Two shall be tested at seven days.
ii. Two shall be tested at twenty-eight days.
iii. The remaining two shall be tested at forty days or as
t, directed by the Engineer.
b. The making, pick-up and curing of the cylinders shall be the
responsibility of the testing laboratory, but the Contractor shall
cooperate in protecting the cylinders and in notifying the testing
lab of scheduled pours.
C. The report shall indicate the mix proportions,air content,water
r, content, slump, batching time, placing time and a detailed
description where the tested concrete was placed in the
structure. All items shall be completely filled in on each test
report.
2. Slump Tests
{ a. Slump tests shall be made of each batch and/or as frequently
as directed. Tests shall be made in accordance with the
requirements of ASTM C143.
3. Air Content Tests
a. Air content tests shall be made each time slump tests are
taken of concrete required to be air entrained. Tests shall be
made in accordance with ASTM C173 (Volumetric Method) or
ASTM C231 (Pressure Method).
4. Portland Cement
` a. Cement stored at the job site or in storage at the concrete
suppliers plant for over60 days shall be subjected to complete
tests to determine compliance with ASTM C150.
5. Fine Aggregate
a. Tests shall be performed as outlined in the ASTM
Specification C33, "Methods of Sampling and Testing".
Soundness of the aggregate shall conform to the following:
i. Sodium Sulfate: Maximum 7 percent loss
ii. Magnesium Sulfate: Maximum 15 percent loss
b. Organic impurities shall not be allowed. Sand exhibiting a
k color darker than the referenced color shall be rejected.
w CONCRETE 03001-3
E9documen[sU WappingeiIa W2014W21406 Mart Field PaWhon\ped6ca0ons\Tech Sper M001 Goc
L
Town of Wappinger Martz Field Pavilion
6. Coarse Aggregate
a. Tests shall be in accordance with ASTM C33 and as required
by NYSDOT Specification 703.02.
7. Water
a. Questionable sources of water, as determined by the
Engineer, shall be tested in accordance with AASHTO T26 and
ACI 301.
i
PART2 - PRODUCTS
2.01 CONCRETE MATERIALS
A. Cement
1. Conform to ASTM C150 Type II.
2. Tdcalcium aluminate (C3A) shall be limited to a maximum of 7
percent. Use only approved brands without change for the entire
project.
3. Cementused throughout the entire projectshallbe uniform in colorso
as not to detract from the appearance of the exposed concrete.
B. Fine Aggregates
1. Natural sand in conformance with ASTM C33.
C. Coarse Aggregates
1 . Crushed gravel or crushed stone meeting the requirements of ASTM
C33 and NYSDOT specification 703.02. Gradation shall conform to
the Table 703-4 of the NYSDOT specification with the maximum size
aggregate for various types of work as follows:
2. Floor Toppings
a. For bond beam fill, use No. 1A size with not more than 10
percent passing a #4 sieve.
3. Use No. 1 size for:
a. slabs less than 7 inches in depth;
L beams, girders and columns less that 12 inches in width; and
C. concrete piles and other structural concrete where restrictions
within concrete are 2 inches or less.
4. General work having a cross-sectional dimension of 12 inches or
greater, use a mixture of No. 1 size and No. 2 size conforming to the
following gradation:
CONCRETE 03001-4
EOGowments\T WappingeCa W2014\W21406 Mart Field Pavilionl pecffladions\Tech Spe¢\03001.doc
L
Town of Wappinger Martz Field Pavilion
Primary Size Percent Passing
1-1/2" 100
1" 90-100
3/4" 60-90
1/2" 22-50
1/4" 0-6
D. Water
1. Mixing water shall be clear and free from deleterious amounts of oil, acid,
alkali, organic matter, and other substances. Water from an unpotable
water source must be approved by the Engineer prior to use.
2.02 ADMIXTURES
A. Calcium chloride oradmixtures containing more that.l percent chloride ions are
not permitted. Written conformance of the chloride ion content will be required
from the admixture manufacturer prior to mix design review.
1. Water Reducing Admixture
a. The admixture shall conform to ASTM C494, Type A, and shall not
contain more chloride ions than are present in municipal drinking
water. The following are approved:
i. "EUCON WR-75" by the Euclid Chemical Company
ii. "Pozzolith 200N" by Master Builders
iii. "Plastocrete 160" by the Sika Chemical Company
2. High Range Water Reducing Admixture (Superplasticizer)
a. The admixture shall conform to ASTM C494,Type For G and shall not
contain more chloride ions than are present in municipal drinking
water. The following are approved:
i. "EUCON 37" by the Euclid Chemical Company
ii. "Sikament" by the Sika Chemical Company
3. Retarding Water Reducing Admixture
a. The admixture shall conform to ASTM C494, Type D, and shall not
contain more chloride ions than are present in municipal drinking
water. The following are approved:
i. "EUCON Retarder 75" by the Euclid Chemical Company
ii. "Datatard HC" by W.R. Grace
iii. "Plastiment" by the Sika Chemical Company
4. Non-chloride Accelerator
a. The admixture shall conform to ASTM C494, Type C or E, and shall
not contain more chloride ions than are present in the municipal
drinking water. The following are approved:
L "Accelguard 80" by the Euclid Chemical Company
yL ii. "Darex Set Accelerator" by W.R. Grace
L CONCRETE 03001-5
E elocuments\T Wappinger\a W2014XW2140B Marx Field Pavilion\Spedfications\Tech Specs\03001.doc
L
L
€ Town of Wappinger Martz Field Pavilion
L
5. Air Entraining Admixture
a. The admixture shall conform to ASTM C260. The following are
approved:
i. "Air Mix" by the Euclid Chemical Company
ii. "Darex-AEA" by W.R. Grace
L iii. "MBVR" by Master Builders
6. Bonding Admixture
a. Theadmixture shall be for use with the bonding grout or patching
L mortar. The following are approved:
i. "SBR LATEX" by the Euclid Chemical Company
L ii. "ACRYL-60" by Standard Drywall Products, Inc.
2.03 CURING AND SEALING MATERIALS
LA. Curing and Sealing Compounds
1. The compounds shall conform to federal specification TT-C-800A and shall
have a 30 percent minimum solids content.
2. The compound shall be of the styrene butadiene type.
3. Test data from an independent laboratory shall be submitted indicating a
maximum moisture loss of.03 grams per square centimeter when applied
at a coverage rate of 300 square feet per gallon.
4. Manufacturers certification is required for approval.
5. The following are approved:
a. "Super Floor Coat" or "Super Plicoure" by the Euclid Chemical
Company
b. "Master Seal" or"Master Seal 66" by Master Builders
LB. Waterproofing Paper
L 1. The curing paper shall conform to ASTM C171.
L 2.04 ACCESSORIES
A. Bonding Compound
1. The compound shall be of the polyvinyl acetate, rewettable type. The
following are approved:
a. "Euco Weld" by the Euclid Chemical Company
b. "Sikadur Hi-Mod" by the Sika Chemical Company
B. Embedded Items
L 1. Dovetail Anchor Slots shall be 24 gauge galvanized with removable filler.
The following are approved:
a. #305 by Hohmann & Barnard
kL b. #100 by Cleveland Steel Specialty Company
L CONCRETE 03001-6
E:Wowmenis\T Wappinger W20141W21406 Marx Field PavilioMSpeofiwtions\Tech Spew{03001.doc
L
L
Town of Wappinger Martz Field Pavilion
L
c. 'Bee-Hive" by Gateway Erectors, Inc.
`. d. Or Equal
L
C. Miscellaneous Items:
( 1. Mastic Material
6 a. For use in leveling concrete slabs. Mastic material shall be of the latex
type. The following are approved:
L "S-180 Underlayment Cement' by Armstrong Cork Company
ii. "Levelite-Latex" by Selby-Battersby & Company
iii. Or Equal
b. Depressions between high spots of the concrete slab shall not be
greater than 3/16-inch under a 10 foot straight edge nor more than
1/16-inch within any 1 foot distance.
c. All variations above this tolerance shall not receive leveling cement but
Lshall be ground level.
2. Compression Seals
a. Compression seals shall be of neoprene conforming to ASTM D2628.
b. The seals shall be furnished in continuous lengths and installed
according to manufacturer's recommendations-
6 c. At the time of installation, the seal shall be compressed to 65 percent
of its original width.
3. Neoprene Bearing Pads
a. Pads shall conform to the provisions of AASHTO standard
specifications for highway bridges. The following elastomeric bearing
pad manufacturers are approved:
i. W.R. Grace & Company
ii. Kirkhill Rubber Company
iii. Or Equal
2.05 CONCRETE MIX DESIGN
A. All mix designs shall be proportioned in accordance with Section 4.3 (Field
Experience) or Section 4.4 (Trial Batches) of ACI 318-83. If trial batches are
used, they shall be established by an approved commercial testing laboratory
employed by the Contractor.
B. The proposed mix design shall be designed to achieve an average strength
1200 psi higher than the specified strength listed in the concrete class table
below.
C. Mix design submittals shall indicate the amounts of all ingredients including
cement, admixtures and the weight of the aggregates stated in a saturated
{ surface dry condition.
{L
L CONCRETE 03001-7
Eviowments\T Wappinger W2014NW21406 Me=Field Pavllion\ petlfications\Tech Specs\03001.doc
I
L
L
E Town of Wappinger Martz Field Pavilion
D. The various classes of concrete shall be designated as follows:
Maximum Water to Cement Ratio (W/C)
By Weight
B
28 Day
Compressive Non-Air Air
Class Strength Entrained Entrained
A 5000 psi .45 .35
4 B 4000 psi .55 .45
t C 3000 psi .68 .58
D 2500 psi .74 .64
E 2000 psi — —
E. In addition to the requirements above, these specific requirements shall be
considered in the mix design:
1. Concrete required to be watertight or concrete exposed to de-icers shall
have a maximum water to cement ratio (W/C) of .45.
2. All concrete slabs less than 8 inches in thickness, when placed in
temperatures below 501F, shall contain the specified non-chloride
accelerator.
3. All concrete shall contain an approved water reducing admixture or an
approved high range water reducing admixture (superplasticizer).
4. All pumped concrete, watertight concrete and concrete with a water to
cement ratio below .50 shall contain the high range water reducing
admixture.
5. Cement contents shall be chosen to provide the minimum strengths for each
class as shown in the Concrete Class Table above. The amount of cement
content, however, shall not be less than the following:
a. Class "B" -550 pounds per cubic yard
b. Class "C" -470 pounds per cubic yard
c. Class "B" Toppings - 600 pounds per cubic yard
6. Unless otherwise specified, all concrete shall be Class "B" watertight.
7. All concrete exposed toweather, orwater, orsubjectto freezing shall be air-
entrained with an approved entraining admixture.
F. Slump
1. All concrete containing the high range water reducing admixture
(superplasticizer)shall have a maximum slump of 8 inches unless otherwise
1 directed by the Engineer. Prior to the addition of the superplasticizer, the
L concrete shall be tested at the job site and a slump of 2 inches to 3 inches
CONCRETE 03001-8
kt E:bowmeMs\T WappingeiAa W2014XW21406 Martz Field Pavilion\Specifir tions\Tech Specs 3001,doc
i
be
Town of Wappinger Martz Field Pavilion
L shall be verified. The plasticizer may then be added to increase the slump
k 2. to the approved level.
All concrete not containing a high range water reducing admixture
(superplasticizer) shall conform to these maximum slump values:
L Reinforced concrete-general 4"
Non-reinforced concrete 3"
Pavements, sidewalks 3"
Heavy mass concrete 3"
Slabs on grade 3"
Floor toppings z"
L These values listed are specified as the"working limit." The average slump
Lvalues shall be less than the "working limit."
3. Tolerances shall be as per ASTM C94 except that the plus tolerance shall be
limited to the "working limit." A deviation of 1 inch shall be allowed for such
occasional batches of concrete that may inadvertently exceed the "working
limit." Batches of concrete with slumps exceeding the"working limit"will be
rejected if the Contractor fails to comply promptly with the Engineers'
Linstructions to reduce the slump of the concrete within the "working limit."
The Contractor shall not increase mixing time,add dry materials or otherwise
modify a rejected batch for the purpose of conforming to slump limits.
4. Concrete that has been rejected for failure to meet the slump limits shall not
be salvaged for use in the work.
5. Concrete containing the high range water reducing admixture
(superplasticizer) may be given additional superplasticizer only when
approved by the Engineer. If a time delay has occurred wherein the slump
has decreased to a level that is significantly below the maximum approved
level, additional admixture may be added to increase the slump to the
maximum level.
LG. Air Content
{ 1. Air content for air entrained concrete shall be controlled within the following
L limits:
General Work 4% to 7%
`� Concrete exposed to frost 4.5% to 7.5%
Concrete exposed to salt 4.5% to 7.5%
Concrete with maximum
3/4-inch aggregate 4.5% to 7.5%
Finished trowel surfaces 3%
Mats 3%
L
Footings 3%
{L Substructure slab 3%
1. CONCRETE 03001-9
L
E klocomenis\T Wsppinged W2014NW21406 Martz Field PaAhonl pedfi lions\Tech Spec W3DD1 doc
i
Town of Wappinger Martz Field Pavilion
H. Rate of Hardening
1. Concrete mixes shall be designed to produce the following rates of
hardening:
a. General concrete with the following ambient temperatures:
501-851 F - normal rate of hardening
801 F - retarded rate of hardening
501 F - accelerated rate of hardening
b. Mass concreting with the following ambient temperature:
401 F - retarded rate of hardening
2. Should the Contractor feel it advantageous to use modified rates of
hardening to improve workmanship or facilitate his work, consideration will be
given by the Engineer.
I. Mixing Water Control
1. The quantity of mixing water used in the concrete mix shall be determined by
the Contractor with the amount used conforming to the various limits on
specified slump. However, if the slump of the concrete should exceed the
maximum specified slump, the Engineer will direct the Contractor to reduce
the quantity of mixing water. Concrete consistency shall be uniform from
batch to batch.
2. If deemed necessary by the Engineer during the course of the work,moisture
determinations of the aggregates shall be made and aggregate weights and
water requirements adjusted accordingly.
3. When concrete is transported in units approved for mixing,the addition of not
more than 10 percent of the total design waterwill be permitted at thejob site
to obtain the specified initial slump.
a. Any addition of water shall be followed by at least 30 revolutions in the
mixing speed range.
b. Not more than two additions of water will be allowed at the point of
t deposition before discharge.
w c. No retempering, defined as the addition of water after the mix has
obtained is specified initial set, will be permitted.
J. Batching and Mixing
L Batching
a. The Contractor shall have at his disposal a modern and dependable
batch plant within a reasonable distance from the work.
i b. The batch plant shall conform to the requirements of the NYSDOT
€L specifications for automatic proportioning equipment as specified herein,
CONCRETE 03001-10
E^dowmente\T wappingetl w201CW21406 Mart Field Pavilion6peufications\Teck SpecsW3001doc
f
V
i
6
Town of Wappinger Martz Field Pavilion
Land shall be approved by the State of New York.
c. The batching and mixing shall conform to ACI 304 and to the NYSDOT
specification 501-3.03.
d. The batching shall be done only with materials previously approved by
the Engineer.
2. Mixing Transporting and Discharging
a. Conform to ASTM C94 and to the NYSDOT specification 501-0.04.
b. Wastewater must be discharged and not used as mixing water for the
next batch.
c. Maximum interval between successive truckloads of concrete
discharged into the work shall not exceed 30 minutes when the portion
L of the work being placed requires more than one load of concrete.
2.06 MORTAR FILL
A. Mortar fill to form fillets, channel bottom and swept-in grout, where shown on the
Lcontract drawings, shall be made with the following proportions:
Sand 1 part
Cement 22 parts
Water minimum required for workability
L PART 3 - EXECUTION
L
3.01 PLACING CONCRETE
L A. Concrete shall be placed in conformance to ACI 304 and with these
specifications.
1
I' B. Prior to placing concrete:
LE 1. All form work, embedded parts, reinforcements, foundation surfaces and
joints involved in the work must be inspected by the Engineer.
2. All surfaces that will be in contact with the poured concrete shall be free from
standing water, mud, debris, frost, snow and ice.
3. Earth surfaces which are absorptive shall be moistened to a depth of 1 inch.
4. When the ambient temperature is above 401 F, all subgrade surfaces shall
be wetted down with cool water just prior to placement.
5. All reinforcing bars and embedded parts shall be cleaned of any coating of
oil, grease, ice,dried mortar or any other foreign matter that will prevent bond
with the concrete.
6. Preparation of joints shall be specified under the section entitled Joints for
Concrete.
7. The Contractor shall build into the concrete such items as reinforcing steel,
inserts, sleeves, watertops, etc., as shown on the contract drawings or as
L CONCRETE 03001-11
Eidocuments\T WappingePa W2014\W21406 Maio Field Pavilion\Spedfi tions\Tech Sp mM001.doc
`[
Town of Wappinger Martz Field Pavilion
specified.
a. All embedded items shall be accurately located and securely fastened in
place to prevent displacement during the placement of the concrete.
b. The Contractor shall cooperate with all other trades in permitting ample
time for the placement of all necessary sleeves, inserts, conduits,
hangers, etc. required for their trades.
fc. If in the judgment of the Engineer, the embedded items are placed in
it such a manner to reduce the structural adequacy of the structure, the
Contractor shall take the necessary corrective steps.
8. All anchor bolts for structural steel and mechanical equipment shall be
carefully set as shown on the contract drawings and as shown on the
fabricator's and manufacturer's reviewed anchor bolt setting plans.
C. Placement of Concrete
1. Concrete shall be conveyed by means that will prevent segregation and loss
of mortar from the mix.
2. Adequate manpower and equipment in the form of buckets,buggies,chutes,
conveyors, or other approved means shall be provided and properly
maintained by the Contractor to ensure continuous operations.
3. Care shall be taken that no equipment with aluminum parts comes in contact
with the fresh concrete.
4. Deposit concrete vertically, using chutes, elephant trunks or other suitable
devices to limit free fall to 5 feet.
5. Place formed concrete in continuous horizontal layers not more than 18
inches thick. When the time between successive layers exceeds one hour,
the specified water reducing, retarding admixture, Type "D",will be required
to delay initial set so that proper consolidation of lifts can occur and cold
joints are avoided.
6. When a column-slab combination or a wall-slab combination pour is
^ scheduled,the column orwall shall have taken its initial set before concreting
iP. is continued on the slab. Beams, girders, brackets, column capitals and
haunches shall be considered as part of the floor system and shall be placed
integrally therewith.
7. Following a discontinuance or interruption in the placement of the concrete,
all accumulations of mortar splashed upon the reinforcing steel and the
surfaces of the fors shall be removed.
8. Dried mortar chips and dust shall not be puddled into the plastic concrete.
9. The forms or formwork shall not be jarred or the exposed reinforcement
disturbed in any manner after the concrete has taken its initial set.
D. Pneumatic Placement
1 1. Pneumatic placement of concrete will be permitted only if authorized by the
L Engineer, in writing.
L CONCRETE 03001-12
E r4ocumenis\T Wappinger\a W2014\W214W Martz Field PavllloMSSpedfirations\Teck SpersMX1xm
L
Town of Wappinger Martz Field Pavilion
2. The equipment shall be suitable in kind and adequate in capacity for the
work.
3. The equipment shall be operated and placed so that no vibrations result
which may damage freshly placed concrete.
4. The machine shall be located as close as practicable to the place of deposit.
5. The position of the discharge end of the line shall not be more than 8 feet
from the point of deposit.
r 6. The discharge lines shall be horizontal or inclined upward from the machine.
7. At the conclusion of placement, the entire equipment shall be thoroughly
cleaned.
E. Pumping
1. Pump placement of concrete will be permitted only if authorized by the
Engineer, in writing.
2. The equipment shall be suitable in kind and adequate in capacity for the
work.
3. The operation of the pump shall be such that a continuous stream of
concrete, without air pockets, is produced.
4. When pumping is completed,the concrete remaining in the pipeline, if it is to
be used, shall be ejected in such a manner that will not produce
contamination of the concrete or separation of the concrete ingredients.
5. Prior to starting the pumping operations,the equipment and pipeline shall be
thoroughly lubricated with a cement slurry in a manner approved by the
Engineer.
6. After the pumping operation has been completed,the entire equipment shall
be thoroughly cleaned.
F. Depositing Concrete Under Water or Flooding of Concrete
1. No concrete shall be deposited under waterwithout the written permission of
the Engineer and then only in accordance with the engineers' directions.
Proper tremie equipment and techniques must be used, should the need for
placement underwater arise.
2. No water except curing water shall be allowed to come in contact with the
concrete or masonry surface for a minimum of 24 hours.
a. Should unavoidable rising water put a stress on the concrete,adequate
bracing must be provided.
b. Loading of flooded concrete shall not occur without the approval of the
Engineer. Safety precautions shall be the responsibility of the
Contractor.
G. Interruption of Concreting
I 1. Should the placement of concrete be suspended or unavoidably interrupted,
L keyways and bulkheads shall be provided and steps taken to prevent feather
L CONCRETE 03001-13
EWowmenM\T WappingeiAa W2014\W21406 Maitr Field PaWionl perfflw ions\Tech SpecsWD01 Coc
LTown of Wappinger Martz Field Pavilion
edging when work is eventually resumed. Horizontal surfaces shall be
roughened for bond. Joint preparation and bonding shall be in compliance
with the section entitled Joints for Concrete.
H. Consolidation of Concrete:
L1. Concrete shall be consolidated during and immediately after depositing. The
consolidation shall be in conformance with ACI 309 in all respects and shall
L
be accomplished by mechanical vibration subject to the following conditions:
a. The vibration shall be internal, unless special authorization is given by
the Engineer for external vibration.
L
b. Vibrators shall be capable of transmitting vibration to the concrete at
i frequencies recommended by ACI 309, 'Recommended Practice for
Consolidation of Concrete".
c. The intensity of the vibration shall be such as to visibly affect the mass
of concrete by a slump of 1 inch over a radius of 18 inches.
d. The Contractor shall supply a sufficient number of vibrators to properly
consolidate each pour immediately after it is placed. Standby vibrators
in good condition shall be readily available, if needed, during concrete
placement.
e. Vibrators shall not be applied directly to the reinforcement or to the
forms. They shall not be used to make the concrete flow in the forms
over distances so great as to cause segregation.
2. Vibration shall be supplemented by spading as necessary to ensure smooth
surfaces and well consolidated concrete. Form surfaces and corner
locations that are difficult to consolidate with vibrators shall be consolidated
Lby spading.
3.02 COLD WEATHER CONCRETING
A. Adequate equipment shall be provided for heating the concrete materials and
protecting the concrete during freezing or near freezing weather.
B. No frozen materials nor materials containing ice shall be used.
C. All concreting operations in cold weather,when temperatures are at, or expected
to be below 401 F, shall conform to ACI 306.
e 1. Special attention is drawn to the minimum required placing and curing
E` temperatures.
D. Only the specified non-chloride accelerator may be used. Calcium chloride or
admixtures containing more than .1 percent chloride ions are not permitted.
E. Concrete damaged by freezing shall be removed and replaced at the Contractors
expense.
CONCRETE 03001-14
E^Wowments\T WappingeiAa W2014\W21406 Mare Field Paviionzpetl rations\Teak SpemW3001 doc
i
L
Town of Wappinger Martz Field Pavilion
L
k 3.03 HOT WEATHER CONCRETING -
(� A. Care shall be taken to protect the concrete or to schedule operations to avoid
t problems with flash set or conditions that produce excessively rapid drying.
L B. All concrete operations during hot weather shall conform to the requirements of
AC 1305.
V
C. During hot weather, consideration shall be given to maintaining the temperature
of the cement, aggregates and mixing water, such that the temperature of the
L concrete at the time of delivery to the job site in no case exceeds 901 F-
D. When the temperature of the concrete exceeds 801F, the water reducing,
retarding admixture, Type "D", may be required.
L3.04 PLACING MORTAR FILL
A. Prior to placing mortar fill, the concrete surface shall be thoroughly cleaned to
remove all laitance, oil, grease, and other foreign matter that would prevent
L bonding.
B. Immediately following the placement of the mortar fill, a slurry coat shall be
rubbed into the concrete surface.
C. The specified curing and sealing materials must be used for complete curing of
the mortar fill.
3.05 EQUIPMENT BASES
LA. Unless otherwise shown, equipment bases shall be constructed of Class "B"
concrete. Size and location shall be coordinated with the manufacturers
Lequipment drawings.
B. All bases or pads shall be reinforced with a minimum of #4 at 12 inches on
center,or as detailed on the contract drawings. The reinforcing shall be dowelled
into the base or slab with#4 bars.
L6 C. The concrete slab or base shall be roughened and the specified bonding
compound applied.
D. The concrete shall be placed to the required profile and all exposed surfaces shall
be finished as specified for the adjacent floor finishes. All edges shall be
chamfered and tooled.
b
"
i. CONCRETE 03001-15
E:bowme'rts\T Wappinge�W2016\W21406 Mach Fieltl Pavilion45perficafions\Tech Spe¢W3001 aoc
I
L
L
Town of Wappinger Martz Field Pavilion
E
L
3.06 CONCRETE TOPPING
LA. Concrete topping shall be provided where shown on the contract drawings. The
thickness of the toppings shall be as shown on the drawings, but in no case shall
they be less than 2 inches.
B. Unless otherwise noted, concrete for toppings shall be Class"B" concrete.
j„ C. Subsequent to float finishing the concrete substrate,the Contractorshall prepare
the surface to receive the topping by employing one of the following two alternate
methods:
L 1.a. Within six to twelve hours after the float finishing is completed, all loose
mortar, scum, laitance, etc., shall be removed by wire brushes or other
suitable means to expose the coarse aggregate.
1.b. Care shall be exercised that the aggregate in the hardened concrete is not
disturbed. Any aggregate that is disturbed shall be removed.
1.c. The concrete substrate shall then be cured as specified herein and shall be
y protected until placement of the topping is completed.
` 2.a. Anytime after the concrete substrate has hardened, the entire surface shall
be scarified to expose a clean surface of sound concrete.
L2.b. Leave the surface rough to a depth of 1/8-inch.
D. Priorto placing the concrete forthe topping, the hardened concrete surface shall
be thoroughly cleaned and moistened. However, the surface shall be free from
L
excessive surface water.
L E. Apply bonding compound to the prepared and cleaned surface per the
manufacturer's recommendations:
L1. The Contractor shall have the option of using a bonding grout composed of:
Cement One Part
Sand One Part (100% passing No. 30 sieve)
Bonding Admixture per manufacturer's direction
Water (Maximum Slump of 6 inches)
The bonding grout shall be brushed into the existing surface of the concrete.
LThe topping must then be placed while the bonding grout is still tacky.
F. Reinforcing for concrete toppings, when called for, shall be WWF 6x6 - W2.9 x
L W2.9 supplied in flat sheets, and shall be pressed into the wet concrete as the
L CONCRETE 03001-16
E.Aowroentsu WappinyeP W2014%W21406 Mart[Field Pavjjjdo1 pedficafionM`red S,romW3001.doe
L
LTown of Wappinger Martz Field Pavilion
Lconcrete is placed. The clear distance from the surface of the topping to the
fabric shall be 1 inch.
LG. The concrete topping shall be cured by application of the specified curing and
sealing materials. The curing must start immediately after the final finishing is
g complete.
L H. Joints shall be saw-cut in the topping and sealed as shown on the contract
4 drawings.
I. The concrete topping shall receive finish specified for floors and slabs.
3.07 FINISHING
g A. Floors and Slabs
(� 1. Exposed Concrete Finish
a. Strike off to correct elevation immediately after placing concrete.
b. Bull float after screeding.
c. When the concrete will sustain foot pressure and all bleed water and
L
surface sheen has evaporated from the surface, begin power float
operation. The surface shall be floated at least twice,to uniform,sandy
texture. Hand float inaccessible areas.
Y d. Immediately following the power float operation, power trowel the
` surface at least twice, to a smooth, hard finish. Hand trowel
inaccessible areas. Trowelled finish slabs shall be level so that
depressions between high spots do not exceed 1/8-inch under a 10 foot
straight edge.
e. Final trowelling shall be done so that a ringing sound is produced as the
trowel is drawn over the surface. The finished surface shall be free of
all trowel marks.
f. Apply the specified curing and sealing compounds to all exposed
concrete finished floors and to the bottom of all concrete channels
immediately following final finishing operations. Application of curing
and sealing compounds shall be in two coats per manufacturer's
recommendations. The sealing coat shall be applied just prior to the
completion of construction.
2. Tank Base Slabs
a. Tank base slabs which do not receive subsequent toppings or swept in-
tgrout are to have a power trowelled finish as outlined in 1. a., b., c. and
d. above.
b. Commence curing immediately after power trowelling.
3. Culvert inverts, manhole bottoms, catch basins and other exterior concrete
not intended for occupancy.
L
a. Magnesium Float Finish.
L CONCRETE 03001-17
E?documents\Twappingef W2014\W21406Mai FieW Pavilion\Spedfi=tions\Tedi Specs\03001.doc
1
L
{ Town of Wappinger Martz Field Pavilion
} B. Formed Surfaces
j, 1. Special care shall be taken during the forming for concrete and the concrete
placement such that the amount of work required under this section is
reduced to a minimum.
2. If, upon removal of the formwork, any voids or honeycombs are found, such
faults shall be corrected immediately at the Contractor's expense by
implementing the following:
a. Cut away the unsound area to a minimum depth of 1 inch and refill with
mortar mixed with the same brand of cement and same proportions as
L the original placement.
b. Edges of the patch shall be square with the face with feather-edging
prohibited.
c. Dampen the area to be patched and then apply the specified bonding
agent per manufacturer's recommendations.
d. Fill the hole with mortar with a 2-inch layer after the bonding compound
has dried. Succeeding 2-inch layers will be placed after the first layer
has taken initial setting.
f�� e. If, in the opinion of the Engineer, improper consolidation is too
extensive, or if the structure appears weakened by the voids, complete
removal of the concrete in question may be required.
f. Patches must be kept moist for a minimum of three days.
3. Rubbed Finishes
a. The type of finish to be used shall be as scheduled or as noted on the
contract drawings. Where the type of finish is not shown or scheduled,
exposed faces shall be given a Type "B" finish and unexposed faces
shall be given a Type"C"finish. Where concrete is to receive paint or a
glazed wall finish, a Type "B" finish shall be used. The finishes are
designated as follows:
Type "A": Surfaces shall be rubbed until all marks are obliterated
and a uniformly smooth finish is obtained.
Type "B": Surfaces shall be rubbed until they are uniformly smooth,
but complete obliteration of all marks is not required.
Type "C": All fins, burrs, and projections shall be removed. Any
{ honeycomb or tie-holes shall be filled and patched.
4 1. Begin rubbing within four hours of the removal of the formwork and
6 expedite to completion as rapidly as practicable.
2. Rub surfaces with carborundum and water until all fins, bubbles,
hollows and other defects are removed.
3. Do not use grout or mortar in the rubbing process. Plastering of
L surfaces will not be allowed.
L CONCRETE 03001-18
E:bocumeM U Wappinger W2014\W21406 Matl Field Pavilion\Specifications\Tedi Sp mT3001.doc
(I
Y
Town of Wappinger Martz Field Pavilion
L 4. Use power tools with hand work limited to inaccessible corners or
small areas.
4 5. After the rubbing is completed and the surface has dried, rub the
L surface with burlap to remove all loose powder.
6. All expansion joints in the completed work shall be left carefully
tooled and free of all mortar and concrete.
L
3.08 CURING
L A. Maintain all concrete in a moist condition for the duration of the specified curing
using the methods that will ensure complete and continuous saturation. Use of
water sprays is acceptable provided care is exercised to ensure continuous moist
L curing. Alternate wetting and drying is prohibited. The curing schedule is as
follows:
1, 1. Interior floor slabs with resilient tile, carpet or exposed surface:
a. Cure with specified curing and sealing compounds.
'f 2. Exterior slabs, sidewalks, curbs, etc.:
a. Cure with specified curing and sealing compounds.
3. Remaining Floor Slabs and Tank Base Slabs
a. Cure with curing paper conforming to ASTM C171 with minimum 10 mil
L polyethylene sheets. Lap all edges a minimum of 6 inches. All joints
shall be continuously taped. If any tearing or ripping of the sheets
during subsequent operations on the slab occur within the specified
6 curing period, repair by taping or replacement will be required. Add
water as required periodically or as ordered by the Engineer.
} 4. Vertical Surfaces
Y a. Forms shall remain in place or the exposed concrete shall be covered
with wet burlap during the curing period.
e 1. The forms or burlap surfaces shall be kept continuously saturated
L throughout the curing period.
B. Where specifically approved by the Engineer, in writing,the specified curing and
sealing compounds may be used on other surfaces provided discoloration does
not occur and the application is in accordance with the manufacturers
- recommendations. Written certification of compatibility with subsequent finishes
must be supplied by the finish manufacturer. In general, do not use curing and
sealing compounds on the following surfaces:
IL1. Any surface againstwhich additional concrete or other oementitious finishing
materials are to be bonded.
2. Any surface in which a waterproofing membrane is to be applied.
LC. During the curing period, exercise care to prevent excessive vibrations,
mechanical disturbances or heavy shocks which may damage concrete.
t
L
F. CONCRETE 03001-19
L Ewoeemen6\T Wappinger W2014%W21406 Mar¢Field PaWionl pedficatiana\Tech SpecsW3001doc
L
L Town of Wappinger Martz Field Pavilion
D. Duration of Curing
1. Continue curing until the cumulative number of days, not necessarily
L
consecutive, during which the temperature of the air in contact with the
concrete is above 451F has totaled seven days (three days for high early
strength concrete).
END OF SECTION
L
l
L
L
L
L
to
L
b
L
L
L
etp
L
i.
CONCRETE 03001-20
a E'%ddwments\T Wappinger W2014\W21406 Manz Field PaWlion\Speafic ions\Tec Specs\o3001 Eoc
i
v
L
Town of Wappinger Martz Field Pavilion
4 SECTION 03100
CONCRETE FORMWORK
t
PART 1 - GENERAL
L 1.01 WORKSPECIFIED
A. All labor, materials, services and equipment necessary for furnishing,
L installing and removing all formwork for cast-in-place and precast concrete.
1.02 WORK SPECIFIED UNDER OTHER SECTIONS
LA. Section: 03001- Concrete.
L
B. Section: 03200- Concrete Reinforcement.
4 C. Section: 03251- Joints for Concrete.
` 1.03 REFERENCES
A. ACI 301 - Specifications for Structural Concrete for Buildings.
LB. ACI 347 - Recommended Practice for Concrete Formwork.
} C. PS 1 - Construction and Industrial Plywood.
• 1.04 SYSTEM DESCRIPTION
A. Design, engineer, and construct formwork, shoring, and bracing to meet
design and code requirements, so that the resultant concrete conforms to the
required shapes, lines and dimensions as shown on the Contract Drawings.
1.05 QUALITY ASSURANCE
�. A. The contractor shall be responsible for designing and constructing suitable
L and adequate falsework which shall be designed in accordance with ACI 347
"Recommended Practice for Concrete Formwork"
L B. The design of forms will take into account the effect of construction loads
during and after placement of concrete.
C. The forms shall be substantial, unyielding and constructed mortar tight and of
sufficient rigidity to prevent distortion due to the pressures of concrete and
other loads incidental to the construction operations.
w
1.06 FIELD SAMPLES
L A. Field samples of formed concrete must be submitted when the surface of the
CONCRETE FORMWORK 03100-1
E Mowments\T Wappinger W2014\W214H Marx Field Pavilion\Spedtmtions\Tecti Spers\03100.doc
Ir
L
Town of Wappinger Martz Field Pavilion
concrete is to receive a special architectural treatment.
L, B. Construct and erect sample formwork panel for architectural concrete
surfaces receiving special treatment or finish as a result of formwork.
f Formwork shall include a vertical and a horizontal form joint.
1.07 SUBMITTALS
A. Shop drawings must be submitted that show in detail the items of the form
system affecting the appearance of architectural concrete surfaces such as
i joints, tie holes, liners, patterns and textures. Items must be shown in
relation to the entire form system.
B. Manufacturers' literature must be submitted with descriptions and
recommended installation instructions for form ties, spreaders, corner
formers, form liners and form coatings.
C. Submittals shall indicate pertinent dimensions,materials and arrangement of
joints and ties.
1.08 DELIVERY, STORAGE AND HANDLING
A. Deliver, store and handle materials with care to prevent damage to or
contamination of formwork.
PART 2 - PRODUCTS
2.01 FORM MATERIALS
A. Plywood: Exterior type softwood plywood, PS 1-66.
B. Glass Fiber Fabric-Reinforced Plastic Forms: Shall be matched,tight fitting,
stiffened to support the weight of wet concrete without deflections that
exceed the structural tolerances or that are detrimental to the appearance of
j the finished concrete.
i• C. Lumber: Softwood framing lumber, PS 20-70. Grade markings shall be
clearly visible and shall be marked by grading rules approved by the
L American Lumber Standards Committee.
D. Steel: Minimum 16 gauge sheet, well matched, tight fitting, stiffened to
support the weight of wet concrete without deflections that exceed the
structural tolerances or that are detrimental to the appearances of the
p finished concrete. Metal forms may be used only for forming precast
concrete.
r
i CONCRETE FORMWORK 03100-2
E wowmerrts\T WappingePa W2014\W21406 Marg Field PavilionVSpedfiwtions\Tech Specs\031004oc
Fg
L
Town of Wappinger Martz Field Pavilion
L.
-` E. Void Forms: Shall be moisture resistant treated paper faces, seamless,
L laminated fiber material as approved by the Engineer. The forms shall be
structurally sufficient to support the weight of a wet concrete mix and any
E- construction or consolidation vibrations until the initial set.
2.02 FORMWORK ACCESSORIES
A. Form ties shall be left in place and equipped with swaged (waterproofing)
washers or other approved devices to prevent seepage of moisture along the
tie.
a
1. Minimum 1 inch depth of breakback.
LB. Form release agent shall be a colorless material which will not stain
concrete,absorb moisture,or impairfinish, bonding or color characteristics of
coating intended for use on concrete.
C. Fillets shall be used for all exposed vertical and horizontal corners.
F PART 3 - EXECUTION
L 3.01 INSPECTION
A. Verify lines, levels and measurements before proceeding with formwork.
B. Notice shall be given 24 hours in advance of pour so that an inspection can
be scheduled.
C. Forms shall be inspected by the Engineer prior to concreting.
D. No concreting shall be done in the absence of the Engineer without the
written permission of the Engineer.
L 3.02 PREPARATION
A. Conform to ACI 347, expect as specified herein.
B. Initially and before re-use, forms shall be cleaned and a coat of non-staining
F form release agent applied per the manufacturer's instructions.
L1. Care shall be taken to avoid splashing oil on reinforcing steel or
existing concrete.
't 2. Do not apply form release agent where concrete surfaces are
scheduled to receive special finishes which may be affected by agent.
t
L CONCRETE FORMWORK 03100-3
EWocumenf U Wappingetl W2014\W21406 Martz ReW PaWion\Spec moons\Tech Specs\03100 Coc
Y
L
5
Town of Wappinger Martz Field Pavilion
3.03 ERECTION
A. Provide bracing to ensure stability of formwork. Strengthen all formwork
liable to be overstressed by construction loads.
B. Camber slabs and beams to achieve ACI 301 tolerances.
1. 1/4-inch in 15 feet of span.
C. Provide temporary ports in formwork to facilitate cleaning and inspection.
Locate openings at bottom of forms to allow flushing water to drain. Close
ports with tight fitting panels, flush with inside face of forms, neatly fitted so
that joints will not be apparent in exposed concrete surfaces.
L' D. All form joints shall be backed up to assure that the edges of abutting panels
are in the same plane, straight and true, and forced tightly together to
minimize fins. The quality of the form contact surfaces shall be subject to the
�- Engineers approval.
E. If installing void forms, protect them from moisture before concrete
Lplacement, protect from crushing during concrete placement.
LF. Do not displace or damage vapor barriers previously placed.
G. Forms for exposed concrete shall be given special attention to provide a
e surface free from defects and form marks so that rubbing and finishing shall
�n be kept to a minimum.
H. Construct formwork to maintain tolerances in accordance with ACI 301.
L
3.04 INSERTS, EMBEDDED PARTS AND OPENINGS
Ek[
A. Provide formed openings where required for work embedded in or passing
through concrete.
L B. Coordinate work of other sections in forming and setting openings, slots,
recesses, chases, sleeves, bolts, anchors and other inserts.
C. Install accessories in accordancewith manufacturers instructions, level and
plumb. Ensure items are not disturbed during concrete placement.
L 3.05 FORM REMOVAL
A. Do not remove forms and shoring or bracing until concrete has sufficient
strength to support its own weight, and construction and design loads which
may be imposed upon it.
CONCRETE FORMWORK 03100-4
E'bowments\TWappingete W2014\W21406 MaR Feld Pavilionl4"e udions\Tech Spece\W100.dce
i
V
LTown of Wappinger Martz Field Pavilion
B. The following schedule shall be considered the minimum period before
n formwork can be removed under normal conditions with the use of Type II
cement. Its use shall not relieve the contractor of responsibility for the safety
and appearance of the structure.
Above
Type of Form 60EF 50E-60EF 40E-50EF _
i. Columns 5' high 24 hours 36 hours 72 hours
Columns 5'-10' high 3 days 5 days 7 days
r„ Columns 10' high 5 days 7 days 10 days
4 Walls 5' 24 hours 36 hours 72 hours
1F Walls 5-10' 3 days 5 days 7 days
{ Walls 10' 5 days 7 days 10 days
Beam Side Forms 24 hours 36 hours 72 hours
Beam Bottom Forms 14 days 18 days 21 days
Slabs 6' Span* 5 days 7 days 14 days
Construction Joint 24 hours 36 hours 72 hours
Bulk Heads 24 hours 36 hours 72 hours
*For slabs of more than 6 foot span add twelve (12) hours for each additional foot
f over 5 feet.
1. When the temperature to which the forms or concrete surfaces are
i . exposed to falls below 40EF, the forms shall remain in place an
additional time equal to the time of the sub-40EF exposure. If form
insulation is used, concrete surface temperature shall apply.
2. The Engineer may modify the form removal schedule if compressive
tests indicate that the in-place concrete is of sufficient strength.
Methods of field curing the cylinders shall simulate that of the
'r concrete and shall be approved by the Engineer. All such tests shall
be at the option and expense of the contractor.
3. When Type III cement or retarders are used, the form removal
schedule above does not apply and may be modified by the Engineer.
C. Immediately following the removal of the forms, the projecting ties shall be
removed and all holes filled with grout flush with the wall. Care shall be
taken to use the same brand of cement and same mix proportions used in
CONCRETE FORMWORK 03100-5
E'.Wocemee SkT Wappingeea W2014%W21406 Mach Field Pavilion pedficabonskTech SpemT3100.doc
P
E
C� Town of Wappinger Martz Field Pavilion
b the wall to prevent color differences.
3.06 CLEANING
A. Clean forms to remove foreign matter as erection proceeds.
B. Ensure that water and debris drain to exterior through clean-out ports.
C. During cold weather, remove ice and snow from forms. Do not use de-icing
Ir salts. Do not use water to clean out completed forms, unless formwork and
construction proceed within heated enclosure. Use compressed air to
remove foreign matter.
L
END OF SECTION
f
F
i
o-
CONCRETE FORMWORK 03100-6
•. Etl4owments7W,pinger W2014\W21406 Matt Field PaWion\Speufications\Tech Spe¢\03100 Eoc
f
r
L
Town of Wappinger Martz Field Pavilion
SECTION 03200
( CONCRETE REINFORCEMENT
L
PART 1 - GENERAL
1.01 WORK SPECIFIED
A. All labor, materials, equipment and services necessary for furnishing and
installing all steel reinforcement,welded steel wire fabric and accessoriesfor
t concrete required for the completion of the work.
1.02 WORK SPECIFIED UNDER OTHER SECTIONS
A. Section: 03001- Concrete
B. Section: 03100- Concrete Formwork
C. Section: 03251- Joints for Concrete
1.03 REFERENCES
A. American Concrete Institute (ACI). The following codes, standards and
recommendations are intended to specify minimum standards of
performance:
1. ACI 301 Specifications for Structural Concrete for Buildings.
2. ACI 315 Details and Detailing of Concrete Reinforcement.
B. American Society for Testing and Materials (ASTM). The following codes,
standards and recommendations are referred to in these specifications and
are to be considered a part of these specifications.
1. ANSI/ASTM A82 Cold Drawn Steel Wire for Concrete Reinforcement.
{ 2. ANSI/ASTM A185 Welded Steel Wire Fabric for Concrete
Reinforcement.
3. ASTM A615 Deformed and Plain Billet-Steel Bars for Concrete
Reinforcement.
C. Concrete Reinforcing Steel Institute(CRSI). The following codes,standards,
4 and recommendations are referred to in these specifications and are to be
i considered a part of these specifications.
1. CRSI Manual of Practice.
2. CRSI 63 Recommended Practice for Placing Reinforcing Bars.
3. CRSI 65 Recommended Practice for Placing Bar Supports,
j Specifications and Nomenclature.
L CONCRETE REINFORCEMENT 03200-1
E:Wo meMsTWappingeP W2014\W21406 Mark Field PamlionzS fictions\Tec Specs\0=0.doc
L
L
Town of Wappinger Martz Field Pavilion
1.04 QUALITY ASSURANCE
A. Perform concrete reinforcement work in accordance with CRSI Manual of
Standard Practice, and Documents 63 and 65.
B. Conform to ACI 301 and 315.
1.05 SHOP DRAWINGS
A. Submit shop drawings.
v
� B. Indicate sizes, spacings, locations and quantities of reinforcing steel, wire
fabric, bending and cutting schedules, splicing, stirrup spacing, supporting
and spacing devices.
1.06 CERTIFICATES
A. Submit mill test certificates of supplied concrete reinforcing, indicating
physical and chemical analysis.
PART 2 - PRODUCTS
2.01 MATERIALS
A. Reinforcing Steel: ASTM A615,60 ksi yield grade billet-steel deformed bars,
C uncoated finish.
Fig B. Welded Steel Wire Fabric: ANSI/ASTM A185 plain type; in flat sheets;
coiled rolls; uncoated finish.
C. Stirrup Steel: ANSI/ASTM A82.
2.02 ACCESSORY MATERIALS
A. Tie Wire: Minimum 16 gage annealed type.
B. Chairs, Bolsters, Bar Supports, Spacers: Sized and shaped for strength and
support of reinforcement during installation and placement of concrete
including load bearing pad on bottom to prevent vapor barrier puncture.
C. Chairs, Bolsters, Bar Supports, Spacers Adjacent to Architectural Concrete
Surfaces: Plastic tipped type; sized and shaped as required.
2.03 FABRICATION
i A. Unless otherwise shown or directed, the following minimum concrete cover
CONCRETE REINFORCEMENT 03200-2
EbowmentsR WappingeiAa W2014\W21406 Mach Field Pavilion pedfications\Tech SpemM200doc
L
Town of Wappinger Martz Field Pavilion
L shall be provided for reinforcement.
Minimum
Cover, Inches.
1. Concrete cast against and permanently
S exposed to earth 3
L 2. Concrete exposed to earth or weather
No. 6 through No. 18 bar 2
No. 5 bar and smaller 1-12
L 3. Concrete not exposed to weather or in
contact with ground:
Slabs, nails, joists:
No. 14 and No. 18 bars 12
No. 11 and smaller 314
Beams, columns:
Primary reinforcement, ties,
stirrups, spirals 12
4. Concrete exposed to water or sewerage
Lslabs, walls 2
B. Locate reinforcing splices not indicated on drawings at points of minimum
& stress. Indicate location of splices on shop drawings.
`L PART 3 - EXECUTION
3.01 INSPECTION
A. Notice shall be given 24 hours in advance of pour so that an inspection can
be scheduled.
LB. Reinforcement shall be inspected by the Engineer prior to concreting.
C. No concreting shall be done in the absence of the Engineer without the
written permission of the Engineer.
L3.02 INSTALLATION
A. Before placing concrete, clean reinforcement of foreign particles or coatings.
xF
B. Place, support and secure reinforcement against displacement. Do not
deviate from alignment or measurement.
L C. Do not displace or damage vapor barrier, if required.
END OF SECTION
L
iL CONCRETE REINFORCEMENT 03200-3
E Wowments\T WappingeiAa W2014\W2140 Me=Field PaNlion\Spedfications\Tech SpemM200doc
jE
L
Town of Wappinger Martz Field Pavilion
4
SECTION 03251
I JOINTS FOR CONCRETE
L
PART 1 - GENERAL
1.01 WORK SPECIFIED
A. All labor, materials, services and equipment necessary for furnishing and
installing all expansion joints, construction joints and control joints.
1.02 WORK SPECIFIED UNDER OTHER SECTIONS
A. Section: 03001- Concrete
B. Section: 03100- Concrete Formwork
C. Section: 03200- Concrete Reinforcement
D. Section: 07900- Sealants
1.03 REFERENCES
A. American Society for Testing and Materials (ASTM)
B. Corps of Engineers (CRD)
1.04 SUBMITTALS
A. Furnish manufacturer's certification or test results identifying physical
characteristics.
B. Submit two (2) samples of each size and type of waterstop required.
1. Minimum 4 inches in length.
C. On the concrete reinforcement shop drawings clearly show in detail the
locations of all joints in concrete.
PART 2 - PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
A. W.R. Grace & Company
B. Sonneborn - Contech, Inc.
i C. B.F. Goodrich Company
JOINTS FOR CONCRETE 03251-1
EAowment%TWappinger W2014\W21405 Me=Field Pavilion\Spedlimions\Teck Specs\03251noc
L
Town of Wappinger Martz Field Pavilion
L D. Vulcan Metal Products, Inc.
E. Kirkhill Rubber Company
2.02 INTEGRAL JOINT MATERIALS
A. Polyvinylchloride (PVC) Waterstops
1. PVC material shall be compounded from virgin PVC resins and shall
L contain no reclaimed, reground or reworked materials. The material
shall meet the following physical property requirements:
L Method of
Prope Test Requirement
L Tensile Strength (psi) ASTM D412 1400 min.
Ultimate Elongation (%) ASTM D142 280 min.
Hardness, Type A Durometer ASTM D2240 65-88
Stiffness in Flexure (psi) ASTM D747 750 min.
Specific Gravity ASTM D792 1.38 max.
Water Absorption in 48 hrs. (%) ASTM D570 .5 max.
Low Temperature Brittleness ASTM D746 No sign of
failure @ 35EF
! Accelerated Aging CRD-C-572
Tensile Strength (psi) 1500 min.
Elongation (%) 300 min.
Effect of Alkali in 7 Days CRD-C-572
Weight Change (%) -.10 to +25
Hardness, Type A Durometer " 5 max.
{ Tensile Strength Change (%) -15 max.
L 2. Dimensions
a. Expansion Joints: 9 inches long by 3/8-inch web with a 3/4-inch
diameter center bulb.
b. Construction and Control Joints: 6 inches long by 3/8-inch web with a
j 3-inch diameter center bulb.
L
PART 3 - EXECUTION
L 3.01 JOINT PREPARATION
A. The joint surface of concrete previously placed shall be clean, moist,true to level
and reasonably rough, with some coarse aggregate exposed. All laitance and
4 loose mortar shall be removed.
L B. The surface of the joint shall be prepared prior to pouring. The joint shall be
L JOINTS FOR CONCRETE 03251-2
E�eowments\T Wappinger W2014\W21406 Mark Field Pavilion\ pemfir lions\Tech SpemM251 Eoc
e
L
Town of Wappinger Martz Field Pavilion
cleaned by wire brushing if necessary.
LC. Protect the joint until concreting is resumed.
D. Hardened concrete shall be saturated for a period of six (6) hours and all excess
moisture and all loose or foreign material shall be removed before new concrete
is placed at joint.
E. Precede new concrete by about 2-inch of soft mortar of the same proportions as
that in the concrete. When accessible, this shall be rubbed into the surfaces of
` the joint.
` F. In column forms and other deep narrow forms, the concrete placement shall be
started with an oversanded mix of 5/8-inch maximum aggregate with an extra
sack of cement per cubic yard and with a 5-inch slump. This mix shall be placed
several inches deep on the construction joint. Do not use a mortar layer.
G. Waterstops shall be placed continuous around corners and intersections.
Splices shall be made in accordance with the manufacturer's recommendations.
3.02 INSTALLATION
A. Expansion Joints
1. Discontinue reinforcing steel, corner protection angles, metal frames, and
other fixed items embedded or bonded to concrete.
2. Place parallel concrete reinforcement 2 inches on each side of joint.
3. Provide slightly rounded or 3/4-inch chamfer, as shown on the contract
t€ drawings. Finish all edges neatly around the joint.
` B. Construction Joints
1. Generally, the location of construction joints are shown on the contract
drawings. Where joints are not shown, it shall be the contractor's
responsibility to provide construction joints in locations suitable to
g operations and in locations that are in conformance with good concrete
i construction practice and as specified herein.
2. All horizontal construction joints shall have steel waterstops except as
directed by the engineer, in writing.
3. To minimize shrinkage effects,do not pour long continuouswalls orslabs at
one time. The following tables give maximum pour lengths:
[ a. Rectangular slab" pours shall conform to this table:
{• Short Side "S' Long Side "L"
20 ft. L must be 4x'S"ft.
JOINTS FOR CONCRETE 03251-3
`[ E?GooumenWT Wappinger W20141W214W M8i Field PavilionV pedfic tions\Tec SpemW251 Eoc
L
Town of Wappinger Martz Field Pavilion
L 20-30 ft. L must be 80 ft.
30-40 ft. L must be 70 ft.
40-60 ft. L must be 60 ft.
b. Circular slab' pours shall have a maximum surface area of less than
3600 square feet.
`If pour exceeds the dimensions given in the tables, the slab shall be
poured in alternating patterns conforming to the tables.
c. Wall pours" shall be limited to 30 feet in horizontal dimension.
Horizontal construction joints in walls are not permitted except as
F detailed on the contract drawings or as approved by the engineer.
` 'If the walls exceed 30 feet, pour the wall in an alternating pattern.
t 4. Concrete reinforcement shall be continuous through all construction joints.
FL Reinforcement shall be kept clean.
5. Provide additional reinforcing bars, No. 4 at 12 inches by 4 foot long
centered in each vertical construction joint.
6. Provide keyways and waterstops as shown on the contract drawings.
C. Control Joints
1. Locate and construct control joints as shown on the contract drawings.
a. Wall control joints shall be made at 15 foot intervals in long
uninterrupted walls greater than 45 feet in length.
b. Slab control joints shall be made using a pre-molded joint filler or by
sawcutting. Sawcutting shall be done after the surface is firm enough
not to be damaged by the cutting blade.
1[ D. Joints Connecting Old and New Work
` 1. Construct as shown on the contract drawings.
2. Thoroughly clean and roughen existing surfaces before application of the
bonding agent.
E 3. Make all joints watertight.
b END OF SECTION
4�
L
JOINTS FOR CONCRETE 03251-4
{[
Eboc meM U WappingeM W2014\W21406 Mar¢Reid Pawlion\Specifications\Tech SpemW251 Eoc
Town of Wappinger Martz Field Pavilion
SECTION 042000
UNIT MASONRY ASSEMBLIES
PART 1 - GENERAL
F 1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 1 Specification Sections, apply to this
F Section.
1.2 SUMMARY
A. This Section includes unit masonry assemblies consisting of the following:
1. Concrete masonry units (CMUs).
2. Mortar and grout.
3. Reinforcing steel.
4. Masonry joint reinforcement.
5. Ties and anchors.
6. Embedded flashing.
6 7. Miscellaneous masonry accessories.
L 8. Masonry-cell insulation.
B. Related Sections include the following:
1. Division 7 Section "Joint Sealants" for sealing control and expansion joints
in unit masonry.
C. Products furnished, but not installed, under this Section include the following:
1. Dovetail slots for masonry anchors, installed under Division 3 Section
"Cast-in-Place Concrete."
1.3 DEFINITIONS
A. Reinforced Masonry: Masonry containing reinforcing steel in grouted cells.
1.4 PERFORMANCE REQUIREMENTS
A. Provide structural unit masonry that develops indicated net-area compressive
strengths (f m) at 28 days.
L
L
UNIT MASONRY ASSEMBLIES 042000- 1
EWocwnenls\T Wappinger\a N2014\W214W Martz Field PavilipnVSpetirications\Tech Specs\04200.tloc
1
Town of Wappinger Martz Field Pavilion
B. Determine net-area compressive strength (fm) of masonry from average net-
area compressive strengths of masonry units and mortar types (unit-strength
method) according to Tables 1 and 2 in ACI 530.1/ASCE 6lrMS 602.
C. Determine net-area compressive strength (fm) of masonry by testing masonry
prisms according to ASTM C 1314.
r
1.5 SUBMITTALS
A. Product Data: For each type of product indicated.
` B. Shop Drawings: For the following:
1. Masonry Units: Show sizes, profiles, coursing, and locations of special
shapes.
2. Reinforcing Steel: Detail bending and placement of unit masonry
reinforcing bars. Comply with ACI 315, "Details and Detailing of Concrete
Reinforcement." Show elevations of reinforced walls.
3. Fabricated Flashing: Detail corner units, end-dam units, and other special
�. applications.
C. Samples for Initial Selection: For the following:
1. Weep holes/vents.
D. Samples for Verification: For each type and color of the following:
1. Weep holes/vents.
2. Accessories embedded in masonry.
E. List of Materials Used in Constructing Mockups: List generic product names
together with manufacturers, manufacturers' product names, model numbers,
lot numbers, batch numbers, source of supply, and other information as
required to identify materials used. Include mix proportions for mortar and grout
and source of aggregates.
1. Submittal is for information only. Neither receipt of list nor approval of
mockup constitutes approval of deviations from the Contract Documents
unless such deviations are specifically brought to the attention of Engineer
and approved in writing.
F. Qualification Data: For testing agency.
G. Material Certificates: Include statements of material properties indicating
compliance with requirements including compliance with standards and type
designations within standards. Provide for each type and size of the following:
1. Masonry units.
` UNIT MASONRY ASSEMBLIES 042000 -2
`{ E:\c c enls%TWappingeda MOWW214 Magi Field Pawlion'Specffi on %Te Spe NMZOO.doc
LTown of Wappinger Martz Field Pavilion
a. Include material test reports substantiating compliance with
requirements.
b. For bricks, include size-variation data verifying that actual range of
sizes falls within specified tolerances.
C. For exposed brick, include material test report for efflorescence
i according to ASTM C 67.
L d. For surface-coated brick, include material test report for durability of
surface appearance after 50-cycles of freezing and thawing per
`= ASTM C 67.
e. For masonry units used in structural masonry, include data and
calculations establishing average net-area compressive strength of
units.
2. Cementitious materials. Include brand, type, and name of manufacturer.
3. Preblended, dry mortar mixes. Include description of type and proportions
of ingredients.
4. Grout mixes. Include description of type and proportions of ingredients.
5. Reinforcing bars.
6. Joint reinforcement.
7. Anchors, ties, and metal accessories.
H. Mix Designs: For each type of mortar and grout. Include description of type
and proportions of ingredients.
1. Include test reports, per ASTM C 780, for mortar mixes required to comply
with property specification.
2. Include test reports, per ASTM C 1019, for grout mixes required to comply
with compressive strength requirement.
I. Statement of Compressive Strength of Masonry: For each combination of
masonry unit type and mortar type, provide statement of average net-area
compressive strength of masonry units, mortar type, and resulting net-area
compressive strength of masonry determined according to Tables 1 and 2 in
ACI 530.1/ASCE 6fTMS 602.
J. Cold-Weather Procedures: Detailed description of methods, materials, and
equipment to be used to comply with cold-weather requirements.
1.6 QUALITY ASSURANCE
A. Testing Agency Qualifications: An independent agency qualified according to
ASTM C 1093 for testing indicated, as documented according to ASTM E 548.
B. Source Limitations for Masonry Units: Obtain exposed masonry units of a
uniform texture and color, or a uniform blend within the ranges accepted for
these characteristics, through one source from a single manufacturer for each
product required.
UNIT MASONRY ASSEMBLIES 042000 - 3
E:\tlo ens\T Wappinge�W2014\W21406 Mar¢Field Pavllion\Sped6calio0s\Tech Specs\06200 Joc
4
L
Town of Wappinger Martz Field Pavilion
L C. Source Limitations for Mortar Materials: Obtain mortar ingredients of a uniform
quality, including color for exposed masonry, from a single manufacturer for
each cementitious component and from one source or producer for each
aggregate.
D. Fire-Resistance Ratings: Where indicated, provide materials and construction
identical to those of assemblies with fire-resistance ratings determined per
ASTM E 119 by a testing and inspecting agency, by equivalent concrete
masonry thickness, or by other means, as acceptable to authorities having
jurisdiction.
k E. Sample Panels: Build sample panels to verify selections made under sample
i• submittals and to demonstrate aesthetic effects. Comply with requirements in
Division 1 Section "Quality Requirements"for mockups.
1. Build sample panels for typical exterior and interior walls in sizes
approximately 60 inches long by 48 inches high by full thickness.
2. Clean one-half of exposed faces of panels with masonry cleaner indicated.
3. Protect approved sample panels from the elements with weather-resistant
membrane.
4. Approval of sample panels is for color, texture, and blending of masonry
units; relationship of mortar and sealant colors to masonry unit colors;
tooling of joints; aesthetic qualities of workmanship; and other material
e and construction qualities specifically approved by Engineer in writing.
a. Approval of sample panels does not constitute approval of deviations
from the Contract Documents contained in sample panels unless
such deviations are specifically approved by Engineer in writing.
F. Preinstallation Conference: Conduct conference at Project site to comply with
requirements in Division 1 Section 'Project Management and Coordination."
{ 1.7 DELIVERY, STORAGE, AND HANDLING
L A. Store masonry units on elevated platforms in a dry location. If units are not
stored in an enclosed location, cover tops and sides of stacks with waterproof
sheeting, securely tied. If units become wet, do not install until they are dry.
B. Store cementitious materials on elevated platforms, under cover, and in a dry
location. Do not use cementitious materials that have become damp.
C. Store aggregates where grading and other required characteristics can be
maintained and contamination avoided.
D. Deliver preblended, dry mortar mix in moisture-resistant containers designed for
L lifting and emptying into dispensing silo. Store preblended, dry mortar mix in
UNIT MASONRY ASSEMBLIES 042000 -4
L EWocumerts\TWappinge� D14\W2140S Math Fidd Pavilion\Specifications\Tedi Sp \04200dm
a
t
LTown of Wappinger Martz Field Pavilion
delivery containers on elevated platforms, under cover, and in a dry location or
in a metal dispensing silo with weatherproof cover.
E. Store masonry accessories, including metal items, to prevent corrosion and
accumulation of dirt and oil.
1.8 PROJECT CONDITIONS
A. Protection of Masonry: During construction, cover tops of walls, projections,
and sills with waterproof sheeting at end of each day's work. Cover partially
t completed masonry when construction is not in progress.
1. Extend cover a minimum of 24 inches down both sides and hold cover
{ securely in place.
tI� B. Do not apply uniform floor or roof loads for at least 12 hours and concentrated
i loads for at least 3 days after building masonry walls or columns.
` C. Stain Prevention: Prevent grout, mortar, and soil from staining the face of
masonry to be left exposed or painted. Immediately remove grout, mortar, and
soil that come in contact with such masonry.
1. Protect base of walls from rain-splashed mud and from mortar splatter by
' spreading coverings on ground and over wall surface.
}r 2. Protect sills, ledges, and projections from mortar droppings.
3. Protect surfaces of window and door frames, as well as similar products
with painted and integral finishes, from mortar droppings.
4. Turn scaffold boards near the wall on edge at the end of each day to
prevent rain from splashing mortar and dirt onto completed masonry.
D. Cold-Weather Requirements: Do not use frozen materials or materials mixed or
coated with ice or frost. Do not build on frozen substrates. Remove and
replace unit masonry damaged by frost or by freezing conditions. Comply with
cold-weather construction requirements contained in
ACI 530.1/ASCE 6/TMS 602.
1. Cold-Weather Cleaning: Use liquid cleaning methods only when air
temperature is 40 deg F and above and will remain so until masonry has
dried, but not less than 7 days after completing cleaning.
k` E. Hot-Weather Requirements: Comply with hot-weather construction
requirements contained in ACI 530.1/ASCE 6/ 7MS 602.
UNIT MASONRY ASSEMBLIES 042000- 5
F( EWocmeMs\Twawinger V 014\W214 Marti Field Pavilion\.Specifications\Tech Spars\04200.doc
•
Town of Wappinger Martz Field Pavilion
PART 2 - PRODUCTS
2.1 MANUFACTURERS
A. In other Part2 articles where titles below introduce lists, the following
requirements apply to product selection:
k 1. Available Products: Subject to compliance with requirements, products
that may be incorporated into the Work include, but are not limited to,
products specified.
2. Products: Subject to compliance with requirements, provide one of the
products specified.
3. Available Manufacturers: Subject to compliance with requirements,
t manufacturers offering products that may be incorporated into the Work
include, but are not limited to, manufacturers specified.
4. Manufacturers: Subject to compliance with requirements, provide
products by one of the manufacturers specified.
2.2 MASONRY UNITS, GENERAL
A. Defective Units: Referenced masonry unit standards may allow a certain
percentage of units to exceed tolerances and to contain chips, cracks, or other
`k defects exceeding limits stated in the standard. Do not uses units where such
i defects, including dimensions that vary from specified dimensions by more than
stated tolerances, will be exposed in the completed Work or will impair the
j quality of completed masonry.
{• 2.3 CONCRETE MASONRY UNITS (CMUs)
A. Shapes: Provide shapes indicated and as follows:
1. Provide special shapes for lintels, corners, jambs, sashes, movement
joints, headers, bonding, and other special conditions.
2. Provide square-edged units for outside comers, unless otherwise
indicated.
B. Concrete Masonry Units: ASTM C 90.
F
1. Unit Compressive Strength: Provide units with minimum average net-area
compressive strength of 2800 psi
2. Weight Classification: Normal weight.
3. Size (Width): Manufactured to dimensions 3/8 inch less than nominal
dimensions.
4. Exposed Faces: Provide color, sealant and texture matching the range
represented by the owner.
UNIT MASONRY ASSEMBLIES 042000 -6
E Wmumeals\T Wappingers W2014\W214M Martz Field PamlionZpecific ons\Tech Spers\04200.Uoc
t
Town of Wappinger Martz Field Pavilion
2.4 MORTAR AND GROUT MATERIALS
A. Portland Cement: ASTM C 150, Type I or II, except Type III may be used for
cold-weather construction. Provide natural color or white cement as required to
produce mortar color indicated.
B. Hydrated Lime: ASTM C 207, Type S.
C. Portland Cement-Lime Mix: Packaged blend of portland cement complying with
ASTM C 150, Type I or Type III, and hydrated lime complying with
ASTM C 207, Type S.
D. Masonry Cement: ASTM C 91.
1. Available Products:
a. Holcim (US) Inc.; Mortamix Masonry Cement.
b. Lafarge North America Inc.; Magnolia Masonry Cement.
C. Lehigh Cement Company; Lehigh Masonry Cement.
E. Mortar Cement: ASTM C 1329.
1. Available Products:
F a. Lafarge North America Inc.; Lafarge Mortar Cement.
F. Aggregate for Mortar: ASTM C 144.
1. For mortar that is exposed to view, use washed aggregate consisting of
natural sand or crushed stone.
2. For joints less than 1/4 inch thick, use aggregate graded with 100 percent
passing the No. 16 sieve.
3. White-Mortar Aggregates: Natural white sand or crushed white stone.
4. Colored-Mortar Aggregates: Natural sand or crushed stone of color
p necessary to produce required mortar color.
G. Aggregate for Grout: ASTM C 404.
H. Cold-Weather Admixture: Nonchloride, noncorrosive, accelerating admixture
complying with ASTM C 494/C 494M, Type C, and recommended by
manufacturer for use in masonry mortar of composition indicated.
1. Available Products:
a. Addiment Incorporated; Mortar Kick.
b. Euclid Chemical Company(The); Accelguard 80.
C. Grace Construction Products, a unit of W. R. Grace & Co. - Conn.;
Morset.
.. d. Sonneborn, Div. of ChemRex; Trimix-NCA.
UNIT MASONRY ASSEMBLIES 042000-7
E:%do mer NT Wappinger W M4\Ml1 Manz FINE PaNlionVSpe cations\Tech Specs\04200.dm
L
Town of Wappinger Martz Field Pavilion
t` I. Water-Repellent Admixture: Liquid water-repellent mortar admixture intended
for use with concrete masonry units, containing integral water repellent by same
Lmanufacturer.
1. Available Products:
t
E. a. Addiment Incorporated; Mortar Tite.
b. Grace Construction Products, a unit of W. R. Grace & Co. - Conn.;
Dry-Block Mortar Admixture.
C. Master Builders, Inc.; Color Cure Mortar Admix.
J. Water: Potable.
r 2.5 REINFORCEMENT
A. Uncoated Steel Reinforcing Bars: ASTM A 615/A 615M or
Ei
ASTM A 996/A 996M, Grade 60.
` B. Masonry Joint Reinforcement, General: ASTM A 951.
1. Interior Walls: Hot-dip galvanized, carbon steel.
2. Exterior Walls: Hot-dip galvanized, carbon steel.
3. Wire Size for Side Rods: W2.8 or 0.188-inch diameter.
p 4. Wire Size for Cross Rods: W2.8 or 0.188-inch diameter.
5. Wire Size for Veneer Ties: W1.7 or 0.148-inch diameter.
6. Spacing of Cross Rods, Tabs, and Cross Ties: Not more than 16 inches
oc.
7. P.rovide in lengths of not less than 10 feet.
C. Masonry Joint Reinforcement for Single-Wythe Masonry: Either ladder or truss
type with single pair of side rods.
2.6 TIES AND ANCHORS
A. Materials: Provide ties and anchors specified in subsequent paragraphs that
i are made from materials that comply with eight subparagraphs below, unless
4 otherwise indicated.
1. Hot-Dip Galvanized, Carbon-Steel Wire: ASTM A 82; with
ASTM A 153/A 153M, Class B-2 coating.
2. Galvanized Steel Sheet: ASTM A 653/A 653M, Commercial Steel, G60
zinc coating.
3. Steel Sheet, Galvanized after Fabrication: ASTM A 1008/A 1008M,
Commercial Steel, hot-dip galvanized after fabrication to comply with
ASTM A 153/A 153M.
L
UNIT MASONRY ASSEMBLIES 042000-8
{ E\documeirts\T WappingeY W=4=214 Ma=Field PaWlWSpecfidafiom\Tech Specs\N21X.doc
•
Town of Wappinger Martz Field Pavilion
B. Corrugated Metal Ties: Metal strips not less than 7/8 inch wide with
,- corrugations having a wavelength of 0.3 to 0.5 inch and an amplitude of 0.06 to
0.10 inch made from steel sheet, galvanized after fabrication not less than
0.053 inch Ties made from galvanized steel sheet may be used in interior walls,
unless otherwise indicated.
C. Wire Ties, General: Unless otherwise indicated, size wire ties to extend at least
halfway through veneer but with at least 5/8-inch cover on outside face. Outer
ends of wires are bent 90 degrees and extend 2 inches parallel to face of
veneer.
D. Individual Wire Ties: Rectangular units with closed ends and not less than 4
inches wide.
r 1. Z-shaped ties with ends bent 90 degrees to provide hooks not less than 2
inches long may be used for masonry constructed from solid units or
hollow units laid with cells horizontal.
2. Where wythes do not align, use adjustable ties with pintle-and-eye
connections having a maximum adjustment of 1-1/4 inches.
3. Wire: Fabricate from 3/16-inch- diameter, hot-dip galvanized steel
wire. Mill-galvanized wire ties may be used in interior walls, unless
otherwise indicated.
E. Adjustable Anchors for Connecting to Structure: Provide anchors that allow
vertical or horizontal adjustment but resist tension and compression forces
perpendicular to plane of wall.
1. Anchor Section for Welding to Steel Frame: Crimped 1/4-inch- diameter,
hot-dip galvanized steel wire. Mill-galvanized wire may be used at interior
walls, unless otherwise indicated.
2. Tie Section for Steel Frame: Triangular-shaped wire tie, sized to extend
within 1 inch of masonry face, made from 0.188-inch- diameter, hot-dip
galvanized steel wire. Mill-galvanized wire may be used at interior walls,
unless otherwise indicated.
3. Connector Section for Concrete: Dovetail tabs for inserting into dovetail
slots in concrete and attached to tie section; formed from 0.053-inch-
thick, steel sheet, galvanized after fabrication.
4. Tie Section for Concrete: Corrugated metal ties with dovetail tabs for
inserting into dovetail slots in concrete and sized to extend to within 1 inch
j of masonry face.
F. Partition Top anchors: 0.097-inch- thick metal plate with 3/8-inch- diameter
jl metal rod 6 inches long welded to plate and with closed-end plastic tube fitted
L over rod that allows rod to move in and out of tube. Fabricate from steel, hot-
dip galvanized after fabrication.
UNIT MASONRY ASSEMBLIES 042000 - 9
{L E:\tlo eMs\Twappingeha w014\Ml1 MaM FWd Padfion\Specifir Dns\Tecfi Specs\042W.doc
Town of Wappinger Martz Field Pavilion
L
G. Rigid Anchors: Fabricate from steel bars 1-1/2 inches wide by 1/4 inch thick by
t 24 inches long, with ends turned up 2 inches or with cross pins, unless
L otherwise indicated.
1. Corrosion Protection: Hot-dip galvanized to comply with
ASTM A 153/A 153M.
`y 2.7 MISCELLANEOUS ANCHORS
k
_ A. Anchor Bolts: Headed or L-shaped steel bolts complying with ASTM A 307,
Grade A; with ASTM A 563 hex nuts and, where indicated, flat washers; hot-dip
�. galvanized to comply with ASTM A 153/A 153M, Class C; of dimensions
indicated.
2.8 EMBEDDED FLASHING MATERIALS
A. Metal Flashing: Provide metal flashing, complying with SMACNA's
"Architectural Sheet Metal Manual And Division 7 Section "Sheet Metal Flashing
and Trim" and as follows:
1. Stainless Steel: ASTM A 240/A 240M, Type 304, 0.016 inch thick.
2. Copper: ASTM B 370, Temper HOO or H01, cold-rolled copper sheet, 10-
oz./sq. ft. weight or 0.0135 inch thick for fully concealed flashing; 16-
oz./sq. ft. weight or 0.0216 inch thick elsewhere.
3. Fabricate continuous flashings in sections 96 inches long minimum, but
not exceeding 12 feet. Provide splice plates at joints of formed, smooth
metal flashing.
4. Fabricate through-wall metal flashing embedded in masonry from stainless
steel, with ribs at 3-inch intervals along length of flashing to provide an
integral mortar bond.
a. Available Products:
1) Cheney Flashing Company; Cheney Flashing (Dovetail).
2) Keystone Flashing Company, Inc.; Keystone 3-Way
Interlocking Thruwall Flashing.
5. Fabricate through-wall flashing with snaplock receiver on exterior face
where indicated to receive counterflashing.
6. Fabricate through-wall flashing with drip edge, unless otherwise indicated.
Fabricate by extending flashing 1/2 inch out from wall, with outer edge
bent down 30 degrees and hemmed.
7. Fabricate through-wall flashing with sealant stop, unless otherwise
indicated. Fabricate by bending metal back on itself 3/4 inch at exterior
face of wall and down into joint 3/8 inch to form a stop for retaining sealant
backerrod.
UNIT MASONRY ASSEMBLIES 042000 - 10
E'Wocume kTWappinger W201CW214W Mah Fleld PaWion\S ffic ona\Tech Spe X\ 2W.doc
L
Town of Wappinger Martz Field Pavilion
L 8. Fabricate metal drip edges and sealant stops for ribbed metal flashing
from plain metal flashing of same metal as ribbed flashing and extending
at least 3 inches into wall with hemmed inner edge to receive ribbed
flashing and form a hooked seam. Form hem on upper surface of metal
so that completed seam will shed water.
9. Metal Drip Edges: Fabricate from stainless steel. Extend at least 3 inches
into wall and 1/2 inch out from wall, with outer edge bent down 30
# degrees and hemmed.
! 10. Metal Flashing Terminations: Fabricate from stainless steel. Extend at
E least 3 inches into wall and out to exterior face of wall. At exterior face of
wall, bend metal back on itself for 3/4 inch and down into joint 3/8 inch to
form a stop for retaining sealant backer rod.
11. Metal Expansion-Joint Strips: Fabricate from stainless steel to shapes
Lindicated.
( 2.9 MISCELLANEOUS MASONRY ACCESSORIES
L A. Compressible Filler: Premolded filler strips complying with ASTM D 1056,
Grade 2A1; compressible up to 35 percent; of width and thickness indicated;
Lformulated from neoprene.
B. Preformed Control-Joint Gaskets: Made from styrene-butadiene-rubber
compound, complying with ASTM D 2000, Designation M2AA-805 or PVC,
L complying with ASTM D 2287, Type PVC-65406 and designed to fit standard
sash block and to maintain lateral stability in masonry wall; size and
Lconfiguration as indicated.
C. Bond-Breaker Strips: Asphalt-saturated, organic roofing felt complying with
! ASTM D 226, Type I (No. 15 asphalt felt).
L D. WeepNent Products: Use the following, unless otherwise indicated:
{ 1. Wicking Material: Absorbent rope, made from UV-resistant synthetic fiber,
V 1/4 to 3/8 inch in diameter, in length required to produce 2-inch exposure
on exterior and 18 inches in cavity between wythes. Use only for weeps.
2. Round Plastic WeepNent Tubing: Medium-density polyethylene, 3/8-inch
OD by 4 inches long.
3. Rectangular Plastic WeepNent Tubing: Clear butyrate, 3/8 by 1-1/2 by 3-
1/2 inches long.
4. Cellular Plastic WeepNent: One-piece, flexible extrusion made from UV-
resistant polypropylene copolymer, full height and width of head joint and
depth 1/8 inch less than depth of outer wythe, in color selected from
manufacturer's standard.
a. Available Products:
L - 1) Advanced Building Products Inc.; Mortar Maze weep vent.
L UNIT MASONRY ASSEMBLIES 042000 - 11
EWowmeMs\Twappinger W2019\MW6 Martz Field PaWionu^pecffiw1ions\Tec Specs\W(x.,1oc
{{
L Town of Wappinger Martz Field Pavilion
f
L 2) Dayton Superior Corporation, Dur-O-Wal Division; Cell Vents.
3) Heckmann Building Products Inc.; No. 85 Cell Vent.
4) Hohmann & Barnard, Inc.; Quadro-Vent.
E. Cavity Drainage Material: Free-draining mesh, made from polymer strands that
a' will not degrade within the wall cavity.
{ 1. Provide one of the following configurations:
tr
a. Strips, full-depth of cavity and 10 inches wide, with dovetail shaped
notches 7 inches deep that prevent mesh from being clogged with
mortar droppings.
b. Strips, not less than 3/4 inch thick and 10 inches wide, with dimpled
L
surface designed to catch mortar droppings and prevent weep holes
L from being clogged with mortar.
C. Sheets or strips full depth of cavity and installed to full height of
cavity.
d. Sheets or strips not less than 3/4 inch thick and installed to full height
of cavity with additional strips 4 inches high at weep holes and thick
enough to fill entire depth of cavity and prevent weep holes from
4 being clogged with mortar.
r 2. Available Products:
4
6 a. Advanced Building Products Inc.; Mortar Break.
b. Archovations, Inc.; CavClear Masonry Mat.
C. Dayton Superior Corporation, Dur-O-Wal Division; Polytite
MortarStop.
d. Mortar Net USA, Ltd.; Mortar Net.
F. Reinforcing Bar Positioners: Wire units designed to fit into mortar bed joints
spanning masonry unit cells with loops for holding reinforcing bars in center of
cells. Units are formed from 0.142-inch steel wire, hot-dip galvanized after
fabrication. Provide units with either two loops or four loops as needed for
number of bars indicated.
k
6 1. Available Products:
a. Dayton Superior Corporation, Dur-O-Wal Division; D/A 810, D/A 812
L or D/A 817.
b. Heckmann Building Products Inc.; No. 376 Rebar Positioner.
C. Hohmann & Barnard, Inc.; #RB or#RB-Twin Rebar Positioner.
d. Wire-Bond; O-Ring or Double O-Ring Rebar Positioner.
t
F
w-
L UNIT MASONRY ASSEMBLIES 042000- 12
E bocumeMs\TWappingeiaW 014W14 Mach Field PaAonlSpecifications\Teck SpeaNWW.Coc
I
L.
Town of Wappinger Martz Field Pavilion
2.10 MASONRY-CELL INSULATION
A. Loose-Granular Fill Insulation: Perlite complying with ASTM C 549, Type 11
` (surface treated for water repellency and limited moisture absorption) or Type
IV (surface treated for water repellency and to limit dust generation).
4
1 2.11 MASONRY CLEANERS
4 A. Proprietary Acidic Cleaner: Manufacturer's standard-strength cleaner designed
for removing mortar/grout stains, efflorescence, and other new construction
stains from new masonry without discoloring or damaging masonry surfaces.
�. Use product expressly approved for intended use by cleaner manufacturer and
manufacturer of masonry units being cleaned.
1. Available Manufacturers:
a. Diedrich Technologies, Inc.
b. EaCo Chem, Inc.
C. ProSoCo, Inc.
2.12 MORTAR AND GROUT MIXES
A. General: Do not use admixtures, including pigments, air-entraining agents,
`. accelerators, retarders, water-repellent agents, antifreeze compounds, or other
admixtures, unless otherwise indicated.
1. Do not use calcium chloride in mortar or grout.
2. Limit cementitious materials in mortar to portland cement, mortar cement,
and lime.
3. Limit cementitious materials in mortar for exterior and reinforced masonry
to Portland cement, mortar cement, and lime.
4. Add cold-weather admixture (if used) at same rate for all mortar that will
be exposed to view, regardless of weather conditions, to ensure that
mortar color is consistent.
B. Preblended, Dry Mortar Mix: Furnish dry mortar ingredients in form of a
Preblended mix. Measure quantities by weight to ensure accurate proportions,
f and thoroughly blend ingredients before delivering to Project site.
tC. Mortar for Unit Masonry: Comply with ASTM C 270, Property Specification.
Provide the following types of mortar for applications stated unless another type
is indicated or needed to provide required compressive strength of masonry.
1. For masonry below grade or in contact with earth, use Type M.
1 2. For reinforced masonry, use Type S.
�► 3. For mortar parge coats, use Type S.
UNIT MASONRY ASSEMBLIES 042000 - 13
E:\tlowmeres\Twappinwe W2014\w214 MaK Field Pavilion\Specifications\Tech Specs\042Wdoc
tt
Town of Wappinger Martz Field Pavilion
4. For exterior, above-grade, load-bearing and non-load-bearing walls and
parapet walls; for interior load-bearing walls; for interior non-load-bearing
i partitions; and for other applications where another type is not indicated,
r
use Type N.
5. For interior non-load-bearing partitions, Type O may be used instead of
m Type N.
s
D. Grout for Unit Masonry: Comply with ASTM C 476.
1. Use grout of type indicated or, if not otherwise indicated, of type (fine or
coarse) that will comply with Table 1.15.1 in ACI 530.1/ASCE 6/TMS 602
for dimensions of grout spaces and pour height.
2. Provide grout with a slump of 8 to 11 inches as measured according to
ASTM C 143/C 143M.
2.13 SOURCE QUALITY CONTROL
A. Concrete Masonry Unit Test: For each type of unit furnished, per ASTM C 140.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine conditions, with Installer present, for compliance with requirements for
installation tolerances and other conditions affecting performance of work.
1. For the record, prepare written report, endorsed by Installer, listing
conditions detrimental to performance of work.
2. Verify that foundations are within tolerances specified.
3. Verify that reinforcing dowels are properly placed.
B. Before installation, examine rough-in and built-in construction for piping
systems to verify actual locations of piping connections.
C. Proceed with installation only after unsatisfactory conditions have been
corrected.
i. 3.2 INSTALLATION, GENERAL
A. Thickness: Build cavity and composite walls and other masonry construction to
full thickness shown. Build single-wythe walls to actual widths of masonry units,
using units of widths indicated.
L
B. Build chases and recesses to accommodate items specified in this and other
Sections.
i
UNIT MASONRY ASSEMBLIES 042000- 14
E:Wwumen[s\T Wappinge W2014\W21406 Meru Field Pevdhon\Speciflcafions\Tech Specs\04200 Eoc
1.
Town of Wappinger Martz Field Pavilion
C. Leave openings for equipment to be installed before completing masonry. After
i installing equipment, complete masonry to match the construction immediately
L adjacent to opening.
D. Use full-size units without cutting if possible. If cutting is required to provide a
continuous pattern or to fit adjoining construction, cut units with motor-driven
saws; provide clean, sharp, unchipped edges. Allow units to dry before laying
unless wetting of units is specified. Install cut units with cut surfaces and,
L where possible, cut edges concealed.
E. Select and arrange units for exposed unit masonry to produce a uniform blend
L of colors and textures.
1. Mix units from several pallets or cubes as they are placed.
�j F. Comply with construction tolerances in ACI 530.1/ASCE 6/TMS 602 and with
the following:
1. For conspicuous vertical lines, such as external comers, door jambs,
reveals, and expansion and control joints, do not vary from plumb by more
than 1/8 inch in 10 feet, 1/4 inch in 20 feet, or 1/2 inch maximum.
2. For vertical alignment of exposed head joints, do not vary from plumb by
more than 1/4 inch in 10 feet, or 1/2 inch maximum.
3. For conspicuous horizontal lines, such as lintels, sills, parapets, and
reveals, do not vary from level by more than 1/8 inch in 10 feet, 1/4 inch in
20 feet, or 1/2 inch maximum.
4. For exposed bed joints, do not vary from thickness indicated by more than
plus or minus 1/8 inch, with a maximum thickness limited to 1/2 inch. Do
not vary from bed-joint thickness of adjacent courses by more than 1/8
inch.
5. For exposed head joints, do not vary from thickness indicated by more
than plus or minus 1/8 inch. Do not vary from adjacent bed-joint and
head-joint thicknesses by more than 1/8 inch.
6. For faces of adjacent exposed masonry units, do not vary from flush
alignment by more than 1/16 inch except due to warpage of masonry units
within tolerances specified for warpage of units.
7. For exposed bed joints and head joints of stacked bond, do not vary from
a straight line by more than 1/16 inch from one masonry unit to the next.
4 3.3 LAYING MASONRY WALLS
A. Lay out walls in advance for accurate spacing of surface bond patterns with
uniform joint thicknesses and for accurate location of openings, movement-type
joints, returns, and offsets. Avoid using less-than-half-size units, particularly at
corners,jambs, and, where possible, at other locations.
UNIT MASONRY ASSEMBLIES 042000- 15
`y EW2014\W214W Maw Field Paviiion\Specifica6ons\Tec Specs\04200.tloc
i
L
Town of Wappinger Martz Field Pavilion
L B. Bond Pattern for Exposed Masonry: Unless otherwise indicated, lay exposed
masonry in bond pattern indicated on Drawings; do not use units with less than
L nominal 4-inch horizontal face dimensions at corners or jambs.
C. Lay concealed masonry with all units in a wythe in running bond or bonded by
Llapping not less than 2 inches. Bond and interlock each course of each wythe
at corners. Do not use units with less than nominal 4-inch horizontal face
dimensions at corners or jambs.
LG
D. Stopping and Resuming Work: Stop work by racking back units in each course
from those in course below; do not tooth. When resuming work, clean masonry
surfaces that are to receive mortar, remove loose masonry units and mortar,
and wet brick if required before laying fresh masonry.
E. Built-in Work: As construction progresses, build in items specked in this and
other Sections. Fill in solidly with masonry around built-in items.
F. Fill space between steel frames and masonry solidly with mortar, unless
otherwise indicated.
G. Where built-in items are to be embedded in cores of hollow masonry units,
place a layer of metal lath, wire mesh, or plastic mesh in the joint below and rod
mortar or grout into core.
H. Fill cores in hollow concrete masonry units with grout 24 inches under bearing
plates, beams, lintels, posts, and similar items, unless otherwise indicated.
I. Build non-load-bearing interior partitions full height of story to underside of solid
floor or roof structure above, unless otherwise indicated.
1. Install compressible filler in joint between top of partition and underside of
structure above.
2. Fasten partition top anchors to structure above and build into top of
LE. partition. Grout cells of CMUs solidly around plastic tubes of anchors and
push tubes down into grout to provide 1/2-inch clearance between end of
anchor rod and end of tube. Space anchors 48 inches o.c., unless
otherwise indicated.
3. Wedge non-load-bearing partitions against structure above with small
pieces of tile, slate, or metal. Fill joint with mortar after dead-load
Ldeflection of structure above approaches final position.
L3.4 MORTAR BEDDING AND JOINTING
A. Lay hollow concrete masonry units as follows:
1. With face shells fully bedded in mortar and with head joints of depth equal
to bed joints.
L UNIT MASONRY ASSEMBLIES 042000- 16
{j E'.We,umeMs\T Wappinger\a W2014\W21406 Maih Field PaW*MSpemficafiom\Tech Specs\04200.tloc
Y
6.
Town of Wappinger Martz Field Pavilion
L2. With webs fully bedded in mortar in all courses of piers, columns, and
pilasters.
L 3. With webs fully bedded in mortar in grouted masonry, including starting
course on footings.
4. With entire units, including areas under cells, fully bedded in mortar at
Lstarting course on footings where cells are not grouted.
B. Lay solid masonry units with completely filled bed and head joints; butter ends
with sufficient mortar to fill head joints and shove into place. Do not deeply
furrow bed joints or slush head joints.
& C. Tool exposed joints slightly concave when thumbprint hard, using a jointer
L larger than joint thickness, unless otherwise indicated.
D. Cut joints flush for masonry walls to receive plaster or other direct-applied
L finishes (other than paint), unless otherwise indicated.
L 3.5 MASONRY-CELL INSULATION
A. Pour granular insulation into cavities to fill void spaces. Maintain inspection
ports to show presence of insulation at extremities of each pour area. Close the
ports after filling has been confirmed. Limit the fall of insulation to 1 story in
L
height, but not more than 20 feet.
3.6 MASONRY JOINT REINFORCEMENT
LA. General: Install entire length of longitudinal side rods in mortar with a minimum
cover of 5/8 inch on exterior side of walls, 1/2 inch elsewhere. Lap
Lreinforcement a minimum of 6 inches.
1. Space reinforcement not more than 16 inches o.c.
2. Space reinforcement not more than 8 inches o.c. in foundation walls and
parapet walls.
3. Provide reinforcement not more than 8 inches above and below wall
b openings and extending 12 inches beyond openings.
L a. Reinforcement above is in addition to continuous reinforcement.
B. Interrupt joint reinforcement at control and expansion joints, unless otherwise
indicated.
LC. Provide continuity at wall intersections by using prefabricated T-shaped units.
D. Provide continuity at corners by using prefabricated L-shaped units.
L
L UNIT MASONRY ASSEMBLIES 042000- 17
4t E\documents\T Wappinger\a W2014\W214 Mail Field PaNlion\Specifications\Teta Specs\04200.doc
Y
L
Town of Wappinger Martz Field Pavilion
L E. Cut and bend reinforcing units as directed by manufacturer for continuity
at corners, returns, offsets, column fireproofing, pipe enclosures, and other
special conditions.
3.7 ANCHORING MASONRY TO STRUCTURAL MEMBERS
A. Anchor masonry to structural members where masonry abuts or faces structural
j members to comply with the following:
4 1. Provide an open space not less than 1/2 inch in width between masonry
and structural member, unless otherwise indicated. Keep open space free
of mortar and other rigid materials.
2. Anchor masonry to structural members with anchors embedded in
masonry joints and attached to structure.
3. Space anchors as indicated, but not more than 24 inches o.c. vertically
and 36 inches o.c. horizontally.
3.8 CONTROL AND EXPANSION JOINTS
A. General: Install control and expansion joint materials in unit masonry as
masonry progresses. Do not allow materials to span control and expansion
joints without provision to allow for in-plane wall or partition movement.
B. Form control joints in concrete masonry using one of the following methods:
j. 1. Fit bond-breaker strips into hollow contour in ends of concrete masonry
L units on one side of control joint. Fill resultant core with grout and rake out
joints in exposed faces for application of sealant.
p 2. Install preformed control-joint gaskets designed to fit standard sash block.
L 3. Install interlocking units designed for control joints. Install bond-breaker
strips at joint. Keep head joints free and clear of mortar or rake out joint
for application of sealant.
4. Install temporary foam-plastic filler in head joints and remove filler when
unit masonry is complete for application of sealant.
C. Provide horizontal, pressure-relieving joints by either leaving an air space or
inserting a compressible filler of width required for installing sealant and backer
j rod specified in Division 7 Section "Joint Sealants," but not less than 3/8 inch.
1. Locate horizontal, pressure-relieving joints beneath shelf angles
supporting masonry.
UNIT MASONRY ASSEMBLIES 042000 - 18
Emelts\T Wappinger\a W2014\W214X Mar¢Field PaelieeSpecificahons\Tech Specs104200.doc
t4
Town of Wappinger Martz Field Pavilion
3.9 LINTELS
A. Provide lintels where openings of more than 12 inches for brick-size units and
24 inches for block-size units are shown without structural steel.
i B. Provide minimum bearing of 8 inches at each jamb, unless otherwise indicated.
L
j 3.10 FLASHING, WEEP HOLES, CAVITY DRAINAGE, AND VENTS
6 A. General: Install embedded flashing and weep holes in masonry at shelf angles,
lintels, ledges, other obstructions to downward flow of water in wall, and where
indicated. Install flashing as follows, unless otherwise indicated:
t 1. Prepare masonry surfaces so they are smooth and free from projections
L that could puncture flashing. Where flashing is within mortar joint, place
through-wall flashing on sloping bed of mortar and cover with mortar.
Before covering with mortar, seal penetrations in flashing with adhesive,
sealant, or tape as recommended by flashing manufacturer.
2. At multiwythe masonry walls, including cavity walls, extend flashing
through outer wythe, turned up a minimum of 4 inches, and through inner
wythe to within 1/2 inch of the interior face of wall in exposed masonry.
Where interior face of wall is to receive furring or framing, carry flashing
„ completely through inner wythe and turn flashing up approximately 2
{` inches on interior face.
3. At multiwythe masonry walls, including cavity walls, extend flashing
through outer wythe, turned up a minimum of 4 inches, and 1-1/2 inches
into the inner wythe. Delete first subparagraph below if no masonry
veneer over sheathing and studs.
4. At masonry-veneer walls, extend flashing through veneer, across air
space behind veneer, and up face of sheathing at least 8 inches; with
upper edge tucked under building paper or building wrap, lapping at least
4 inches.
5. At lintels and shelf angles, extend flashing a minimum of 6 inches into
masonry at each end. At heads and sills, extend flashing 6 inches at ends
and tum up not less than 2 inches to form end dams.
6. Interlock end joints of ribbed sheet metal flashing by overlapping ribs not
less than 1-1/2 inches or as recommended by flashing manufacturer, and
seal lap with elastomeric sealant complying with requirements in
Division 7 Section "Joint Sealants"for application indicated.
7. Install metal drip edges with ribbed sheet metal flashing by interlocking
hemmed edges to form hooked seam. Seal seam with elastomeric
sealant complying with requirements in Division 7 Section "Joint Sealants"
for application indicated.
8. Install metal drip edges beneath flexible flashing at exterior face of wall.
1 Stop flexible flashing 1/2 inch back from outside face of wall and adhere
C• flexible flashing to top of metal drip edge.
L UNIT MASONRY ASSEMBLIES 042000 - 19
E:ldo rner45\T Wappingef W2014\W21406 MaM Field Par lion\SpecRcarions\Tech Specs\04200 doc
g Town of Wappinger Martz Field Pavilion
` 9. Install metal flashing termination beneath flexible flashing at exterior face
of wall. Stop flexible flashing 1/2 inch back from outside face of wall and
L adhere flexible flashing to top of metal flashing termination.
10. Cut flexible flashing off flush with face of wall after masonry wall
y construction is completed.
` B. Install single-wythe CMU flashing system in bed joints of CMU walls where
indicated to comply with manufacturer's written instructions. Install CMU cell
4 pans with upturned edges located below face shells and webs of CMUs above
and with weep spouts aligned with face of wall. Install CMU web covers so that
they cover upturned edges of CMU cell pans at CMU webs and extend from
face shell to face shell.
C. Install reglets and nailers for flashing and other related construction where they
j are shown to be built into masonry.
L D. Install weep holes in head joints in exterior wythes of first course of masonry
immediately above embedded flashing and as follows:
1. Use specified weep/vent products or open head joints to form weep holes.
2. Use wicking material to form weep holes above flashing under brick sills.
Turn wicking down at lip of sill to be as inconspicuous as possible.
3. Space weep holes 24 inches o.c., unless otherwise indicated.
4. Space weep holes formed from plastic tubing 16 inches o.c.
5. Cover cavity side of weep holes with plastic insect screening at cavities
insulated with loose-fill insulation.
6. Trim wicking material flush with outside face of wall after mortar has set.
E. Install vents in head joints in exterior wythes at spacing indicated. Use
specified weep/vent products or open head joints to form vents.
1. Close cavities off vertically and horizontally with blocking in manner
indicated. Install through-wall flashing and weep holes above horizontal
blocking.
3.11 REINFORCED UNIT MASONRY INSTALLATION
L A. Temporary Formwork and Shores: Construct formwork and shores as needed
to support reinforced masonry elements during construction.
1. Construct formwork to provide shape, line, and dimensions of completed
` masonry as indicated. Make forms sufficiently tight to prevent leakage of
Fi\ mortar and grout. Brace, tie, and support fortes to maintain position and
shape during construction and curing of reinforced masonry.
2. Do not remove forms and shores until reinforced masonry members have
hardened sufficiently to carry their own weight and other temporary loads
that may be placed on them during construction.
UNIT MASONRY ASSEMBLIES 042000- 20
Ep E:\documents\T Wappinger\a W21)14XW 14N Marty Field Pavilion\SpedTcatiom\Tech Spec\t 2W.0oc
I
L Town of Wappinger Martz Field Pavilion
L B. Placing Reinforcement: Comply with requirements in
4
ACI 530.1/ASCE 6/TMS 602.
L C. Grouting: Do not place grout until entire height of masonry to be grouted has
attained enough strength to resist grout pressure.
L
1. Comply with requirements in ACI 530.1/ASCE 6/TMS 602 for cleanouts
and for grout placement, including minimum grout space and maximum
L
pour height.
2. Limit height of vertical grout pours to not more than 60 inches.
L 3.12 FIELD QUALITY CONTROL
L A. Concrete Masonry Unit Test: For each type of unit provided, per ASTM C 140.
B. Mortar Test (Property Specification): For each mix provided, per ASTM C 780.
C. Grout Test(Compressive Strength): For each mix provided, per ASTM C 1019.
! D. Prism Test: For each type of construction provided, per ASTM C 1314 at 7
L days and at 28 days.
L3.13 PARGING
A. Parge masonry walls, where indicated, in 2 uniform coats to a total thickness of
3/4 inch. Dampen wall before applying first coat and scarify first coat to ensure
full bond to subsequent coat.
B. Use a steel-trowel finish to produce a smooth, flat, dense surface with a
maximum surface variation of 1/8 inch per foot. Form a wash at top of parging
and a cove at bottom.
LC. Damp-cure parging for at least 24 hours and protect parging until cured.
L3.14 REPAIRING, POINTING, AND CLEANING
A. Remove and replace masonry units that are loose, chipped, broken, stained, or
p otherwise damaged or that do not match adjoining units. Install new units to
match adjoining units; install in fresh mortar, pointed to eliminate evidence of
replacement.
LB. Pointing: During the tooling of joints, enlarge voids and holes, except weep
holes, and completely fill with mortar. Point up joints, including corners,
openings, and adjacent construction, to provide a neat, uniform appearance.
L Prepare joints for sealant application, where indicated.
L UNIT MASONRY ASSEMBLIES 042000-21
E:\do mends\TWappinpna W2014\W21406 Me=Field PwlionlSpmffi tions\Tech Specs\04200Aoc
•
L
Town of Wappinger Martz Field Pavilion
f
L
C. In-Progress Cleaning: Clean unit masonry as work progresses by dry brushing
to remove mortar fins and smears before tooling joints.
L D. Final Cleaning: After mortar is thoroughly set and cured, clean exposed
masonry as follows:
L 1. Remove large mortar particles by hand with wooden paddles and
nonmetallic scrape hoes or chisels.
4 2. Test cleaning methods on sample wall panel; leave one-half of panel
L uncleaned for comparison purposes. Obtain Owner's Representative
approval of sample cleaning before proceeding with cleaning of masonry.
LY. 3. Protect adjacent stone and nonmasonry surfaces from contact with
cleaner by covering them with liquid strippable masking agent or
polyethylene film and waterproof masking tape.
} 4. Wet wall surfaces with water before applying cleaners; remove cleaners
L promptly by rinsing surfaces thoroughly with clear water.
5. Clean brick by bucket-and-brush hand-cleaning method described in BIA
Technical Notes 20.
6. Clean masonry with a proprietary acidic cleaner applied according to
manufacturer's written instructions.
7. Clean concrete masonry by cleaning method indicated in NCMA TEK 8-2A
applicable to type of stain on exposed surfaces.
8. Clean stone trim to comply with stone supplier's written instructions.
9. Clean limestone units to comply with recommendations in ILI's "Indiana
Limestone Handbook."
L 3.15 MASONRY WASTE DISPOSAL
A. Salvageable Materials: Unless otherwise indicated, excess masonry materials
are Contractor's property. At completion of unit masonry work, remove all
masonry waste material from Project site.
B. Waste Disposal as Fill Material: Dispose of clean masonry waste, including
excess or soil-contaminated sand, waste mortar, and broken masonry units, by
6 crushing and mixing with fill material as fill is placed.
1. Crush masonry waste to less than 4 inches in each dimension.
2. Mix masonry waste with at least two parts of specked fill material for each
part of masonry waste. Fill material is specified in Division 2 Section
L "Earthwork."
3. Do not dispose of masonry waste as fill within 18 inches of finished grade.
LC. Excess Masonry Waste: Remove excess clean masonry waste that cannot be
used as fill, as described above, and other masonry waste, and legally dispose
of off Owners property.
L
L UNIT MASONRY ASSEMBLIES 042000-22
E:kl o merits\T Wappinger W20141MUX Martz Field PaWlion\Specifications\Tech Spe \042W.doc
L
Town of Wappinger Martz Field Pavilion
L END OF SECTION 042000
L
i
b.
L
4
L
gL
i
L
L
L
L
L
L
I
L
UNIT MASONRY ASSEMBLIES 042000- 23
E\tlowments\T Wappinger\a W2014\W21406 MaR Field Patilion\SpecRcaflons\Tech Spe¢\04200.tloc
L
L Town of Wappinger Martz Field Pavilion
SECTION 05500
i
MISCELLANEOUS METAL
PART 1 - GENERAL
1.01 DESCRIPTION
A. Work Specified
f
L
1. All miscellaneous metal items not specifically described in other
sections of these specifications or shown on the drawings but
required for a complete and operable facility.
1.02 SUBMITTALS
A. Shop Drawings
1. After the contract has been awarded and before any miscellaneous
metal is delivered to thejob site,shop drawings showing all locations,
markings, quantities, materials, sizes and shapes including all
methods of connection,anchoring,fastening, bracing,and attachment
to the work of other trades shall be submitted to the Engineer for
review.
1.03 FIELD MEASUREMENTS
A. All measurements shall be verified in the field for all work fabricated to ft
field conditions. Adjoining work shall be examined before work is started.
Necessary corrective work shall be done to adjoining work to insure a proper
f fit.
i 1.04 QUALITY ASSURANCE
A. Installer's Qualifications
E 1. Mechanics engaged in the work of this section shall be regularly
L involved with the installation of materials specified herein.
{ B. Use only certified welders.
L C. Codes and Standards
1. American Institute of Steel Construction (AISC)
2. American Welding Society (AWS)
t 3. American Society of Testing Materials (ASTM)
iiiL• MISCELLANEOUS METAL 05500-1
{ E:bowmer s\T Wappinger W2014\W21406 Mm2 Field Pavi1ionZped6calions\Tedi SpemV)5500.dm
{ Town of Wappinger Martz Field Pavilion
` D. Compliance with Industry Standards
1.05 PRODUCT HANDLING
A. Protection
L1. Use all means necessary to protect miscellaneous metal before,
during and after installation and to protect installed work and materials
! from other trades.
B. Cleaning
1. All aluminum shall be thoroughly cleaned with plain water, a
petroleum product such as white gasoline or kerosene, or an
approved commercial cleaner.
2. No abrasive cleaning agent may be used.
3. Any work that has been damaged, discolored, defaced or does not
E comply with these specifications will not be accepted bythe Engineer.
C. Replacement
1. In the event of damage, immediately make all repairs and
replacements necessary to the approval of the Engineer at no
additional cost to the Owner.
{ PART 2 -MATERIALS
i• 2.01 MATERIALS
A. All materials and products shall meet the latest edition of the following
standards:
Structural Steel ASTM A-36
Miscellaneous Steel Mild Steel
Bolts and Nuts ASTM A-307
High Strength Bolts ASTM A-325
Stainless Steel Bolts ASTM A-193
Pipe Steel ASTM A-53, Grade A Sch. 40 unless
otherwise shown or specified.
Aluminum Structural Shapes ASTM-13-308, Alloy 6061-T6
Aluminum Extrusions ASTM-13-221, Alloy 6063-T6
Aluminum Plates and Sheets ASTM-B-209,Alloy 6061-T6
Welding Rods AWS Specifications for Arc Welding
Stainless Steel Bar& Shapes ASTM A-276, Type 304, Condition A
Stainless Steel Plate, Sheet ASTM A-167, Type 304
t MISCELLANEOUS METAL 05500-2
j{t E:Nc cements\T Wappingetla W2014\W21406 Maft Field PawlionZS finbons\Tedi Sp m\05500.doc
L Town of Wappinger Martz Field Pavilion
` and Shape
Stainless Steel Tubing ASTM A-554, Type 304
L 2.02 FRAMES OF STRUCTURAL SHAPES
? A. Provide frames of aluminum structural shapes for floor, wall, and stair
L opening where shown on drawings.
r
B. All corners shall be mitered, welded and ground smooth.
C. Frames embedded in concrete slabs shall be provided with 1/2" x 1" x 8"
kL strap anchors at 18" on center.
D. Frames fastened to concrete or masonry walls shall be provided with 1/2"x
2" x 2'0" strap anchors. Ends shall be turned up 2 inches and welded to the
jamb at 2'0" on center on block coursing, unless shown otherwise on the
drawings.
E. Temporary spreaders shall be provided at the sill, and left in place until
{ frames are set and anchored.
L F. Angle frames shall be cut where required for stop plates or plank grooves.
L2.03 EXPANSION ANCHORS
[p A. All expansion anchors shall be self-drilling stainless steel type-
` B. All expansion anchors shall meet the requirements of U.S. Government
G.S.A. Specification No. FFS-325 Group III, Type I.
L2.04 OTHER MATERIALS
A. All materials not specifically described, but required for a complete and
proper installation of miscellaneous metal, shall be new,free from rust, best
L
of quality of the respective kinds,and subject to the approval of the Engineer.
L 2.05 SURFACE CONDITIONS
p A. Inspection
L 1. Prior to all work of this section, carefully inspect the installed work of
other trades and verify that all work is complete to the point where
fabrication and installation of work covered under this section may
commence.
s 2. Make all required field measurements to insure proper and adequate
y„ fit of all miscellaneous metal.
MISCELLANEOUS METAL 05500-3
El owments\T Wappingee W201AW21406 Martz Held PaWIIDnZped6 tions\Tedi Spec M500 Eoc
L
LTown of Wappinger Martz Field Pavilion
L
LB. Discrepancies
1. In the event of discrepancies, immediately notify the Engineer.
IL 2. Do not proceed with fabrication and installation until areas of
discrepancies have been fully resolved.
s 2.06 FABRICATION
L
A. All metal work shall have smooth finish surfaces, welded joints shall be
continuous, unless otherwise noted. The face of welds shall be dressed
flush and smooth.
B. Where possible, welding will occur on the unexposed side. Exposed joints
shall be made where least conspicuous.
C. Connection and accessories shall be of sufficient strength to safelywithstand
the stresses and strains to which they will be subjected.
D. Connections to aluminum shall be aluminum or stainless steel unless
otherwise noted. All bolts used for aluminum shall be stainless steel.
LE. Connections to cast iron and steel shall be steel unless otherwise noted.
F. Fastenings shall be concealed where practicable. All exterior connections
Land accessories shall be stainless steel unless otherwise noted.
G. Joints exposed to weather shall be formed to exclude water.
LH. All supporting members,and other items required to connect the work rigidly
{ and properly to structural materials shall be provided.
` 1. All aluminum shall be true to detail, clean, straight, and have smooth
surfaces of uniform color and texture.
LJ. Fabricate all miscellaneous metal in strict accordance with approved shop
drawing and reference standards. All work shall be free from defects
y impairing strength or durability.
L 2.07 SHOP FINISHES
I A. All ferrous metals shall be clean and given one shop coat of primer
compatible with the finish paint.
L MISCELLANEOUS METAL 05500-4
E^Gowments\TWappingef W2014\W21406 Mage Field PaAion%Spedfirtions\Twin Spe W5500Eoc
L
{ Town of Wappinger Martz Field Pavilion
B. Anchors built into masonry shall be given a coating of asphalt paint unless
specified as galvanized or stainless steel.
C. Metal work to be encased in concrete shall be left unpainted unless noted
' otherwise.
L
D. Metals specified as hot dip galvanized or zinc coated shall not be shop
i primed.
L
E. Unpainted castings shall be clean and coated with cold tar pitch varnish,
shop paint at piece marks shall not be omitted.
F. Aluminum in contact with masonry, concrete or dissimilar metals shall be
backpainted with bituminous paint before installation.
r
G. Exposed aluminum surfaces shall be free from die mark, scratches,welding
'j d iscolorations and other surface blemishes. Aluminum surfaces shall receive
L an anodic oxide treatment in accordance with AA-MO-C22-A41 Aluminum
Association Standard Finishes, unless otherwise specified.
t
H. A coating of methacrylate lacquer shall be applied to aluminum before
factory shipment.
€ PART 3 - EXECUTION
` 3.01 FIELD PAINTING
A. Field abrasion, welds and other places where shop coating has been
removed shall be field painted with the same paint that was used for the
shop coat.
END OF SECTION
L
k
t MISCELLANEOUS METAL 05500-5
`a� EtlocumenWT Wappin0et W2014\W21405 Mach ReW Pavilionlpedficafions\Teck Spe W5500 Loc
Town of Wappinger Martz Field Pavilion
SECTION 06101
ROUGH CARPENTRY
k
L
PART 1 - GENERAL
1.01 REFERENCES
A. Standards: Comply with the following unless otherwise specified or
indicated on the Drawings:
1. Lumber: American Softwood Lumber Standard PS 20 by the U.S.
Department of Commerce. Comply with applicable provisions for
each indicated use.
2. Plywood: Product Standard PS 1 for Softwood Plywood,
Construction and Industrial by the U.S. Department of Commerce.
3. Plywood Installation: APA Design/Construction Guide, Residential
& Commercial by the American Plywood Association (APA).
4. Grading Rules:
a. Douglas Fir, Hem-Fir, Idaho White Pine, and other Western
Woods: Western Wood Products Association (WWPA) or
West Coast Lumber Inspection Bureau (WCLIB).
b. Southern Pine: Southern Pine Inspection Bureau (SPIB).
C. Redwood: Redwood Inspection Service (RIS).
5. Preservative Treatment: American Wood Preservers' Association
(AWPA) and American Wood Preservers Bureau (AWPB)
Standards, quality control methods, and inspection requirements.
6. Fire-Retardant Treatment: American Wood Preservers' Association
(AWPA) Standards.
7. Framing Installation: American Forest and Paper Association
(AFPA).
1.02 QUALITY ASSURANCE
A. Mill and Producers Mark: Each piece of lumber and plywood shallbe
gradestamped indicating type, grade, mill, and grading agency certified by
the Board of Review of the American Lumber Standards Committee.
Mark shall appear on unfinished surface, or ends of pieces with finished
} surfaces.
f. 1. Pressure Preservative Treated Material: Accredited agency quality
mark, on each piece of wood, indicating treatment.
1.03 DELIVERY STORAGE AND HANDLING
{ A. Keep materials dry. Make provision for air circulation around and
between stacks of wood products.
ROUGH CARPENTRY 06101-1
E:wmuments\T Wappingefta W2014\W214 Me=Field PaAion\Specifioalions\Tech Specs\N101.dm
r
Town of Wappinger Martz Field Pavilion
L PART 2 - PRODUCTS
t 2.01 LUMBER
L
A. General: Furnish seasoned dimension lumber dressed to nominal sizes
indicated with 19 percent maximum moisture content at time of dressing,
marked "S-DRY". Comply with dry size requirements of PS 20.
c
1. Dress: Surfaced 4 sides (S4S) unless otherwise indicated.
B. Framing Lumber: Species: Douglas Fir (structural), Southern Pine fir,
unless otherwise indicated.
f.. 1. Light Framing; 2 inches through 4 inches thick, less than 6 inches
i wide: Standard and Better grade, except Stud grade for stud
framing.
2. Structural Framing; 2 inches through 4 inches thick, 6 inches wide
E and wider: Douglas Fir, No. 2 grade.
L
C. Board Lumber; less than 2 inches thick:
L1 Exposed Board Lumber, for Paint Finish: Southern Pine No. 1
(SPIB), Douglas Fir 2 Common (WWPA) or Select Merchantable
(WCLIB).
2. Concealed Board Lumber: Southem Pine No. 3 (SPIB), any
species No. 4 (WWPA) or any species Standard (WCLIB).
D. Miscellaneous Lumber: Standard grade, No. 3 grade, or better grade of
the following species unless otherwise indicated:
L1. Nailers and Blocking: Douglas Fir, Hem-Fir, Idaho White Pine or
Southern Pine.
{. 2. Furring: Spruce or Hem-Fir, except Douglas Fir or Southern Pine
L for furring required to receive preservative treatment.
} 2.02 PLYWOOD
4 A. Sheathing: APA RATED SHEATHING, EXPOSURE 1. Furnish APA PS
1 veneered panels, with span ratings for the required thicknesses as listed
below unless otherwise indicated.
L
L
ROUGH CARPENTRY 06101-2
L
E:\dmumenwT Wappiigetla W2014NW214M Mach Feld PaWjonZp ficarions\Tech Specs\W101 Ooc
•
I
Town of Wappinger Martz Field Pavilion
L THICKNESS SPAN RATING
3/8 inch 24/0
1/2 inch 32/16
5/8 40/20
% 48/24
2.03 MISCELLANEOUS MATERIALS
5
A. Underlayment Patching Compound: Hardsetting, quicksetting type with
6 latex or polyvinyl acetate binder.
B. Asphalt Felt: Asphalt-saturated felt, No. 15, without perforations,
complying with ASTM D 226.
L C. Rosin Paper: Commercial, rosin-sized building paper, 0.010 inch thick.
4. 2.04 PRESERVATIVE TREATMENT
4 A. Treat lumber and plywood where indicated and as specified. Comply with
L
applicable AWPA and AWPB Standards and quality control and
L inspection requirements.
B. Complete fabrication of items to be treated to the greatest extent possible
prior to treatment. Where items must be cut after treatment, coat cut
surfaces with heavy brush coat of the same chemical used for treatment
Lor other solution recommended by AWPA Standards for the treatment.
C. Pressure Treatment (Above Ground Use): Treat the following wood items
with waterbourne preservatives for above ground use, complying with
AWPB LP-2. Redry wood to a maximum moisture content of 19 percent
¢ after treatment.
L 1. Nailers, blocking, cants, shim stock, and similar members used in
conjunction with roofing (including related flashings, trim and vapor
barrier) and coping.
2. Nailers, blocking, furring, stripping, and similar concealed members
in contact with exterior masonry and concrete (including interior
wythe of exterior walls).
3. Wood items indicated or scheduled on the Drawings to be
preservative treated.
LD. Pressure Treatment (Ground Contact Use): Treat the following wood
items with waterboume preservatives for below ground use, complying
Lwith AWPB LP-22:
1. Wood members placed in the ground.
L ROUGH CARPENTRY 06101-3
E:WocumeMs\T Wappiwerta W 014\MUN Martz Field Pavilion\Spec aAions\Te h Specs\06101.Eoc
{k
L
Town of Wappinger Martz Field Pavilion
I
L
2. Wood members immersed in fresh water.
t 3. Wood members encased in concrete.
L E. Dip Treatment: Treat the following wood items with a 3 minute dip in 5
percent solution of pentachlorophenol with water repellant added:
L 2.05 FASTENERS AND ANCHORING DEVICES
L A. Select and furnish items of type, size, style, grade, and class as required
for secure installation of the Work. Items shall be galvanized for exterior
locations, high humidity locations, and for use with treated wood. Unless
6 shown or specified otherwise, comply with the following:
r 1. Nails and Staples: FS FF-N-105.
2. Wood Screws: FS FF-S-111.
3. Bolts and Studs: FS FF-B-575.
4. Nuts: FS FF-N-836.
5. Washers: FS FF-W-92.
6. Lag Botts or Lag Screws: FS FF-B-561.
7. Masonry Anchoring Devices: Expansion shields, masonry nails
and drive screws: FS FF-S-325.
8. Toggle Bolts: FS FF-B-588.
9. Bar or Strap Anchors: ASTM A575 carbon steel bars.
10. Wall Plugs: Corrugated type, galvanized steel, 24 USS gage min,
not less than 2 inches wide x 2-1/2 inches deep.
11. Metal Hangers and Framing Anchors: Size and type for intended
Luse, galvanized finish, manufacturer's recommended fasteners.
LPART 3 - EXECUTION
3.01 INSTALLATION
A. Wood Framing: Install in accordance with applicable provisions of the
AFPA "Manual for Wood Frame Construction", unless otherwise
indicated.
B. Plywood:
L 1. Install in accordance with APA Design/Construction Guide,
Residential & Commercial, unless otherwise indicated.
L2. Fasten in accordance with APA recommendations.
C. Nailers and Blocking: Attach to substrate as required to support applied
r loading.
L
L ROUGH CARPENTRY 06101-4
(F E:WmumeMs\T Wappingel W2014\W2140B Mail Field Pavilion\Specfioa0ons\Tech Spec\06101.,1oc
•
LTown of Wappinger Martz Field Pavilion
i
L D. Wood Framing: Install true to lines within a tolerance of 1/8 inch in 10 feet.
L E. Treated Wood: Brush-coat field cut surfaces with same treatment
material.
f
b. END OF SECTION
t
p�
6
a.
t
L
6
L
4
L
4
L
(
L
L
L
L
L ROUGH CARPENTRY 06101-5
E:Mommeids\T WappingeM W2014\W214p6 Mal¢Fldd PaolioWlSpe is tions\Tec6 Specs\06101 doc
L
Town of Wappinger Martz Field Pavilion
i
SECTION 06102
` WOOD NAILERS AND BLOCKING
PART1 - GENERAL
L1.01 QUALITY ASSURANCE
A. Mill and Producer's Stamp: Each piece of lumber shall bear a
stamp indicating type, grade, mill, and grading agency.
1.02 STORAGE
A. Store lumber a minimum of 6 inches off the ground, in a dry, well-
ventilated place, protected from the weather.
Fr
PART 2 - PRODUCTS
w 2.01 MATERIALS
A. Lumber: "Standard" Grade Douglas Fir, Hem-Fir, White Pine,
Southern Pine, or Spruce-Pine-Fir pressure preservative treated in
accordance with the American Wood Preservers Bureau (AWPB)
LP-2 treatment and kiln dried to 19 percent moisture content after
treatment.
B. Nails, Screws, and Bolts: Galvanized, or zinc or cadmium plated.
1. Screws and Bolts for fastening to Aluminum: Stainless steel.
C. Expansion Anchors: Galvanized steel wedge anchors, FS FF-S-
325, Group II, Type 4, Class 1.
D. Toggle Bolts: Cadmium or zinc plated tumble -wing type; FS FF-B-
588.
E. Self Threading Masonry Screws: Zinc Plated; "Tapson" by Elco
Industries, Inc., 1111 Samuelson Rd., PO Box 7009, Rockford, IL
61125-7009, (815) 397-5151.
PART 3 EXECUTION
k
� 3.01 INSTALLATION
A. Install nailers and blocking true to line and plane within a tolerance
k` of 1/8 inch in 10 feet.
i. WOOD NAILERS AND BLOCKING 06102- 1
pF E Wdcumenis\T WaWingeM W2014\W214W Marg Field PaNlion\Specifi bons\TELA SPecsW02 aoc
L Town of Wappinger Martz Field Pavilion
i
L
I B. Fit joints neatly with no more than 1/16 inch space between
" abutting members.
w
L
C. Do not install nailers or blocking across bonding expansion joints.
L D. Attach nailers and blocking securely as required to properly support
y the items that will be attached to them.
E. Space fasteners equally at not more than 16 inches oc and 4
inches from each end of each member. Secure the nailers and
blocking with the following types of fasteners:
6r
1. To Cast-In-Place Concrete, Solid Concrete Masonry Units,
and Brick: Use expansion anchors or self-threading
masonry screws.
2. To Faces of Hollow Concrete Masonry Units: Use toggle
bolts.
F 3. To Tops of Hollow Concrete Masonry Units: Use anchor
bolts extending to course below, embedded in 3000 psi
t concrete filled cores.
L 4. To Wood: Use nails or screws.
5. To Metal: Use bolts or self-tapping screws.
F
F. Countersink fasteners if they interfere with the proper installation of
items to be attached to the nailers and blocking.
L
LEND OF SECTION
L
}
L
L
L
L
r
L WOOD NAILERS AND BLOCKING 06102- 2
E MocumenlsJ Wappinged W2014\W21406 Martz Field Pavllionl peciA ioms Tech Spec M102.tloc
L
L
Town of Wappinger Martz Field Pavilion
L SECTION 06200
FINISH CARPENTRY
t
L
PART GENERAL
L 1.01 REFERENCES
L A. Comply with the applicable provisions of the "Architectural
Woodwork Quality Standards, Guide Specifications and Quality
Certification Program" (Fifth Edition) of the Architectural Woodwork
Institute (AWI) except as otherwise specified herein. References to
L 'Premium", "Custom" and "Economy" Grades herein, shall be as
defined in that Standard.
L B. Lumber Standard: AWI Section 100.
C. Lumber Standard; American Softwood Lumber Standard: U.S.
Dept. of Commerce Product Standard PS-20.
( D. Panel Products: AWI Section 200.
L
E. Preservative Treatment Standard: American Wood Preservers
Bureau (AWPB), by the American Wood Preservers Institute
(AWPI).
t 1.02 SUBMITTALS
LE A. Shop Drawings: Show fabrication details and connections to
L adjacent Work.
B. Samples:
1. Transparent Finish Samples: 12 inches long x full width, 6
inch width for panels; each type wood species and item to
6 receive finish:
L
C. Quality Control Submittals:
1. Dip Treatment Certificates: Certification by treating plant
L stating chemical solutions used, submersion period, and
conformance with specified standards.
2. Pressure Treatment Certificates: Certification by treating
plant stating chemicals and process used, net amount of
salts retained, and conformance with specified standards.
L 1.03 QUALITY ASSURANCE
L
FINISH CARPENTRY 06200-1
E\tlocumeMs\T Wappinger\a W2014\W21406 Manz Field Pavi6onlSpecfications\Tech Specs\062004oc
L
L
LTown of Wappinger Martz Field Pavilion
L
A. Mill and Producer's Label: Each lumber and panel item shall bear
I label indicating type, grade, mill, and grading agency on unfinished
L surface, or on end of material with finished surfaces.
1. Panels shall bear APA or equivalent grade-mark; each
L panel.
L
1.04 DELIVERY, STORAGE, AND HANDLING
L A. Store materials and completed fabricated wood items in a dry, well
ventilated area completely protected from the weather. Comply
Lwith temperature and humidity requirements for storage and
installation as specified in the applicable quality standards.
L B. Protect sanded and prefinished surfaces during handling and
installation. Keep such surfaces covered with polyethylene film or
other suitable protective covering.
L 1.05 PROJECT CONDITIONS
I A. Environmental Requirements: Maintain constant minimum
L temperature of 60 degrees F and maximum relative humidity of 55
percent in spaces to receive the Work of this Section.
L
PART PRODUCTS
L 2.01 MATERIALS
L4 A. Lumber: Kiln-dried to 12 percent average moisture content for
exterior Work; 8 percent for interior Work.
L
B. Fasteners:
L 1. Nails, Spikes, and Staples: Size and type to suit application;
non-ferrous metal or galvanized steel for exterior locations,
high humidity locations, treated wood, and wood to receive
L transparent finishes; plain finish for other interior locations.
2. Bolts, Nuts, Washers, Lags, and Screws: Medium carbon
steel; size and type to suit application; galvanized for
exterior locations, high humidity locations, and treated wood;
plain finish for other interior locations.
3. Anchors: Toggle bolt type for anchorage to hollow masonry;
expansion shield and lag bolt type for anchorage to solid
masonry or concrete; galvanized steel or stainless steel.
L 2.02 STANDING AND RUNNING TRIM
L FINISH CARPENTRY 06200-2
{@ E:Wecum,,Ms T wappingene W2014\W21406 Math Field PaNlion\Specifications\Tech Specs\0U004oc
Y
L
Town of Wappinger Martz Field Pavilion
r
L
A. Comply with AWI Sections 300, 700, or 900 as applicable, and as
otherwise specified herein.
B. Exterior Woodwork (to receive transparent finish): AWI Custom
Grade.
t. Species; Solid Wood:
a. Redwood, all heart.
V b. Western Red Cedar, all heart.
C. Redwood, "Select Heart" (RIS).
2. Cut; Solid Wood: Plain sawn.
L 3. Panel Products: Veneer core or particleboard core plywood.
a. Face and Back Veneer Species: Redwood, Special
Exterior A-B.
La. Face and Back Veneer Species: Any Group 1
Species, A-C EXT-APA.
{ b. Cut; Face and Back Veneer: Plain sliced.
L C. Exterior Woodwork (to receive paint finish): AWI Custom Grade.
1. Species; Solid Wood: Any softwood species complying with
AWI Section 100, for the quality grade specified.
2. Panel Products: Veneer core or particleboard core plywood.
a. Face and Back Veneer Species: Any Group 1
species, A-C EXT-APA for exposed pieces; C-C EXT-
APA for concealed pieces.
[ b. Plywood Face: Overlaid; MDO EXT-APA.
L C. Cut; Face and Back Veneer: Plain sliced.
D. Interior Woodwork (to receive transparent finish): AWI Custom
Grade.
1. Species; Solid Wood: clean select pine.
( 2. Cut; Solid Wood: Plain sawn.
E. Interior Woodwork (to receive paint finish): AWI Custom Grade.
1. Species; Solid Wood: Any softwood species complying with
AWI Section 100 for the quality grade specified.
L 2.03 CLOSET AND UTILITY SHELVING
A. Comply with AWI Section 600 and as otherwise specified herein.
B. Shelving: AWI Economy Grade; unassembled shop fabricated
E. units, oversize length for field fitting.
L FINISH CARPENTRY 06200-3
Emer \T Wappingef W2014\W214 Martz Field PaNIWNSpecifications\Tech Spec\06200.doc
L
i Town of Wappinger Martz Field Pavilion
L
1. Panel Products: Veneer core or particleboard core plywood,
or medium density particleboard.
a. Plywood Face and Back Veneer Species: Any Group
1 species, A-D-INT APA, Exterior glue.
b. Plywood Cut; Face and Back Veneer: Plain sliced.
2. Exposed Edges: Voids filled and edges sanded smooth.
2.04 PRESERVATIVE TREATMENT
A. Dip Treatment: Comply with AWI Section 100 and as otherwise
specified.
1. Inspect wood items after treatment. Discard warped or
twisted items.
2. Treat interior wood items where indicated.
e B. Pressures Treatment: AWPB LP-4; pentachlorophenol, with water
!` repellant added, kiln-dried to required moisture content after
treatment. Inspect wood items after treatment, discard warped or
L twisted items. Treat the following items:
M` 2.05 FABRICATION
A. Machine and sand wood surfaces to comply with the requirements
of the AWI Quality Grade specified.
B. Mill assemble items to largest sizes practicable, to minimize field
cutting and jointing. Allow for cutting and fitting where necessary to
[ fit at the Site.
L
PART 3 EXECUTION
3.01 EXAMINATION
E A. Verification of Conditions: Examine substrate conditions and
L surfaces upon which finish Work is to be installed. Do not proceed
with finish Work until unsatisfactory substrate conditions are
corrected.
3.02 PREPARATION
A. Condition the Work of this Section to average prevailing humidity
conditions in installation areas prior to installing.
L
FINISH CARPENTRY 062004
E:Amumenis T Wappingef W2014\W21406 Maw Fed P"honlSgecificarions\Tech Specs\06200 dw
L
Town of Wappinger Martz Field Pavilion
L
3.03 INSTALLATION
L
A. Comply with workmanship and finishing standard requirements of
the AWI Quality Grade specified herein.
I B. Install the Work plumb, level, and free of distortion. Shim where
L
required, with concealed shims.
C. Cut wood items to fit unless specified to be shop-fabricated, or
shop-cut to exact size. Scribe and cut for accurate fit where Work
abuts other finish Work. Drill pilot holes at comers before making
L cutouts.
D. Distribute defects to the greatest appearance advantage possible.
I
E. Trim and Mouldings: Install in single, unjointed lengths at openings
and for runs less than the maximum lumber length available. For
long runs, use only 1 piece less than the maximum length available
in any straight run. Stagger joints in adjacent members. Cope
mouldings at returns. Miter at comers.
F. Attach the Work securely in place.
1. Nailing: Blind nail where possible. Use finishing nails where
exposed. Set nail heads for filling, except for exterior wood
scheduled to receive natural finish (if any).
2. Anchoring: Secure the Work to anchors or to blocking which
is built-into or directly attached to substrates.
G. Treated Wood: Coat exposed surfaces of treated field-cut wood
items with a heavy brush coating of the same preservative.
3.04 CLEANING
A. Clean exposed surfaces of prefinished Work.
S 3.05 PROTECTION
L A. Protect installed Work from damage by Work of other trades.
p Maintain temperature and humidity requirements during the
L construction period in interior installation areas.
END OF SECTION
FINISH CARPENTRY 06200-5
{{ E:Wocmneins\TwappingeW W CW214X)Aa,2 Field Pvilion\Spetiricaions\TehSpecs\062X.doc
I
Town of Wappinger Martz Field Pavilion
r
SECTION 07900
JOINT SEALERS
PART 1 - GENERAL
1.01 SUBMITTALS
A. Product Data: Catalog sheets, specifications, and installation instructions
for each product specified except miscellaneous materials.
B. Samples:
1. Sealants: One pint or standard tube.
�. 2. Joint Primer/Sealer/Conditioners: One pint.
f 1.02 QUALITY ASSURANCE
A. Container Labels: Include manufacturer's name, product trade name, kind
of material, federal specification number (if applicable), expiration date (if
applicable) and packaging date or batch number.
1.03 PROJECT CONDITIONS
A. Environmental Requirements:
1. Temperature: Unless otherwise approved or recommended in
writing by sealant manufacturer, do not install sealants at
temperatures below 40 degrees F or above 85 degrees F.
2. Humidity and Moisture: Do not install the Work of this Section
under conditions detrimental to application, curing, and
performance of materials.
3. Ventilation: Provide sufficient ventilation wherever sealants, primers
and other similar materials are installed in enclosed spaces. Follow
manufacturer's recommendations.
B. Protection:
1. Protect surfaces adjacent to sealants with non-staining removable
tape or other approved covering to prevent soiling or staining.
2. Protect other surfaces in Work area with tarps, plastic sheets or
other approved coverings to prevent defacement from droppings.
r
F
r
JOINT SEALERS 07900-1
E:WocumenWT Wappingetl W2014\W2140 Marg Field Paoliwn Specifications\Tech Specs\079Wdoc
r
Town of Wappinger Martz Field Pavilion
r
i
PART 2 - PRODUCTS
2.01 SEALANTS
A. Type 1 Sealant, any of the following generic types:
1. One-part, low modulus, silicone sealant: Dow Coming's 790,
General Electric's Silpruf, Pecora's 864, or Sonneborn's Omniseal.
2. One-part, non-sag polyurethane sealant: Pecora's Dynatrol I,
Sika's Sikaflex la, Sonnebom's Sonolastic NP I, or Tremco's
DyMonic.
3. Two-part, non-sag polyurethane sealant: Pecora's Dynatrol II,
Sonneborn's Sonolastic NP II, or Tremco's DYmeric.
B. Type 1C Sealant:
1. One-part, non-sag polysulfide base sealant: Pecora's Synthacalk
GC-9, Products Research and Chemical's PRC Rubber Calk 7000,
or Sonnebom's Sonolastic One Part Polysulfide Sealant.
2. Two-part, non-sag polysulfide base sealant: W.R. Meadow's CM-
60 2-Part, Pecora's Synthacalk GC-5, or Sonnebom's Sonolastic
Two Part Polysulfide Sealant.
a C. Type 1 D Sealant: One-part, mildew resistant silicone sealant; Dow
Corning's 786, General Electric's Sanitary 1700, or Bostik's Silicone
f„ Rubber Bathroom Caulk.
E
D. Type 2 Sealant: One-part acrylic polymer sealant; Pecora's 60+ Unicrylic,
PTI's 738, or Tremco's Mono.
E. Type 3 Sealant: One-part butyl rubber sealant; Pecora's BC-156, PTI's
707, or Bostik's Chem-Calk 300.
° F. Type 4 Sealant: One-part silicone sealant for high temperatures; Dow
Corning's Silastic 736 RTV or General Electric's RTV 106.
G. Sealant Colors: For exposed materials provide color as indicated or, if not
indicated, as selected by the Owner from manufacturer's standard colors.
For concealed materials, provide natural color with best overall
performance characteristics.
r 2.02 MISCELLANEOUS MATERIALS
f
A. Joint Primer/Sealer/Conditioner: As recommended by sealant
r manufacturer for the particular joint surface materials and conditions.
JOINT SEALERS 07900-2
EWocumenWT Wappinged W2014\W21406 Marg FieWd PeAion\Sp�fficafionMTech Specs\07900.doc
r
i
Town of Wappinger Martz Field Pavilion
t
1. For Type 6 Sealant:
a. Pecora's No. 120 for steel/tile.
b. Pecora's No. 200 for masonry, etc.
rB. Backer Rod: Compressible rod stock of expanded, extruded polyethylene.
C. Bond Breaker Tape: Polyethylene or other plastic tape as recommended
by sealant manufacturer; non-bonding to sealant; self adhesive where
applicable.
D. Cleaning Solvents: Oil free solvents as recommended by sealant
manufacturer. Do not use reclaimed solvents.
E. Masking Tape: Removable paper or fiber tape, self-adhesive, non-
A staining.
F PART 3 - EXECUTION
3.01 EXAMINATION
A. Examine joint surfaces for conditions that may be detrimental to
performance of completed Work. Do not proceed until satisfactory
corrections have been made.
3.02 PREPARATION
A. Clean joint surfaces immediately before installation of sealant. Remove
lacquers, protective coatings and similar materials from joint faces with
manufacturer's recommended and approved solvents.
r, B. Priming Joint Surfaces:
i
1. Prime joints if so recommended by manufacturer's printed
instructions.
r 2. Prime joints of friable (crumbly, chalky) masonry surfaces which are
to receive Type 1 Sealant.
3. Prime joints which are to receive Type 6 Sealant.
1 4. Do not allow primer/sealer to spill or migrate onto adjoining
surfaces.
r 3.03 JOINT BACKING INSTALLATION
A. Install bond breaker tape in relaxed condition as it comes off roll. Do not
stretch tape. Lap individual lengths.
r
JOINTSEALERS 07900-3
E1dowmeMs\T Wappingetta W2014\MUN Malta Field PavilioNSpecifications%Tecfi Spe6\07900.doc
f�
7
r Town of Wappinger Martz Field Pavilion
t
B. Install backer rod of sufficient size to fill joint width at all points in a
compressed state. Compress backer rod at widest part of joint by
minimum of 25 percent. Do not cut or puncture surface skin of rod.
R 3.04 SEALANT INSTALLATION
A. Except as shown or specked otherwise, install sealants in accordance
with manufacturer's printed instructions.
B. Install sealants with ratchet hand gun or other approved mechanical gun.
rWhere gun application is impractical, apply sealant with knife.
C. Type 2 Sealant: If low temperature makes application difficult, preheat
f sealant using manufacturer's recommended heating equipment.
D. Type 4 Sealant: Allow sealant to cure for 3 days minimum before
backfilling.
E. Finishing: Tool vertical, non-sag sealants so as to compress sealant,
eliminating air voids and providing neat, smoothly finished joints. Provide
slightly concave joint surface, unless otherwise indicated or recommended
by the manufacturer.
r1. Use tool wetting agents as recommended by sealant manufacturer.
3.05 CLEANING
A. Immediately remove misapplied sealant and droppings from metal
surfaces with solvents and wiping cloths. On other materials, remove
misapplied sealant and droppings by methods and materials
recommended in writing by sealant manufacturer.
B. After sealants are applied and before skin begins to form on sealant,
remove masking and other protection and clean up remaining defacement
r caused by the Work.
rr END OF SECTION
6
r
P
r
JOINT SEALERS 07900-1
{r E:wowments%T Wappingera W2014\M1406 Manz Field PMion\Specffladions\Teck Specs\07900doc
1
Town of Wappinger Martz Field Pavilion
f
SECTION 08110
STEEL DOORS AND FRAMES
f PART 1 — GENERAL
F 1.01 SUMMARY
A. Provide steel doors.
B. Provide hollow metal door frames, sidelight and transom framing.
1.02 Submittals: Submit samples, shop drawings and product data for approval by
Contracting Officer.
PART 2 - PRODUCTS
2.01 MATERIALS
A. Doors: 1-3/4"thick seamless flush doors.
1. Exterior: Insulated 16 gage ASTM A526 steel with ASTM A525
G60 galvanizing.
e• B. Frames: Knock Down construction with mitered comers; gage as follows:
1. Exterior, Pedestrian and Workroom/Lobby frames: 14 gage.
C. Finish: Rust-inhibiting primer.
PART 3 - EXECUTION
3.01 INSTALLATION
A. Fabricate work to be rigid, neat and free from seams, defects, dents,
r, warp, buckle, and exposed fasteners. Install doors and frames in
compliance with SDI-100, NFPA 80, and requirements of authorities
having jurisdiction.
B. Provide thermally improved doors with maximum U-value of 0.24
btu/hr./sq. ft./degree F (ASTM C236) for all exterior doors and elsewhere
as noted.
C. Hardware: Prepare doors and frames to receive hardware on final
STEEL DOORS AND FRAMES 08110-1
E:%do uments\T Wappinwha W2014\W21408 Mart Field Pavilion\Specifications\Tech SMW08110doc
Town of Wappinger Martz Field Pavilion
schedule. Provide for 3 silencers on single door frames; 2 on double door
frames.
D. Shop Finish: Clean, treat and prime paint all work with rust -inhibiting
pprimer comparable with finish paint specified in Section 09900. Provide
asphalt emulsion sound deadening coating on concealed frame interiors.
E. Touch-up damaged coatings and leave ready to receive finish painting.
END OF SECTION
r
r
�r
€f
t
t
B
r
�r
i¢
M
STEEL DOORS AND FRAMES 08110-2
`r E:Wowments\T Wappingeha W2014\W214M Matt Field Pevllion\Specifioetions\Tech Spets\08110.doc
f
r
•
Town of Wappinger Martz Field Pavilion
SECTION 08550
• WOOD WINDOWS
p� PART 1 GENERAL
F 1.01 SUBMITTALS
_ A. Product Data: Catalog sheets, specifications, and installation
instructions for each type of window unit.
r
h B. Samples:
1. One complete window unit of each type, fully glazed, with
specified accessories. This sample will be returned and if
F approved may be used in the Work.
1. One corner sample of frame and sash, with glazing; each
type.
€ 2. Color Samples: Manufacturer's standard colors for screen
members and cladding.
1.02 QUALITY ASSURANCE
�,. A. Comply with NWWDA I S 2.
B. Performance Testing: Provide windows which have been tested by
P- the manufacturer for structural performance (ASTM E 330), air
} infiltration (ASTM E 283), and water penetration (ASTM E 547);
and with results complying with NWWDA I S 2. Test typical units of
each type and size required for project, or if identical units have
r been tested previously, furnish certified test reports showing
compliance with specified NWWDA Grade.
r C. Window Classification: Provide window units conforming to the
` following NWWDA I S 2 Grade requirements:
1. Double Hung Window Units: 40/20.
2. Each window unit shall bear the manufacturer's certificate of
inspection and testing indicating compliance with NWWDA
Grade requirements.
t
r PART PRODUCTS
2.01 MATERIALS
}� A. Comply with NWWDA I S 2 except as otherwise specified.
6 Fabricate wood window units complete with sash, frame stops, sill
r WOOD WINDOWS OB550-1
E:W..m., T Wappingena W201AW21406 Mart Field Pevilion\Specficaliws1Tech SpemW8550.doc
r
Town of Wappinger Martz Field Pavilion
R
(including undersill or nosing, if any), exterior casing, integral
mullions and muntins (if any), hardware and required accessories.
Conform to minimum size and profile limitations indicated on the
Drawings.
1. Where custom sizes are indicated, coordinate dimensions
with actual measure of window openings.
B. Fasteners: Comply with NWWDA requirements for fabrication; and
with manufacturer's printed recommendations for type and size of
installation fasteners except as follows:
1. Zinc-coated or non-ferrous nails and screws for installation
of wood window units.
2. Brass screws for installation of hardware and accessory
` items.
f[ C. Compression Weatherstripping: Manufacturer's standard non-
ferrous spring metal or vinyl gasket type, designed for permanently
resilient sealing under bumper or wiper action, completely
concealed when window sash is closed.
D. Sliding Weatherstripping: Woven pile type of wool, polypropylene
` or nylon, with nylon backing fabric and aluminum backing strip,
complying with AAMA 701.2.
4
E. Insect Screens (For Vent Sash); Manufacturer's Removable Units:
1. Frame: Formed or extruded aluminum with manufacturer's
standard color finish.
2. Retainer Spline: Vinyl.
3. Screen Mesh; Either of the Following Types:
b. Glass fiber mesh, plastic coated, 18 x 14, 0.013 inch
filament diameter; FS L-S-125, Type ll, Class 2.
F. Hardware: Manufacturer's standard design for the operation
indicated or specified herein.
G. Grilles (False Muntins): Manufacturer's standard style; extruded
rigid polyvinylchloride, permanent white paintable finish; or
unfinished wood.
H. Trim Members For Replacement Windows:
1. Trim members for aluminum clad window units may be
either aluminum clad wood or extruded or formed aluminum
members at window manufacturer's option.
2. Trim members for vinyl clad window units may be either vinyl
clad wood or extruded vinyl at window manufacturer's
option.
WOOD WINDOWS 08550-2
E'Wocumerd T Wappinge�e W70141W21406 Magi Reid PavllionlSpecffi a ions\Tech Spe¢\06550.doc
IF
Town of Wappinger Martz Field Pavilion
t
. 2.02 WOOD WINDOWS
A. Furnish wood window units of the following operational types as
indicated on the Drawings, of sizes shown or scheduled.
B. All windows shall be as manufactured by Anderson or approved
equal. Window units must meet or exceed the requirements of the
State Energy Conservation Code.
C. Double Hung Windows: Units containing 2 balanced, vertically-
sliding sash; with 2 pair of manufacturer's standard concealed
counter balancing mechanisms, lift handle in lower rail, and latch at
meeting rail.
1. Manufacturer's standard mechanism for either removal of
sash (without tools) or pivoting of sash to facilitate cleaning
f of glass entirely from inside.
2.03 GLAZING
A. Preglaze sash units. Use non-removable or removable nailed-on
or snap-on type glazing stops (beads) coordinated with glass
selection and glazing system indicated.
B. Low E Insulating Glass; Either of the Following:
- 1. Fused glass-edged insulating glass using either single-
strength or double-strength glass, as recommended by the
manufacturer, with a minimum 3/16 inch air space and low
emissivity (molecular metallic oxide) coating on exterior side
of interior glass.
2. Organically sealed metal edged insulating glass using either
single-strength or double strength glass, as recommended
by the manufacturer, with a minimum 3/16 inch air space
and low emissivity (molecular metallic oxide) coating on
exterior side of interior glass.
2.04 FACTORY FINISHING
f" A. Cladding:
1. Vinyl Cladding: Manufacturer's standard bonded vinyl
cladding on exterior exposure of all wood members,
r consisting of a rigid polyvinylchloride sheath, not less than
d 35-mil average thickness, permanent finish color as selected
by the Director.
r a. High Performance Coating For Exterior Sash
Surfaces of Double Hung Windows: Minimum 1 dry
WOOD WINDOWS 08550-3
f E:WowmeMkT Wappingena W2014XW21406 Mari Field Pavilion%Specifwlims7ec Spem=550.doc
Town of Wappinger Martz Field Pavilion
mil basecoat and 1.25 dry mil topcoat, color and
performance to match vinyl cladding.
B. Prime Paint Finish: Manufacturer's standard primer for exposed
exterior wood surfaces.
PART 3 EXECUTION
3.01 INSTALLATION
A. Install Work of this Section in accordance with the manufacturer's
printed installation instructions, except as otherwise specified.
B. Set units plumb, level and true to line (within 1/4 inch), without warp
or rack of frames or sash. Provide required support and anchor
securely in place. Seal entire perimeter of each window unit.
3.02 ADJUSTING AND CLEANING
A. Restore major visual damage to cladding in a manner to match the
appearance and performance of the original finish.
B. When directed, or just before the Project is turned over to the
State, remove dirt and other foreign material finished surfaces and
both sides of glass. Wash and polish glass on both sides.
C. Adjust operating sash and hardware to provide a smooth operation
with tight, weatherproof closure. Lubricate hardware and moving
parts.
END OF SECTION
r�
it
f
p
WOOD WINDOWS 08550-4
E bocumenW\T Wappingers W2014\W21405 Mail Fieltl PaNlion\Specifications\Tech Specs\08550.tloc
r
r
r
x
Town of Wappinger Martz Field Pavilion
r
f
SECTION 08710
FINISH HARDWARE
PART 1 - GENERAL
1.01 SCOPE
A. Furnish all labor, materials, equipment, transportation, services and
appliances necessary to complete the following:
1. Finish hardware installation including necessary screws, bolts,
special fasteners, expansion shields, and other devices necessary
and required for proper hardware application.
2. Includes cylinder locks for folding grilles.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A. Hollow Metal Doors, Ref.: Section 08110.
1.03 SUBMITTALS
A. Submit necessary templates to hollow metal and wood door manufacturer,
and to any other manufacturers as needed.
r 1.04 DELIVERY AND STORAGE
1
A. Packing and Marking: Package each item of hardware and each lock set
E[' separately in individual containers, complete with necessary screws, keys,
instructions, and installation template for spotting mortising tools. Mark
each container, identifying installation location of each item. Keep knobs
suitably covered during construction period.
PART 2— PRODUCTS
2.01 MATERIALS
I A. Bolts, screws and other fastenings required for the application of the finish
hardware shall be of size and type to fit requirements and shall be of
same material and finish as the exposed parts of the hardware which they
fasten.
B. Strikes: Furnish curved lip strikes with dust box of sufficient length to
protect trim on all locks or latches.
FINISH HARDWARE 08710-1
E%dowmeM \T Wapping a W2014\W21406 Mail Reid PeAliaMSpecific ions\Tec Specs\08910.doc
A
Town of Wappinger Martz Field Pavilion
A
t
C. All locks, locksets, latchsets, and bolts shall conform to ANSI A156. All
F. locks shall accept interchangeable, removable cores as manufactured by
Best Lock Corp. Locks by other Manufacturers that accept Best cores
may be acceptable. All exterior locks require the best high security
�. cylinder protecting device.
2.02 APPROVED MANUFACTURERS
A. Butts and hinges: H1 — Stanley FBB191-32 or equal, H5 —Stanley FBB98
or equal, H6—Stanley FBB113 or equal.
B. Door holders and closers: LCN, C1 — LCN 4110 series or equal.
C. Latchset: Best, Locks, Locksets and L1 — Best 45H7A15MV, L3 — Best
93K7D15C — Best 93K7N156, L8 — Best 9K7E15D, 1-8-Best 9K7R15D.
D. Panic hardware: Von Duprin, XI — Vonduprin 99L or equal, X4 —
Vonduprin 9947L or equal.
E. Stops and Holders: S1 — BBW WC9X or equal.
F. Kickplates: K1 — BBW 10" H x 0.05" thick or equal.
G. Threshold: T1 — Pemko 175A or equal.
H. Weatherstrip: W1 — Pemko 588D or equal., W2 — Pemko 588D with
222AV Door Shoe or equal.
I. Silencers: Ives, at each hinged door frame, 3 required, each.
J. Mechanical Pushbutton Locks: ILCO Simplex, L10-ILCO Series LP-1000,
1-11-ILCO Series LP-1000, orequal.
rE� PART 3 - EXECUTION
r 3.01 INSTALLATION
A. For installation, removal for purpose of painting, and re-installing, refer to
Section 06200, "Finish Carpentry."
r
END OF SECTION
P
r
FINISH HARDWARE 08710-2
E%dccu eM ff Wappingei\e W2014\W21406 Mach Field P"HoMSpecifica Dm\Tech SwW08710.Eoc
r
Town of Wappinger Martz Field Pavilion
r
SECTION 08721
F: THRESHOLDS, WEATHERSTRIPPING AND SEALS
PART 1 -GENERAL
1.01 RELATED WORK SPECIFIED ELSEWHERE
rA. Section: 07900- Joint Sealants
` 1.02 REFERENCES
A. Handicapped/Barrier Free: ANSI A117.1, 4:13.8 Pt 2, Title 24, CAC Sec
r 2-3303(i).
r B. Sound Tested Seals: ASTM E 90, Sound Transmission Constant (STC)
Opening Rating -ASTM E 413.
C. Builders Hardware Manufacturers Association Standards for fasteners.
r1.03 SUBMITTALS
A. Product Data: Catalog sheets, specifications, installation and maintenance
E instructions for each item and type.
r
B. Samples:
E
1. 6 inch long section, each item and type.
2. Fasteners: Each type.
3. Color Samples:
a. Color Anodized Aluminum: Manufacturer's standard colors.
1
1.04 QUALITY ASSURANCE
A. Use resilient or Flexible stripping and seals that are easily replaceable and
r' available during the anticipated life of the building.
t
PART 2 - PRODUCTS
t^
2.01 MATERIALS
Ir A. Metals:
1. Extruded Aluminum: Alloy 6063, hardness T5 or T6.
B. Neoprene: Minimum chlorine content 12 percent.
THRESHOLDS, WEATHERSTRIPPING AND SEALS 08721-1
E WmumeM \T Wappingetla W2014\W21406 M=Fiek PaOtion\Specifiw\ions\Tec Specs\08721 Coc
r
f
Town of Wappinger Martz Field Pavilion
1. Closed Cell Neoprene: Mil R6130B, Type II, Grade A, B, C.
C. Fasteners: Builders Hardware Manufacturers Association Standard 1001,
�. unless otherwise specified.
r 2.02 EXTRUDED THRESHOLDS
A. Types:
r 1. Type 1: Single piece saddle.
B. Metal: Extruded aluminum.
C. Surface Pattern: Grooved tread.
r D. Finishes:
b
1. Aluminum: Clear anodized.
f E. Fasteners:
t 1. Aluminum Thresholds: Phillips flathead wood screws, stainless
steel, or flathead machine screws and anchors as appropriate for
the substrate, and type of threshold specified.
C 2.03 SPECIAL ACCESSORIES
f
A. Cover Plates for Door Closers: Construction and finish to match threshold
rtype. Openings and cutouts for hardware unit spindles. Coordinate
fabrication with final approved hardware schedule and necessary
templates.
Y
2.04 THRESHOLD FABRICATION
A. Fabricate thresholds of length required for a tight fit against door frames.
Cope to provide fitting around obstructions. Leave edges free of burrs.
!' B. Factory miter corners and fit with end returns to close exposed ends of
_ thresholds not covered by door frame.
j' C. Drill holes 3 inches from each end of threshold and intermediate holes 12
inches maximum oc for required fasteners. Prepare holes for countersunk
fasteners.
2.05 DOOR BOTTOM PROTECTION
r
THRESHOLDS, WEATHERSTRIPPING AND SEALS 08721-2
Emumems\TWappii AaW2014\W214%Maft Field PaviliWSpecffiwiws\Teck SpeW\08721Aac
r
Town of Wappinger Martz Field Pavilion
r
r A. Sweep Type:
t 1. Mounting: Surface.
2. Housing: Extruded aluminum, main walls and flanges, minimum
0.062 inches thick.
3. Finish: Clear anodized.
4. Seal: Solid neoprene.
5. Fasteners: Manufacturer's standard or recommended fasteners in
compatible material and matching finish, unless otherwise
P specified.
2.06 DRIP CAPS
r A. Types:
1. Sill Protection.
r2. Top Protection.
a. Extended rain drip cap.
r
B. Metal: Extruded aluminum.
C. Finish: Anodized.
P
D. Fasteners: Manufacturer's standard or recommended fasteners in
r compatible material and matching finish, unless otherwise specified.
f 2.07 HEAD AND JAMB WEATHERSTRIPPING AND SEALS
re A. Resilient Insert Type:
1. Mounting: Surface.
r 2. Housing: Extruded aluminum; main walls and flanges, minimum
0.06 inch thick.
3. Finish:
a. Aluminum: Clear anodized.
4. Seals: Closed cell sponge neoprene.
a. 3/16 inch x 5/8 inch.
r 5. Fasteners: Manufacturer's standard or recommended fasteners in
compatible material and matching finish, unless otherwise
specified.
2.08 MEETING STILE PROTECTION -ASTRAGALS
A. Meeting Stiles Seals:
r
i THRESHOLDS, WEATHERSTRIPPING AND SEALS 08721-3
' E:WocumeftkT Wappin Aa W20141W214M Ma=Field Pamlion'Speti car*WTec Specs%D8721,dac
r
Town of Wappinger Martz Field Pavilion
r
t
1. Types:
a. Weather.
2. Mounting:
a. Surface.
3. Housing: Extruded aluminum, main walls and flanges, minimum
0.062 inches thick.
` a. Finish: Mill.
4. Housing: Stainless steel, manufacturer's standard thickness.
5. Seal: Extruded neoprene.
6. Fasteners: Manufacturer's standard or recommended fasteners in
r compatible material and matching finish, unless otherwise
specified.
7. Adhesive: Manufacturer's recommended adhesive strip.
B. Adjustable Astragals:
1. Mounting: Surface.
2. Housing: Extruded aluminum, main walls and flanges, minimum
0.062 inches thick.
3. Finish: Clear anodized aluminum.
4. Seal: All metal.
5. Fasteners: Manufacturer's standard or recommended fasteners in
compatible material and matching finish, unless otherwise
specified.
r PART 3 -EXECUTION
3.01 INSTALLATION
rA. Install the Work of this Section in accordance with the manufacturers
printed instructions, except as shown or specified otherwise.
r
B. Level and align thresholds with frames and doors. Where required, use
non-corrosive shims.
1. Exterior Doors: Set thresholds in a solid bed of Type 3 sealant.
2. Secure thresholds to substrate with countersunk fasteners.
r
C. Install surface mounted automatic door bottom between stops with
activating rod on hinge side of door.
r D. Mount sweep type door bottom protection/drip caps on exterior side of
doors.
1. Before mounting apply Type 2 sealant on the back side of bearing
surface. Secure to door with required fasteners.
r
THRESHOLDS, WEATHERSTRIPPING AND SEALS 08721-4
E WDcumems\T Wappinger a W20141W21408 MaM Reid PMion\Specffi tions\Tech Specs\08721 doc
r
r
Town of Wappinger Martz Field Pavilion
r
r
E. Weatherstripping and Seals:
f'
1. Starting at the head, install continuous stripping at each opening
without unnecessary interruptions at door corners and hardware.
2. Secure fasteners for stripping and seals so they will not work loose
during door operation. Exposed heads of fasteners shall be free of
sharp edges.
3. Coordinate meeting seals with hardware before installation.
4. Install units plumb and level at the optimum location to maintain a
r permanent effective seal.
r
' F. Mount security astragals prior to attaching panic device hardware.
3.02 ADJUSTING AND CLEANING
A. Adjust the stripping and seals, if necessary, to achieve an effective seal
r for proper operation of doors and hardware.
B. Clean exposed surfaces by methods recommended in writing by the
manufacturer.
r
END OF SECTION
r
t
r
THRESHOLDS, WEATHERSTRIPPING AND SEALS 08721-5
EWocixnents\T Wappirger\a W2014\W2140fi Mari FreIE Pavilion\Specificalions\Tech Specs\O8721.tloc