Proposal For Town of Wappinger United Water District Water Main Extension to NYC DEPPROPOSALFOR
TOWN OF WAPPINGER
UNITED WAPPINGER WATER DISTRICT
WATER MAIN EXTENSION TO NYCDEP
. CONTRACT NO. 12-007
PREPARED BY:
MORRIS ASSOCIATES
ENGINEERING CONSULTANTS, PLLC
9 ELKS LANE
,y POUGHKEEPSIE, NEW YORK 12601
r AUGUST 2012
REVISED DECEMBER 2012
MA#: W21215.01
THIS MANUAL TO BE SUBMITTED TO TOWN CLERK
WITH RESPECTIVE BID
L
w
PROPOSALFOR
TOWN OF WAPPINGER
UNITED WAPPINGER WATER DISTRICT
WATER MAIN EXTENSION TO NYCDEP
. CONTRACT NO. 12-007
PREPARED BY:
MORRIS ASSOCIATES
ENGINEERING CONSULTANTS, PLLC
9 ELKS LANE
,y POUGHKEEPSIE, NEW YORK 12601
r AUGUST 2012
REVISED DECEMBER 2012
MA#: W21215.01
THIS MANUAL TO BE SUBMITTED TO TOWN CLERK
WITH RESPECTIVE BID
L
4
NOTICE TO BIDDERS
NOTICE IS HEREBY GIVEN that the Town of Wappinger invites sealed bids for
construction of the "WATER MAIN EXTENSION to NYCDEP" as set forth in Contract
Documents prepared by Morris Associates, PLLC, 9 Elks Lane, Poughkeepsie, NY 12601.
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 11:00 a.m. (local time) on January 21, 2013 at which time they will be
publicly opened and read aloud. All bids shall be submitted in sealed envelopes so marked
"WATER MAIN EXTENSION to NYCDEP", along with the associated contract (i.e.
"CONTRACT NO. 12-007, WATER MAIN EXTENSION TO NYCDEP").
Bids shall be received for the following Contracts:
Contract No. Title
12-007 WATER MAIN EXTENSION TO NYCDEP
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 after
December 10, 2012. Pursuant to the provisions of GML 102, persons desiring to take a
copy may obtain them, subject to a deposit in the amount of $100.00 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.
A Pre -Bid meeting will be held at the Town Hall on January 3, 2013 at 11:00 a.m. Bidders
will have access to the site at that time to inform him/her self of the conditions relating to
the work required under this project and the employment of labor thereon.
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.
ti.
OWNER'S RIGHTS 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.
ow E1DOCUMENTS\T WAPPINGERW W2012\W21215 NYCDEP EXTENSION\SPECS\GENERAL\SPEC-COVER_NOTICE TO_BIDDERS.DOC
R
a
STATEMENT OF NON -COLLUSION: Bidders are required to execute the non -collusion
bidding certificate attached thereto pursuant to Section 103-d of the General Municipal Law
of the State of New York.
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
will not be discriminated against on the grounds of race, color, or national origin in
consideration of an award.
BY ORDER OF THE TOWN BOARD
EADOCUMENTS\T WAPPINGER\A W2012\W21215 NYCDEP EXTENSION\SPECS\GENERAL\SPEC_COVER_NOTICE_TO_BIDDERS.DOC
io
am
TABLE OF CONTENTS
DIVISION100..................................................................................
Instruction to Bidders
DIVISION 200.................
....................................................................................
Bid Form
DIVISION 300...............................................
.......................................................
Contract
DIVISION 400 ......... . ...... .
General Conditions
U
DIVISION500........................................................................Special
Conditions
�1.
DIVISION 600......................................
Technical Specifications
it
EADOCUMENTS\T WAPPINGER\A W2012\W21215 NYCDEP EXTENSION\SPECS\GENERAL\SPEC_COVER_NOTICE TO BIDDERS.DOC
11r
PROPOSALFOR
TOWN OF WAPPINGER
UNITED WAPPINGER WATER DISTRICT
WATER MAIN EXTENSION TO NYCDEP
CONTRACT NO. 12-007
DIVISION 100
INSTRUCTIONS TO BIDDERS
PREPARED BY:
MORRIS ASSOCIATES
ENGINEERING CONSULTANTS, PLLC
9 ELKS LANE
POUGHKEEPSIE, NEW YORK 12601
AUGUST 2012
REVISED DECEMBER 2012
MA#: W21215.01
fr;
ARTICLE A: GENERAL PROVISIONS
A.1 Location and Description of Project
The work proposed under Contract No. 12-007 is generally located along Dutchess
County Route 28, Wheeler Hill Road and River Roads, and Carnwarth Park; all
located wholly within in the Town of Wappinger, Dutchess County, New York. This
contract consists mainly of the installation of a new water main and appurtenances
followed by restoration of the landscape.
TIME IS OF THE ESSENCE in this contract. The work shall be completed
according to the milestones 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. Except for titles,
sub -titles, headings, running headlines, table of contents and 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 proposal:
Bidding Requirements
1) Notice to Bidders
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
(b) "Bid" - a complete and properly signed proposal to do the work for the sums
named therein, submitted in complete accordance with the bid requirements.
1002
e
s
(c) "Bidder" - the individual, firm or corporation who submits a bid.
(d) "Proposal" shall mean the bound volume of bidding requirements and the
plans, specifications and addenda and all the contract documents offered by
the Owner for acceptance by bidders and which will become the contract
upon acceptance by the Owner of a bid.
(e) Other definitions listed in the General Conditions.
A.3 Estimates of Bid Quantities.
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.
Bidders shall examine the drawings and specifications and exercise their own
judgment as to the nature and amount of the whole of the work to be done, and, for
the bid prices, shall assume all risk of variance by whosoever made in any
computation or statement of amounts or quantities necessary to fully complete the
work in strict compliance with the contract documents.
AA Site Conditions
The Owner does 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 he/she has visited the
site prior 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 carefully examine the site of the proposed work and all
premises adjacent thereto. The bidder shall satisfy and fully inform himself/herself
from his/her own investigation or research as to
the nature and location of the work,
the general and local conditions,
the various means of approach to the sites,
the sites and facilities for delivering, unloading, storage, and handling
of materials and equipment,
the character, quality, and quantity of existing materials,
1003
'M
taw
the kind and extent of equipment, labor, materials, and facilities
needed,
all difficulties likely to be encountered,
and all other items, which may in any way affect the work or its performance in
accordance with the contract requirements.
In addition to making the careful examination referred to above, the bidder, at
his/her own expense and only after having received written approval from the
Engineer, may make borings, test pits or such other methods as he/she may prefer
to satisfy himself/herself as to the character, location and amounts of water, mud,
clay, sand, gravel, quicksand, boulders, conglomerate, rock and other material
which may be encountered in the locations where the proposed work is to be
performed. The prospective bidders shall contact Michael Tremper of CAMO
Pollution Control to make arrangements for a convenient day and time to conduct
the inspection as the site is enclosed by a locked gate.
A.5 Governing Laws and Regulations
The bidder shall comply with the contract requirements for labor laws, labor safety,
labor rates, labor standards, and non-discrimination.
A copy of the prevailing wage determinations is included with this proposal.
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
terms of the present Sales Tax Law.
A.6 Addenda and Interpretations
Any discrepancies or omissions found in the drawings or specifications shall be
brought to the attention of the Engineer, Morris Associates. No interpretation of the
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 aiven in
writing. To be given consideration such request 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
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
1004
4
I
60
furnished for such purposes) not later than five (5) working days prior to the date
fixed for the opening of the bids. All addenda so issued shall become part of the
contract documents.
ARTICLE B: BIDDING PROCEDURE
B.1 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
on the line provided and place his/her signature in the appropriate space. All other
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 his/her authorized agent.
The bidder shall also be responsible at the time of bidding for completing any other
certifications required by these bid documents.
Prior to submitting his/her bid, the bidder shall verify that he/she has received all
addenda issued. The bidder shall acknowledge receipt of the addenda on the
outside, sealing covering of the bid. 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,
1005
(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
contract with the Owner within ten (10) days after notification by registered mail of
the acceptance of his/her 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 Owner as liquidated damages. No plea of mistake in a bid
(except excusable error) shall be available to the bidder for the recovery of his/her
bid security or as a defense to any action based on neglect or refusal to execute a
contract.
13.3 Submission of Bid
Bids will be received by the Owner at the Office of the Town Clerk of the Town of
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.
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.
Any bid received after the time set for opening will not be considered and will be
returned unopened to the bidder.
The bid must be submitted in a sealed envelope, bearing on the outside the name
of the bidder, his/her 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 may consider as irregular any bid not prepared and submitted in
accordance with the provisions hereof.
Mo .
4
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
CA Award of Contract
If awarded, the contract may be awarded to the lowest responsible bidder furnishing
the required security as will best promote the public interest.
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.
The Owner reserves the right to reject any or all bids, and advertise for new bids, if
in 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.
C.2 Irregular Bids
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.
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 Responsibility
The 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 public interest. In order to
assist the Owner in determining whether the apparent low bidder meets this
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,
(2) a certified financial statement showing assets (including a list of equipment
owned by the bidder), liabilities and net worth,
(3) a list of the officers and principals of the bidder, and a list of all subsidiary or
1007
A
affiliated companies in which the bidder's principals have any financial
interest,
' (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,
(5) a statement as to any projects which the bidder or his/her predecessors
failed to complete or any litigation in which the bidder has been involved
within the previous three fiscal years,
(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,
and
(8) statements of the bidder's net total billings and average backlogs of
uncompleted work on outstanding contracts for each of the previous three
fiscal years.
(9) description of experience with projects of comparable size, complexity and
cost within the last 5 years.
(10) disclosure of convictions for violations of any prevailing wage or employment
regulations, OSHA requirements, unemployment insurance tax provisions,
workers' compensation regulations, or any federal, state or municipal
environmental 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
ftr a list of all proposed subcontractors. Any of the above information with
respect to proposed subcontractors may also be requested.
CA Security for Faithful Performance
The 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 he/she 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 security for the faithful performance of
this contract.
MIRV
0
q
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
amount of one hundred percent (100%) of the contract price, as a guarantee that
he/she 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 company authorized to do business in the State of New York and approved
by the Owner's attorney. Attorneys -in -fact who sign labor and material payment
bonds must file with such bonds a certified copy of the power of attorney to sign
such bonds.
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.
(3) The Engineer will return all bids to the Town Clerk, along with a
recommendation for award. The Town Attorney should also review the bids,
including accompanying documents.
(4) The Town Board will vote to award the contract at a Town Board meeting,
following which the Town Clerk will send the Notice of Award along with three
blank contract forms and blank bond forms to the 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 Supervisor's signature. Owner in its discretion may accept a binder for
the required bonds.
(6) One original contract shall be given to the Town Clerk, and a copy shall be
given to the Engineer.
(7) Upon receipt of the actual bonds, the Town Clerk will issue the Notice to
Proceed. A copy should be given to the Engineer.
(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
1009
e
charge. The Contractor may purchase additional plans, specifications, and
addenda at the cost to the Town for such materials.
(9) Progress and final payments shall be made in accordance with the General
Conditions Article 8. The applications should preferably be made on
originals of AIA forms, or equivalent forms may be used. All other supporting
documentation shall also be on originals of the AIA forms or equivalent
forms. Applications made on photocopies will not be processed.
10010
PROPOSALFOR
TOWN OF WAPPINGER
UNITED WAPPINGER WATER DISTRICT
WATER MAIN EXTENSION TO NYCDEP
CONTRACT NO. 12-007
DIVISION 200
BID FORM
PREPARED BY:
MORRIS ASSOCIATES
ENGINEERING CONSULTANTS, PLLC
9 ELKS LANE
POUGHKEEPSIE, NEW YORK 12601
AUGUST 2012
REVISED DECEMBER 2012
MA#: W21215.01
20001
TOWN OF WAPPINGER
UNITED WAPPINGER WATER DISTRICT
ow WATER MAIN EXTENSION TO NYCDEP
CONTRACT NO. 12-007
BID FORM
THE TOWN RESERVES THE RIGHT TO REJECTANY OR ALL BIDS. EACH BID FORM
SHALL BE ACCOMPANIED BY BID SECURITY (AS DESCRIBED IN THE INSTRUCTION
„ 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,
guarantees, protection of equipment and property and life during construction; as well as
competent and qualified supervision for all phases of the work, and other facilities and
things necessary or proper for or incidental to, Town of Wappinger Water Main Extension
to NYCDEP Project, Town of Wappinger, as required by and in strict accordance with the
plans, specifications and all other documents relating to Contract No. 12-007, 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
examined and that all things necessary for the completion of the work shall be provided.
Receipt of the following addenda is hereby acknowledged:
ADDENDUM NO. 1
ADDENDUM NO. 2
ADDENDUM NO. 3
ADDENDUM NO. 4
e
DATE SIGNATURE
20002
e
In consideration of, and to induce the award of this contract to him/her, the bidder
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
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) He/She has carefully examined and fully understands all of the parts of the
contract documents, and that he/she 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
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
party, partner, stockholder, surety or otherwise in this bid or in the
performance of the contract or in the supplies, materials or equipment, or to
work or labor to which it relates, or in any portion of the profits thereof.
(e) He/She 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
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.
M.
20003
i.
e
(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
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
not correctly inserted, then upon the application of either party, the bid
documents shall forthwith be physically amended to make such insertion.
(i) That he/she 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) That the facts stated in his/her bid and the information given by him/her are
true and correct in all respects.
(1) That he/she 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 federal district or county as the location of the project.
BID FOR CONTRACT WORK:
Base Bid
Install water distribution improvements and related items in accordance with the Contract
Documents, not including Bid Alternates No. 1 and No .2. 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 12-007, agrees to accept (unless modified
pursuant to the terms of the General Conditions) a total, final and fixed contract price not to
exceed:
(Words)
(Figures)
20004
Irr
Alternate Bid
Install water distribution improvements and related items in accordance with the Contract
Documents, including Bid Alternates No. 1 and No. 2. 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 12-007, agrees to accept (unless modified
pursuant to the terms of the General Conditions) a total, final and fixed contract price not to
exceed:
(Words)
(Figures)
w
Also made a part of this bid is the attached documentation per Division 100, Article C.3.
is. Sign Bid Here
AUTHORIZED SIGNATURE
Print Name
Title
Official Company Name
(Individual, Partnership, Corporation, LLC)*
ibr
* Circle applicable word
Company
Mailing Address
STREET
CITY STATE ZIP CODE
Federal Employer
Identification No.
Telephone No.
20005
(If bidder is a corporation, fill in the following blanks.)
Organized under the laws of the State of:
Name and Address of Presid
Name and Address of Secretary
Name and Address of Treasurer:
(If bidder is a Limited Liability Company, fill in the following blanks.)
Organized under the laws of the State of:
Name of Manager or Managing Member:
Agent for Service of Process:
Address for Service of Process:
20006
STATE OF NEW YORK )
ss:
COUNTY OF )
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
20007
BASE BID SHEET
NYCDEP Water Main Extension - Contract 12-007
ITEM NO./DESCRIPTION
EST.
QTY.
PAYMENT
UNIT
UNIT PRICE BID
TOTAL
PRICE BID
WRITTEN AMOUNT
IN FIGURES
1A. Mobilization
N/A
LUMP SUM
1 B. Bonds
N/A
LUMP SUM
1C. Insurance
N/A
LUMP SUM
1 D. Permits
N/A
LUMP SUM
1E. Photographic Documents
N/A
LUMP SUM
1 F. Submittals
N/A
LUMP SUM
1G. Temporary Construction
Services
N/A
LUMP SUM
1 H. Survey and Construction
Layout
N/A
LUMP SUM
11. Close Out Documentation
N/A
LUMP SUM
1J. Demobilization
N/A
LUMP SUM
2A. 12" Main Town Road
3,950
LINEAL FEET
2B. 12" Main Off Road
8,600
LINEAL FEET
2C. 12" Main Off Road
County R.O.W.
4,250
LINEAL FEET
2D. 12" Main K -Crete with
Insulation
230
LINEAL FEET
2E. 8" DI Main Town Road
70
LINEAL FEET
2F. 8" DI Main Off Road
100
LINEAL FEET
2G. 14" HDPE Bored Water
Main
1400
LINEAL FEET
200 07A
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\GeneraRbaseb ids heet.doc
BASE BID SHEET
NYCDEP Water Main Extension - Contract 12-007
200 07B
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\General\basebidsheet.doc
UNIT PRICE BID
EST.
PAYMENT
TOTAL
ITEM NOJDESCRIPTION
QTY.
UNIT
WRITTEN AMOUNT
IN FIGURES
PRICE BID
2H. 14 HDPE Bored Water
Main Through Rock
540
LINEAL FEET
21.14" HDPE Water Main
CHG&E Areas
650
LINEAL FEET
3A. 12" Gate Valves
61
EACH
3B. 8" Gate Valves
9
EACH
4A. Hydrants
49
EACH
4B. Sampling Stations
1
EACH
5A. 3/e" Corporation Stops,
Curb Stops, Valve Boxes
71
EACH
and Couplings -
5B. 3/" Copper Piping —
Paved Areas
310
LINEAL FEET
5C. %" Copper Piping —
Unpaved Areas
585
LINEAL FEET
5D 1" Corporation Stops,
Curb Stops, Valve Boxes
32
EACH
and Couplings
5E. 1" Copper Piping —
Paved Areas
240
LINEAL FEET
5F. 1" Copper Piping —
Unpaved Areas
240
LINEAL FEET
5G 2" Corporation Stops,
Curb Stops, Valve Boxes
1
EACH
and Couplings
5H. 2" Copper Piping —
15
LINEAL FEET
Unpaved Areas
200 07B
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\General\basebidsheet.doc
BASE BID SHEET
NYrnEP \Nater Main Extension - Contract 12-007
200 07C
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\General\basebidsheet.doc
UNIT PRICE BID
EST.
PAYMENT
TOTAL
ITEM NO./DESCRIPTION
QTY.
UNIT
WRITTEN AMOUNT
IN FIGURES
PRICE BID
6 Testing Services
L.S.
LUMP SUM
7 Road/Drainage Improve.
L.S.
LUMP SUM
8 Rock Removal
1400
CUBIC YARD
9A. Removal of Trees 12" up
to 24" in diameter
40
EACH
9B. Removal of Trees 24"
40
EACH
and above in diameter
9C. Protection of Trees
160
EACH
10 Clearing of Trees and
L.S.
LUMP SUM
Brush in Off -Road Areas
11. Exploratory Excavations
10
EACH
ALLOWANCES
---
---
---
---
1A Allowance: Select Fill —
1700
CUBIC YARD
Crusher Run
1B Allowance: Select Fill -
100
CUBIC YARD
Controlled Density Fill
1C Allowance: Select Fill —
800
CUBIC YARD
Run of Bank Gravel
1D Allowance: Select Fill —
800
CUBIC YARD
Select Graded Gravel
2 Misc. Additional Work
L.S.
LUMP SUM
___
---
$150,000
u z Y �.. _} tth .. kFxf° fes" F e�tt`J' 'Y�* ,S.Yy%'7%!a" S 1f{iJ �2`'�`44 •f73` "a2 * {r
TOTAL BASE
r wjy y s h u is arvr h
BID.
200 07C
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\General\basebidsheet.doc
ALTERNATE BID SHEET
NYCDEP Water Main Extension - Contract 12-007
ITEM NO./DESCRIPTION
EST.
QTY.
PAYMENT
UNIT
UNIT PRICE BID
TOTAL
PRICE BID
WRITTEN AMOUNT
IN FIGURES
1A. Mobilization
N/A
LUMP SUM
1 B. Bonds
N/A
LUMP SUM
1C. Insurance
N/A
LUMP SUM
1D. Permits
N/A
LUMP SUM
1 E. Photographic Documents
N/A
LUMP SUM
1F. Submittals
N/A
LUMP SUM
1G. Temporary Construction
Services
N/A
LUMP SUM
1 H. Survey and Construction
Layout
N/A
LUMP SUM
11. Close Out Documentation
N/A
LUMP SUM
1J. Demobilization
N/A
LUMP SUM
2A. 12" Main Town Road
4,030
LINEAL FEET
2B. 12" Main Off Road
8,340
LINEAL FEET
2C. 12" Main Off Road
County R.O.W.
4,250
LINEAL FEET
2D. 12" Main K -Crete with
Insulation
410
LINEAL FEET
2E. 8" DI Main Town Road
70
LINEAL FEET
2F. 8" DI Main Off Road
100
LINEAL FEET
2G. 14 HDPE Bored Water
Main
1400
LINEAL FEET
200 07D
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\General\altbidsheet.doc
ALTERNATE BID SHEET
NYCDEP Water Main Extension - Contract 12-007
200 07E
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\General\altbidsheet. doc
UNIT PRICE BID
ITEM NOJDESCRIPTION
EST.
QTY.
PAYMENT
UNIT
TOTAL
PRICE BID
WRITTEN AMOUNT
IN FIGURES
2H. 14 HDPE Bored Water
Main Through Rock
540
LINEAL FEET
21. 14" HDPE Water Main
CHG&E Areas
620
LINEAL FEET
3A. 12" Gate Valves
61
EACH
3B. 8" Gate Valves
9
EACH
4A. Hydrants
49
EACH
4B. Sampling Stations
1
EACH
5A. %" Corporation Stops,
Curb Stops, Valve Boxes
71
EACH
and Couplings
5B. 3/" Copper Piping —
Paved Areas
310
LINEAL FEET
5C. %" Copper Piping —
Unpaved Areas
585
LINEAL FEET
5D 1" Corporation Stops,
Curb Stops, Valve Boxes
34
EACH
and Couplings
5E. 1" Copper Piping —
Paved Areas
240
LINEAL FEET
5F. 1" Copper Piping —
Unpaved Areas
240
LINEAL FEET
5G 2" Corporation Stops,
Curb Stops, Valve Boxes
1
EACH
and Couplings
5H. 2" Copper Piping —
15
LINEAL FEET
Unpaved Areas
200 07E
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\General\altbidsheet. doc
ALTERNATE BID SHEET
NvrnFP \Natar Main FxtPnsinn - Contract 12-007
200 07F
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\General\altbidsheet.doc
UNIT PRICE BID
ITEM NO./DESCRIPTJON
EST.
QTY.
PAYMENT
UNIT
TOTAL
PRICE BID
WRITTEN AMOUNT
IN FIGURES
51. 1" HDPE Piping —
Unpaved Areas
200
LINEAL FEET
6 Testing Services
L.S.
LUMP SUM
7 Road/Drainage Improve.
L.S.
LUMP SUM
8 Rock Removal
1400
CUBIC YARD
9A. Removal of Trees 12" up
to 24" in diameter
40
EACH
9B. Removal of Trees 24"
40
EACH
and above in diameter
9C. Protection of Trees
160
EACH
10 Clearing of Trees and
Brush in Off -Road Areas
L.S.
LUMP SUM
11. Exploratory Excavations
10
EACH
ALLOWANCES
---
---
---
---
---
1A Allowance: Select Fill —
1700
CUBIC YARD
Crusher Run
1B Allowance: Select Fill -
100
CUBIC YARD
Controlled Density Fill
1C Allowance: Select Fill —
800
CUBIC YARD
Run of Bank Gravel
1D Allowance: Select Fill —
800
CUBIC YARD
Select Graded Gravel
2 Misc. Additional Work
L.S.
LUMP SUM
---
---
$150,000
`
TOTAL ALT.
K
BID•
200 07F
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\General\altbidsheet.doc
4
BID BOND
If a bond is used, the form bound in this manual should be used. No other form
may be used except with prior approval by the Owner after review by the Town
Attorney which approval may be granted or withheld, in the Owner's discretion.
20008
4
BID BOND
KNOW ALL MEN BY THESE PRESENTS: that
* as Principal; and
�" ** as Surety, are hereby
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,
to enter into a contract in writing for the Water Main Extension to NYCDEP for the Town of
Wappinger, New York, as shown and specified in Contract No. 12-007.
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.
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 set their hands and
seals, and such of them as are Corporations have caused their Corporate seals to be
hereto affixed and these presents to be signed by their proper officers, the day and year
first set forth above.
(SEAL)
PRINCIPAL
*Insert Bidder's Name
+ **Insert Surety's Name By
20009
■s
Signed, sealed and delivered
in the presence of
(Corporate seal of Contractor
if a corporation)
Contractor
By
(Corporate seal of
S u rety) Attest
200 010
(Title of Officer)
(Title of Officer)
STATE OF NEW YORK
COUNTY OF
ss:
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
20011
CERTIFICATION OF NON -COLLUSION BY BIDDER
No bid will be considered unless this Certification remains attached to and is submitted with the Bid
By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and
it 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:
it (1) The prices in this bid have been arrived at independently, without collusion, consultation,
communication, or agreement for the purpose of restricting competition as to any matter
relating to such prices, with any other bidder or with any competitor.
(2) Unless otherwise required by law the 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.
,. (3) No attempt has been made or will be made by the bidder to induce any other person,
partnership or corporation to submit or not to submit a bid for the purpose of restricting
competition.
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 fumish 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.
(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).
(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
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.
BIDDER'S SIGNATURE:
1�r
r.
20012
DATE:
PROPOSALFOR
TOWN OF WAPPINGER
UNITED WAPPINGER WATER DISTRICT
WATER MAIN EXTENSION TO NYCDEP
CONTRACT NO. 12-007
DIVISION 300
CONTRACT
PREPARED BY:
MORRIS ASSOCIATES
ENGINEERING CONSULTANTS, PLLC
9 ELKS LANE
POUGHKEEPSIE, NEW YORK 12601
AUGUST 2012
REVISED NOVEMBER 2012
MA#: W21215.01
30001
e
TOWN BOARD
TOWN OF WAPPINGER, NEW YORK
UNITED WAPPINGER WATER DISTRICT
WATER MAIN EXTENSION TO NYCDEP
CONTRACT AGREEMENT
CONTRACT NO. 12-007
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:
r, 1. Performance Bond and Labor and Material Payment Bond
2. General Conditions of Contract
3. Special Conditions for Contract
4. Technical Specifications
6W 5. Drawings
6. All Addenda
rtr 7. All provisions required by law to be inserted in this contract whether actually
inserted or not
wr
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.
30002
4
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 Water Main Extension to NY MEP Contract No. 12-007.
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
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.
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 necessary to 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
specifications, and has found them in all respects to be complete, accurate,
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
to
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;
B. All work shall strictly conform to the requirements of this Contract;
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
Contractor;
D. The Contractor hereby warrants that all labor furnished under this Contract shall be
competent to perform the task undertaken, that the product of such labor shall yield
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;
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.
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 precedent to payment to
the Contractor, and failure by the Contractor to strictly comply with said
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 Owner and 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
4
I
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
compliance with such approved documents. However, approval by the Engineer or
the Owner shall not be evidence that work installed pursuant thereto conforms with
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 minimum, the date each submittal, the date
of any resubmittal, the date of any approval or rejection, and the reason for 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
formality or other procedure.
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 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. In the event the Contract
Price is adjusted by Change Order executed by the Contractor, the penal sum of both
performance bond and the payment bond shall be deemed increased by like amount. 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.)
This Contract is governed by the law of the State of New York.
The forum for any litigation concerning this contract shall be the Federal District or County
in which the contract site is located.
The Contractor shall meet the following schedule milestones:
1. Apply for State, County and Town Permits: 20 days from Notice to Proceed
2. Water Distribution Facilities Installed, Tested, Disinfected and Certified to
Operate: August 30, 2013
3. Substantial Completion: November 15, 2013
4. Final Completion: December 16, 2013
30005
r.
Water distribution facilities shall include pipe, fittings, hydrant, valves, extensions
with end caps and sampling station installed, tested, disinfected and certified to
operate and shall be completed within 186 days of the Notice to Proceed.
Substantial Completion shall be completed within 263 days of the Notice to Proceed
and Final Completion shall be completed within 294 days of the Notice to Proceed.
Liquidated Damages for this Agreement shall be as follows:
1. Water Distribution Facilities Installed, Tested, Disinfected and Certified to
Operate: $25,000/day.
2. Substantial Completion: $1,000/day
3. Final Completion: $500/day
Days for completion are the number of consecutive calendar days calculated from the date
for commencement of Work established in the Agreement as indicated in the Notice to
Proceed that will be allowed for the completion of all construction under a given Contract.
Notwithstanding other provisions of this Contract, failure to complete the Work in the time
specified will result in the assessment of liquidated damages as shown above.
In the event that the Contractor shall fail to complete the Work within the time limit
specified herein, or within the time to which such completion may have been extended, the
Contractor must pay to the Owner as damages for each calendar day of delay in
completing the Work, as specified above. In view of the difficulty of accurately ascertaining
the loss which the Owner will suffer by reason of delay in completion of the Work
hereunder, said sum is hereby fixed and agreed as liquidated damages which the Owner
will suffer by reason of such delay and not as a penalty. The Owner will deduct and retain
out of the monies which may become due hereunder to the Contract the amount of any
such liquidated damages. In case the amount which may become due to the Contractor
under the provisions of the Contract may be less than the liquidated damages suffered by
the Owner, the Contractor shall pay the difference, upon demand, to the Owner.
Permitting the Contractor to continue and finish the Work after the time fixed for its
completion will in no way operate as a waiver on the part of the Owner of any of its rights
under this agreement.
In addition, if the Work on the Contract is not completed on or before the date specified,
engineering and inspection expenses incurred by the Owner from the completion date
originally fixed in the Contract to the date of final completion of the Work may be charged
to the Contractor and may be deducted by the Owner from any monies due to the
Contractor. Any extra Work or Change Orders added to the original Contract as well as
extenuating circumstances beyond the control of the Contractor will be given due
consideration.
The Contractor, by placing his/her signature on this Contract, hereby certifies that he/she is
familiar with the contents of all bid documents and the contract documents and he/she
30006
T
(Acknowledgment by Contractor if a corporation)
STATE of )
ss:
COUNTY of )
On this day of , 20 ,
before me personally came to me known,
who, being by me duly sworn, did depose and say for himself/herself, that he/she
resides in and that he/she
is the of the
the corporation described in, and which executed the foregoing instrument; that
he/she knows the seal of said corporation; that the seal affixed to said instrument is
such corporate seal; that it was so affixed by order of the Board of Directors of said
corporation, and that he/she signed his/her name thereto by like order.
Notary Public,
No.
(Acknowledgment by Supervisor)
State of )
County of )
On this day of _
ss:
County
Term Expires_
20 ,
before me personally came to me known and
known to me to be the person described in and who executed the foregoing
instrument, and he/she duly acknowledged that he/she executed the same.
Notary Public,
No.
30008
County
Term Expires_
ON
e
PERFORMANCE BOND
The form bound in this manual should be used. No other form of performance bond
«w 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.
..
M
3009
w
M
and
PERFORMANCE BOND
(Insert Proper Name of Surety)
(Insert Proper Name of Contractor)
as surety ("Surety"),
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
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)
r► and,
WHEREAS, the Owner has required the Contractor to furnish this Performance Bond
00 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
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.
30010
2. If the Contractor is in default of the Construction Contract and the Owner, by written
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
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 performance of the Construction Contract.
The Surety shall furnish the Owner a copy of such bids or proposals upon
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
separate payment bond, each in the form of those bonds previously
furnished to the Owner for the project by the Contractor. Each such bond
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 pay the completing contractor from
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
utilize such sums in making timely payment to the completing contractor; or,
C. Take any and all other acts, if any, mutually agreed upon in writing by the
Owner and the Surety.
F
30011
IM
16
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),
16. 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
lift incurred at the direction, request, or as a result of the acts of omissions of the
Surety.
5. In no event shall the Surety be obligated to the Owner hereunder for any sum in
excess of the Penal Sum.
6. The Surety waives notice of any changes to the Construction Contract including,
without limitation, changes in the contract time, the contract price, or the work to be
performed.
7. 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
r., hereto, together with their heirs, administrators, executors, successors or assigns.
No other party, person or entity shall have any rights against the Surety hereunder.
8. 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
below.
Su rety:
Contractor:
Owner:
9. 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.
30012
rr
Contractor
Surety
Seal Seal
(Typed Name) (Typed Name)
By By
(Signature) (Signature)
(Printed Name, Title and Address) (Printed Name, Title and Address)
60
i,„ (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's attorney.
bw
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.
N
30013
on
60
STATE OF NEW YORK )
)ss.:
COUNTY OF )
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.
30014
In
NOTARY PUBLIC
P
':�� ' ►lGu \ :
and
LABOR AND MATERIAL PAYMENT BOND
, as surety ("Surety"),
(Insert Proper Name of Surety)
(Insert Proper Name of Contractor)
as principal ("Contractor"), enter into, execute this bond ("Payment Bond"), and bind
themselves in favor of
(Insert Proper Name of Owner)
as obligee ("Owner") in the penal sum of $
as of the
(Insert Date of Construction Contract)
(Insert Penal Sum)
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;
30016
aw
2. For purposes of this Payment Bond, Beneficiary is defined as a person or entity who
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
(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
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
filing.
3. 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
given written notice of its claim to the Contractor and the Surety within the longer of:
(A) ninety (90) days of after such Beneficiary provided labor, material,
equipment, services or other items for use in furtherance of the Construction
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.
4. In no event shall the Surety be obligated hereunder for sums in excess of the Penal
Sum. The Penal Sum shall be deemed increased by any amount by which the
contract price increases by virtue of change order. See Article 5 of the General
Conditions of Contract.
5. 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) stating the basis for disputing any sums not paid.
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.
30017
a.
7. 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:
SURETY:
CONTRACTOR:
OWNER:
CONTRACTOR
SEAL
(TYPED NAME)
By:
(SIGNATURE)
(PRINTED NAME, TITLE & ADDRESS)
SURETY
SEAL
(TYPED NAME)
(SIGNATURE)
(PRINTED NAME, TITLE & ADDRESS)
(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
the Owner.
it
30018
g.
STATE OF NEW YORK )
)ss:
COUNTY OF
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.
30019
to
NOTARY PUBLIC
0
PROPOSAL FOR
TOWN OF WAPPINGER
UNITED WAPPINGER WATER DISTRICT
WATER MAIN EXTENSION TO NYCDEP
CONTRACT NO. 12-007
DIVISION 400
GENERAL CONDITIONS
PREPARED BY:
MORRIS ASSOCIATES
ENGINEERING CONSULTANTS, PLLC
9 ELKS LANE
POUGHKEEPSIE, NEW YORK 12601
OCTOBER 2012
MA#: W21215.01
to
i.
aw
ARTICLE 3: INTERPRETATION OF CONTRACT DOCUMENTS ........................400 06
3.1 Conflicting Plans and Specifications........................................................ 40006
07
3.2 Shop Drawings................................................................................... 400 07
.....................
3.3 Materials..................................................................................................400 08
3.4 Royalties and Patents.........................................................
ARTICLE k PERFORMANCE OF THE CONTRACT ...........................................400 09
4.1
TABLE OF ARTICLES/CONTENTS
09
10
4.2
Claim For Damages By Contractor ..........................................................400
10
4.3
Coordination of Separate Contractors .....................................................400
PAGE
t'
SECTIONS
10
11
4.5
Permits and Compliance..........................................................................400
01
4.6
ARTICLE 1: DEFINITIONS....................................................................................400
11
4.7
1.1 Words and Expressions....................................................... ....................400
01
4.8
ARTICLE 2: ROLES AND RESPONSIBILITIES...................................................
40003.
w
Contractor's Work Requirements.............................................................400
ARTICLE 5: CHANGE IN THE WORK..................................................................400
12
03
2.1 The Contractor..................................................... ...................................400
04
Procedure................................................................................................400
...................400
2.2 The Owner.......
05
..................................................
Payment for Change Orders..................400
2.3 Engineer's Authority.................................................................................400
ARTICLE 6: TIME OF COMMENCEMENT COMPLETION
ARTICLE 3: INTERPRETATION OF CONTRACT DOCUMENTS ........................400 06
3.1 Conflicting Plans and Specifications........................................................ 40006
07
3.2 Shop Drawings................................................................................... 400 07
.....................
3.3 Materials..................................................................................................400 08
3.4 Royalties and Patents.........................................................
ARTICLE k PERFORMANCE OF THE CONTRACT ...........................................400 09
4.1
Responsibility for Damage.......................................................................400
09
10
4.2
Claim For Damages By Contractor ..........................................................400
10
4.3
Coordination of Separate Contractors .....................................................400
4.4
.....................................................
Contractor's Supervision.....................
10
11
4.5
Permits and Compliance..........................................................................400
4.6
Boundaries...............................................................................................40011
11
4.7
...............................................................................
Refuse and Debris....
11
4.8
Subcontractors and Suppliers..................................................................400
11
4.9
Contractor's Work Requirements.............................................................400
ARTICLE 5: CHANGE IN THE WORK..................................................................400
12
12
5.1
Procedure................................................................................................400
13
5.2
..................................................
Payment for Change Orders..................400
ARTICLE 6: TIME OF COMMENCEMENT COMPLETION
13
AND TERMINATION FOR CAUSE ..................................................400
6.1
Time of Commencement and Completion...............................................400
40014
6.2
Extension of Time....................................................................................
14
15
6.3
Liquidated Damages Upon Failure to Complete......................................400
R
e
e
d
TABLE OF ARTICLES/CONTENTS
Continued
PAGE
SECTIONS
6.4 Termination by the Owner.......................................................................400 15
6.4.1 Termination for the Convenience .......................................... 40015
17
6.4.2 Termination for Cause .......................................................
6.5 Cease and Desist Order..........................................................................400 17
6.6 Suspension of Work............................... .................................................400 18
6.7 Termination by the Contractor. 40018
...............................................................
ARTICLE 7: INSPECTION AND ACCEPTANCE ..................................................400 18
7.1 Inspection ... 40018
....................
............
.................... 4
7.2 Contractor's Obligation to Correct Defective Work ::::::::::::: 400 19
0018
7.3 Progress Reports ........................ 400 19
7.4 Inspection Prior to Acceptance ........ ..................................................
ARTICLE 8: PAYMENT.................................................
...................................
...400 20
20
8.1
Payment.... ..........................................................400
.....................................
...400 20
8.2
Progress Payments ....
23
8.3
Substantial Completion............................................................................400
23
8.4
Final Payment ................................ .......................................................
...400
25
8.5
Acceptance of Final Payment..................................................................400
40025
8.6
Contract Quantities..................................................................................
25
8.7
...................................................................
Maintenance and Guarantee400
26
8.8
No Estoppel................................................... ... ........................................400
ARTICLE 9: BONDS AND INSURANCE...............................................................400
26
9.1
.....................................................................................
Contract Security400
26
... 400 26
9.2
Insurance........................................................ ........... ...........................
ARTICLE 10: MISCELLANEOUS PROVISIONS ...................................................400
28
10.1
Compliance with Codes and Laws ...........................................................400
p
28
40028
10.2
Service of Notices....................................................................................
400 29
10.3
Labor Standards......................................................................................400
29
10.4
Record -Keeping Requirement.....................................................••••..-"'..400
29
10.5
Non -Assignment Clause..........................................................................
29
10.6
Non -Collusive Bidding Requirements......................................................
TABLE OF ARTICLES/CONTENTS
Continued
N.
PAGE
SECTIONS
30400
10.7
Wage and Hours Provisions....................................................................400
30
10.8
Workers' Compensation Benefits............................................................
400 30
10.9
Nondiscrimination Requirements.... ......................................
•....•..•.•...""' 30
10.10
Archaeological Salvage.......................................................
....................400
30
10.11
Plans and Specifications.......................................................
...................400
N.
e
r. ARTICLE 1: DEFINITIONS
1.1 WORDS AND EXPRESSIONS
The following words and expressions, be construed as follows, unless a different
in heir stead, wherever they appear in this Contract,
meaning is clear from the context.
* "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 operates without interference or aid from man and which results from
natural 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.
* "Certificate of Completion" shall mean a letter or notice signed by the
Supervisor 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 a written order to the Contractor executed by the
" Owner and the Engineer after execution of this Contract, directing a change in
the work and may include a change in the Contract Price or the time for the
Contractor's performance, or any combination thereof:
* "Contract" or "Contract Documents shall mean each of the various parts of the
contract listed below, both as a whole and severally:
* Except for titles, sub -titles, headings, running headlines, tables of contents and
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:
IM
M
1. Contract Agreement
2. Performance Bond and Labor and Material Payment Bond
3. General Conditions for Contract
4. Special Conditions for Contract
40001
2
5. Technical Specifications
6. Drawings
7. All Addenda
8. All provisions required by law to be inserted in this contract
whether actually inserted or not
9. Change Orders
"Contractor" shall mean the person, partnership, firm or corporation with whom
the Owner has executed the Contract Agreement.
"Contract Work" shall mean everything expressly or implicitly required to be
furnished and done by the Contractor by any one or more parts of the Contract
defined herein, except extra work as defined herein.
"Engineer' shall mean the consulting engineer for the Town Board, Town of
` Wappinger, New York as designated and duly appointed by that Board,
directed or assigned by them to this Contract, with the powers and duties as
stated in the contract documents.
"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.
�. "Final Acceptance" shall mean acceptance of the work by the Supervisor as
evidenced by his signature upon the final Certificate of Completion. Such
acceptance shall be deemed 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
make any and all necessary inspections of the work performed and materials
furnished by the Contractor.
rr
aw
"Owner" shall mean the party of the first part hereto, the Town of Wappinger,
New York, as represented by the Town Board, or the Supervisor, or any other
person designated by them to act on their behalf.
"Plans" shall mean only those drawings specifically titled as such and listed in
the Specifications or in any addendum.
"Project" shall mean the entire improvement to which this contract relates.
"Site" shall mean the area upon or in which the Contractor's operations are
carried on, and such other areas adjacent thereto as may be designated as
such by the Engineer.
4002
10,
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 by, or acceptable to, or satisfactory to, in the judgment of the
Engineer.
ARTICLE 2: ROLES AND RESPONSIBILITIES
2.1 THE CONTRACTOR
The Contractor shall perform all of the work required, implied or reasonably inferable
from this Contract including, but not limited to, the following:
(a) Construction of the Project;
(b) The furnishing of any required surety bonds and insurance;
(c) The provision or furnishing, and prompt payment therefore, of labor,
4003
"Specifications" shall mean all of the directions, requirements, and standards of
hereinafter detailed and designated as
performance applying to the work as
,.
such.
"Subcontractor" shall mean any person, firm or corporation, other than
or which contracts with the Contractor to
+r►
employees of the Contractor, who
furnish, or actually furnishes, labor, materials or labor and equipment at the
site.
rr
"Supervisor" shall mean the chief executive officer of the Town of Wappinger,
New York.
r
"Surety" shall mean any person, firm or corporation that has executed as
surety, and bond or bonds required to be executed by the Contractor as they
kv
relate to the provisions of the Contract.
"Town Attorney" (owner's attorney) shall mean the attorney for the Town Board,
Town of Wappinger, New York as designated and duly appointed by that
Board, directed or assigned by them to this contract, with the powers and
duties established by the Town Board.
"The Work" shall mean everything expressly or implicitly required to be
furnished and done by the Contractor under the contract and shall include both
contract work and extra work.
10,
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 by, or acceptable to, or satisfactory to, in the judgment of the
Engineer.
ARTICLE 2: ROLES AND RESPONSIBILITIES
2.1 THE CONTRACTOR
The Contractor shall perform all of the work required, implied or reasonably inferable
from this Contract including, but not limited to, the following:
(a) Construction of the Project;
(b) The furnishing of any required surety bonds and insurance;
(c) The provision or furnishing, and prompt payment therefore, of labor,
4003
11
r
supervision, services, materials, supplies, equipment, fixtures, appliances,
facilities, tools, transportation, storage, power, fuel, heat, light, cooling, or other
utilities, required for construction and all necessary building permits and other
permits required for the construction of the Project;
(d) The creation and submission to the Owner of detailed and comprehensive as -
built drawings depicting all as -built construction. Said as -built drawings shall
be submitted to the Owner upon final completion of the Project and receipt of
same by the Owner shall be a condition precedent to final payment to the
Contractor.
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.
The Contractor shall do all work and pay all costs of cutting, protecting, supporting,
maintaining, relocating and restoring all surface, subsurface or overhead structures,
and all other property, including pipes, conduits, ducts, tubes, chambers, and
appurtenances, public or private, in the vicinity of the work (except such which by law,
franchise, permit contract, consent or 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. He shall not claim or be
entitled to any damages for delay or otherwise by reason of such required work, and
he hereby assumes all risks in connection therewith.
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:
(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;
(2) To modify or change this contract so as to require the performance of extra
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
(a) in the interest of the Owner generally, or
(b) to coordinate the work of the various Contractors engaged in this project,
4004
W or
(c) to expedite the completion of the entire project even though the
completion of this particular Contract may be thereby delayed, without
+rte 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 Supervisor that such or part thereof will be used by the Owner
on and after the date specified in such notice.
2.3 ENGINEER'S AUTHORITY
(a) The Engineer, in addition to those matters elsewhere herein expressly made
subject to his determination, direction or approval, shall have the power:
(1) To inspect the performance of the work;
(2) To determine the amount, kind, quality, sequence, and location of the
work to be paid for hereunder;
(3) To determine all questions in relation to the work, to interpret the
drawings, specifications, and addenda;
(4) To make minor changes in the work as he 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;
(5) To amplify the plans, add explanatory information and furnish additional
specifications and drawings consistent with the intent of the contract
documents.
(6) To determine how the work of this contract shall be coordinated with the
work of other contractors engaged simultaneously on this project,
including the power to suspend any part of the work.
(7) The foregoing enumeration shall not imply any limitation upon the power
of the Engineer; for it is the intent of this contract that all of the work shall
be subject to his determination, approval, and supervision in accordance
with the provisions of Education Law Section 7209(3). All orders of the
Engineer requiring the Contractor to perform work as contract work shall
be promptly obeyed by the Contractor.
4005
�r
R
R
(8) The Engineer shall promptly make decisions relating to interpretation of
the plans and specifications.
ARTICLE 3: INTERPRETATION OF CONTRACT DOCUMENTS
3.1 CONFLICTING PLANS AND SPECIFICATIONS
The Contractor shall have a continuing duty to read, examine, review, compare and
contrast each of the documents which make up this Contract, shop drawings, and
other submittals and shall give written notice to the Owner and the Engineer of any
conflict, ambiguity, error or omission which the Contractor may find with respect to
these documents before proceeding with the affected work. The express or implied
approval by the Owner or the Engineer of any shop drawings or other submittals shall
not relieve the Contractor of the continuing duties imposed hereby, nor shall any
such approval be evidence of the Contractor's compliance with this Contract. The
Owner has requested the Engineer to only prepare documents for the Project,
including the plans and specifications for the Project, which are accurate, adequate,
consistent, coordinated and sufficient for construction. HOWEVER, THE OWNER
MAKES NO REPRESENTATION OR WARRANTY OF ANY NATURE
WHATSOEVER TO THE CONTRACTOR CONCERNING SUCH DOCUMENTS.
The Contractor again hereby acknowledges and represents that it has received,
reviewed and carefully examined such documents, has found them to be complete,
accurate, adequate, consistent, coordinated and sufficient for construction, and that
the Contractor has not, does not, and will not rely upon any representations or
warranties by the Owner concerning such documents, as no such representations or
warranties have been or are hereby made.
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
he 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 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. Special Conditions for Contract
3. General Conditions for Contract
4. Technical Specifications
5. Contract Drawings
e
r.
The Contractor shall verify field conditions, including measurements and other
conditions, before the start of construction. Any errors, inconsistencies or
omissions shall be brought to the Engineer's attention for resolution.
3.2 SHOP DRAWINGS
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 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 for any special
purposes.
The Contractor shall thoroughly check 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. Drawings found to be inaccurate or otherwise in error shall be made
correct. Shop drawings prepared by or under the direction of the Contractor shall be
checked for accuracy and contract requirements by the Contractor before being
forwarded to the Engineer. Shop drawings not so checked and noted will be returned
to the Contractor without being examined by the Engineer. All measurements shall
be verified at the building and/or structures.
Shop drawings shall be either catalog cuts or drawings showing construction details.
The details required will vary but should include dimensions, sizes, type of material,
finish, fabrication notes, special care or handling requirements, supplier or vendor
name, contract, item number, name of company supplying drawing, date, revision
and other information to identify and evaluate the item described.
The Engineer shall promptly review submitted shop drawings as an aid to the
Contractor but review of drawings by the Engineer shall not relieve the Contractor of
his 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 will be reviewed for design and general
arrangement only.
Six (6) sets of shop drawings shall be submitted. Four (4) sets will be returned to the
Contractor. One (1) set of shop drawings shall be submitted with the final as -built
drawings.
3.3 MATERIALS
All materials, equipment, and articles (products) incorporated into the permanent
work, which will become the property of the Owner, shall be new unless specifically
stated or shown otherwise in the contract documents. The word "new" shall not
4007
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.
All materials, equipment, and articles (products) which are specified by brand name
(i.e., manufacturer's or supplier's name or trade name and catalog or model number
or name) shall be deemed to have the words "or equal" inserted in each instance.
The intent is not to limit competition but to establish a standard of quality, which the
Engineer has determined, is necessary. The Contractor may use any product equal
to that named in the contract documents provided 1) that the Contractor has given
timely notice of his intent (in accordance with the submittal and scheduling
requirements of this contract) and 2) that the Engineer approves the proposed
alternate.
The Engineer may establish criteria for product approval and shall determine whether
a proposed product is to be approved.
The Contractor shall have the burden of proving at his own cost and expense, to the
satisfaction of the Engineer, that the proposed product is equal to that named in the
contract documents. Items offered by some manufacturers or suppliers may require
changes in the contract plans or drawings. The Contractor shall bear the cost and
expense of preparing and providing detailed drawings showing all changes, if any,
from details shown in the contract documents, for structures, pipes, seals, controls or
other devices required to insure a complete, satisfactory and operating installation.
Such detailed drawings shall be subject to the Engineer's approval as to
conformance with the over-all project requirements.
The Contractor shall supply the product named 1) if the Engineer determines that the
Contractor's proposed product is not equal to the product named in the contract
documents or 2) if the Contractor fails to comply with the provisions of this article.
The Contractor shall have and make no claim for the extension of time or for
damages because 1) the Engineer requires a reasonable period of time to consider a
product proposed by the Contractor or 2) because the Engineer does not approve the
Contractor's proposed product.
Where optional materials or methods are specified, or where "or equal" submissions
are approved, the Contractor shall make all adjustments necessary to accommodate
the option he selects.
3.4 ROYALTIES AND PATENTS
The Contractor shall pay all royalties and license fees and include the cost thereof in
his bid. He 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
60
S:
s
e
P
shall be responsible for all such loss when a particular design, process orthe product
of a particular manufacturer is specified and the Contractor properly acquires all
royalties and license fees at no additional cost to the Owner.
ARTICLE 4: PERFORMANCE OF THE CONTRACT
4.1 RESPONSIBILITY FOR DAMAGE
Subject to the provisions set forth in General Obligations Law §§ 5-322.1 and 5-324,
the Contractor shall faithfully perform and complete all of the work required by the
Contract, and has full responsibility for the following risks:
(a) 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.
(b) Injury to persons (including death resulting therefrom), or damage to property
caused by an occurrence arising out of the performance of this Contract for
which the Contractor may be legally liable under the laws of torts.
(c) The Contractor shall not be responsible for damages resulting from willful acts
of Town officials or employees or from negligence resulting solely from acts or
omissions of the Town, 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.
(d) 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 party 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 imposed by law upon
the Contractor, subcontractor or the Owner.
q,
(e) The Contractor shall provide written notice to the Engineer within three (3)
business days of any loss, damage or injury arising out of the Contractor's
performance of the Contract.
(f) No claim whatsoever shall be made by the Contractor against any officer,
agent, or employee of the Town Board, Town of Wappinger, New York, for, on
account of, or by reason of anything done, or omitted to be done, in connection
with this contract.
4.2 CLAIM FOR DAMAGES BY CONTRACTOR
If the Contractor shall claim compensation for any damage sustained, other than for
extra or disputed work by reason of any act or omission of the Owner, its agents or of
any persons, he 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 COORDINATION OF SEPARATE CONTRACTORS
The Owner may award other contracts related to the work and shall coordinate the
work between Contractors. In that event, the Contractor shall coordinate his work
with the work of other Contractors in such manner as the Owner may direct. Each
Contractor shall control and coordinate the work of his 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.
If any part of the work depends for proper execution or results upon the work of any
other Contractor, the Contractor shall inspect and promptly report in writing to the
Engineer any defects in such work. The Contractor's failure to inspect and report
ir. shall constitute an acceptance of the other Contractor's work as fit and proper for the
reception of the work of this contract.
it
The Owner shall issue appropriate directions and take such other measures 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 liable for mere errors in
judgments as to the best course of action to adopt among the alternatives available
in any given instance.
40010
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 Owner cannot guarantee the
unimpeded operations of any Contractor. The Contractor acknowledges these
conditions, and understands that he shall bear the risk of all ordinary delays caused
by the presence or operations of other Contractors engaged upon the project, and
ordinary delays attendant upon any Owner approved construction schedule.
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 comply with directions of
the Owner, or because of the neglect, failure of inability of any Contractor to perform
his work efficiently, or the failure of a supplier to supply or a subcontractor to
perform.
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 possible and in sufficient time to permit the Board to
investigate and formulate appropriate instructions.
The neglect or refusal of a Contractor to comply with directions issued by the Owner
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, or termination of the Contract.
Except for suits, actions, damages, and costs arising out of bodily injury to persons
or damage to property contributed to, caused by, or resulting from the negligence of
the Owner or his agents or employees, whether such negligence be in whole or in
part, or arising out of defects in maps, plans, designs or specifications prepared,
acquired or used by the Contractor or his agents or employees, 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 work in accordance with Contract
requirements.
4.4 CONTRACTOR'S SUPERVISION
The 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 who
can communicate effectively with the Owner's representative. All directions given the
contractor's representative 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 shall keep on site copies of the plans
and specifications and shall have full authority to supply material and labor as
40011
Iq
e
required.
4.5 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
additional cost to the Owner.
4.6 BOUNDARIES
The Contractor and all subcontractors shall confine their work, equipment, apparatus,
and the storage of materials and supplies to the limits of the Construction
Easements, Town and County right-of-ways and to limits indicated by law, ordinance,
permits or directions of the Engineer.
4.7 REFUSE AND DEBRIS
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, etc,
and leave all areas "broom" or "rake" clean. The interiors of buildings shall be
cleaned as stated in the Special Conditions.
4.8 SUBCONTRACTORS AND SUPPLIERS
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 his subcontractors.
The Contractor shall be responsible for informing his subcontractors and suppliers of
all the terms, conditions, and requirements of the contract documents and also for
requiring subcontractors to comply with Labor Law 220-A (1). In making payment to
his 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.
4.9 CONTRACTOR'S WORK REQUIREMENTS
The Contractor shall do all the work and furnish at his own cost and expense, all
labor, supervision, machinery, equipment, facilities, tools, transportation, supplies,
materials, insurances, 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
40012
e
e
R
completion of a workmanlike job, complete in every respect and detail, left ready and
in perfect condition for the Owner's use.
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 and statues as may be in
effect at the time of the bid advertisement.
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 excess of the
requirements mentioned herein.
ARTICLE 5: CHANGE IN THE WORK
5.1 PROCEDURE
One or more changes to the work within the general scope of this Contract may be
ordered by Change Order. The Contractor shall proceed with any such changes, and
same shall be accomplished in strict accordance with the following terms and
conditions:
(a) Change Order shall mean a written order to the Contractor executed by the
Owner and the Engineer after execution of this Contract, directing a change in
the work and may include a change in the Contract Price or the time for the
Contractor's performance, or any combination thereof:
(b) If the Contractor encounters a situation or work for which he believes he is
entitled to a change order, he shall give the Engineer or inspector notice by
telephone or in person within one business day and shall await instructions
before proceeding.
(c) Any change in the Contract Price resulting from a Change Order shall be
determined as follows:
(1) By mutual agreement between the Owner and the Contractor as
evidenced by (a) the change in the Contract Price being set forth in the
Change Order, (b) such change in the Contract Price, together with any
conditions or requirements relating thereto, being initialed by both parties
and (c) the Contractor's execution of the Change Order: or,
(2) If no mutual agreement occurs between the Owner and the Contractor,
the change in the Contract Price, if any, shall be derived by determining
the reasonable actual costs incurred or savings achieved, resulting from
revisions in the work. Such reasonable actual costs or savings shall
40013
A
include a component for direct job site overhead and profit but shall not
include home -office overhead or other indirect costs or components. Any
such costs or savings shall be documented in the format and with such
6 content and detail as the Owner or the Engineer requires.
(d) The execution of a Change Order by the Contractor shall constitute conclusive
evidence of the Contractor's agreement to the ordered changes in the work,
this Contract as thus amended, the Contract Price and the time for
performance by the Contractor. The Contractor, by executing the Change
Order, waives and forever releases any claim against the Owner for additional
time or compensation for matters relating to or arising out of or resulting from
the work included within or affected by the executed Change Order.
(e) The Contractor shall notify and obtain the consent and approval of the
Contractor's surety with reference to all Change Orders if such notice, consent
or approval are required by the Owner, the Engineer, the Contractor's surety or
by law. The Contractor's execution of the Change Order shall constitute the
Contractor's warranty to the Owner that the surety has been notified of, and
consents to, such Change Order and the surety shall be conclusively deemed
to have been notified of such Change Order and to have expressly consented
thereto.
5.2 PAYMENT FOR CHANGE ORDERS
The value of a change order shall be determined by one of the following methods.
(a) 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 and cost
or expense, including administration, overhead, superintendent, materials used
in temporary structures and allowances made by the Contractor to the
subcontractors.
(b) 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.
(c) By prices specifically named in the specifications or on the Bid Form.
(d) By estimate of the value as can be determined from the approved detailed
40014
estimate.
The Contractor shall, upon request, furnish satisfactory proof of all labor performed,
materials furnished and equipment used in the performance of extra work.
ARTICLE 6: TIME OF COMMENCEMENT COMPLETION AND TERMINATION FOR
CAUSE
6.1 TIME OF COMMENCEMENT AND COMPLETION
(a) 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, using
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 or time limit therefore, or on the date to which the time for
completion may be extended.
(b) Unless the date for completion is extended pursuant to the provisions of
paragraph 6.2 below, the Contractor shall complete the work within the time
allotted as stated in the Contract Agreement. 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
It is mutually agreed that no extension beyond the date of completion fixed by the
terms of the contract shall be effective unless consented to in writing 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 orwas
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 his
subcontractors or suppliers, the Engineer may refuse to grant an extension of time
and direct the Contractor to re -arrange his progress schedule so as to complete the
work within the time set forth in the contract.
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
40015
4
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 from the moneys which may become due
hereunder.
In the event of delay for cause, the Contractor's sole remedy shall be the extension
of time granted as hereinabove provided, and the Contractor shall have no right to, or
x>
cause of, action for damages or additional costs resulting from any such delay.
w►
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
e
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 Board, Town of Wappinger,
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 BY THE OWNER
The owner may terminate this Contract in accordance with the following terms and
conditions:
6.4.1 TERMINATION FOR CONVENIENCE
The Owner may, for any reason whatsoever, terminate performance under
this Contract by the Contractor for convenience. The Owner shall give
written notice of such termination to the Contractor specifying when
termination becomes effective. The Contractor shall incur no further
obligations in connection with the work and the Contractor shall stop work
when such termination becomes effective. The Contractor shall also
terminate outstanding orders and subcontracts. The Contractor shall settle
40016
i. the liabilities and claims arising out of the termination of subcontracts and
orders. The Owner may direct the Contractor to assign the Contractor's
right, Title and interest under termination orders or subcontracts to the
r Owner or its designee. The Contractor shall transfer title and deliver to the
Owner such completed or partially completed work and materials, equipment,
parts, fixtures, information and Contract rights as the Contractor has. When
terminated for convenience, the Contractor shall be compensated as follows:
(a) The Contractor shall submit a termination claim to the Owner and the
Engineer specifying the amounts due because of the termination for
convenience together with costs, pricing or other data required by the
Owner or the Engineer. If the Contractor fails to file a termination
claim within one (1) year from the effective date of termination, the
Owner shall pay the Contractor, an amount derived in accordance
with Subparagraph (3) below;
(b) The Owner and the Contractor may agree to the compensation, if any,
due to the Contractor hereunder;
(c) Absent agreement to the amount due to the Contractor, the Owner
shall pay the Contractor the following amounts;
(1) Contract prices for labor, materials, equipment and other
services accepted under this Contract;
(2) Reasonable costs incurred in preparing to perform and in
performing the terminated portion of the work, and in
terminating the Contractor's performance, plus a fair and
reasonable allowance for direct job site overhead and profit
thereon (such profit shall not include anticipated profit or
consequential damages); provided however, that if it appears
that the Contractor would have not profited or would have
sustained a loss if the entire Contract would have been
completed, no profit shall be allowed or included and the
amount of compensation shall be reduced to reflect the
anticipated rate of loss, if any;
(3) Reasonable costs of settling and paying claims arising out of
the termination of subcontractors or orders pursuant to this
section. These costs shall not include amounts paid in
accordance with other provisions hereof.
The total sum to be paid the Contractor under this Section shall not exceed
the total Contract Price, as properly adjusted, reduced by the amount of
payments otherwise made, and shall in no event include duplication of
40017
4
r. payment.
6.4.2 TERMINATION FOR CAUSE
If the Contractor does not perform the work, or any part thereof, in a timely
manner, supply adequate labor, supervisory personnel or proper equipment
or materials, or if it fails to timely discharge its obligations for labor,
equipment and materials, or proceeds to disobey applicable law, or otherwise
commits a violation of a material provision of this Contract, then the Owner,
in addition to any other rights it may have against the Contractor or others,
may terminate the performance of the Contractor and assume possession of
the Project site and of all materials and equipment at the site and may
complete the work. In such case, the Contractor shall not be paid further
until the work is complete. After final completion has been achieved, if any
portion of the Contract Price, as if may be modified hereunder, remains after
the cost to the Owner of completing the work, including all costs and
expenses of every nature incurred, has been deducted by the Owner, such
remainder shall belong to the Contractor. Otherwise, the Contractor shall
pay and make whole the Owner for such cost. This obligation for payment
shall survive the termination of the Contract. In the event the employment of
the Contractor is terminated by the Owner for cause pursuant to this
Subparagraph and it is subsequently determined by a Court of competent
jurisdiction that such termination was without cause, such termination shall
thereupon be deemed a Termination for Convenience under Section 6.4.1
and the provisions of Section 6.4.1 shall apply.
6.5 CEASE AND DESIST ORDER
In the event the Contractor fails or refuses to perform the work as required herein,
the Owner may instruct the Contractor to cease and desist from performing further
work in whole or in part. Upon receipt of such instruction, the Contractor shall
immediately cease and desist as instructed by the Owner and shall not proceed
further until the cause for the Owner's Instructions has been corrected, no longer
exists, or the Owner instructs that the work may resume. In the event the Owner
issues such instructions to cease and desist, and in the further event that the
Contractor fails and refuses within seven (7) days of receipt of same to provide
adequate assurance to the Owner that the cause of such instructions will be
eliminated or corrected, then the Owner shall have the right, but not the obligation,
to carry out the work with its own forces, or with the forces of another contractor,
and the Contractor shall be fully responsible and liable for the costs of performing
such work by the Owner. The rights set forth herein are in addition to, and without
prejudice to, any other rights or remedies the Owner may have against the
Contractor.
6.6 SUSPENSION OF WORK
e
R
40018
e
The Engineer may order the Contractor in of the woiting to suspend, delay, or interrupt
rk for atreasonable period of time as he, in
performance of all or any part
his 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.
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.
6.7 TERMINATION BY THE CONTRACTOR
If the Owner repeatedly fails to perform its material obligations to the Contractor for
a period of thirty (30) days after receiving written notice from the Contractor of its
intent to terminate hereunder, the contractor may terminate performance under this
Contract by written notice to the Owner and the Engineer. In such event, the
Contractor shall be entitled to recover from the Owner as though the Owner had
terminated the Contractor's performance under this Contract for convenience
pursuant to Subparagraph 6.4.1 hereunder.
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
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.
If the Contractor does not promptly correct rejected work including the work of other
40019
it
contractors destroyed or damaged by removal, replacement, or correction, the
Owner may (1) correct such work and charge the cost thereof to the Contractor; or
} (2) terminate the Contract in accordance with the section on termination in the
i>r General Conditions.
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.
A
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.
7.3 PROGRESS REPORTS
The Contractor shall keep the Engineer informed of the progress of his work and
particularly when he 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
At the Owner's request, the Engineer may determine at anytime before acceptance
of the entire work to examine work already completed by removing, uncovering or
testing the same. The Contractor shall, on request, promptly furnish all 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 defray all the expenses of such 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, he shall, in addition, grant the Contractor a suitable
extension of time. If the Contractor covers his work prior to allowing inspections and
tests by the Engineer, the Contractor shall promptly uncover and make ready all
40020
i such areas for inspections and tests, and the Contractor shall be liable for and
charged with any and all additional associated costs.
No previous inspection or certificates of payment or final payment shall relieve the
Contractor from the obligation to perform the work in accordance with the Contract
Documents. In the event that the Contractor has in any way failed to comply with
the Contract Documents, the final payment shall not act to relieve the Contractor of
his responsibility to comply with the Contract Documents.
ARTICLE 8: PAYMENTS
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, and less liquidated
changes and any other charge backs permitted in this contract.
8.2 PROGRESS PAYMENTS
(a) Within ten (10) calendar days of the effective date hereof, the Contractor
shall prepare and present to the Owner and the Engineer the Contractor's
Schedule of Values apportioning the Contract Price among the different
elements of the Projects for purposes of periodic and final payment. The
Contractor's Schedule of Values shall be presented in whatever format, with
such detail, and backed up with whatever supporting information the
Engineer or the Owner request. The Contractor shall not imbalance its
Schedule of Values nor artificially inflate any element thereof. The violation
of this provision by the Contractor shall constitute a material breach of this
Contract. The Contractor's Schedule of Values will be utilized for the
Contractor's Payment Requests but shall only be so utilized after it has been
acknowledged in writing by the Engineer and the Owner;
(b) The Owner shall pay the Contract Price to the Contractor in accordance with
the procedures set forth in this Paragraph. On or before the first business
day of each month after commencement of performance, but no more
frequently than once monthly, the Contractor may submit a Payment
Request for the period ending the last day of the previous month. Said
Payment Request shall be in such format and include whatever supporting
information as may be required by the Engineer, the Owner, or both.
Therein, the Contractor may request payment of ninety-five percent (95%) of
40021
A
iw
(c) When payment is received from the Owner, the Contractor shall within fifteen
40022
that part of the Contract Price allocable to Contract requirements properly
provided, labor, materials and equipment properly incorporated in the
necessary for the Project and properly
Project, and materials or equipment
stored at the Project site, (or elsewhere if offsite storage is approved in
writing by the Owner) less the total amount of previous payments received
from the Owner. Any payment on account of stored materials or equipment
will be subject to the Contractor providing written proof that the Owner has
title to such materials or equipment and that they are fully insured against
loss or damage. Each such Payment Request shall be signed by the
constitute the Contractor's representation that the
Contractor and shall
quantity of work has reached the level for which payment is requested, that
the Contractor has used previously paid funds to pay subcontractors,
and equipment supplies, that the work has been
laborers, and material
properly installed or performed in strict compliance with this Contract and
General Municipal Law, and that the Contractor knows of no reason why
payment should not be made as requested. Thereafter, the Engineer shall
review the Payment Request and may also review the work at the Project
site or elsewhere to determine whether the quantity and quality of the work is
w
as represented in the Payment Request and is as required by this Contract.
The Engineer shall approve in writing the amount, which, in the opinion of the
Engineer, is properly owing to the Contractor. The Owner shall make
to the Contractor within thirty (30) days, excluding legal holidays, of
payment
receipt of the requisition unless such requisition is not approvable in
the Contract. The amount to each such
accordance with the terms of
payment shall be the amount approved for payment by the Engineer less
such amounts, if any, otherwise owing by the Contractor to the Owner or
which the Owner shall have the right to withhold as authorized by this
Contract. The Engineer's approval of the Contractor's Payment Requests
shall not preclude the Owner from the exercise of any of its rights as set forth
in Subparagraph (c) herein below. The submission by the Contractor of a
Payment Request also constitutes an affirmative representation and warranty
that all work for which the Owner has previously paid is free and clear of any
lien, claim, or other encumbrance of any person whatsoever. As a condition
precedent to payment, the Contractor shall, if required by the Owner, also
furnish to the Owner properly executed waivers of lien, in a form acceptable
it
to the Owner, from all subcontractors, materialmen, suppliers or others
having lien rights, wherein said subcontractors, materialmen, suppliers or
others having lien rights, shall acknowledge receipt of all sums due pursuant
+w.
to all prior Payment Requests and waive and relinquish any liens, lien rights
or other claims relating to the Project site. Furthermore, the Contractor
warrants and represents that, upon payment of the Payment Request
included in such payment shall be vested in the
submitted, title to all work
Owner;
A
iw
(c) When payment is received from the Owner, the Contractor shall within fifteen
40022
(15) days pay all subcontractors, materialmen, laborers, and suppliers the
amounts they are due for the work covered by such payment pursuant to the
applicable provisions of General Municipal Law Section 106-b. However,
nothing herein shall create any obligation on the part of the public Owner to
pay or to see to the payment of any monies to any subcontractor or
materialmen from any contractor, nor shall anything provided herein serve to
create any relationship in contract or otherwise, implied or expressed,
between the subcontractor or materialmen and the public owner.
(d) Neither payment to the Contractor, utilization of the Project for any purpose
by the Owner, nor any other act or omission by the Owner shall be
interpreted or construed as an acceptance of any work of the Contractor not
strictly in compliance with this Contract.
(e) The Owner shall have the right to refuse to make payment and, if necessary,
may demand the return of a portion or all of the amount previously paid to
the Contractor due to:
(1) The quality of a portion, or all, of the Contractor's work not being in
accordance with the requirements of this Contract;
(2) The quantity of the Contractor's work not being as represented in the
Contractor's Payment Request, or otherwise;
(3) The Contractor's rate of progress being such that, in the Owner's
opinion, substantial or final completion, or both, may be inexcusably
delayed;
(4) The Contractor's failure to use Contract funds, previously paid the
Contractor by the Owner, to pay Contractor's Project -related
obligations including, but not limited to, subcontractors, laborers and
material and equipment suppliers;
(5) Claims made, or likely to be made against the Owner or its property;
(6) Loss caused by the Contractor;
(7) The Contractor's failure or refusal to perform any of its obligation to
the Owner.
In the event that the Owner makes written demand upon the Contractor for amount
previously paid by the Owner as contemplated in this Subparagraph, the Contractor
shall promptly comply with such demand;
(f) Payments shall be made pursuant to the provisions of General Municipal
' Law Section 106-b, including interest payments as required by that section.
40023
e
e
R
8.3 SUBSTANTIAL COMPLETION
(a) When Substantial Completion has been achieved, the Contractor shall notify
the Owner and the Engineer in writing and shall furnish to the Engineer a
listing of those matters yet to be finished. The Engineer will thereupon
conduct an inspection to confirm that the work is in fact substantially
complete. Upon its confirmation that the Contractor's work is substantially
complete, the Engineer will so notify the Owner and Contractor in writing and
will therein set forth the date of Substantial Completion. If the Engineer,
through its inspection, fails {o re repeatall, or any portion,00f its Substantial
rk is substantially
complete, and is required p
Completion inspection, the Contractor shall bear the cost of such repeat
inspection(s) which cost math e deducted Contractorby the
Guoanteesfrom
andany
equipment
then or thereafter due o
warranties required by this Contract shall commence on the date of
Substantial Completion. Upon Substantial Completion, the Owner shall pay
the Contractor an amount sufficient
rc cn{ nlss any
s to the
Contractor to one hundred p (100%) of the Contract Price together with two hundred
amounts attributable to liquidated damages, og
percent (200%) of the reasonable costs as determined by the Owner for
completing all incomplete work, correcting and bringing into conformance all
defective and nonconforming work and any amounts necessary to satisfy any
claims, liens, or judgments pertaining to the project 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, 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.
(b) As the remaining items work (as identified in the Engineer's Certificate of
Substantial Completion) are satisfactorily completed or corrected, the
Contractor may prepare are uest for pyment, but The Owner shall pay as in more paragraphnst�aa
monthly, for any such work.
above.
8.4 FINAL PAYMENT
(a) When the Project is finally complete and the Contractor is ready for a final
inspection, it shall notify the Owner and the Engineer thereof in writing.
Thereupon, the Engineer will perform a final inspection of the Project. If the
Engineer confirms that the Project is complete in full accordance with this
Contract and that the Contractor has performed all of its Approval obligations to the
to
Owner hereunder, the Engineer will furnish a final AppPayment
40024
the Owner certifying to the Owner that the Project is complete and the
Contractor is entitled to the remainder of the unpaid Contract Price, less any
amount withheld pursuant to this Contract. If the Engineer is unable to issue
its final Approval for Payment and is required to repeat its final inspection of
the Project, the Contractor shall bear the cost of such repeat inspection(s),
which costs may be deducted by the Owner from the Contractor's final
payment;
(b) Prior to being entitled to receive final payment, and as a condition precedent
thereto, the Contractor shall furnish the Owner, in the form and manner
required by Owner, if any, with a copy to the Engineer:
(1) An affidavit that all of the Contractor's obligations to subcontractor,
laborers, equipment or material suppliers, or other third parties in
connections with the Project, have been paid or otherwise satisfied;
(2) If required by the Owner, separate releases of lien of lien waivers
from each subcontractor, lower tier subcontractor, laborer, supplier or
other person or entity who has, or might have a claim against the
Owner or the Owner's property;
(3) If applicable, consent(s) of surety to final payment;
(4) All product warranties, operating manuals, instruction manuals and
other record documents, drawings and things customarily required of
the Contractor, or expressly required herein, as a part of or prior to
Project closeout;
(5) No final payment shall be made until the contractor files every verified
statement required to be obtained by the Contractor from its
subcontractors pursuant to Labor Law 220-a (1), attesting that
subcontractors have received and reviewed the schedule of wages
and supplements, which statement shall also contain information on
the amounts due and owing for wages and supplements from the
Contractor, and also from subcontractors, all in accordance with the
provisions of Labor Law section 220-a (2).
(6) The as -built drawings referred to in Article 2.1(D).
(c) The Owner shall, subject to its rights set forth in Subparagraph 8.3 above,
make final payment of all sums due the Contractor within ten (10) days of the
Engineer's execution of a final Approval for Payment. However, no final
payment will be subject to such corrections as may be found necessary to
bring the total payments into agreement with the contract price.
40025
i
e
w
ift
Additionally, if the Contractor fails to achieve final completion within 30 days
of the date of Substantial Completion, the Contractor shall pay the Owner the
sum of Fifty Dollars ($50) per day for each and every calendar day of
unexcused delay in achieving final completion beyond the date set forth
herein for final completion of the work. Any sums due and payable
hereunder by the Contractor shall be payable, not as a penalty, but as
liquidated damages representing an estimate of delay damages likely to be
sustained by the Owner, estimated at or before the time of executing this
Contract. When the Owner reasonably believes that final completion will be
inexcusably delayed, the Owner shall be entitled, but not required, to
withhold from any.amounts otherwise due the Contractor an amount then
believed by the Owner to be adequate to recover liquidated damages
applicable to such delays. If and when the Contractor overcomes the delay
in achieving final completion, or any part thereof, for which the Owner has
withheld payment, the Owner shall promptly release to the Contractor those
funds withheld, but no longer applicable, as liquidated damages.
8.5 ACCEPTANCE OF FINAL PAYMENT
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 his sureties
from any obligations under this contract or the performance bond.
8.6 CONTRACT QUANTITIES
The 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.
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 Owner's Certificate of Completion. The
Contractor shall, for this period, indemnify 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 his 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
40026
19
is
had been brought directly against the Contractor.
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 "Notice of Completion".
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,
either before or after final completion and acceptance of the work and payment
therefor:
(a) 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
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
(b) from demanding and recovering from the Contractor any overpayments
made to him or such damages as it may sustain by reason of his failure to
comply with the requirements of the contract documents, or
(c) both a and b above.
ARTICLE 9: BONDS AND INSURANCE
9.1 CONTRACT SECURITY
If at any time the Owner shall have become dissatisfied with any surety or sureties
then upon the performance bond or if 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
1 60 further payments shall be deemed due nor shall be made until the new surety shall
have been qualified.
9.2 INSURANCE
Simultaneously with the execution of the contract, the Contractor shall provide at
his own cost and expense, proof of the following insurance to the Town, in the form
40027
IN.
of a Certificate of Insurance:
(a) Statutory Workers' Compensation coverage, in compliance with the
Compensation Law of the State of New York.
(b) General Liability Insurance coverage in the comprehensive general liability
form including blanket contractual coverage for the operation of the program
under the Agreement in the amount of $2,000,000 combined single limit for
bodily injury and property damage, including XCU coverage. The Town
must be listed as additional insured.
(c) Automobile liability insurance coverage for all owned, leased, or non -owned
vehicles in the amount of $2,000,000 per occurrence. This insurance shall
include coverage for bodily injury and property damage. The Town must be
listed as additional insured.
(d) Excess liability coverage in the amount of $2,000,000.00.
(e) The Town reserves the right to require special form builder's risk insurance
coverage for the completed value of all construction and structures placed or
constructed under this Contract, at an additional cost to Owner. The Town
must be listed as an additional insured.
(f) Liability insurance for blasting commensurate with the nature and scope of
the blasting, which will be conducted on the project. The Town must be
listed as additional insured.
(g) Owner's and Contractor's protective liability in favor of the Town in the
amount of $2,000,000.
Prior to cancellation or material change in any policy, a thirty (30) day notice shall
k be given to the Town Clerk by registered mail, return receipt requested, at the
address listed below:
Town Clerk
Town of Wappinger
Town Hall
20 Middlebush Road
Wappingers, NY 12590
Upon receipt of such notice the Town shall have the option to cancel the Agreement
without further expense or liability to the Town, or to require the Contractor to
replace the cancelled insurance policy, or rectify any material change in the policy,
or to purchase insurance coverage itself and charge -back the Contractor, so that
the insurance coverage required is maintained continuously throughout the term of
40028
M
the Agreement in form and substance acceptable to the Town. 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 insurance requirements be construed to conflict with the
obligations of the Contractor concerning indemnification.
All property losses shall be made payable to and adjusted with the Town.
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 Town.
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 Town.
ARTICLE 10: MISCELLANEOUS PROVISIONS
10.1 COMPLIANCE WITH CODES AND LAWS
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 and statutes as may be in
effect at the time of bid opening.
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 excess of the
requirements mentioned herein.
The organization or arrangement of the plans and specifications shall not operate to
define or establish the work to be performed by any trade or subcontractor.
10.2 SERVICE OF NOTICES
The Contractor hereby designated the business address specified in his 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 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 of the date of such delivery or deposit.
40029
Vim
i, Such address may be changed at any time by an instrument in writing executed and
acknowledged by the Contractor and delivered to and receipted for in writing by the
Engineer.
e
P
Nothing herein contained shall, however, be deemed to preclude or render
inoperative the service of any notice, direction or other communication upon the
Contractor personally, or, if the Contractor be a corporation, upon any officer or
director thereof.
10.3 LABOR STANDARDS
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 including, but not limited to, the provisions regarding hours of work, posting of
notices, deductions in wages, apprenticeship training programs, and maintenance of
original payrolls.
10.4 RECORD-KEEPING REQUIREMENT
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 conduct an examination,
as well as the agency or agencies involved in this contract, shall have access to
such books, records, documents, accounts and other evidential material during the
contract term, extensions thereof and said six (6) year period thereafter for the
purposes of inspection, auditing and copying. "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
therein assigned, transferred, conveyed, subcontracted or otherwise disposed of
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 Owner's prior written consent.
10.6 NON -COLLUSIVE BIDDING REQUIREMENTS
40030
e
Contractor warrants, under penalty of perjury, that its bid was arrived at
independently and without collusion aimed at restricting competition. Contractor
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.
10.7 WAGE AND HOURS PROVISIONS
Neither Contractor's 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.
10.8 WORKERS' COMPENSATION BENEFITS.
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' Compensation Law.
10.9 NONDISCRIMINATION REQUIREMENTS
The 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
employees are treated equally during employment, without regard to their race,
creed, color, sex, or national origin.
10.10 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
immediately. The Engineer will then contact Archaeological/Cultural Resource,
Technical Services, New York State Department of Environmental Conservation at
518-457-3811, who will issue instructional procedures, which will govern
continuation of work in the affected area.
10.11 PLANS AND SPECIFICATIONS
R
M
40031
A
The plans and specifications are intended to complement each other and any detail
or item shown on one, but not the other, shall be assumed to be shown on both and
shall be binding as if called for by all. While the plans and specifications are
assumed to be complete in all major items and details, it is also assumed that the
Contractor is competent and expert in his field; therefore, no effort has been made
to show or to specify each and every detail or item required for a complete
installation.
40032
R
PROPOSALFOR
TOWN OF WAPPINGER
UNITED WAPPINGER WATER DISTRICT
WATER MAIN EXTENSION TO NYCDEP
CONTRACT NO. 12-007
DIVISION 500
SPECIAL CONDITIONS
PREPARED BY:
MORRIS ASSOCIATES
ENGINEERING CONSULTANTS, PLLC
9 ELKS LANE
POUGHKEEPSIE, NEW YORK 12601
AUGUST 2012
REVISED DECEMBER 2012
MA#: W21215.01
lm
e
SECTION 00800 - SPECIAL CONDITIONS
ITEM 1.0 WATER TRANSMISSION AND DISTRIBUTION FACILITIES
PART ONE — GENERAL
1.1 GENERAL
It shall be the responsibility of the Contractor to furnish and install all work described
herein and in accordance with all provisions of Contract 12-007, plans, drawings,
No and specifications.
The plans and specifications are intended to complement each other and any detail
l• or item shown on one, but not the other, shall be assumed to be shown on both and
shall be binding as if called for by all.
When a conflict appears between the two, it shall be assumed that the higher
quality item or method will take precedent. While the plans and specifications are
assumed to be complete in all major items and details, it is assumed that the
Contractor is competent and expert in their field; therefore no effort has been made
to show each and every detail or item required for a complete installation.
1.11 State Wage Rate Determination
A. The New York State Wage Rate determination for this project is in the
construction bid documents. State wage rates re -determined in
accordance with the law will be re -transmitted to the Contractor
following receipt by the Owner, and will become a part of this Contract
at no cost to the Owner.
1.12 Safety and Health Regulations
A. The Contractor shall comply with the Department of Labor Safety and
Health Regulations for construction promulgated under the
Occupational Safety and Health Act of 1970 (PL 91-596) and under
Section 107 of the Contract Work Hours and Safety Standards Act
(PL 91-54).
B. The attention of the contractor is directed to the provisions of Section
„ 4(B)(4) of the Occupational Safety and Health Act of 1970.
R
1.2 SITE INSPECTION
Contractors shall inspect the project sites prior to submitting a bid proposal.
TIT-*
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\00800.SPC.doc
am
e
1.3 INSTALLATION
All distribution main and related appurtenances shall be installed by mechanics that
are skilled in this line of work and strict adherence to "state of the art" practices in
this field of endeavor must be followed.
A. The Contractor shall furnish all manpower, materials, tools and equipment
necessary to provide a complete installation. The installation shall be made
in strict accordance with any manufacturer's recommendation. This will
include, but not be limited to the following:
System layout including horizontal and vertical alignment as shown on
the Contract Plans. Horizontal and vertical bends shall not exceed 45
degrees, unless otherwise approved by the Engineer. Some bends
have been labeled on the Contract Plans for informational purposes;
however no effort has been made to label each and every bend.
2. Sitework including clearing and grubbing, stripping and stockpiling of
topsoil, bulk fill, stockpiling and protection of construction materials
and supplies, disposal of excess spoil material and soil erosion and
sedimentation control.
3. Construction of the water mains and fittings, including excavation and
backfill as shown on the plans and specifications.
4. Construction of all required water system appurtenances including
valves, hydrants, vaults, end caps and all necessary appurtenant
items.
5. Construction of individual service connections of the size, type and in
the general location as shown in the contract plans. The service
connection size shall be 3/", unless otherwise shown on the Contract
plans. The general locations of the service connections are shown in
the Contract plans, which are subject to field revisions. The
Contractor shall review and confirm the location of each service
connection with the property owner prior to installation.
6. Traffic maintenance and protection (vehicular and pedestrian)
including barricades, detours and flag persons.
7. Furnishing all spare parts, equipment and materials as identified in
the contract documents.
8. Restoration of all surfaces, including grass, sod, driving surfaces,
sidewalks, curbs, gutters, pavement markings, embankments and
other existing surfaces as required by the contract or equivalent to the
original condition as nearly as possible.
00800-2
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\00800.SPC.doc
60
e
9. Testing of all construction in accordance with these specifications.
10. Record drawings indicating the finished locations of the improvements
with elevations and measured distances to evident physical features
shown on the plans.
11. Identification and protection of all existing utilities, underground or
overhead which may be affected by the work.
12. Identification of any easements and restrictions within such
easements, if any.
B. While performing work in hazardous areas, the Contractor shall exercise
every precaution by using spark -proof tools, explosion -proof temporary
lighting equipment, and other explosion -proof equipment. Smoking, welding,
the use of open flames, or any other potentially hazardous act or operation is
expressly forbidden, and the Contractor shall so inform his employees,
agents and other personnel, both in writing and orally, and shall post
prominent signs to that effect in the area. There shall be installed,
maintained, and periodically inspected sufficient fire -fighting equipment of
suitable types to provide ample fire -fighting protection in the hazardous
locations for any type of fire which might occur therein. The equipment shall
always be filled, in good condition, and in readily accessible locations.
Carbon tetrachloride, methyl bromide and other toxic chemical extinguishers
shall not be used. The use of gasoline, butane, or propane -powered
equipment in hazardous locations is prohibited.
1.4 EXPERIENCE
The Contractor shall have a minimum of five (5) years of documented experience in
the installation of the water distribution mains and shall have worked on a minimum
of five (5) separate water distribution main projects. The documented experience
shall include work on water distribution main projects involving the use of 12" or
greater ductile iron water main piping.
1.5 SITE FACILITIES
as The Contractor shall be responsible for providing sanitary facilities and drinking
water for his staff and crew. The Owner will provide at no cost to the Contractor
supply water for flushing purposes for the initial disinfection testing only; any
required retesting supply water shall be the responsibility of the Contractor. The
Contractor shall be responsible for providing all other water required in the
performance of the work of this contract and shall be responsible for disposal of all
flushing water.
C0Z01:ii11191
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\00800.SPC.doc
6
4
1.6 PERMITS AND EASEMENTS
Contractor shall be responsible for obtaining and complying with all New York State,
Dutchess County and local highway permits required for the project and satisfying
all conditions of these permits, including New York State Department of
Transportation, Dutchess County Department of Public Works and Town of
Wappinger Highway Permits. The Contractor shall post any bonds and insurance
required for the permits, and shall pay the cost of any required State, County and/or
Town resident supervision fees required by the permits. The Contractor shall obtain
any signs, orders or other documents required to be displayed at the work site in
conformance with the permits. In order to complete the project within the specified
time periods, the Contractor shall submit a permit application within 20 days of the
notice to proceed.
Due to environmental issues with nearby threatened or endangered species,
blasting will not be permitted along or adjacent to Wheeler Hill Road or River
Road. Blasting will also not be permitted in the vicinity of the gas line crossing
on the Central Hudson Gas and Electric (CHG&E) parcel and any proposed
blasting within the CHG&E parcels or R.O.W. areas shall be subject to review
and approval by CHG&E. Blasting within the County or State R.O.W. areas will
also be restricted and will be subject to review and approval of the Dutchess
County Department of Public Works and/or New York State Department of
Transportation as part of their Highway Permit Requirements.
Contractor shall be responsible for complying with all easement conditions. The
easement areas are along private property and shall not be accessed by the
Contractor without first obtaining permission and scheduling a field visit with the
Engineer. Any Contractors found to be accessing the private properties without
first obtaining permission may be subject to disqualification from bidding on this
project.
A portion of the work will be constructed within the Central Hudson Gas and
Electric (CHG&E) R.O.W. or parcels owned by CHG&E. The contractor shall be
responsible for complying with all CHG&E requirements within the CHG&E
parcel or R.O.W. areas. HDPE piping is proposed within this area.
Contractor shall use utmost care in protecting all existing trees and shrubs
including areas of easements on private properties. Contractor shall be
responsible for replacement of any protected tree or shrub damaged to equal or
better than existing conditions. The contractor shall repave any drive areas
affected by construction activities to equal or better than existing conditions.
Whenever during the course of construction, historical objects are encountered,
such objects shall not be moved or destroyed. Work shall be stopped and re -
00800 -4
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\00800.SPC.doc
No
w
scheduled to avoid disturbing such areas and the Engineer shall be notified
immediately. The Engineer will then contact Archaeological/Cultural Resource,
Technical Services, New York State Department of Environmental Conservation
at 518-457-3811, who will issue instructional procedures, which will govern
continuation of work in the affected area.
The Contractor shall be required to comply with all NYSDEC SPDES General
Permit requirements for Stormwater Discharges from Construction Activity (GP -
0 -10-001). The Owner and/or Engineer shall file a completed Notice of Intent
(NOI) with the DEC as required, utilizing the Contract Documents developed for
this project.
1.7 WORKING HOURS
A significant portion of the water main extension is proposed to be completed in
predominately residential areas. The acceptable working hours for this project shall
be from 8:00 AM to 5:00 PM along Town roads Monday through Friday, unless
otherwise authorized by the Engineer. Work hours along County and/or NYS Roads
+�. shall be set by permit or other written manner issued by the County and New York
State respectively; or as directed by the Engineer.
60
1.8 TRAFFIC AND SITE MAINTENANCE
During the period of construction and until construction is completed, to the
satisfaction of the Engineer, the Contractor shall maintain traffic, provide
flagpersons, place adequate signs, barricades and lights, all in accordance with the
standards of New York State Traffic Commission Manual of Uniform Traffic Control
Devices, Subchapter G. Utmost care must be taken to keep vehicular traffic moving
with as little disruption as possible. If, at any time, there is a disagreement as to
adequacy of safety precautions exercised by the Contractor, the Engineer's decision
shall be final.
The Contractor, at all times, shall maintain streets and thoroughfares in such
condition as to provide ready access to business establishments and residences.
When necessary, suitable bridges shall be constructed over trenches for
pedestrians and vehicular traffic. All such temporary structures shall be safe in all
respects, and the Contractor shall be liable for any damages or injuries resulting
from this work. The contractor shall ascertain the evenings on which the business
establishments are open in the section where work under this Contract is being
performed, and shall clean up and prepare the business section for the usual
activities on those evenings.
The Contractor, at all times, shall maintain access for emergency vehicles at all
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\00800.SPC.doc
e
crossings. If the Contractor constructs a detour, he/she must first obtain the
approval of the Owner with respect to the timing, routing and delineation of the
detour. Flagpersons, adequate signs, lights, etc., shall be provided and maintained
at such detour at no cost to the Owner. -
1.9 MINIMIZING DISTURBANCE TO ADJACENT LANDOWNERS
A. Contractor shall promptly complete work in each section of the properties
being worked on. Contractor shall not leave equipment in the parking areas
of businesses. Contractor shall not block access of customers to commercial
sites and parking areas. Contractor shall stay within the existing State,
County and Town Right of Ways to allow access to the work area and
completion of work.
B. Where work will take place within easements on private property, the
Contractor must take the utmost care to stay within the easement area,
coordinate with the property owner as needed, maintain a neat and orderly
work site, and ensure that the property is restored to its original condition to
the maximum extent possible.
1.10 TIME FOR PERFORMANCE AND ORDER OF WORK
The time for completion of the project shall be as indicated in the Division 300
Contract Agreement Section. The order of work should be completed to minimize
this time required for completing the overall project.
1.11 ELIMINATION OF WORK
Owner reserves the right to modify or eliminate any section of the work. If
Contractor is notified that certain work under the contract has been eliminated,
substantial completion shall be determined based upon the work that remains under
the contract.
1.12 SHOP DRAWINGS
Where the nature of the work of the Contract makes it necessary, or as required by
the Engineer, the Contractor shall submit scale and full size 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 for any special purposes.
The Contractor shall thoroughly check 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. Drawings found to be inaccurate or otherwise in error shall
be made correct. Shop drawings prepared by or under the direction of the
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\00800.SPC.doc
it
Contractor shall be checked for accuracy and contract requirements by the
Contractor before being forwarded to the Engineer. Shop drawings not so checked
and noted will be returned to the Contractor without being examined by the
Engineer. All measurements shall be verified at the building and/or structures.
Shop drawings shall be either catalog cuts or drawings showing construction details.
The details required will vary but should include dimensions, sizes, type of material,
finish, fabrication notes, special care or handling requirements, supplier or vendor
name, contract, item number, name of company supplying drawing, date, revision
and other information to identify and evaluate the item described. All shop drawings
to be submitted shall be identified by a numbering system consisting of the Contract
Number—Date-Specification Number — Submittal Number (Example: 01-01-
09/01/01-02110-1). In addition, a signed statement indicating that each shop
drawing has been reviewed and is in conformance to the Contract plans shall be
supplied by the Contractor.
The Engineer shall promptly review submitted shop drawings, as an aid to the
Contractor but review of drawings by the Engineer shall not relieve the Contractor
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 will be reviewed for design and general arrangement
only.
Within seven (7) days of the Notice to Proceed, the Contractor shall submit a list of
the proposed items to be used in this project, including the name of the
manufacturer or trade name, make and model number and relevant product data.
After review and comment by the Engineer, six (6) sets of shop drawings and one
(1) electronic copy shall be submitted. Four (4) sets and one (1) electronic copy will
be returned to the Contractor.
Drawings will be reviewed and stamped by the Engineer as follows.-
A.
ollows:
A. "No Exception Taken", If no change or rejection is made.
B. "Make Corrections Noted", If minor changes or additions are made but
resubmittal is not necessary.
C. "Revise and Resubmit", If changes requested are substantial or if
retransmittal is considered necessary. The Contractor shall resubmit six (6)
sets and one (1) electronic copy of revised shop drawings for review.
D. "Rejected", If the submittal cannot meet approval with reasonable revisions
or is not in compliance.
One (1) complete set of shop drawings stamped either as "No Exception Taken" or
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\00800.SPC.doc
A
as "Make Corrections Noted" shall be submitted with the final record drawings. A
set of shop drawings stamped either as No Exception Taken" or as "Make
Corrections Noted" shall be maintained at the construction site at all times.
1.13 STAGING AREA
Portions of a parcel owned by the Town of Wappinger may be available for use as a
staging area as indicated in the contract documents. Further information will be
provided at the pre-bid meeting.
1.14 EXISTING UTILITIES
There are a number of existing overhead and underground utilities present
throughout the project site, including existing water, sewer and gas lines, along with
water, sewer and gas services. The Contract Plans indicate the approximate
location of existing known underground facilities; however, no warranty is made or
implied regarding the exact location of such facilities.
The Contractor shall verify the location of all utilities, protect these utilities during the
construction of the water distribution system and insure that adequate separation
distances are provided. The Contractor shall contact the Underground Facilities
Protective Organization (UFPO) at 1-800-962-7962 before commencing any
construction activities.
1.15 MEASUREMENT AND PAYMENT
A. General
The quantity to be paid under this item will be for completing the water
transmission and distribution facilities and related appurtenances as set forth
in the plans, drawings, and specifications relating to this contract.
Payments to the Contractor shall be made on the basis of the Bid Form as
full and complete payment for furnishing all materials, labor, tools and
equipment, and for performing all operations necessary to complete the work
included in the Contract Documents. Such compensation shall also include
payments for any loss or damages arising directly or indirectly from the work,
or from any discrepancies between the actual quantities of work and those
shown in the Contract Documents, or from any unforeseen difficulties, which
may be encountered during the prosecution of the work until the final
acceptance by the Owner.
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\00800.SPC.doc
e
The prices stated in the Bid Form include all costs and expenses for taxes,
labor, equipment, materials, commissions, transportation charges and
expenses, patent fees and royalties, labor for handling materials during
inspection, together with any and all other costs and expenses for performing
and completing the work as shown on the details specified herein. The
"Basis of Payment" for an item at the price shown in the Bid Form shall be in
accordance with its description of the item in this Section and as related to
the work specified. Unit prices will be applied to the actual quantities
furnished in conformance with the Contract Documents.
Payments for all work completed under this contract will be made in
accordance with the provisions of the Information to Bidders on the basis of
the specific provisions of this Section of the Specifications The quantities
stated in the Bid Form are approximate only and are intended to serve as the
basis for the comparison of bids.
The Contractor's attention is called to the fact that the quotations for the
various items of work are intended to establish a total price for completing
the work in its entirety. Should the Contractor feel that the cost for any item
of work has not been established in the Bid Form or this Section, the cost for
that Work shall be included in some other applicable Bid Item, so that the Bid
Form for the project reflects the total price for completing the work in its
entirety.
The quantities for payment under this Contract shall be full compensation
determined by actual measurement of the completed items, in place, ready
for service and accepted by the Owner unless otherwise specified. The
Engineer will witness all field measurements.
The Owner does not expressly or impliedly agree that the actual amount of
the work to be done on the final contract amount in the performance of the
contract will correspond with the quantities in the Bid Form, the amount of
work to be done may be more or less than the said quantities and may be
increased or decreased by the Owner as circumstances may require. The
increase or decrease of any quantity shall not be regarded as grounds for an
increase in the unit price or in the time allowed for the completion of the
work, except as provided in the Contract Documents.
The Owner will not provide any payment for stored materials. It is intended
that all work required to complete this Contract will be included in the various
bid items as described in the following paragraphs.
B. Item No. 1 — Mobilization/Demobilization
1A — Mobilization
�r
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\00800.SPC.doc
1. Scope of Work
The Contractor shall set up the necessary storage areas, office and
such sanitary and other facilities as required by local or state law or
regulation. The cost of fulfilling the requirements, including required
material or equipment submittals, shop drawings, construction
photographs, survey and construction layout, miscellaneous paper
work, insurance and bonds, required permits, temporary facilities and
controls, execution requirements, close out documentation (record
drawings, test reports) and/or any initiation or restoration of the
Contract work.
Work required under this item includes, but is not limited to, the
following specification sections:
• Contract and Bond Requirements as described in Divisions 300
and 400.
• Field Engineering (Section 01050)
Construction Photographs (Section 01380)
Construction Facilities and Temporary Utilities (Section 01500)
• Temporary Controls (Section 01560)
s:
• Contract Closeout (Section 01700).
2. Payment
The Contractor shall submit an itemized schedule breakdown of his
estimated costs of lump sum items, for approval by the Engineer. The
total costs under this item shall not exceed 5% of the total bid price.
Payment to the Contractor shall be made in accordance with the
approved lump sum breakdown.
C. Item No. 2 — Water Main
2A- 12" Main Town Road
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\00800.SPC.doc
1 B — Bonds
1C — Insurance
1 D — Permits
1 E — Photographic Documents
1 F — Submittals
1 G — Temporary Construction Services
1 H — Survey and Construction Layout
11— Close out Documentation
1J — Demobilization
1. Scope of Work
The Contractor shall set up the necessary storage areas, office and
such sanitary and other facilities as required by local or state law or
regulation. The cost of fulfilling the requirements, including required
material or equipment submittals, shop drawings, construction
photographs, survey and construction layout, miscellaneous paper
work, insurance and bonds, required permits, temporary facilities and
controls, execution requirements, close out documentation (record
drawings, test reports) and/or any initiation or restoration of the
Contract work.
Work required under this item includes, but is not limited to, the
following specification sections:
• Contract and Bond Requirements as described in Divisions 300
and 400.
• Field Engineering (Section 01050)
Construction Photographs (Section 01380)
Construction Facilities and Temporary Utilities (Section 01500)
• Temporary Controls (Section 01560)
s:
• Contract Closeout (Section 01700).
2. Payment
The Contractor shall submit an itemized schedule breakdown of his
estimated costs of lump sum items, for approval by the Engineer. The
total costs under this item shall not exceed 5% of the total bid price.
Payment to the Contractor shall be made in accordance with the
approved lump sum breakdown.
C. Item No. 2 — Water Main
2A- 12" Main Town Road
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\00800.SPC.doc
a
i�.
diameter
213-
12" Main Off Road
2C-
12" Main Off Road County R.O.W.
2D-
12" Main K -Crete with Insulation
2E — 8" Main Town Road
Saw Cutting Existing Pavement
2F -
8" Main Off Road
Excavation of Trenches
2G —
14" HDPE Bored Water Main
Temporary Sheeting and Bracing
2H —
14" HDPE Bored Water Main Through Rock
Maintenance and Protection of Utilities
21 —
14" HDPE Water Main CHG&E Areas
1. Scope of Work
The Contractor shall furnish all materials, labor and equipment
required to install pipe complete for service, as called for in contract
documents, including, but not limited to, the following:
• Temporary Truck Access Ways
• Clearing and Grubbing, including removal of trees less than 12" in
The work required under this item shall be in conformance with, but
not limited to, the following specification sections:
• Construction Facilities and Temporary Utilities (Section 01500)
00800-11
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\00800.SPC.doc
110
diameter
•
Stake Out, Survey and Alignment
•
Temporary Erosion Controls
Maintenance and Protection of Traffic
•
Saw Cutting Existing Pavement
•
Excavation of Trenches
•
Temporary Sheeting and Bracing
•
Maintenance and Protection of Utilities
•
Dewatering, as required
•
Furnishing and Installing Pipe, Fittings, Bends, Tees, Reduced
Tees, Reducers, End Caps and Appurtenances
ir.
Boring equipment and material for borings under roads and off
road areas.
•
Connections to Existing Piping, including Wet Taps
•
Backfill and Compaction of Soil and Aggregate Materials
•
Furnishing, Installing and Compaction of Select Fill
•
Slope Protection as required or directed
Thrust Blocks, Pipe Restraints, and Rodding.
Cleaning of Pipe
•
Restoration of Paved and Improved Surfaces, Temporary
Pavement
•
Restoration of Grass Surfaces and plantings
Pressure Testing and Disinfection.
The work required under this item shall be in conformance with, but
not limited to, the following specification sections:
• Construction Facilities and Temporary Utilities (Section 01500)
00800-11
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\00800.SPC.doc
110
0
• Temporary Controls (Section 01560)
• Site Clearing (Section 02110)
• Underground Utility Installations within the State and/or County
Highway Right -of -Way (Section 02150)
• Soil Materials (Section 02205)
• Aggregate Materials (Section 02207)
• Trenching (Section 02225)
• Erosion Control (Section 02270)
• Horizontal Directional Drilling (Section 02446)
• Restoration and Replacement of Paving and Improvements
(Section 02600)
• Project Water Mains (Section 02667)
• Pressure Testing and Disinfection of Water Distribution System
(Section 02675)
• Landscape Grading (Section 02923)
• Seeding (Section 02936)
• Trees, Plants and Ground Cover (Section 02950)
• Cast -In -Place Concrete (Section 03300).
2. Payment
The quantity for payment will be the number of linear feet of Main
measured along the centerline of the pipe incorporated in the
complete work, beginning and ending at connections as shown on the
Contract Drawings, or as required.
D. Item No. 3 — Gate Valves and Assemblies
3A — 12" Valves
3B — 8" Valves
1. Scope of Work
The Contractor shall furnish all materials, labor and equipment
required to install Gate Valves and assemblies with valve boxes to
complete for service, as called for in the Contract Documents,
including, but not limited to, the following:
• Site Clearing, including removal of trees less than 12" in diameter
• Stakeout Surveying and Alignment
• Temporary Erosion Controls
Excavation of Trenches
• Temporary Sheeting and Bracing
• Maintenance and Protection of Utilities
00800-12
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\00800.SPC.doc
kr
• Dewatering, as Required
• Thrust Blocks Restraining Joints and Rodding as Shown,
Specified or Directed by the Engineer
• Furnishing and Installing Gate Valves and Valve Boxes of the
Type and Size Specified
• Backfill and Compaction of Soil and Aggregate Materials
• Furnishing, Installing and Compaction of Select Fill
• Restoring of Grass Surfaces
• Restoring of Paved and Improved Surfaces.
The work required under this item should be in conformance with, but
not limited to, the following specification sections:
• Site Clearing (Section 02110)
• Soil Materials (Section 02205)
• Aggregate Materials (Section 02207)
• Trenching (Section 02225)
• Erosion Control (Section 02270)
• Restoration and Replacement of Paving and Improvements
(Section 02600)
• Project Water Mains (Section 02667)
• Landscape Grading (Section 02923)
• Seeding (Section 02936)
• Trees, Plants and Ground Cover (Section 02950)
• Cast -In -Place Concrete (Section 03300).
2. Payment
The quantity for which payments will be made will be the number of
gate valves and assemblies with valve boxes of each scheduled size,
type and class actually installed and incorporated into the completed
water main.
E. Item No. 4 — Hydrants and Sampling Stations
4A — Hydrants
4B — Sampling Stations
1. Scope of Work
The Contractor shall furnish all materials, labor and equipment
required to install fire hydrants for service, as called for in the Contract
Documents, including, but not limited to, the following:
s' • Site Clearing, including removal of trees less than 12" in diameter
00800-13
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\00800.SPC.doc
1Yr
�r
•
Stakeout Surveying and Alignment
•
Excavation of Trenches
Temporary Sheeting and Bracing
•
Temporary Erosion Controls
•
Maintenance and Protection of Utilities
•
Dewatering, as Required
•
Furnishing and Installing Fire Hydrants of the Type and Size
Specified
•
Thrust Blocks, Bollards, Restraining Joints and Rodding as
Shown, Specified or Directed by the Engineer
•
6 inch Diameter Shut Off Gate Valves and Hydrant Tees of the
'
Type and Class Specified for Fire Hydrants
•
6" Ductile Iron Pipe Fire Hydrant Connection to Watermain.
•
Furnishing and Installing Sampling Stations of the Type and Size
Specified
•
Backfill and Compaction of Soil and Aggregate Materials
Furnishing, Installing and Compaction of Select Fill
•
Restoring of Grass Surfaces
•
Restoring of Paved and Improved Surfaces
r.
Pressure Testing and Disinfection.
The work required under this item should be in conformance with, but
not limited to, the following specification sections:
• Site Clearing (Section 02110)
• Soil Materials (Section 02205)
• Aggregate Materials (Section 02207)
• Trenching (Section 02225)
• Erosion Control (Section 02270)
• Restoration and Replacement of Paving and Improvements
(Section 02600)
• Project Water Mains (Section 02667)
• Pressure Testing and Disinfection of Water Distribution System
(Section 02675)
• Landscape Grading (Section 02923)
• Seeding (Section 02936)
• Trees, Plants and Ground Cover (Section 02950)
• Cast -In -Place Concrete (Section 03300).
2. Payment
The quantity for which payments will be made will be the number of
hydrants and sampling stations, actually installed and incorporated
into the completed water main.
00800-14
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\00800.SPC.doc
e
F. Item No. 5 - Services
5A -
3/"
Corporation Stops, Curb Stops, Valve Boxes and Couplings
5B -
3/"
Copper Piping — Paved Areas
5C — 3/" Copper Piping — Unpaved Areas
5D -
1"
Corporation Stops, Curb Stops, Valve Boxes and Couplings
5E -
1"
Copper Piping — Paved Areas
5F —
1"
Copper Piping — Unpaved Areas
5G -
2"
Corporation Stop, Curb Stop, Valve Box and Coupling
5H —
2"
Copper Piping — Unpaved Areas
51 —
1"
HDPE Piping — Unpaved Areas
1. Scope of Work
The contractor shall furnish all materials, labor and equipment
r required to install services, as called for in the Contract Documents,
including, but not limited to, the following:
• Site Clearing, including removal of trees less than 12" in
diameter
• Stakeout Surveying and Alignment
• Temporary Erosion Controls
• Excavation of Trenches.
• Boring or moling of services under existing roads.
• Maintenance and Protection of Utilities.
• Dewatering as Required.
• Pressure Testing and Disinfection.
• Furnishing and Installing Corporation Stops, Curb Stops, Valve
Boxes and Couplings of the Type and Size Specified.
• Furnishing and Installing copper service piping of the Type and
Size Specified.
• Furnishing and Installing ductile iron service piping of the Type
and Size Specified.
The work required under this item should be in conformance with, but
not limited to the following specification sections:
• Site Clearing (Section 02110)
• Soil Materials (Section 02205)
• Aggregate Materials (Section 02207)
• Trenching (Section 02225)
• Erosion Control (Section 02270)
• Project Water Mains (Section 02667)
• Pressure Testing and Disinfection of Water Distribution System
r�.
00800-15
EAdocuments%T Wappinger\a W2012%W21215 NYCDEP Extension\.Specs%00800.SPC.doc
iir.
P
(Section 02675)
• Landscape Grading (Section 02923)
• Seeding (Section 02936)
• Trees, Plants and Ground Cover (Section 02950)
• Cast -In -Place Concrete (Section 03300).
2. Payment
The quantity for which payments will be made will be the number of
Corporation Stops, Curb Stops, Valve Boxes, Couplings of each
scheduled size, type and class actually installed and incorporated into
the completed watermain; and the number of linear feet of copper
service piping measured along the center line of the pipe incorporated
in the complete work, beginning and ending at connections as shown
on the Contract Drawings, taking into account the potential for field
revisions to the service connection locations.
G. Item No. 6 - Testing Services
1. Scope of Work
The Contractor shall have all testing preformed as called for in the
Contract Documents and as required by local or state law regulation.
This shall include, but not be limited to the following:
• Compaction testing for trenching.
• Bacteriological testing by a NYSDOH Certified Lab of all water
distribution facilities.
Testing and analysis for concrete.
Work required under this section includes, but is not limited to the
following specification sections:
• Testing Services (Section 01410)
• Soil Materials (Section 02205)
• Aggregate Materials (Section 02207)
• Trenching (Section 02225)
• Pressure Testing and Disinfection of Water Distribution System
(Section 02675)
• Cast -In -Place Concrete (Section 03300)
2. Payment
The Contractor shall submit an itemized schedule breakdown of the
estimated costs of lump sum items, for approval by the Engineer.
i
00800-16
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\00800.SPC.doc
ir•
fir
e
Payment to the Contractor shall be made in accordance with the
approved lump sum breakdown.
H. Item No. 7 — Road and Drainage Improvements
1. Scope of Work
The Contractor shall perform all road and miscellaneous drainage
improvements as called for in the Contract Documents and as
required by the Town Highway Department. This shall include, but
not be limited to the following:
• Removal of existing pavement, paving of new surfaces and repair
of pavement as required.
• Temporary Erosion Controls
• Connection to existing pavement, including tack coat and hot
applied joint sealant, as noted in the contract documents.
• Pavement marking, as required.
• Ensuring valve boxes, gas valves, curb boxes and other at grade
items remain flush with grade after restoration.
• Replacement and/or K-crete encasement of drainage facilities as
required.
• Furnishing and Installing overlay materials
• Compaction and Testing of Overlay Materials
• Restoration of Paved and Improved Surfaces
Work required under this section includes, but is not limited to the
following specification sections:
• Soil Materials (Section 02205)
• Erosion Control (Section 02270)
• Restoration and Replacement of Paving and Improvements
(Section 02600)
• Hot -Mix Asphalt Paving (Section 02741)
• Landscape Grading (Section 02923)
2. Payment
The Contractor shall submit an itemized schedule breakdown of the
estimated costs of lump sum items, for approval by the Engineer.
Payment to the Contractor shall be made in accordance with the
approved lump sum breakdown.
I�r
00800-17
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\00800.SPC.doc
60
4
I. Item No. 8 — Removal and Disposal of Rock
1. Scope of Work
The Contractor shall furnish all materials labor and equipment
required to remove and dispose of rock, as called for in the Contract
Documents, including, but not limited to, the following:
• Loosening Rock
• Removal and Disposal of Excavated Rock Material at an Off -Site
Location
• Vibration Monitoring
The work required under this item shall be in conformance with, but
not limited to, the following specification sections:
• Allowances (Section 01020)
• Rock Removal (Section 02229).
2. Payment
The quantity for which payments will be made will be the cubic yards
of rock removed within the excavation limits as indicated in Section
02229 of the Specifications without regard to the actual amount of
rock excavated outside the limits as specified.
J. Item No 9 — Removal of Larqe Trees, Protection of Trees
9A — Removal of Trees 12" up to 24" in diameter
9B — Removal of Trees 24" and above in diameter
9C — Protection of Trees
1. Scope of Work
The Contractor shall furnish all materials, labor and equipment
I' required to remove or protect trees, as called for in the Contract
+w
Documents, including, but not limited to, the following:
• Site Clearing
• Maintenance and Protection of Utilities
• Removal of trees 12" and larger, including tree stumps and main
root ball, as noted or as directed by the Engineer.
• Protection of trees, as directed by the Engineer.
• Restoration of Grass Surfaces
00800-18
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\00800.SPC.doc
Wr
4
The work required under this item should be in conformance with, but
not limited to, the following specification sections:
• Site Clearing (Section 02110)
• Erosion Control (Section 02270)
• Landscape Grading (Section 02923)
• Seeding (Section 02936)
iw Trees, Plants and Ground Cover (Section 02950)
2. Payment
The quantity for which payments will be made will be the number and
size of trees removed or protected, as noted or as directed by the
Engineer.
K. Item No. 10 — Clearina of Trees and Brush in Off- Road Areas
1. Scope of Work
The Contractor shall perform all work associated with clearing of all
trees, brush and related items in the off-road tree line areas as called
forth in the Contract Documents. This shall include, but not be limited
to the following:
• Site Clearing.
• Maintenance and Protection of Utilities.
• Removal of trees and brush within the clearing areas as indicated
in the contract documents.
Restoration of Grass Surfaces
Work required under this section includes, but is not limited to the
following specification sections:
• Site Clearing (Section 02110)
• Erosion Control (Section 02270)
• Landscape Grading (Section 02923)
• Seeding (Section 02936)
• Trees, Plants and Ground Cover (Section 02950)
2. Payment
^I
00800-19
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\00800.SPC.doc
iim
e
The Contractor shall submit an itemized schedule breakdown of the
estimated costs of lump sum items, for approval by the Engineer.
Payment to the Contractor shall be made in accordance with the
approved lump sum breakdown.
L. Item 11 - Exploratory Excavations
1. Scope of Work
The Contractor shall furnish all materials, labor and equipment
required to perform exploratory excavations for utility verification, as
called for in the Contract Documents, in conformance with all permit
conditions, including, but not limited to, the following:
• Site Clearing
• Stakeout Surveying and Alignment
• Temporary Sheeting and Bracing
• Temporary Erosion Controls
• Maintenance and Protection of Utilities
• Dewatering, as Required
• Excavation, Backfill and Compaction of Soil and Aggregate
Materials
• Furnishing, Installing and Compaction of Select Fill
• Removal and replacement of existing facilities, structures and
features as necessary for the excavation
• Restoring of Grass Surfaces
• Restoring of Paved and Improved Surfaces
The work required under this item should be in conformance with, but
not limited to, the following specification sections:
• Site Clearing (Section 02110)
• Soil Materials (Section 02205)
• Aggregate Materials (Section 02207)
• Trenching (Section 02225)
• Erosion Control (Section 02270)
• Restoration and Replacement of Paving and Improvements
(Section 02600)
• Landscape Grading (Section 02923)
• Seeding (Section 02936)
• Trees, Plants and Ground Cover (Section 02950)
• Cast -In -Place Concrete (Section 03300).
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\00800.SPC.doc
e
2. Payment
The quantity for which payments will be made will be the number of
Ow exploratory excavations, actually installed and incorporated into the
completed water main.
M. Allowance Item No. 1 —Additional Select Fill
4W 1A —Additional Select Fill (Crusher Run)
113— Additional Select Fill (Controlled Density Fill)
1 C -- Additional Select Fill (Run -of -Bank Gravel)
40 1 D — Additional Select Fill (Select Graded Gravel).
1. Scope of Work
The Contractor shall furnish select fill in place of unsuitable pipe
subgrade material or unsuitable backfill material as ordered by the
Engineer. The Contractor shall include the costs for removal and
disposal of unsuitable material under this payment item. The
Contractor shall furnish select fill under this payment item only for
select fill not specifically included under other payment items. The
excavation, installation and compaction of the select fill is not included
+■.. under this item.
Work required under this item includes, but is not limited to, the
following specification section:
• Allowances (Section 01020)
• Soil Materials (Section 02205)
• Aggregate Materials (Section 02207)
• Cast In Place Concrete (Section 03300)
2. Payment
The quantity of material for which payment will be made shall be the
total cubic yards as computed using the following payment limit
dimensions.
• Trench width, as shown on the contract drawings by depth of
compacted fill.
Payment will be made under this Item only for work, which is actually
00800-21
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\00800.SPC.doc
60
4
performed and directed by the Engineer for compensation under this
Item. The Contractor will be deemed not to have included in this Item
any overhead and profit for any other portion of his work on the
Contract, since there is a possibility that the entire amount of this Item
may not be used.
N. Allowance Item No. 2 - Miscellaneous Additional Work
1. Scope of Work
During the course of this Contract work, if and when miscellaneous
work is ordered by the engineer, the Contractor shall follow the
requirements of the specifications. The itemized proposal shall
include an allowance of one hundred fifty thousand dollars and no
cents ($150,000.00).
2. Payment
Payment will be made under this item only for work which is actually
performed and properly assigned by the Engineer for compensation
under this Item. The Contractor will be deemed not to have included
in this Item any overhead and profit for any other portion of his work
on the Contract, since there is a possibility that the entire amount of
this Item may not be used. The Contractor shall submit vendor
invoices for work under this item.
1.16 ALTERNATES
A. Alternates represent an amount proposed by bidders and stated on the Bid
Form, as provided in Division 0 of the specifications, for certain work defined
in the bidding requirements that may be added or revised to the base bid
amount if Owner decides to accept a corresponding change either in the
amount of construction to be completed or in the products, materials,
equipment, systems, or installation methods described in the Contract
Documents. Alternates described in this Section are part of the Work only if
enumerated in the Agreement and are subject to authorization by the Owner.
An alternate bid has been included for revised water main locations as
indicated in the bid alternates that are being considered based upon the
availability of easements. The unit bid quantities have been adjusted in the
alternative bid sheet to reflect the changes from the base bid. All
tiw requirements for the base bid shall also apply to the alternate bid. The
alternate bid shall include the various items as described in the following
paragraphs.
00800-22
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\00800.SPC.doc
Yrs
e
B. Bid -Alternate Item No. 1 —Wheeler Hill Road
1. Add -
All water main and related appurtenances noted on Contract Drawing
PP -23 under Bid Alternate No.1 from Station 0+00 to Station 3+57.
All erosion control facilities shall be relocated to the nearest road
R.O.W. and nearest catch basin, or as directed by the Engineer.
2. Deduct:
All water main and related appurtenances noted on Contract Drawing
PP -10 from Station 89+00 to 92+60. This shall include elimination of
the easements for N/F CHG&E Corporation parcel 6057-02-746619
and N/F Nicoletti parcel 6057-02-739612.
C. Bid -Alternate Item No. 2 — Carnwath to Plimley
1. Add:
All water main and related appurtenances noted on Contract Drawing
PP -23 under Bid Alternate No.2 from Station 0+00 to Station 4+49.
Bid Alternate No.2 Easements shall apply for N/F Baisley parcel
6057-03-47041 and N/F Plimley parcel 6056-01-477995. Services
shall be provided to the Baisley parcel. All erosion control facilities
shall be relocated within the proposed easement locations or as
directed by the Engineer.
2. Deduct:
All water main and related appurtenances noted on Contract
Drawings PP -17 and PP -18 from Station 159+18 to 164+00. This
shall include elimination of the easements for N/F CHG&E
Corporation parcels 6057-03-397080 and 6057-03-390073. Base bid
easements will not apply for N/F Baisley parcel 6057-03-47041 and
N/F Plimley parcel 6056-01-477995.
00800-23
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\00800.SPC.doc
4
4
STATE PREVAILING WAGE RATES
AND
WORKERS COMPENSATION FORMS
P
d
I�
SECTION 00820 - PREVAILING WAGE RATES
PREVAILING WAGE RATES 00820-1
Andrew M. Cuomo, Governor
Peter M. Rivera, Commissioner
Town of Wappinger Schedule Year 2012 through 2013
John Lazarony, Senior Engineer Date Requested 08/23/2012
Moms Engineers PRC# 2012007420
9 Elks Lane
Poughkeepsie NY 12601
Location CR 28, Wheeler Hill/River Rd
Project ID# 12-007
!ire Project Type Installation of a new water main from the United Wappinger Water District to the New York City Department.
of Environmental Protection.
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 2012 through June 2013. 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
the website.
It is the responsibility of the contracting agency or its agent to annex and make part, the
attached schedule, to the specifications for this project, when it is advertised for bids and /or
`. to forward said schedules to the successful bidder(s), immediately upon receipt, in order to
insure the proper payment of wages.
Please refer to the "General Provisions of Laws Covering Workers on Public Work
Contracts" provided with this schedule, for the specific details relating to other
responsibilities of the Department of Jurisdiction.
Upon completion or cancellation of this project, enter the required information and mail OR
fax this form to the office shown at the bottom of this notice, OR fill out the electronic
version via the NYSDOL website.
NOTICE OF COMPLETION / CANCELLATION OF PROJECT
Date Completed:
Name & Title of Representative:
Date Cancelled:
Phone: (518) 457-5589 Fax: (518) 485-1870
W. Averell Harriman State Office Campus, Bldg. 12, Room 130, Albany, NY 12240
www. labor. state. ny.us. PW 200 PWAsk@labor.state.ny.us
General Provisions of Laws Covering Workers on Article 8 Public Work Contracts
Introduction
The Labor Law requires public work contractors and subcontractors to pay laborers, workers, or mechanics employed in
the performance of a public work contract not less than the prevailing rate of wage and supplements (fringe benefits) in the
locality where the work is performed.
Responsibilities of the Department of Jurisdiction
6 A Department of Jurisdiction (Contracting Agency) includes a state department, agency: board or commission: a county,
city, town or village; a school district, board of education or board of cooperative educational services; a sewer, water, fire,
improvement and other district corporation; a public benefit corporation; and a public authority awarding a public work
contract.
The Department of Jurisdiction (Contracting Agency) awarding a public work contract MUST obtain a Prevailing Rate
Schedule listing the hourly rates of wages and supplements due the workers to be employed on a public work project.
This schedule may be obtained by completing and forwarding a "Request for wage and Supplement Information" form (PW
39) to the Bureau of Public Work. The Prevailing Rate Schedule MUST be included in the specifications for the contract to
be awarded and is deemed part of the public work contract.
Upon the awarding of the contract, the law requires that the Department of Jurisdiction (Contracting Agency) furnish the
following information to the Bureau: the name and address of the contractor, the date the contract was let and the
approximate dollar value of the contract. To facilitate compliance with this provision of the Labor Law, a copy of the
Department's "Notice of Contract Award" form (PW 16) is provided with the original Prevailing Rate Schedule.
The Department of Jurisdiction (Contracting Agency) is required to notify the Bureau of the completion or cancellation of
any public work project. The Department's PW 200 form is provided for that purpose.
Both the PW 16 and PW 200 forms are available for completion online.
Hours
No laborer, worker, or mechanic in the employ of a contractor or subcontractor engaged in the performance of any public
work project shall be permitted to work more than eight hours in any day or more than five days in any week, except in
cases of extraordinary emergency. The contractor and the Department of Jurisdiction (Contracting Agency) may apply to
the Bureau of Public Work for a dispensation permitting workers to work additional hours or days per week on a particular
public work project.
There are very few exceptions to this rule. Complete information regarding these exceptions is available on the "4 Day /
10 Hour Work Schedule" form (PW 30R).
Wages and Supplements
The wages and supplements to be paid and/or provided to laborers, workers, and mechanics employed on a public work
project shall be not less than those listed in the current Prevailing Rate Schedule for the locality where the work is
performed. If a prime contractor on a public work project has not been provided with a Prevailing Rate Schedule, the
contractor must notify the Department of Jurisdiction (Contracting Agency) who in turn must request an original Prevailing
Rate Schedule form the Bureau of Public Work. Requests may be submitted by: mail to NYSDOL, Bureau of Public Work,
State Office Bldg. Campus, Bldg. 12, Rm. 130, Albany, NY 12240; Fax to Bureau of Public Work (518) 485-1870; or
electronically at the NYSDOL website www. labor. state. ny.us.
Upon receiving the original schedule, the Department of Jurisdiction (Contracting Agency) is REQUIRED to provide
complete copies to all prime contractors who in turn MUST, by law, provide copies of all applicable county schedules to
each subcontractor and obtain from each subcontractor, an affidavit certifying such schedules were received. If the original
schedule expired, the contractor may obtain a copy of the new annual determination from the NYSDOL website
www. labor. state.ny. us.
61 The Commissioner of Labor makes an annual determination of the prevailing rates. This determination is in effect from
July 1 st through June 30th of the following year. The annual determination is available on the NYSDOL website
www. labor. state. ny. us.
Payrolls and Payroll Records
Every contractor and subcontractor MUST keep original payrolls or transcripts subscribed and affirmed as true under
penalty of perjury. Payrolls must be maintained for at least three (3) years from the project's date of completion. At a
minimum, payrolls must show the following information for each person employed on a public work project: Name,
Address, Last 4 Digits of Social Security Number, Classification(s) in which the worker was employed, Hourly wage rate(s)
paid, Supplements paid or provided, and Daily and weekly number of hours worked in each classification.
ir.
Every contractor and subcontractor shall submit to the Department of Jurisdiction (Contracting Agency), within thirty (30)
w days after issuance of its first payroll and every thirty (30) days thereafter, a transcript of the original payrolls, subscribed
and affirmed as true under penalty of perjury. The Department of Jurisdiction (Contracting Agency) shall collect, review
for facial validity, and maintain such payrolls.
In addition, the Commissioner of Labor may require contractors to furnish, with ten (10) days of a request, payroll records
sworn to as their validity and accuracy for public work and private work. Payroll records include, by are not limited to time
cards, work description sheets, proof that supplements were provided, cancelled payroll checks and payrolls. Failure to
provide the requested information within the allotted ten (10) days will result in the withholding of up to 25% of the
contract, not to exceed $100,000.00. If the contractor or subcontractor does not maintain a place of business in New York
State and the amount of the contract exceeds $25,000.00, payroll records and certifications must be kept on the project
worksite.
The prime contractor is responsible for any underpayments of prevailing wages or supplements by any subcontractor.
All contractors or their subcontractors shall provide to their subcontractors a copy of the Prevailing Rate Schedule
specified in the public work contract as well as any subsequently issued schedules. A failure to provide these schedules
by a contractor or subcontractor is a violation of Article 8, Section 220-a of the Labor Law.
All subcontractors engaged by a public work project contractor or its subcontractor, upon receipt of the original schedule
and any subsequently issued schedules, shall provide to such contractor a verified statement attesting that the
subcontractor has received the Prevailing Rate Schedule and will pay or provide the applicable rates of wages and
supplements specified therein. (See NYS Labor Laws, Article 8 . Section 220-a).
Determination of Prevailing Wage and Supplement Rate Updates Applicable to All Counties
The wages and supplements contained in the annual determination become effective July 1 st whether or not the new
determination has been received by a given contractor. Care should be taken to review the rates for obvious errors. Any
corrections should be brought to the Department's attention immediately. It is the responsibility of the public work
contractor to use the proper rates. If there is a question on the proper classification to be used, please call the district
office located nearest the project. Any errors in the annual determination will be corrected and posted to the NYSDOL
website on the first business day of each month. Contractors are responsible for paying these updated rates as well,
retroactive to July 1st.
When you review the schedule for a particular occupation, your attention should be directed to the dates above the
column of rates. These are the dates for which a given set of rates is effective. To the extent possible, the Department
posts rates in its possession that cover periods of time beyond the July 1st to June 30th time frame covered by a
particular annual determination. Rates that extend beyond that instant time period are informational ONLY and may be
updated in future annual determinations that actually cover the then appropriate July 1 st to June 30th time period.
Withholding of Payments
When a complaint is filed with the Commissioner of Labor alleging the failure of a contractor or subcontractor to pay or
provide the prevailing wages or supplements, or when the Commissioner of Labor believes that unpaid wages or
supplements may be due, payments on the public work contract shall be withheld from the prime contractor in a sufficient
amount to satisfy the alleged unpaid wages and supplements, including interest and civil penalty, pending a final
determination.
When the Bureau of Public Work finds that a contractor or subcontractor on a public work project failed to pay or provide
the requisite prevailing wages or supplements, the Bureau is authorized by Sections 220-b and 235.2 of the Labor Law to
so notify the financial officer of the Department of Jurisdiction (Contracting Agency) that awarded the public work contract.
Such officer MUST then withhold or cause to be withheld from any payment due the prime contractor on account of such
contract the amount indicated by the Bureau as sufficient to satisfy the unpaid wages and supplements, including interest
and any civil penalty that may be assessed by the Commissioner of Labor. The withholding continues until there is a final
determination of the underpayment by the Commissioner of Labor or by the court in the event a legal proceeding is
instituted for review of the determination of the Commissioner of Labor.
The Department of Jurisdiction (Contracting Agency) shall comply with this order of the Commissioner of Labor or of the
court with respect to the release of the funds so withheld.
Summary of Notice Posting Requirements
The current Prevailing Rate Schedule must be posted in a prominent and accessible place on the site of the public work
project. The prevailing wage schedule must be encased in, or constructed of, materials capable of withstanding adverse
weather conditions and be titled "PREVAILING RATE OF WAGES" in letters no smaller than two (2) inches by two (2)
inches.
The "Public Work Project" notice must be posted at the beginning of the performance of every public work contract, on
each job site.
Iq
Every employer providing workers. compensation insurance and disability benefits must post notices of such coverage in
the format prescribed by the Workers. Compensation Board in a conspicuous place on the jobsite.
Every employer subject to the NYS Human Rights Law must conspicuously post at its offices, places of employment, or
employment training centers, notices furnished by the State Division of Human Rights.
Employers liable for contributions under the Unemployment Insurance Law must conspicuously post on the jobsite notices
furnished by the NYS Department of Labor.
Apprentices
Employees cannot be paid apprentice rates unless they are individually registered in a program registered with the NYS
Commissioner of Labor. The allowable ratio of apprentices to journeyworkers in any craft classification can be no greater
than the statewide building trade ratios promulgated by the Department of Labor and included with the Prevailing Rate
Schedule. An employee listed on a payroll as an apprentice who is not registered as above or is performing work outside
it the classification of work for which the apprentice is indentured, must be paid the prevailing journeyworker's wage rate for
the classification of work the employee is actually performing.
NYSDOL Labor Law, Article 8, Section 220-3, require that only apprentices individually registered with the NYS
ir. 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
i.. Employability Development / Apprenticeship Training, State Office Bldg. Campus, Bldg. 12, Albany, NY 12240 or by Fax
to NYSDOL Apprenticeship Training (518) 457-7154. All requests for verification must include the name and social
security number of the person for whom the information is requested.
wr The only conclusive proof of individual apprentice registration is written verification from the NYSDOL Apprenticeship
Training Albany Central office. Neither Federal nor State Apprenticeship Training offices outside of Albany can provide
conclusive registration information.
It should be noted that the existence of a registered apprenticeship program is not conclusive proof that any person is
registered in that program. Furthermore, the existence or possession of wallet cards, identification cards, or copies of
state forms is not conclusive proof of the registration of any person as an apprentice.
Interest and Penalties
In the event that an underpayment of wages and/or supplements is found:
- Interest shall be assessed at the rate then in effect as prescribed by the Superintendent of Banks pursuant to
section 14-a of the Banking Law, per annum from the date of underpayment to the date restitution is made.
- A Civil Penalty may also be assessed, not to exceed 25% of the total of wages, supplements, and interest due.
Debarment
Any contractor or subcontractor and/or its successor shall be ineligible to submit a bid on or be awarded any public work
contract or subcontract with any state, municipal corporation or public body for a period of five (5) years when:
- Two (2) willful determinations have been rendered against that contractor or subcontractor and/or its successor
within any consecutive six (6) year period.
- There is any willful determination that involves the falsification of payroll records or the kickback of wages or
supplements.
Criminal Sanctions
Willful violations of the Prevailing Wage Law (Article 8 of the Labor Law) may be a felony punishable by fine or
imprisonment of up to 15 years, or both.
Discrimination
No employee or applicant for employment may be discriminated against on account of age, race, creed, color, national
origin, sex, disability or marital status.
No contractor, subcontractor nor any person acting on its behalf, shall by reason of race, creed, color, disability, sex or
national origin discriminate against any citizen of the State of New York who is qualified and available to perform the work
to which the employment relates (NYS Labor Law, Article 8, Section 220-e(a)).
No contractor, subcontractor, nor any person acting on its behalf, shall in any manner, discriminate against or intimidate
any employee on account of race, creed, color, disability, sex, or national origin (NYS Labor Law, Article 8, Section 220-
e(b) ).
e
The Human Rights Law also prohibits discrimination in employment because of age, marital status, or religion.
1�r There may be deducted from the amount payable to the contractor under the contract a penalty of $50.00 for each
calendar day during which such person was discriminated against or intimidated in violation of the provision of the contract
(NYS Labor Law, Article 8, Section 220-e(c) ).
r The contract may be cancelled or terminated by the State or municipality. All monies due or to become due thereunder
may be forfeited for a second or any subsequent violation of the terms or conditions of the anti -discrimination sections of
the contract (NYS Labor Law, Article 8, Section 220-e(d) ).
rr, Every employer subject to the New York State Human Rights Law must conspicuously post at its offices, places of
employment, or employment training centers notices furnished by the State Division of Human Rights.
Workers' Compensation
In accordance with Section 142 of the State Finance Law, the contractor shall maintain coverage during the life of the
contract for the benefit of such employees as required by the provisions of the New York State Workers' Compensation
Law.
A contractor who is awarded a public work contract must provide proof of workers' compensation coverage prior to being
allowed to begin work.
ii. The insurance policy must be issued by a company authorized to provide workers' compensation coverage in New York
State. Proof of coverage must be on form C-105.2 (Certificate of Workers' Compensation Insurance) and must name this
agency as a certificate holder.
If New York State coverage is added to an existing out-of-state policy, it can only be added to a policy from a company
authorized to write workers' compensation coverage in this state. The coverage must be listed under item 3A of the
information page.
The contractor must maintain proof that subcontractors doing work covered under this contract secured and maintained a
workers' compensation policy for all employees working in New York State.
Every employer providing worker's compensation insurance and disability benefits must post notices of such coverage in
the format prescribed by the Workers' Compensation Board in a conspicuous place on the jobsite.
Unemployment Insurance
Employers liable for contributions under the Unemployment Insurance Law must conspicuously post on the jobsite notices
furnished by the New York State Department of Labor.
I
4
iIr
Andrew M. Cuomo, Governor
Town of Wappinger
John Lazarony, Senior Engineer
Morris Engineers
9 Elks Lane
Poughkeepsie NY 12601
Peter M. Rivera, Commissioner
Schedule Year 2012 through 2013
Date Requested 08/23/2012
PRC# 2012007420
Location CR 28, Wheeler Hill/River Rd
Project ID# 12-007
Project Type Installation of a new water main from the United Wappinger Water District to the New York City Department
of Environmental Protection.
Notice of Contract Award
New York State Labor Law, Article 8, Section 220.3a requires that certain information
regarding the awarding of public work contracts, be furnished to the Commissioner of Labor.
One Notice of Contract Award" (PW 16, which may be photocopied), MUST be completed
be for EACH prime contractor on the above referenced project.
Upon notifying the successful bidder(s) of this contract, enter the required information and
mail OR fax this form to the office shown at the bottom of this notice, OR fill out the
electronic version via the NYSDOL website.
Contractor Information
All information must be supplied
Federal Employer Identification Number.
Name:
Address:
City: State: Zip:
Amount of Contract: Contract Type:
(] (01) General Construction
Approximate Starting Date: [ ] (02) Heating/Ventilation
[ ] (03) Electrical
Approximate Completion Date: / [ ] (04) Plumbing
[ ] (05) Other :
Phone: (518) 457-5589 Fax: (518) 485-1870
W. Averell Harriman State Office Campus, Bldg. 12, Room 130, Albany, NY 12240
www.labor.state.ny.us. PW 16
&W
PWAsk@labor. state. ny. us
,:; ,�:
mow, � ���
e
IMPORTANT NOTICE
FOR
CONTRACTORS 8
CONTRACTING AGENCIES
Social Security Numbers on Certified Payrolls
The Department of Labor is cognizant of the concerns of the potential for misuse or
inadvertent disclosure of social security numbers. Identity theft is a growing problem
and we are sympathetic to contractors' concerns with regard to inclusion of this
information on payrolls if another identifier will suffice.
For these reasons, the substitution of the use of the last four digits of the social
security number on certified payrolls submitted to contracting agencies on public
work projects is now acceptable to the Department of Labor.
NOTE: This change does not affect the Department's
ability to request and receive the entire social
security number from employers during the course
of its public work / prevailing wage investigations.
N.
e
To all State Departments, Agency Heads and Public Benefit Corporations
IMPORTANT NOTICE REGARDING PUBLIC WORK ENFORCEMENT FUND
Budget Policy & Reporting Manual
B-610
Public Work Enforcement Fund
effective date December 7, 2005
1. Purpose and Scope:
This Item describes the Public Work Enforcement Fund (the Fund, PWEF) and its
relevance to State agencies and public benefit corporations engaged in construction or
reconstruction contracts, maintenance and repair, and announces the recently -enacted
increase to the percentage of the dollar value of such contracts that must be deposited into
the Fund. This item also describes the roles of the following entities with respect to the
Fund:
- New York State Department of Labor (DOL),
to - The Office of the State of Comptroller (OSC), and
- State agencies and public benefit corporations.
2. Background and Statutory References:
DOL uses the Fund to enforce the State's Labor Law as it relates to contracts for
construction or reconstruction, maintenance and repair, as defined in subdivision two of
Section 220 of the Labor Law. State agencies and public benefit corporations participating
in such contracts are required to make payments to the Fund.
Chapter 511 of the Laws of 1995 (as amended by Chapter 513 of the Laws of 1997,
Chapter 655 of the Laws of 1999, Chapter 376 of the Laws of 2003 and Chapter 407 of the
Laws of 2005) established the Fund.
3. Procedures and Agency Responsibilities:
The Fund is supported by transfers and deposits based on the value of contracts for
construction and reconstruction, maintenance and repair, as defined in subdivision two of
Section 220 of the Labor Law, into which all State agencies and public benefit corporations
enter.
Chapter 407 of the Laws of 2005 increased the amount required to be provided to this fund
to .10 of one -percent of the total cost of each such contract, to be calculated at the time
agencies or public benefit corporations enter into a new contract or if a contract is amended.
The provisions of this bill became effective August 2, 2005.
i
To all State Departments, Agency Heads and Public Benefit Corporations
IMPORTANT NOTICE REGARDING PUBLIC WORK ENFORCEMENT FUND
OSC will report to DOL on all construction -related ("D") contracts approved during the
month, including contract amendments, and then DOL will bill agencies the appropriate
assessment monthly. An agency may then make a determination if any of the billed
contracts are exempt and so note on the bill submitted back to DOL. For any instance
where an agency is unsure if a contract is or is not exempt, they can call the Bureau of
Public Work at the number noted below for a determination. Payment by check or journal
voucher is due to DOL within thirty days from the date of the billing. DOL will verify the
amounts and forward them to OSC for processing.
For those contracts which are not approved or administered by the Comptroller, monthly
reports and payments for deposit into the Public Work Enforcement Fund must be provided
to the Administrative Finance Bureau at the DOL within 30 days of the end of each month
or on a payment schedule mutually agreed upon with DOL.
Reports should contain the following information:
- Name and billing address of State agency or public
benefit corporation;
- State agency or public benefit corporation contact and
phone number;
- Name and address of contractor receiving the award;
- Contract number and effective dates;
- Contract amount and PWEF assessment charge (if
contract amount has been amended, reflect increase or
decrease to original contract and the adjustment in the
PWEF charge); and
- Brief description of the work to be performed under each
contract.
Checks and Journal Vouchers, payable to the "New York State Department of Labor"
should be sent to:
Department of Labor
Administrative Finance Bureau-PWEF Unit
Building 12, Room 464
State Office Campus
Albany, NY 12240
Any questions regarding billing should be directed to NYSDOL's Administrative Finance
Bureau-PWEF Unit at (518) 457-3624 and any questions regarding Public Work Contracts
should be directed to the Bureau of Public Work at (518) 457-5589.
e
Construction Industry
Fair Play Act
Required Posting For Labor Lave
Article 25-B § 861-d
Construction industry employers must post the
"Construction Industry Fair Play Act" notice in a
prominent and accessible place on the job site.
Failure to post the notice can result in penalties of
up to $1,500 for a first offense and up to $5,000 for
a second offense.
The posting is included as part of this wage
schedule. Additional copies may be obtained from
the NYS DOL website, www.labor.ny.�ov.
If you have any questions concerning
the Fair Play Act, please call the State Labor
Department toll-free at 1-866-435-1499 or email us
at: dol.miscla.ssified@labor.state.ny.us .
New York State Department of Labor
Required Notice under Article 25-B of the Labor Law
ATTENTION ALL EMPLOYEES, CONTRACTORS AND SUBCONTRACTORS:
YOU ARE COVERED BY THE
CONSTRUCTION INDUSTRY FAIR PLAY ACT
The law says that you are an employee unless:
• You are free from direction and control in performing your job AND
• You perform work that is not part of the usual work done by the business that hired you AND
• You have an independently established business
Your employer cannot consider you to be an independent contractor unless all three of these facts
apply to your work.
IT IS AGAINST THE LAW FOR AN EMPLOYER TO MISCLASSIFY EMPLOYEES AS
INDEPENDENT CONTRACTORS OR PAY EMPLOYEES OFF -THE -BOOKS.
Employee rights. If you are an employee:
You are entitled to state and federal worker protections such as
o unemployment benefits, if unemployed through no fault of your own, able to work, and
otherwise qualified
o workers' compensation benefits for on-the-job injuries
o payment for wages earned, minimum wage, and overtime (under certain conditions)
o prevailing wages on public work projects
• o the provisions of the National Labor Relations Act and
o a safe work environment
• It is a violation of this law for employers to retaliate against anyone who asserts their rights
under the law. Retaliation subjects an employer to civil penalties, a private lawsuit or both.
Independent Contractors: If you are an independent contractor:
You must pay all taxes required by New York State and Federal Law.
Penalties for paying off -the -books or improperly treating employees as independent contractors:
• Civil Penalty First Offense: up to $2,500 per employee.
Subsequent Offense(s): up to $5,000 per employee.
• Criminal Penalty First Offense: Misdemeanor - up to 30 days in jail, up to a $25,000 fine
and debarment from performing Public Work for up to one year.
Subsequent Offense(s): Misdemeanor - up to 60 days in jail, up to a
$50,000 fine and debarment from performing Public Work for up to 5
years.
If you have questions about your employment status or believe that your employer may have
violated your rights and you want to file a complaint, call the Department of Labor at
1(866)435-1499 or send an email to dol.misclassified(a-labor.state.ny.us. All complaints of
fraud and violations are taken seriously and you can remain anonymous.
Employer Name:
IA 999 (09/10)
WORKER NOTIFICATION
(Labor Law §220, paragraph a of subdivision 3-a)
Effective February 24, 2008
This provision is an addition to the existing prevailing wage rate
law, Labor Law §220, paragraph a of subdivision 3-a. It requires
contractors and subcontractors to provide written notice to all
laborers, workers or mechanics of the prevailing wage rate for
their particular job classification on each pay stub *. It also requires
contractors and subcontractors to post a notice at the beginning of
the performance of every public work contract on each job site that
includes the telephone number and address for the Department of
Labor and a statement informing laborers, workers or mechanics of
their right to contact the Department of Labor if he/she is not
receiving the proper prevailing rate of wages and/or supplements
for his/her particular job classification. The required notification
will be provided with each wage schedule, may be downloaded
from our website www. labor. state. ny. us or made available upon
request by contacting the Bureau of Public Work at 518-457-5589.
* In the event that the required information will not fit on the pay stub,
an accompanying sheet or attachment of the information will suffice.
THIS 'S":
PUBLIC WORK
- PROJECT
If you are employed on this project as a
worker, laborer, or mechanic you are entitled to
receive the prevailing wage and supplements rate
for the classification at which you are working.
Chapter 629 of These wages are set by law and must be posted
i. the Labor Laws at the work site. They can also be found at:
of 2007: www.labor.nv.gov
If you feel that you have not received proper wages or benefits,
please call our nearest office.*
Albany
Binghamton
Buffalo
Garden City
New York City
Newburgh
(518) 457-2744
(607) 721-8005
(716) 847-7159
(516) 228-3915
(212) 775-3568
(845) 568-5156
Patchogue
Rochester
Syracuse
Utica
White Plains
(631) 687-4886
(585) 258-4505
(315) 428-4056
(315) 793-2314
(914) 997-9507
* For New York City government agency construction projects, please
contact the Office of the NYC Comptroller at (212) 669-4443, or
www.comptroller.nyc.gov — click on Bureau of Labor Law.
Contractor Name:
Project Location:
rr.
PW 101 (12.11)
-1 -.4 � -"-.I , -1
4
U.
r
OSHA 10 -hour Construction
Safety and Health Course — S1537 -A
Effective July 18, 2008
This provision is an addition to the existing prevailing wage rate
law, Labor Law §220, section 220-h. It requires that on all public
work projects of at least $250,000.00, all laborers, workers and
mechanics working on the site, be certified as having successfully
completed the OSHA 10 -hour construction safety and health course.
It further requires that the advertised bids and contracts for every
public work contract of at least $250,000.00, contain a provision of
this requirement.
NOTE: The OSHA 10 Legislation only applies to workers
on a public work project that are required, under
Article 8, to receive the prevailing wage.
(03.12) Page 1 of 2
e
e
Where to find OSHA 10 -hour Construction Course
1. NYS Department of Labor website for scheduled outreach training at:
www.labor.state.Liy.us/workelprotection/safelyhealth/DOSH ONSITE CONSULTATION. shtm
2. OSHA Training Institute Education Centers:
Rochester Institute of Technology OSHA Education Center
Rochester, NY
Donna Winter
Fax (585) 475-6292
e-mail: dlwtponxit.edu
(866) 385-7470 Ext. 2919
www.rit.edu/–outreach/course.php3?CourseID=54
Atlantic OSHA Training Center
UMDNJ – School of Public Health
Piscataway, NJ
Janet Crooks
Fax (732) 235-9460
e-mail: crook jeQumdnj.edu
(732) 235-9455
h-Ltps:Hophp.um!inj.edu/wconnect/ShowSchedule.awp? —GROUP–AOTCON-10-
Atlantic OSHA Training Center
University at Buffalo
Buffalo, New York
Joe Syracuse
Fax (716) 829-2806
e-mail : mailto : j ap s gbuffalo . edu
(716) 829-2125
http://www smbs buffalo edu/CENTERS/trc/schedule OSHA.php
Keene State College
Manchester, NH
Leslie Singleton
e-mail: lsingletin e,keene.edu
(800) 449-6742
www.keene.edu/courses/print/courses osha.cfm
3. List of trainers and training schedules for OSHA outreach training at:
www.OutreachTrainers.org
(03.12) Page 2 of 2
P.
Requirements for OSHA 10 Compliance
Chapter 282 of the Laws of 2007, codified as Labor Law 220-h took effect on July
18, 2008. The statute provides as follows:
The advertised specifications for every contract for public work of $250,000.00 or
,. more must contain a provision requiring that every worker employed in the
performance of a public work contract shall be certified as having completed an
OSHA 10 safety training course. The clear intent of this provision is to require that
all employees of public work contractors, required to be paid prevailing rates, receive
such training "prior to the performing any work on the project."
The Bureau will enforce the statute as follows:
All contractors and sub contractors must attach a copy of proof of completion of the
OSHA 10 course to the first certified payroll submitted to the contracting agency and
on each succeeding payroll where any new or additional employee is first listed.
Proof of completion may include but is not limited to:
• Copies of bona fide course completion card (Note: Completion cards do not have
an expiration date.)
• Training roster, attendance record of other documentation from the certified
trainer pending the issuance of the card.
• Other valid proof
**A certification by the employer attesting that all employees have completed such a
course is not sufficient proof that the course has been completed.
Any questions regarding this statute may be directed to the New York State
Department of Labor, Bureau of Public Work at 518-485-5696.
Page 1 of 1
am
WICKS Reform 2405
(For all contracts advertised or solicited forbid on or after 7/1/08)
Raises the threshold for public work projects subject to the.Wicks Law requiring
separate specifications and bidding for the plumbing, heating and electrical work.
The total project's threshold would increase from $50,000 to: $3 million in Bronx,
Kings, New York, Queens and Richmond counties; $1.5 million in Nassau,
Suffolk and Westchester counties; and $500,000 in all othercounties.
For projects below the monetary threshold, bidders must submit a sealed list
naming each subcontractor for the plumbing, HVAC and electrical work and the
amount to be paid to each. The list may not be changed unless the public owner
finds a legitimate construction need, including a change in specifications or costs
or use of a Project Labor Agreement (PLA), and must be open to public
inspection.
Allows the state and local agencies and authorities to waive the Wicks Law and
use a PLA if it will provide the best work at. the lowest possible price. If a PLA is
used, all contractors shall participate in apprentice training programs in the
trades of work it employs that have been approved by the Department of Labor
(DOL) for not less than three years. They shall also have at least one graduate
in the last three years and use affirmative efforts to retain minority apprentices.
PLA's would be exempt from Wicks., but deemed to be public work subject to
prevailing wage enforcement.
• The Commissioner of Labor shall -have the power to enforce separate
specification requirements on projects, and may issue stop -bid orders against
public owners for non-compliance.
• Other new monetary thresholds, and similar sealed bidding for non -Wicks
projects, would apply to certain public authorities including municipal housing
authorities, NYC Construction Fund, Yonkers Educational Construction Fund,
NYC Municipal Water Finance Authority, Buffalo Municipal Water Finance
Authority, Westchester County Health Care Association, Nassau County Health
Care Corp., Clifton -Fine Health Care Corp., Erie County Medical Center Corp.,
NYC Solid Waste Management Facilities, and the Dormitory Authority.
Reduces from 15 to 7 days the period in which contractors must pay
subcontractors.
if.
1-1
e
IMPORTANT INFORMATION
Regarding Use of Form PW30R
"Employer Registration for Use of 4 Day / 10 Hour Work Schedule"
To use the `4 Day / 10 Hour Work Schedule':
There MUST be a Dispensation of Hours (PW30) in place on the
project
AND
You MUST register your intent to work 4 / 10 hour days, by
completing the PW30R Form.
REMEMBER...
The '4 Day / 10 Hour Work Schedule' applies ONLY to Job Classifications and
Counties listed on the PW30R Form.
Do not write in any additional Classifications or Counties.
(Please note : For each Job Classification check the individual wage
schedule for specific details regarding their 4/10 hour day posting.)
PW30R-Notice (03.11)
NYSDOL Bureau of Public Work
1of1
2
im
Instructions for Completing Form PW30R
"Employer Registration for Use of 4 Day/ 10 Hour Work Schedule"
IIBefore completing Form PW30R check to be sure ... 11
• There is a Dispensation of Hours in place on the project.
• The 4 Day / 10 Hour Work Schedule applies to the Job Classifications you will be using.
• The 4 Day / 10 Hour Work Schedule applies to the County / Counties where the work will take
place.
Instructions (Type or Print legibly):
Contractor Information:
• Enter the Legal Name of the business, FEIN, Street Address, City, State, Zip Code; the Company's
Phone and Fax numbers; and the Company's email address (if applicable)
• Enter the Name of a Contact Person for the Company along with their Phone and Fax numbers,
and the personal email address (if applicable)
Proiect Information:
• Enter the Prevailing Rate Case number (PRC#) assigned to this project
• Enter the Project Name / Type (i.e. Smithtown CSD — Replacement of HS Roof)
• Enter the Exact Location of Project (i.e. Smithtown HS, 143 County Route #2, Smithtown,NY;
Bldgs. 1 & 2)
• If you are a Subcontractor, enter the name of the Prime Contractor for which you work
• On the Checklist of Job Classifications -
imp o Go to pages 2 and 3 of the form
o Place a checkmark in the box to the right of the Job Classification you are choosing
o Mark all Job Classifications that apply
***Do not write in any additional Classifications or Counties. ***
Requestor Information:
• Enter the name of the person submitting the registration, their title with the company , and the
date the registration is filled out
Return Completed Form:
• Mail the completed PW30R form (3 pages) to: NYSDOL Bureau of Public Work, SOBC — Bldg.12 —
� Rm.130, Albany, NY 12240 -OR-
0 Fax the completed PW30R form (3 pages) to: NYSDOL Bureau of Public Work at (518)485-1870
PW3011-Instructions (03.11) NYSDOL Bureau of Public Work 1 of 1
M
New York State Department of Labor
Bureau of Public Work
W. Averell Harriman State Office Campus
Building 12 - Room 130
Albany, New York 12240
Phone - (518) 457-5589 Fax - (518) 485-1870
3efore completing Form PW30R check to be sure ...
There is a Dispensation of Hours in place on the project.
The 4 Day / 10 Hour Work Schedule applies to the Job Classifications you will be using.
The 4 Day / 10 Hour Work Schedule applies to the County / Counties where the work will take place.
Please Type or Print the Requested Information
Nhen completed ...
Mail to NYSDOL Bureau of Public Work, SOBC, Bldg. 12, Rm.130, Albany, NY 12240
-or-
Fax to NYSDOL Bureau of Public Work at (518) 485-1870
Contractor Information
Company Name:
Address:
FEIN:
City:
State: Zip Code:
6.
Phone Number Fax Number:
Email Address:
Contact Person:
r
Phone No: Fax No:
Email:
boo
Piro�ect lnformat�on �
pk,...
Project PRC#:
Project Name/Type:
Exact Location
of Project:
County:
(If you are Subcontractor)
Prime Contractor Name:
Ila Job Classification (s) to Work 4/10 Schedule: (Choose all that apply on Job Classification Checklist- Pages 2 & 3)
***Do not write in any additional Classifications or Counties***
Requestorl f matron��
y '� 4g;3
Name:
rr
Title:
Date
PW -30R (08 -12)
1 of 4
rr
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***
rJob Classi'frcat�on�
Tag #
r�" APi ble Countres t f
P>>
-
_ .,zj _. �4a�'± „� lrei ,t:
1042 Clinton,
��Ftt. -���: +W�•.
Essex, Franklin
Carpenter -Building
Albany,
Fulton, Greene, Montgomery, Rensselaer, Schenectady,
❑
Carpenter -Building
370 Schoharie
Carpenter- Building
37022 Hamilton,
Warren, Washington
Carpenter -Building
370Z3 Saratoga
F1
Carpenter -Heavy&Highway
370Saratoga Saratoga
Carpenter - Heavy&Highway
370/1042H/H
Clinton, Essex, Franklin, Hamilton
Albany, Fulton, Montgomery, Rensselaer, Schenectady, Schoharie,
❑
Carpenter-Heavy&Highway
370H/H
Warren, Washington
Carpenter - Building
85
Livingston, Monroe, Ontario, Wayne, Wyoming
Carpenter - Building
281 B
Cayuga, Seneca, Yates
281 HH Cayuga, Seneca, Yates
Carpenter - Heavy/Highway
Carpenter - Building/Heavy&Highway
280 Genesee, Niagara, Orleans, Wyoming
Carpenter - Building/Heavy&Highway
9 Erie, Cattaraugus
❑
Carpenter-Heavy&Highway
66h Allegany, Chautauqua, Cattaraugus
El
Carpenter -Building
66 Allegany, Chautauqua, Cattaraugus
Carpenter Building
277 CST Cortland, Schuyler, Tompkins
Carpenter - Building
277 JLS Jefferson, Lewis, St Lawrence
El
Carpenter -Building
277omh Herkimer, Madison, 0neida
Carpenter - Building
277 On Onondaga
Carpenter - Building
2770s Oswego
El
Carpenter - Heavy/Highway
277h CST Cortland, Schuyler, Tompkins
El
Carpenter - Heavy/Highway
277h JLS Jefferson, Lewis, St. Lawrence
EI—
Carpenter - Heavy/Highway
277h On Onondaga
Carpenter - Building/Heavy&Highway
277CD0 `: Chenarigo, Delaware, Otsego
El
Carpenter- Heavy/Highway
277oneidah Herkimer, Madison, Oneida
LL
Carpenter-HeavylHighway
277hOs Oswego
Electrician
2Sm Nassau, Suffolk
Cayuga, Chenango, Cortland,Her..kimer, Madison, Oneida,'
u
Electrician
43
Onondaga, Oswego, Otsego, Tompkins, Wayne
840Teledata
Electrician
and 840 Z1
Cayuga, Onondaga, Ontario, Seneca, Wayne, Yates
PW -30R (08-12) NYSDOL Bureau of Public Work 2 of 4
it
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***
86 Genesee Livingston, Monroe, Ontario, Orleans, Wayne, Wyoming
Electrician
Electrician 910 Clinton, Essex Franklin, Jefferson, Lewis, St Lawrence l
Jectrician Lineman
10491-ine/Gas Nassau,
Suffolk
Albany,
Allegany, Broome, Cattaraggus, Cayuga, Chautauqua,
Chemung,
Chenango, Clinton, Columbia, Cortland, Delaware,
Dutchess, Erie; Essex, Franklin, Fulton, Genesee, Greene, Hamilton,
Herkimer,Jefferson, Lewis, Livingston, Madison, Monroe,
Orange, Orleans,
Montgomery, Niagara, Oneida, Onondaga, Ontario,
Oswego, Otsego, Putnam, Rensselaer, Rockland, Saratoga,
Schenectady, Schoharie, Schuyler, Seneca, St.Lawrence, Steuben,
Sullivan, Tioga, Tompkins, Ulster, Warren, Washington, Wayne,
Electrician lineman
1249a
Wyoming, Yates
Columbia, Delaware, Dutchess, Greene, Orange, Putnam, Rockland,
❑
Elevator Constructor
138
Sullivan, Ulster, Westchester
Allegany, Cattaraugus, Chautauqua, Erie, Genesee, Niagara, Orleans,
❑
Elevator Constructor
14
ng'
ng, Livingston, Monroe, Ontario, Schuyler, Seneca, Steuben,
te
❑Elevator
Constructor
27
, Yates
Albany, Clinton, Columbia, Essex, Franklin, Fulton, Greene, Hamiliton,
❑
Herkimer, Montgomery, Oneida, Otsego, Rensselaer, Saratoga,
Elevator Constructor
35
Schenectady, Schoharie, Warren, Washington
Broome, Cayuga, Chenango, Cortland, Delaware, Jefferson, Lewis,
n
Ll
62-1
Madison, Oneida, Onondaga, Oswego, St. Lawrence, Tioga, Tompkins
Elevator Constructor
Niagara,
Allegany, Cattaraugus, Chautaugua, Erie, Genesee,
Glazier
660
Orleans; Wyoming
Allegany, Cattaraugus, Chautauqua, Erie, Genesee, Niagara,
❑
Glazier
660r
Orleans, Womin
Jefferson, Lewis, Livingston, Monroe, Ontario, Seneca, St Lawrence,,
n
L�
Glazier
677:1
Wayne, Yates
D
667.2-2
Cayuga, Cortland, Herkimer, Madison, Oneida, Onondaga, Oswego
Glazier
Broome, Chemung, Chenango, Delaware, Otsego, Schuyler; Steuben,
Glazier
67723
Tioga, Tompkins
Glazier
667r.2
Cayuga, Cortland, Herkimer, Madison, Oneida, Onondaga, Oswego
Broome,. Cayuga; Chemung, Chenango, Cortland, Herkimer;
Jefferson; Lewis, Madison, Oneida, Onondaga, Oswego, Otsego,
Insulator - Heat & Frost :
30-5yracuse
Schuyler; Seneca, St Lawrence, Tioga, Tompkins
PW -30R (08 -12) NYSDOL Bureau of Public Work 3 of 4
it
'M
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***
- jJobiClassrfici%on'wT
�Y Tag#�
ppplicableCountes
r
Box
.. { a
r i
iYr r^.- '`»- :k+.�•�i.+* 3' h -�.•� sl`!i iL.-
t'".
Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung,
Chenango, Clinton, Cortland, Delaware, Essex, Franklin, Genesee,
❑
Jefferson,
Lewis, Livingston, Monroe, Onondaga, Ontario, Orleans,
Oswego, Schuyler, Seneca, St. Lawrence, Steuben, Tioga, Tompkins,
Laborers - Residential
Deconstruction, Demolition
601
Warren, Wayne, Wyoming, Yates
E
Laborer - Building
621 b
Allegany, Cattaraugus, Chautauqua
El
Laborer - Residential
621 r
Allegany, Cattaraugus, Chautauqua
Mason - Building/Heavy&Highway
780
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk
Operating Engineer -
Allegany, Chemung, Genesee, Livingston, Monroe, Ontario,
❑
Heavy& Highway
832H
Schuyler, Steuben, Wayne, Yates
Operating Engineer-
Heavy/Highway
137H/H . _
Putnam, Westchester.
E
Painter
178 B
Broome, Chenango,Tioga
El
Painter
178 E
Chemung, Schuyler, Steuben
E
Painter
1780
Delaware, Otsego
Cayuga, Herkimer, Lewis; Madison, Oneida, Onondaga, Ontario,
u
Painter
31
Oswego, Seneca
Painter
38.0
Oswego
Allegany, Cattaraugus, Chautauqua, Erie, Genesee, Livingston,
❑
Painter
4-BufNia,Olean
Niagara, Orleans, Steuben, Wyoming
Painter
4 -Jamestown
Cattaraugus, Chautauqua
Painter
150
Livingston, Monroe, Ontario, Wayne, Yates
Sheetmetal Worker
46
Livingston, Monroe, Ontario, Seneca, Wayne, Yates
9
Albany, Columbia, Fulton, Greene, Montgomery, Rensselaer,
{�
L_ J
Teamster -Heavy&Highway
294h/h .
Saratoga, Schenectady; Schoharie, Warren, Washington
Allegany, Cayuga, Cortland, Seneca, Steuben, Tompkins, Wayne,
❑
Teamster - Heavy&Highway
317a.hh
Yates
Teamster-Heavy&Highway
693'H/H
Broome, Chenango, Delaware, Otsego,Tioga
Teamster -Building/Heavy&Highway
456
Putnam, Westchester
PW -30R (08 -12) NYSDOL Bureau of Public Work 4 of 4
go
Published by the New York State Department of Labor
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 PRC Number 2012007420
Last Published on Aug 01 2012
Introduction to the Prevailing Rate Schedule
I
Information About Prevailing Rate Schedule
This information is provided to assist you in the interpretation of particular requirements for each classification of worker contained in the
attached Schedule of Prevailing Rates.
Classification
It is the duty of the Commissioner of Labor to make the proper classification of workers taking into account whether the work is heavy and
highway, building, sewer and water, tunnel work, or residential, and to make a determination of wages and supplements to be paid or
provided. It is the responsibility of the public work contractor to use the proper rate. If there is a question on the proper classification to be
used, please call the district office located nearest the project. District office locations and phone numbers are listed below.
Prevailing Wage Schedules are issued separately for "General Construction Projects" and "Residential Construction Projects" on a county -
by -county basis.
General Construction Rates apply to projects such as: Buildings, Heavy & Highway, and Tunnel and Water & Sewer rates.
Residential Construction Rates generally apply to construction, reconstruction, repair, alteration, or demolition of one family, two family, row
housing, or rental type units intended for residential use.
Some rates listed in the Residential Construction Rate Schedule have a very limited applicability listed along with the rate. Rates for
occupations or locations not shown on the residential schedule must be obtained from the General Construction Rate Schedule. Please
contact the local Bureau of Public Work office before using Residential Rate Schedules, to ensure that the project meets the required criteria.
Paid Holidays
Paid Holidays are days for which an eligible employee receives a regular day's pact
,but is not required to perform work. If an t employee
�„ works on a day listedasa paid holiday, this remuneration is in addition to paymen� of the required prevailing rate for the work aually
performed.
Overtime
At a minimum, all work performed on a public work project in excess of eight hours in any one day or more than five days in any workweek is
overtime. However, the specific overtime requirements for each trade or occupation on a public work project may differ. Specific overtime
requirements for each trade or occupation are contained in the prevailing rate schedules.
Overtime holiday pay is the premium pay that is required for work performed on specified holidays. It is only required where the employee
actually performs work on such holidays.
The applicable holidays are listed under HOLIDAYS: OVERTIME. The required rate of pay for these covered holidays can be found in the
OVERTIME PAY section listings for each classification.
Supplemental Benefits
Particular attention should be given to the supplemental benefit requirements. Although in most cases the payment or provision of
supplements is for each hour worked, some classifications require the payment or provision of supplements for each hour paid (mduding
iiwr paid holidays on which no work is performed) and/or may require supplements to be paid or provided at a premium rate for premium hours
worked.
Effective Dates
6 When you review the schedule for a particular occupation, your attention should be directed to the dates above the column of rates. These
are the dates for which a given set of rates is effective. The rate listed is valid until the next effective rate change or until the new annual
determination which takes effect on July 1 of each year. All contractors and subcontractors are required to pay the current prevailing rates
of wages and supplements. If you have any questions please contact the Bureau of Public Work or visit the New York State Department of
Labor website (www, labor. state. ny.us) for current wage rate information.
Apprentice Training Ratios
The following are the allowable ratios of registered Apprentices to Journey -workers.
For example, the ratio 1:1,1:3 indicates the allowable initial ratio is one Apprentice to one Joumeyworker. The Joumeyworker must be in
place on the project before an Apprentice is allowed. Then three additional Journeyworkers are needed before a second Apprentice is
allowed. The last ratio repeats indefinitely. Therefore, three more Journeyworkers must be present before a third Apprentice can be hired,
and so on.
Please call Apprentice Training Central Office at (518) 457-6820 if you have any questions.
it Title (Trade)
Ratio
Boilermaker (Construction)
1:1,1:4
Boilermaker (Shop)
1:1,1:3
No Carpenter (Bldg.,H&H, Pile Driver/Dockbuilder)
1:1,1:4
Carpenter (Residential)
1:1,1:3
Electrical (Outside) Lineman
1:1,1:2
Page 27
New York State Department of Labor
Bureau of Public Work
State Office Campus, Bldg. 12
Albany, NY 12240
District Office Locations:
Telephone #
Published by the New York State Department of Labor
Bureau of Public Work - Albany
Prevailing Wage Rates for 07/01/2012 - 06/30/2013
PRC Number 2012007420
Bureau of Public Work - Binghamton
Last Published on Aug 01 2012
607-721-8004
Bureau of Public Work - Buffalo
Electrician (Inside)
1:1,1:3
Bureau of Public Work - Garden City
Elevator/Escalator Construction & Modernizer
1:1,1:2
Bureau of Public Work - Newburgh
Glazier
1:1,1:3
Bureau of Public Work - New York City
Insulation & Asbestos Worker
1:1,1:3
Bureau of Public Work - Patchogue
Iron Worker
1:1,1:4
Bureau of Public Work - Rochester
Laborer
1:1,1:3
Bureau of Public Work - Syracuse
Mason
1:1,1:4
Bureau of Public Work - Utica
Millwright
315-793-2514
Bureau of Public Work - White Plains
Op Engineer
1:1,1:5
it
Painter
1:1,1:3
Plumber & Steamfitter
1:1,1:3
Roofer
1:1,1:2
Sheet Metal Worker
1:1,1:3
Sprinkler Fitter
1:1,1:2
concerning the attached schedule
or would like additional information, please contact the nearest BUREAU of
If you have any questions
PUBLIC WORK District Office or write to:
New York State Department of Labor
Bureau of Public Work
State Office Campus, Bldg. 12
Albany, NY 12240
District Office Locations:
Telephone #
FAX #
Bureau of Public Work - Albany
518-457-2744
518-485-0240
Bureau of Public Work - Binghamton
607-721-8005
607-721-8004
Bureau of Public Work - Buffalo
716-847-7159
716-847-7650
Bureau of Public Work - Garden City
516-228-3915
516-7943518
Bureau of Public Work - Newburgh
845-568-5287
845-568-5332
Bureau of Public Work - New York City
212-775-3568
212-775-3579
Bureau of Public Work - Patchogue
631-687-4882
631-68714904
Bureau of Public Work - Rochester
585-258-4505
585-258-4708
Bureau of Public Work - Syracuse
315-428-4056
3151428-4671
Bureau of Public Work - Utica
315-793-2314
315-793-2514
Bureau of Public Work - White Plains
914-997-9507
914-997-9523
Bureau of Public Work - Central Office
5181457-5589
518-485-1870
Page 28
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
PRC Number 2012007420 Dutchess County
Last Published on Aug 01 2012
Dutchess County General Construction
08/01/2012
Asbestos Worker
JOB DESCRIPTION Asbestos Worker DISTRICT 9
ENTIRE COUNTIES
Columbia, Delaware, Dutchess, Greene, Orange, Putnam, Rockland, Sullivan, Ulster
WAGES
Per hour
7/01/2012
Asbestos Worker.
Removal & Hazardous
Abatement Only $ 39.30
Only for the removal of insulation materials from mechanical systems which are not going to be scrapped.
SUPPLEMENTAL BENEFITS
Per hour paid
Journeyman $ 17.00
z;
OVERTIME PAY
See (B, E, *Q, **T, V) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (2, 4, 6, 25) on HOLIDAY PAGE
* Code Q applies to 4,6,& 25.
** Code T applies to 2. 9-12a - Removal Only
08/01/2012
Boilermaker
lir
JOB DESCRIPTION Boilermaker DISTRICT 4
ENTIRE COUNTIES
Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Sullivan, Ulster, Westchester
WAGES
Per Hour.
07/01/2012
Boilermaker $ 47.98
Repairs & Renovations $ 47.98
SUPPLEMENTAL BENEFITS
Per Hour:
07/01/2012
Boilermaker 33% of hourly
Repairs & Renovations Wage Paid
+$22.25
NOTE: "Hourly Wage Paid" shall include any and all premium(s) pay.
Repairs & Renovation Includes replacement of parts and repairs & renovation of existing unit.
la
OVERTIME PAY
OVERTIME PAY
See (D, O) on OVERTIME PAGE
do HOLIDAY
Paid: See (8, 16, 23, 24) on HOLIDAY PAGE
Overtime: See (5, 6, 11, 12, 15, 25) on HOLIDAY PAGE
NOTE: *Employee must work in pay week to receive Holiday Pay.
+r. Page 29
Published by the New York State Department of Labor
lr Prevailing Wage Rates for 07/01/2012 - 06/30/2013 PRC Number 2012007420 Dutchess County
Last Published on Aug 01 2012
'*Boilermarker gets 4 times the hourly wage rate for working on Labor Day.
—Repairs & Renovation see (B,E,Q) on HOLIDAY PAGE
HOLIDAY
' REGISTERED APPRENTICES
-REGISTERED APPRENTICES
(1/2) Year Terms at the following pecentage of Boilermaker's Wage
1st 2nd 3rd 4th 5th 6th 7th 8th
65% 65% 70% 75% 80% 85% 90% 95%
Supplemental Benefits Per Hour:
07/01/2012
Apprentice(s) 33% of Hourly
Wage Paid plus
amount below
1 st 2nd 3rd 4th 5th 6th 7th 8th
$17.41 $18.10 $18.79 $19.48 $20.17 $20.86 $21.55 $22.25
NOTE: "Hourly Wage Paid" shall includ any and all premium(s) 4-5
(
08/0112012
ir.
Carpenter
DISTRICT 9
JOB DESCRIPTION Carpenter
ENTIRE COUNTIES
Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester
WAGES
Per Hour. 07/01/2012
it
Marine Construction:
Marine Diver $ 58.95
ilho M.D.Tender 42.10
SUPPLEMENTAL BENEFITS
Per Hour Paid:
Journeyman $ 42.37
OVERTIME PAY
See (B, E, E2, Q) on OVERTIME PAGE
HOLIDAY
Paid: See (18, 19) on HOLIDAY PAGE
Overtime: See (5, 6, 10, 11, 13, 16, 18, 19) on HOLIDAY PAGE 9-1456MC
08/0112012
Carpenter
DISTRICT 9
JOB DESCRIPTION Carpenter
ENTIRE COUNTIES
Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester
WAGES
�r Per hour. 07/01/2012
Carpet/Resilient $ 45.34
Floor Coverer
ter
INCLUDES HANDLING & INSTALLATION OF ARTIFICIAL TURF AND SIMILAR TURF INDOORS/OUTDOORS.
SUPPLEMENTAL BENEFITS
Per hour paid:
Floor Coverer $ 38.58
OVERTIME PAY
rr, Page 30
Prevailing Wage Rates for 07/0112012 - 06/30/2013
Published by the New York State Department of Labor
Last Published on Aug 01 2012
PRC Number 2012007420 Dutchess County
See (B, E, Q) on OVERTIME PAGE
HOLIDAY
illi
Paid: See (18, 19)on HOLIDAY PAGE.
Paid: for 1 st & 2nd yr.
Apprentices See (5, 6,11,13,16,18,19,25)
IN
Overtime: See (5,6,11,13,16,18,19,25) on HOLIDAY PAGE.
I jib
REGISTERED APPRENTICES
Wage per hour is Pecentage of Journeyworkers Wage
(1) year terms:
for
1 St. 2nd. 3rd. 4th.
40% 50% 65% 80%
it
Supplemental benefits per hour:
Apprentices $ 25.83
9-2287
08/01/2012
Carpenter
JOB DESCRIPTION Carpenter
DISTRICT 9
ENTIRE COUNTIES
Dutchess, Orange
WAGES
Per hour: 07/01/2012
Building:
Millwright $ 35.11
SUPPLEMENTAL BENEFITS
Per hour paid:
Journeyman $ 32.80
&w
OVERTIME PAY
See (B, E, E2, Q) on OVERTIME PAGE
HOLIDAY
HOLIDAY:
im
Paid: See (18,19) on HOLIDAY PAGE.
Paid: See (5,6,11,13,16,18,19,25) for 1st & 2nd yr.Apprentices
Overtime: See (5,6,11,13,16,18,19,25) on HOLIDAY PAGE.
�n
REGISTERED APPRENTICES
Wages per hour:
(1) year terms at the following percentage of Journeyman's wage.
1st 2nd 3rd 4th
55% 65% 75% 95%
Supplemental benefits per hour.
it
APPRENTICES: 1st 2nd 3rd 4th
$ 22.49 24.46 26.92 30.38
9-740.2
Car enter- Building / Hea &Hi hwa
08/01/2012
i.
JOB DESCRIPTION Carpenter - Building / Heavy&Highway
DISTRICT 11
ENTIRE COUNTIES
Columbia, Dutchess, Orange, Sullivan, Ulster
WAGES
Ir
WAGES:(per hour)
07/01/2012
07/01!2013
Additional
Page 31
Published by the New York State Department of Labor
Prevailing Wage Rates for 07/0112012 - 06/30/2013
PRC Number 2012007420 Dutchess County
Last Published on Aug 01 2012
**
Carpenter
$ 32.88
$ 1.52
1.52**
Carpenter -Floor Coverer*
32.88
1.52*"
Dockbuilder/Piledriver
32.88
1.52**
Diver Tender
32.88
55.48
1.52**
{, Diver(WET)
34.65
1.52**
Diver(DRY)
Paid:
Overtime.
See (5, 6, 16) on HOLIDAY PAGE.
** To be allocated at a later date
SHIFT DIFFERENTIAL: When mandated by a Government Agency irregular or off shift can be worked. The Carpenter shall receive an
additional (15) percent of wage plus applicable benefits.
* Note: 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 classifications
including apprentices. For work on smokestacks, silos, or steeples more than fifty (50) feet high, an additional $2.00 per hour, payable from
the ground up.
SUPPLEMENTAL BENEFITS
Per hour paid:
Joumeyworker
OVERTIME PAY
See (B, E, Q) on OVERTIME PAGE
$ 22.71
11-279.2B/H&H
08!0112012
Electrician
JOB DESCRIPTION Electrician
ENTIRE COUNTIES
Sullivan, Ulster
DISTRICT 11
PARTIAL COUNTIES
Delaware: Only in the Townships of Andes, Harpersfield, Kortwright,Stamford, Bovina, Roxbury, Middletown and those portions of
Colchester and Hancock south of the East Branch of the Delaware River.
Dutchess: All of the county except for the towns of Fishkill,East Fishkill, and Beacon.
Greene: That River to Highway 2ion of the 3A along county3A tthe road following he south of a line Little Westkil athe south its ndof the cont city
ng along this road to Delaware County. ction from the Hudson
WAGES
Per hour.
07/01/2012
Electrician Wireman/Technician $37.00—
SHIFT
37.00*"SHIFT DIFFERENTIAL: On Public Work in New York State when shift work is mandated either in the job specifications or by the contracting
agency, the following rates apply:
rs
Shift worked between 4:30pm & 12:30am $ 43.06*
Shift worked between 12:30am & 8:30am $47.99 -
go
47.99*
go Page 32
HOLIDAY
BUILDING:
Paid:
See (1) on HOLIDAY PAGE.
Overtime:
See (5,6) on HOLIDAY PAGE.
HEAVY/HIGHWAY:
See (5, 6,16) on HOLIDAY PAGE including benefits.
Paid:
Overtime.
See (5, 6, 16) on HOLIDAY PAGE.
irr
REGISTERED APPRENTICES
1 Year terms at the following percentage of journeymans wage.
1 st
2nd 3rd 4th
50%
60% 70% 80%
Supplemental Benefits
per hour paid:
Yrr
Apprentices
$ 15.10
1st term
15.10
2nd term
15.10
ir.
3rd term
15.10
4th term
11-279.2B/H&H
08!0112012
Electrician
JOB DESCRIPTION Electrician
ENTIRE COUNTIES
Sullivan, Ulster
DISTRICT 11
PARTIAL COUNTIES
Delaware: Only in the Townships of Andes, Harpersfield, Kortwright,Stamford, Bovina, Roxbury, Middletown and those portions of
Colchester and Hancock south of the East Branch of the Delaware River.
Dutchess: All of the county except for the towns of Fishkill,East Fishkill, and Beacon.
Greene: That River to Highway 2ion of the 3A along county3A tthe road following he south of a line Little Westkil athe south its ndof the cont city
ng along this road to Delaware County. ction from the Hudson
WAGES
Per hour.
07/01/2012
Electrician Wireman/Technician $37.00—
SHIFT
37.00*"SHIFT DIFFERENTIAL: On Public Work in New York State when shift work is mandated either in the job specifications or by the contracting
agency, the following rates apply:
rs
Shift worked between 4:30pm & 12:30am $ 43.06*
Shift worked between 12:30am & 8:30am $47.99 -
go
47.99*
go Page 32
Published by the New York State Department of Labor
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 PRC Number 2012007420 Dutchess County
Last Published on Aug 01 2012
**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 Scottair packs, gas masks or in shafts 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 joumeyman rate.
f
SUPPLEMENTAL BENEFITS
Per hour worked: 07/01/2012
Journeyman 6%
22.77 plus
6% of wage
OVERTIME PAY
See (B, E, Q) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 13, 15, 16, 25) on HOLIDAY PAGE
is REGISTERED APPRENTICES
Wages:
(6)month terms at the following percentage of journeyman's *
eyman's wage.
1 st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th
30% 35% 40% 45% 50% 55% 65% 70% 75% 85%
* Denotes average Journeyman Wireman rate of pay of all wage zones.
A
e
Supplemental Benefits per hour worked:
07/01/2012
1 st & 2nd term $ 8.06 plus 6% of wage
3rd & 4th term 10.32 plus 6% of wage
5th & 6th term 12.58 plus 6% of wage
7th & 8th term 15.99 plus 6% of wage
9th & 10th term 19.36 plus 6% of wage
11-363/2
08/01/2012
Electrician
JOB DESCRIPTION Electrician DISTRICT 11
ENTIRE COUNTIES
Orange, Putnam, Rockland
PARTIAL COUNTIES
Dutchess: Towns of Fishkill, East Fishkill, and Beacon.
WAGES
Per hour. 07/01/2012
Electrician Wireman/Technician $ 41.00*"
*SHIFT DIFFERENTIAL On Public Work in New York State when shift work is mandated either in the job specifications or by the contracting
agency, the following rates apply:
Shift worked between 4:30pm & 12:30am $ 47.75*
Shift worked between 12:30am & 8:30am $ 53.25*
**On jobs where employees are required to work from boatswain chairs, swinging scaffolds, etc.,forty (40) feet or more above the ground, or
under compressed air, using Scottair packs, gas masks or in shafts or tunnels, they shall receive an additional $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 Journeyman rate
is to be paid.
SUPPLEMENTAL BENEFITS
Per hour worked: 07/01/2012
Journeyman $ 22.77 plus
6% of wage
Page 33
Prevailing Wage Rates for 07/01 /2012 - 06/30/2013 Published by the New York State Department of Labor
PRC Number 2012007420 Dutchess County
Last Published on Aug 01 2012
OVERTIME PAY
See (B, E, Q) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 13, 15, 16, 25) on HOLIDAY PAGE
Mrt REGISTERED APPRENTICES
Wages:
(6)month terms at the following percentage of Joumeyman's wage.*
e
1 st 2nd
30% 35%
3rd 4th
40% 45%
5th 6th
50% 55%
* Denotes average Journeyman Wireman rate of all wage zones
7th 8th 9th 10th
65% 70% 75% 85%
Supplemental Benefits per hour worked: 07/01/2012
1st & 2nd term $ 8.06 plus 6% of wage
3rd & 4th term 10.32 plus 6% of wage
5th & 6th term 12.58 plus 6% of wage
7th & 8th term 15.99 plus 6% of wage
9th & 10th term 19.36 plus 6% of wage
11-363/1
iIr
Elevator Constructor 08101 /2012
JOB DESCRIPTION Elevator Constructor DISTRICT 1
lift ENTIRE COUNTIES
Columbia, Dutchess, Greene, Orange, Putnam, Sullivan, Ulster
PARTIAL COUNTIES
ster,Davenport, Delhi, Harpersfield, Hemdon, Kortright, Meredith, Middletown, Roxbury, Hancock
Delaware: Towns of Andes, Bovina, Colche
& Stamford
Rockland: Only the Township of Stony Point.
isboro, Cortland, Mt. Kisco, North Salem, Pound Ridge, Somers and Yorktown.
Westchester. Only the Townships of Bedford, Lew
)' WAGES
Per Hour 07/01/2012 01/01/2013 01/01/2014 01/01/2015
Mechanic $ 50.11 $ 50.68 $ 51.55 $ 52.51
Helper 70% of Mechanic
Wage Rate
6 **** IMPORTANT NOTICE - EFFECTIVE 04/01/2009 * **
Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday.
NOTE - In order to use the'4 Day/10 Hour Work Schedule,' you must submit an'Employer Registration for Use of 4 Day/10 Hour Work
Schedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project.
SUPPLEMENTAL BENEFITS
Per hour worked
07/01/2012 01/01/2013 01/01/2014 01/01/2015
Journeyman/Helper
$ 23.535* $ 25.185* $ 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: See (5, 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
0-6 mo 6-12 mo 2nd yr 3rd yr 4th yr
Page 34
Prevailing Wage Rates for 07/01/2012 - 06/30/2013
Published by the New York State Department of Labor
PRC Number 2012007420 Dutchess County
Last Published on Aug 01 2012
50% 55% 65% 70% 80%
Supplemental Benefits per hour worked
Same as Joumeyman/Helper 1-138
08/01/2012
Glazier
JOB DESCRIPTION Glazier DISTRICT 9
ENTIRE COUNTIES
Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Sullivan, Ulster, Westchester
WAGES
Per hour.
07/01/2012 11/01/2012 05/01 /2013
r Glazier $ 47.75
Scaffolding $ 48.75
Repair & Maintenance:
$ 48.60
$ 49.60
Glazier $ 26.50 $ 26.50
* To be allocated at a future date
Repair & Maintenance- All repair & maintenance work on a particular building,
whenever performed, where the total cumulative contract value is under
$100,000.00.
Additional
$1.50*
$ 1.50*
$1.50*
SUPPLEMENTAL BENEFITS
Per hour paid: 07/01/2012 11/01/2012 05/01/2013
Joumeyworker— $ 25.34 $ 25.34 $ 26.60
Repair & Maintenance:
Glazier $15.14 $ 15.14 $15.64
OVERTIME PAY
OVERTIME: See (C*,D* E2, O) on OVERTIME PAGE.
* If an optional 8th hour is required to complete the entire project, the same shall be paid at the regular rate of pay. If a 9th hour is worked,
then both hours or more (8th & 9th or more) will be paid at double time rate of pay.
** For Repair & Maintenance see ( B,F, P) on overtime page.
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (4, 6, 16, 25) on HOLIDAY PAGE
The Following are paid holidays for the Repair & Maintenance Class:
New Years day, Presidents day, Memorial day, Independents day, Labor day, Thanksgiving day, Day after Thanksgiving, and Christmas day.
REGISTERED APPRENTICES
Wage per hour:
(1) year terms at the following wage rates:
07/01/2012 11/01/2012 05/01/2013
Supplemental Benefits: ,
(Per hour worked)
lift
Page 35
Additional
1st term
$ 16.00
$ 16.35
$ .60*
2nd term
$ 23.81
$ 24.24
$ .75*
6w 3rd term
$ 28.59
$ 29.10
$ .90*
4th term
$ 38.17
$ 38.85
$1.20*
* To be allocated at a future date
ilia
Supplemental Benefits: ,
(Per hour worked)
lift
Page 35
Insulator
$ 46.26 +Additional**
$1.52
Fire Stop Work* $ 24.11 +Additional**
$0.79
% * Applies on all exclusive Fire Stop Work (When contract is for Fire
Stop work only). No apprentices on these contracts only.
**Increase to be allocated at a later date.
Note: Additional $0.50 per hour for work 30 feet or more above floor or
ground level.
Note: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.
SUPPLEMENTAL BENEFITS
(per hour paid)
Joumeyworker $ 29.59
Fire Stop Work:
Journeyworker $15.13
OVERTIME PAY
OVERTIME: See (B ,E, Q, T*, V) on OVERTIME PAGE.
ilia
HOLIDAY
HOLIDAY:
Paid: See (1 ) on HOLIDAY PAGE.
Overtime: See (2*, 4, 6, 16, 25) on HOLIDAY PAGE.
*Note: Labor Day triple time if worked.
REGISTERED APPRENTICES
(1 ) year terms.
MEMBERS PRIOR TO MAY 28, 2012
1 st 2nd 3rd 4th
$ 28.53 $ 30.75 $ 32.97 $ 37.40
MEMBERS INDENTURED AFTER MAY 28, 2012
1 st 2nd 3rd 4th
$ 21.03 $ 25.12 $ 32.97 $ 37.40
Supplemental Benefits paid per hour paid:
'" Apprentices:
1st term $ 18.02
2nd tern 19.47
Page 36
Prevailing Wage Rates for 07/01/2012 - 06/30/2013
Last Published on Aug 01 2012
Published by the New York State Department of Labor
PRC Number 2012007420 Dutchess County
1st term $12.07
2nd term $ 17.28
3rd term $ 18.54
4th term $18.89
9-1281 (DC9 NYC)
08/01/2012
Insulator - Heat & Frost
I*
JOB DESCRIPTION Insulator- Heat & Frost
DISTRICT 8
ENTIRE COUNTIES
Dutchess, Orange, Putnam, Rockland, Westchester
6
WAGES
Per hour. 07/01/2012
03/27/2013
Insulator
$ 46.26 +Additional**
$1.52
Fire Stop Work* $ 24.11 +Additional**
$0.79
% * Applies on all exclusive Fire Stop Work (When contract is for Fire
Stop work only). No apprentices on these contracts only.
**Increase to be allocated at a later date.
Note: Additional $0.50 per hour for work 30 feet or more above floor or
ground level.
Note: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.
SUPPLEMENTAL BENEFITS
(per hour paid)
Joumeyworker $ 29.59
Fire Stop Work:
Journeyworker $15.13
OVERTIME PAY
OVERTIME: See (B ,E, Q, T*, V) on OVERTIME PAGE.
ilia
HOLIDAY
HOLIDAY:
Paid: See (1 ) on HOLIDAY PAGE.
Overtime: See (2*, 4, 6, 16, 25) on HOLIDAY PAGE.
*Note: Labor Day triple time if worked.
REGISTERED APPRENTICES
(1 ) year terms.
MEMBERS PRIOR TO MAY 28, 2012
1 st 2nd 3rd 4th
$ 28.53 $ 30.75 $ 32.97 $ 37.40
MEMBERS INDENTURED AFTER MAY 28, 2012
1 st 2nd 3rd 4th
$ 21.03 $ 25.12 $ 32.97 $ 37.40
Supplemental Benefits paid per hour paid:
'" Apprentices:
1st term $ 18.02
2nd tern 19.47
Page 36
Published by the New York State Department of Labor
Prevailing Wage Rates for 07/01/2012 - 06/30/2013
Last Published on Aug 01 2012 PRC Number 2012007420 Dutchess County
3rd term 20.91
4th term 23.81 8-91
08101/2012
Ironworker
JOB DESCRIPTION Ironworker DISTRICT 11
ENTIRE COUNTIES
Dutchess, Orange, Putnam, Rockland, Sullivan, Ulster
WAGES
Per hour.
07/01/2012
Structural $ 42.20
Reinforcing* 42.20
Ornamental 4220
Chain Link Fence 42.20
Shift Work: any irregular or off shift shall be paid 8 hours for 7 hours work.
*NOTE: For Reinforcing classification ONLY, Ironworker 4-46Reinf rates apply in Rockland county's southern section (south of Convent
Road and east of Blue Hills Road).
SUPPLEMENTAL BENEFITS
Per hour paid:
Journeyman $ 30.15
OVERTIME PAY
OVERTIME:..... See (B*, E**, Q, V) on OVERTIME PAGE.
*Note: Double Time after 10 hours Monday thru Friday.
**Note: On Saturdays, double time after 8 hours.
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 16) on HOLIDAY PAGE
REGISTERED APPRENTICES
Wages:
(1) year terms at the following wage.
1st 2nd
3rd 4th
$ 21.10 $ 25.32
$ 29.54 $ 33.76
Supplemental Benefits per hour worked:
1 st year
$ 25.93
2nd year
26.77
3rd year
27.62
4th year
28.46
e
Iq
R
11-417
08101/2012
Laborer - Building
JOB DESCRIPTION Laborer -Building
ENTIRE COUNTIES
Dutchess
DISTRICT 11
PARTIAL COUNTIES
Columbia: Only the Townships of Greenport, Claverack, Philmont,Clermont, Germantown, Livingston, Hillsdale, Gallatin, Copake, Ancram,
Taghkanic and the City of Hudson.
WAGES
*ALL WORK RELATED WITH TOXIC OR ANY ASBESTOS OR HAZARDOUS MATERIAL*
WAGES: (per hour) 06/01/2013
07/01!2012
Additional
Premium $ 35.50 $1.80*
Page 37
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
Last Published on Aug 01 2012 PRC Number 2012007420 Dutchess County
* To be allocated at a later date
Shift Differential: On all Govermental mandated irregular or off shift work, an additional 25% of wage is required.
SUPPLEMENTAL BENEFITS
Per hour worked:
Journeyman $ 21.85
OVERTIME PAY
See (B, E, Q) on OVERTIME PAGE
Double time paid after the eigth hour on Saturday
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5,6) on HOLIDAY PAGE
11-17tox
Laborer- Building 08/0112012
JOB DESCRIPTION Laborer - Building DISTRICT 1
ENTIRE COUNTIES
Dutchess
PARTIAL COUNTIES
Columbia: Only the Townships of Ancram, Claverack, Clermont, Copake, Gallatin, Germantown, Greenport, Hillsdale, Hudson, Livingston,
Philmont and Taconic.
WAGES
GROUP # 1:
All Laborers except those listed in Group 2
GROUP # 2:
Blaster, Laser Beam Oper., Asphalt Rakers, & Drilling Equipment Only Where a Separate Air Compressor Unit Supplies Power
i`
WAGES per hour
07/01/2012
GROUP # 1 $ 28.60
i
GROUP # 2 30.95
06/01/2013
Additional
$1.60 -
Note:
1.60*
06/01/2014
Additional
$ 1.60*
Note: Any job requiring Hazwopper Certification will pay $1.00 above job classification wage rate.
(*)To be allocated at a later date.
SUPPLEMENTAL BENEFITS
Per hour worked
Journeyman $ 22.30
OVERTIME PAY
See (B, F, R) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5,6) on HOLIDAY PAGE
REGISTERED APPRENTICES
Wages per hour
06/01/2014
Additional
$ 1.60*
Note: Any job requiring Hazwopper Certification will pay $1.00 above job classification wage rate.
(*)To be allocated at a later date.
Supplemental Benefits per hour worked
lift Page 38
07/01/2012 06/01/2013
Additional
1000 Hour terms
1 st term
$16.00 $ 1.60*
2nd term
18.65
3rd term
21.30
4th term
24.45
06/01/2014
Additional
$ 1.60*
Note: Any job requiring Hazwopper Certification will pay $1.00 above job classification wage rate.
(*)To be allocated at a later date.
Supplemental Benefits per hour worked
lift Page 38
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
6,c PRC Number 2012007420 Dutchess County
Last Published on Aug 01 2012
Apprentices $ 12.60 1-1000
r
08101/2012
Laborer - Heavy&Highway
JOB DESCRIPTION Laborer - Heavy&Highway
ENTIRE COUNTIES
Dutchess
DISTRICT
PARTIAL COUNTIES
Columbia: Only the Townships of Ancram, Claverack, Clermont, Copake,Gallatin, Germantown, Greenport, Hillsdale, Hudson, Livingston,
Philmont and Taconic.
WAGES
GROUP # 1:
60 Flagperson, Placing & maintenance of all flares, cones, lights, signs, barricades, traffic patterns and all reflective type materials for traffic
control, custodial work, traffic directors, temporary heat or light tenders, tool room.
GROUP # 2:
All Other Classifications not listed in Group # 1 or Group # 3
GROUP # 3:
Asphalt Raker, Asphalt Screedman, Drilling Equipment Only Where a Separate Air Compressor Unit Supplies Power, Laser Beam Operator,
Metal Form Setters/Aligners (sidewalk), Blaster,
WAGES per hour
07/01/2012
05/01/2013
An Additional
Group # 1
$ 25.60
$1.40*
Group # 2
29.36
1.40*
Group # 3
30.36
1.40*
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
15% per hour.
(*)To be allocated at a later date.
SUPPLEMENTAL BENEFITS
Per hour worked & paid Holidays
Journeyman $ 22.35
OVERTIME PAY
See (B, E, E2, Q) on OVERTIME PAGE
HOLIDAY
6 Paid: See (5, 6, 16, 25) on HOLIDAY PAGE
Overtime: See (5, 6, 16, 25) on HOLIDAY PAGE
r.
Note: Whenever a holidays falls on Sunday, it will be observed on the following Monday.
REGISTERED APPRENTICES
Wages -per hour
1000 hour year terms
1 st Term $ 15.55
2nd Term 18.25
3rd Term 21.00
6 4th Term 24.20
Note: All employees working on a project that requires Hazwopper Certification will receive $1.00 per hour overjob 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
15% per hour.
Supplemental Benefits per hour worked & paid Holidays
Ilia Apprentices $ 12.65 1-1000h
Laborer - HeavyMighway 08/01/2012
�w Page 39
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
PRC Number 2012007420 Dutchess County
Last Published on Aug 01 2012
DISTRICT 11
JOB DESCRIPTION Laborer - Heavy&Highway
ENTIRE COUNTIES
Dutchess
PARTIAL COUNTIES
Columbia: Only the Townships of Greenport, Philmont, Germantown,Livingston, Hillsdale, Taghkanic, Gallatin, Copake, Ancram, City o
Hudson.
WAGES
*ALL WORK RELATED WITH TOXIC OR ANY ASBESTOS OR HAZARDOUS MATERIAL*(Five feet or more outside of building foundation
line)
WAGES:(per hour) 07/01/2012
+_ Protective Gear Not Required (Class 2)
ltr $ 33.70
Protective Gear Required (Class 3)
$ 37.60
SHIFT DIFFERENTIAL: On all NYS D.O.T. or other Governmental mandated irregular or off shift work, an additional 15% of wage on straight
time pay.
y, SUPPLEMENTAL BENEFITS
Per hour paid:
Journeyman
$ 21.30
6 OVERTIME PAY
See (B, E, Q, *S) on OVERTIME PAGE
HOLIDAY
Paid: See (5, 6, 13, 15, 25) on HOLIDAY PAGE
Overtime: See (*1) on HOLIDAY PAGE
*NOTE: If Saturday Holiday is worked, Code S applies.
REGISTERED APPRENTICES
r Wages per hour
1000 hour year terms
Pre 2011 shall include all apprentices enrolled before January 12011
1 st term $ 18.60
2nd term 22.26
3rd term 25.91
60 4th term 29.56
Post 2011 shall include all apprentices enrolled on or after January 12011
1 st term $16.92
2nd term 19.99
3rd term 23.07
4th term 26.14
Supplemental Benefits per hour paid:
Apprentice $ 15.60 11-17tox
Laborer - Tunnel 08/01/2012
JOB DESCRIPTION Laborer -Tunnel DISTRICT 1
fir ENTIRE COUNTIES
Dutchess, Putnam
PARTIAL COUNTIES
Columbia: Columbia: Only the Townships of Ancram, Claverack, Clermont, Copake,Gallatin, Germantown, Greenport, Hillsdale, Hudson,
lw Livingston, Philmont and Taconic.
WAGES
Tunnel Group #1 All clearing, tempoary and permanent roadsand parking areas, landscaping, erosion controll, traffic maintenance, flagging,
dump area,and tempoary lighting above the tunnel operations.
Tunnel Group #2 All laborers involed in tunnel operations, including but not limited to subways, sewer, water, vehicular and utility tunnels,
and shafts, manholes and access way in connection therewith.
j" Page 40
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
jib PRC Number 2012007420 Dutchess County
Last Published on Aug 01 2012
07/01/2012
WAGES per hour 05!01/2013
Additional
Group #1 $ 29.36 $1.40*
Group #2 38.96 1.66*
' 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
15% per hour.
(*) To be allocated at a later date
SUPPLEMENTAL BENEFITS
Per hour worked & paid Holidays
it
Journeyman $22.05
OVERTIME PAY
See (B, E, E2, Q, V) on OVERTIME PAGE
HOLIDAY
Paid: See (5, 6, 16, 25) on HOLIDAY PAGE
Overtime: 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
1000 hour year terms
60 1 st Term $ 15.55
2nd Term 18.25
3rd Term 21.00
4th Term 24.20
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
15% per hour.
Supplemental benefits per hour worked & paid Holidays
Apprentices $12.65 1-1000TW
08101/2012
Lineman Electrician
JOB DESCRIPTION Lineman Electrician DISTRICT 6
ENTIRE COUNTIES
Albany, Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung Chenango, Clinton, Columbia, Cortland, Delaware, Dutchess,
Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Niagara,
Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Rensselaer, Rockland, Saratoga, Schenectady, Schohane,
Schuyler, Seneca, St. Lawrence, Steuben, Sullivan, Tioga, Tompkins, Ulster, Warren, Washington, Wayne, Wyoming, Yates
WAGES
il,r Per hour.
NOTE: Inciudes Teledata Work within Ten 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 where no other construction trades are or have been involved. (14.01.01)
07/01/2012
Lineman /Techician
$ 42.72
Welder/Cable Splicer
42.72
Digging Machine Operator
38.45
Tractor Trailer Driver
36.31
Groundman/Truck Driver
34.18
Mechanic 1st Class
34.18
O Flagman
25.63
Additional $1.00 per hour for entire crew when a helicopter is used.
it Page 41
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
Last Published on Aug 012012 PRC Number 2012007420 Dutchess County
Below rates applicable on all electrical sub -stations, switching structures, fiber optic cable and all other work not defined as "Utility outside
electrical work". (14.02.01A)
Lineman/Technician
$ 42.72
Cable Splicer pipe type cable
46.99
Certified Welder pipe type
44.86
Digging Machine Operator
38.45
Tractor Trailer Driver
36.31
Mechanic 1 st Class
34.18
Groundman/Truck Driver
34.18
Flagman
25.63
Additional $1.00 per hour for entire crew when a helicopter is used.
irr Below rates apply on switching structures, maintenance projects, railroad catenary install/maint, third rail installation, bonding of rails and
pipe type cable and installation of fiber optic cable. (14.02.01 B)
Lineman/Technician/Welder
$ 44.01
Digging Machine Operator
39.61
Tractor Trailer Driver
37.41
Groundman/Truck Driver
35.21
Mech. 1st Class
35.21
Flagman
26.41
Certified WelderPipe Type Cable
46.21
Cable Splicer pipe type cable
48.41
Additional $1.00 per hour for entire crew when a helicopter is used
Below rates applicable on all overhead and underground transmission line work & fiber optic cable where other construction trades are or
so have been involved. This applies to transmission line work only, not other construction. (14.03.01)
Lineman/Tech./VVelder
$ 45.23
Cable splicer
45.23
Digging Machine Operator
40.71
Tractor Trailer Driver
38.45
Groundman/Truck Driver
36.18
Mechanic 1st Class
36.18
Flagman
27.14
Additional $1.00 per hour for entire crew when a helicopter is used
— IMPORTANT NOTICE - EFFECTIVE 04/01/2009 —
Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru 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
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:
The following SUPPLEMENTAL benefits apply to all classification categories of CONSTRUCTION, TRANSMISSION and DISTRIBUTION.
$18.25
w plus 7.5% of
hourly wage paid
OVERTIME PAY
See (B, E, Q,) on OVERTIME PAGE. Double time for all emergency work designated by the Dept of Jurisdiction.
NOTE: THE FOLLOWING RATES WILL APPLY ON ALL CONTRACTING AGENCY MANDATED SHIFTS OF AT LEAST FIVE (5) DAYS
DURATION WORKED BETWEEN THE HOURS LISTED BELOW:
1st 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 %
ar Page 42
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
Last Published on Aug 01 2012 PRC Number 2012007420 Dutchess County
HOLIDAY
Paid See (5, 6, 8, 13, 25) on HOLIDAY PAGE plus Gov. of NYS Election Day.
Overtime See ( 5, 6, 8, 13, 25 ) on HOLIDAY PAGE plus Gov. of NYS Election Day.
SUPPLEMENTS for holidays paid at straight time
REGISTERED APPRENTICES
( 1000 ) hr terms at the following percentage of Joumeyman's wage.
1 st 2nd 3rd 4th 5th 6th 7th
60% 65% 70% 75% 80% 85% 90%
Supplemental Benefits per hour worked:
The following SUPPLEMENTAL benefits apply to all classification categories of CONSTRUCTION, TRANSMISSION and DISTRIBUTION.
fYr
$ 18.25
.plus 7.5% of
hourly wage paid
*NOTE: The 7.5% is based on the hourly wage paid, straight time rate or premium rate.
6-1249a
w. Lineman Electrician - Teledata 08/01/2012
JOB DESCRIPTION Lineman Electrician - Teledata DISTRICT 6
bw ENTIRE COUNTIES
Albany, Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Dutchess,
Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, 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, Westchester, Wyoming, Yates
WAGES
Per hour.
FOR WORK OUTSIDE BUILDING PROPERTY LINES.
07/01/2012
01/01/2013
01/01/2014
it
Cable Splicer $ 27.99
$ 28.55
$ 29.12
Installer/Repairman 26.57
27.10
27.64
Teledata Lineman 26.57
27.10
27.64
Technidan/Equip Oper 26.57
27.10
27.64
Groundman 14.09
14.37
14.66
NOTE: EXCLUDES Teledata work within ten feet of High Voltage (600 volts and over) transmission lines. For this
work please see
LINEMAN.
SUPPLEMENTAL BENEFITS
Per hour worked:
$ 4.43
$ 4.43
$ 4.43
(jam
"plus 3% of hourly
'plus 3% of hourly
plus 3% of hourly
wage paid
wage paid
wage paid
`NOTE: The 3% is based on the hourly wage paid, straight time rate or premium rate.
OVERTIME PAY
See (B, E, Q) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 16) on HOLIDAY PAGE
6-1249LT -Teledata
Lineman Electrician - Traffic Signal Lighting
08/01/2012
JOB DESCRIPTION Lineman Electrician - Traffic Signal Lighting
DISTRICT 6
6r
ENTIRE COUNTIES
Columbia, Dutchess, Orange, Putnam, Rockland, Ulster
WAGES
lift
Page 43
e
air
F9
F
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
Last Published on Aug 01 2012 PRC Number 2012007420 Dutchess County
Per hour:
For all Lighting and Traffic Signal Systems.
07/01/2012
Lineman/Technician
$ 39.50
Certified Welder
41.48
Digging Machine
35.55
Tractor Trailer driver
33.58
Groundman Truck Driver
31.60
Mechanic 1st Class
31.60
Flagman
23.70
Above rates applicable on all Lighting and Traffic Signal Systems and the installation, testing, operation, maintenance and repair of all traffic
control and illumination projects, traffic monitoring systems, road weather information systems and the installation of Fiber Optic Cable.
SUPPLEMENTAL BENEFITS
Per hour worked:
All classifications
$18.25
'plus 7% of
hourly wage paid
'NOTE: 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.
NOTE: THE FOLLOWING RATES WILL APPLY ON ALL CONTRACTING AGENCY MANDATED SHIFTS OF AT LEAST FIVE (5) DAYS
DURATION WORKED BETWEEN THE HOURS LISTED BELOW:
1ST 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%
w HOLIDAY
HOLIDAY:
Paid See (5, 6, 8, 13, 25) on HOLIDAY PAGE and Gov of NYS Election Day.
Overtime See (5, 6, 8, 13, 25) on HOLIDAY PAGE and Gov of NYS Election Day.
REGISTERED APPRENTICES
WAGES: (1000) hr terms at the following percentage of Journeyman Lineman/Technician wage.
1 st 2nd 3rd 4th 5th 6th 7th
60% 65% 70% 75% 80% 85% 90%
` SUPPLEMENTAL BENEFITS: Same as Journeyman/Technician.
ib 6-1249aReg8LT
Lineman Electrician - Tree Trimmer 08/01/2012
i
JOB DESCRIPTION Lineman Electrician - Tree Trimmer DISTRICT 6
ENTIRE COUNTIES
Albany, Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Dutchess,
Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, 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
WAGES
Per hour.
Applies to line clearance, tree work and right-of-way preparation on all new or existing energized overhead or underground electrical,
t telephone and CATV lines. This also would include stump removal near underground energized electrical lines, including telephone and
CATV lines.
arr
07/01/2012
Page 44
SUPPLEMENTAL BENEFITS
Per hour worked:
$ 7.88
`plus 3% of
hourly wage paid
Supplements paid at STRAIGHT TIME rate for holidays.
*NOTE: The 3% is based on the hourly wage paid, straight time rate or premium rate.
OVERTIME PAY
See (B, E, Q) 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
Prevailing Wage Rates for 07/01/2012 - 06/30/2013
Published by the New. York State Department of Labor
w
Last Published on Aug 01 2012
PRC Number 2012007420 Dutchess County
Tree Trimmer
$ 22.08
Equip Operator
19.48
ho
Mechanic
19.48
Truck Driver
16.46
Groundman
13.51
Flag person
9.62
Building
Additional
SUPPLEMENTAL BENEFITS
Per hour worked:
$ 7.88
`plus 3% of
hourly wage paid
Supplements paid at STRAIGHT TIME rate for holidays.
*NOTE: The 3% is based on the hourly wage paid, straight time rate or premium rate.
OVERTIME PAY
See (B, E, Q) 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
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 8, 10, 11, 15,16) on HOLIDAY PAGE
Mason - Building
JOB DESCRIPTION Mason - Building
ENTIRE COUNTIES
Dutchess, Sullivan, Ulster
WAGES
Per hour.
07/01/2012 12/01/2012
Additional
<' Building:
Tile, Marble,&
Terrazzo Mechanic/Setter $ 43.27 $ 1.50*
Page 45
DISTRICT 9
06/01/2013
Additional
$ 1.25
DISTRICT 9
06/01/2013
Additional
$ 1.50*
6-1249TT
08/01/2012
9-7/88B-tf
08/01/2012
Mason - Building
w
JOB DESCRIPTION Mason - Building
ENTIRE COUNTIES
Dutchess, Sullivan, Ulster
WAGES
Per hour.
07/01/2012 12/01/2012
Building
Additional
Tile, Marble, & Terrazzo
Finisher
$ 38.28 $ 1.15
SUPPLEMENTAL BENEFITS
Journeyman:
07/01/2012
Per Hour.
$ 21.48
Overtime*
30.61
Overtime—
39.23**
* Applies to work done on Weekdays and Saturdays
** Applies to work done on Sundays, Holidays,and more 10 on Saturdays.
OVERTIME PAY
See (A, E, Q) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 8, 10, 11, 15,16) on HOLIDAY PAGE
Mason - Building
JOB DESCRIPTION Mason - Building
ENTIRE COUNTIES
Dutchess, Sullivan, Ulster
WAGES
Per hour.
07/01/2012 12/01/2012
Additional
<' Building:
Tile, Marble,&
Terrazzo Mechanic/Setter $ 43.27 $ 1.50*
Page 45
DISTRICT 9
06/01/2013
Additional
$ 1.25
DISTRICT 9
06/01/2013
Additional
$ 1.50*
6-1249TT
08/01/2012
9-7/88B-tf
08/01/2012
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
Last Published on Aug 01 2012 PRC Number 2012007420 Dutchess County
* To be allocated at a future date
SUPPLEMENTAL BENEFITS
Per Hour:
Journeyman: $ 25.79
Overtime* 35.17
Overtime- 44.54
* Applies to work done on Weekdays & Saturday
$ 27.20 $ 28.13
OVERTIME PAY
*" Applies to work done on Sunday & Holidays, & over 10 hours on Saturdays.
Cement Mason
OVERTIME PAY
All Others
See (B, E, E2, Q) on OVERTIME PAGE.
See (B, E, Q) on OVERTIME PAGE
HOLIDAY
HOLIDAY
See (1) on HOLIDAY PAGE
Overtime:
Paid: See (1) on HOLIDAY PAGE
REGISTERED APPRENTICES
Overtime: See (5, 6, 11, 15, 16, 25) on HOLIDAY PAGE
Wages per hour:
REGISTERED APPRENTICES
Page 46
Wages per hour:
r�
(750 hour) terms at the following wages:
1 st 2nd 3rd 4th 5th
6th
7th 8th
$21.63 $25.05 $27.70 $30.36 $32.73
$35.16
$37.95 $42.22
Supplemental Benefits (per Hour):
`r
1 st 2nd 3rd 4th 5th
6th
7th 8th
$12.90 $12.93 $13.74 $14.53 $15.61
$16.64
$20.75 $23.39
9-7/52B
+.
Mason - Building
08/01/2012
JOB DESCRIPTION Mason - Building
DISTRICT 11
r.
ENTIRE COUNTIES
Dutchess, Sullivan, Ulster
PARTIAL COUNTIES
Orange: Entire county except the Township of Tuxedo.
lbw
WAGES
Per hour:
07/01/2012
06/01/2013
Bricklayer $ 37.53
$ 37.57
Cement Mason Bldg 37.53
37.57
Plasterer/Stone Mason 37.53
37.57
t
Pointer/Caulker 37.53
37.57
Additional $1.00 per hour for power saw work
Additional $0.50 per hour for swing scaffold or staging work
i1r
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
SUPPLEMENTAL BENEFITS
Per hour paid:
Journeyman
$ 27.20 $ 28.13
OVERTIME PAY
Cement Mason
See (D, E2, O) on OVERTIME PAGE.
All Others
See (B, E, E2, Q) on OVERTIME PAGE.
HOLIDAY
Paid:
See (1) on HOLIDAY PAGE
Overtime:
See (5,6) on HOLIDAY PAGE
REGISTERED APPRENTICES
Wages per hour:
�"
Page 46
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
Last Published on Aug 01 2012 PRC Number 2012007420 Dutchess County
750 hour terms at the following percentage of Journeyman's wage
07/01/2012
06/01/2013
6
Bricklayer $ 38.03
1st 2nd 3rd 4th 5th 6th
7th
8th
50% 55% 60% 65% 70% 75%
80%
85%
Supplemental Benefits per hour paid
Marble/Stone Mason 38.03
38.07
750 hour terms at the following percentage of joumeyman supplements
Plasterer 38.03
1st 2nd 3rd 4th 5th 6th
7th
8th
50% 55% 60% 65% 70% 75%
80%
85%
Apprentices indentured before September 1, 2009 receive full joumeyman benefits
Additional $1.00 per hour for power saw work
11-5du-b
Mason - Heater &Highway _ 08/01/2012
JOB DESCRIPTION Mason - Heavy&Highway DISTRICT 11
ENTIRE COUNTIES
Dutchess, Sullivan, Ulster
PARTIAL COUNTIES
Orange: Entire county except the Township of Tuxedo.
WAGES
Per hour.
as Page 47
07/01/2012
06/01/2013
Bricklayer $ 38.03
$ 38.07
Cement Mason 38.03
38.07
Marble/Stone Mason 38.03
38.07
Plasterer 38.03
38.07
Pointer/Caulker 38.03
38.07
it
Additional $1.00 per hour for power saw work
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 govemmental contracts, the
r
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
SUPPLEMENTAL BENEFITS
Per hour paid:
Journeyman $ 27.20
$ 28.13
OVERTIME PAY
See (B, O) on OVERTIME PAGE
HOLIDAY
Paid: See (5, 6, 15, 25) on HOLIDAY PAGE
Overtime: See (5, 6, 15, 25) on HOLIDAY PAGE
REGISTERED APPRENTICES
Wages per hour:
750 hour terms at the following percentage of Journeyman's wage
1 st 2nd 3rd 4th 5th 6th
7th
8th
it
50% 55% 60% 65% 70% 75%
80%
85%
Supplemental Benefits per hour paid
6w
750 hour terms at the following percentage of journeyman supplements
1st 2nd 3rd 4th 5th 6th
7th
8th
50% 55% 60% 65% 70% 75%
80%
85%
be
Apprentices indentured before September 1, 2009 receive full journeyman benefits
11-5du-H/H
as Page 47
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
Last Published on Aug 01 2012 PRC Number 2012007420 Dutchess County
Operating Engineer - Building 08/01/2012
JOB DESCRIPTION Operating Engineer - Building
DISTRICT 8
ENTIRE COUNTIES
Putnam, Westchester
r PARTIAL COUNTIES
Dutchess: 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 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 Route 343, then along Route 343 east to the northern boundary of the Town of Dover Plains
and east along the northern boundary of the 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
GROUP I:
Cranes(AII Types up to 49 tons), Boom Trucks, Cherry Pickers,
Clamshell Crane, Derrick, Dragline, Franki Pile Rig or
similar, High Lift (Lull or similar) with crane attachment and winch used for hoisting or lifting, Pile Drivers, Potain and similar.
Cranes (All types 50-99 tons), Conventional and Hydraulic.
Cranes (All types 100 tons and over), Tower, Climbing, Conventional, Hydraulic.
GROUP I -A: Barber Green Loader -Euclid Loader, Bulldozer, Carrier -Trailer
Horse, Concrete Cleaning Decontamination Machine Operator, Con crete-Po rtabl e
Hoist, Conway or Similar Mucking Machines, Elevator & Cage, Excavators all
types, Front End Loaders, Gradall, Shovel, Backhoe, etc.(Crawler or Truck),
Heavy Equipment Robotics Operator/Mechanic, Hoist Engineer -Material, Hoist
Portable Mobile Unit, Hoist -Single, Double or Triple Drum, Horizontal
Directional Drill Locator, Horizontal Directional Drill Operator,and Jersey
Spreader, Letourneau or Tournapull(Scrapers over 20 yards Struck), Lift
Slab Console, etc., Lull HiLift or Similar, Maintenance Engineer, Master
Environmental Maintenance Mechanics, Mucking Machines Operator/Mechanic or
Similar Type, Overhead Crane, Pavement Breaker(Air Ram), Paver(Concrete),
Post Hole Digger, Power House Plant, Road Boring Machine, Road Mix Machine,
Ross Carrier and Similar Machines, Rubber tire double end backhoes and
similar machines, Scoopmobile-Tractor-Shovel Over 1.5 yards,
Shovel (Tunnels Side Boom, Spreader (Asphalt Telephies(Cableway), Tractor
Type Demolition Equipment, Trenching Machines -Vermeer Concrete Saw Trencher
and Similar, Ultra High Pressure Waterjet Cutting Tool System, Vacuum
Blasting Machine operator/mechanic, Winch Truck A Frame).
GROUP I -B: Compressor (Steel Erection), Mechanic (Outside All Types,
Negative Air Machine (Asbestos Removal), Pulse Meter, Push Button (Buzz Box),
Elevator, Welder.
jr GROUP 11: Bulldozer D6 and Under, Compactor Self -Propelled, Grader,
Machines Pulling Sheep's Foot Roller, Roller 4 ton and over, Scrapers -20
yards Struck and Under, Vibratory Rollers, etc.
it GROUP III -A: Asphalt Plant, Boiler (High Pressure), Concrete Mixing Plants,
Concrete Pump, Fireman, Forklift, Forklift (Electric) Joy Drill or similar
Tractor Drilling Machine, Loader -1 1/2 yards and under, Locomotive
(All Sizes), MixerConcrete-21 E and over, Portable Asphalt Plant, Portable
ib Batch Plant, Portable Crusher, Quarry Master, StoneCrusher, Well Drilling
Machine, Well Point System, Concrete Buggy, One Yard and Up Ride on Dumper,
Benford or Similar,Bobcat.
® GROUP III -B: Compressor Over 125 cu.Feet, Conveyor Belt Machine Regardless
of Size, Compressor Plant, Ladder Hoist, Lighting Unit (Portable &
Generator), Stud Machine, Welding Machine (Steel Erection & Excavation).
GROUP IV -A: Air Tractor Drill, Batch Plant, Bending Machine, Concrete
Breaker, Concrete Spreader, Curb Cutter Machine, Farm Tractor (all types),
Finishing Machine -Concrete, Material Hopper -sand stone -cement,
Mixer -Concrete -Under 21 E, Mulching Grass Spreader, Pump -Gypsum etc, Fine
Grading Machine, Roller under 4 Ton Hepa Vac Clean Air Machine, Spreading
and Fine Grading Machine, Steel Cutting Machine, Siphon Pump -air -steam,
Tar Joint Machine, Turbo Jet Burner or Similar Equipment, Vibrator (1 to 5),
a' Page 48
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
■Ilt Last Published on Aug 01 2012 PRC Number 2012007420 Dutchess County
Fine Grading Machine, Roof Hoist (Tugger Hoist), Television Cameras for
Water, Sewer, Gas etc. Pump -Plaster -Grout -Fireproofing.
6
GROUP IV -B: Compressor to 125 feet, Dust Collector, Heater all types, Pump,
Pump Station (Water and Sewer), Steam Jenny, Sweeper, Chipper, Mulcher.
GROUP V-A: Concrete Saw, Oiler Fuel Truck, Oiler Grease Truck.
GROUP V -B: Mechanics Helper, Oiler, Stock Attendant, Paint Compressor,
Welder's Helper, Motorized Roller (walk behind).
GROUP VI -A: Master Mechanic, Assistant Master Mechanic, Helicoper Hoist
Operator, Helicopter Pilot, Helicopter Signal Man, Welder Certified.
GROUP VI -B: Utility Man, Warehouse Man, Second Engineer, Cable Splicer.
WAGES: (per hour)
07/01/2012
07/01/2013
07/01/2014
GROUP I
Cranes- up to 49 tons $ 53.65
$ 55.10
$ 56.58
Cranes- 50-99 tons 55.65
57.10
58.58
Cranes- 100 tons and over 63.64
65.30
67.01
,.
GROUP I -A 46.92
48.17
49.42
GROUP I -B 43.21
44.35
45.47
GROUP II 45.26
46.45
47.65
GROUP III -A 43.58
44.73
45.87
GROUP III -B 41.47
42.55
43.62
GROUP IV -A 43.14
44.27
45.40
GROUP IV -13 36.16
37.09
37.99
GROUP V-A 41.22
42.30
43.37
W
GROUP V -B 39.04
40.06
41.05
GROUP VI -A
Master Mechanic 49.00
50.32
51.65
Asst.Master Mechanic 41.80
42.90
43.99
+'
Helicopter Hoist Oper 47.48
48.75
50.03
Helicopter Pilot 54.17
55.64
57.14
Helicopter Signal Man 42.46
43.58
44.69
Welder Certified 45.81
47.03
48.25
GROUP VI -B
Utility Man 37.00
37.96
38.89
Warehouse Man 38.82
39.83
40.82
Second Engineer 38.89
39.91
40.09
Cable Splicer 42.60
43.73
44.84
An additional 20% to wage when required to wear protective equipment on
t`
Iltr
hazardous/toxic 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
u
cranes with booms 149 feet or over in length will be paid an additional
$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
Per hour.
-
07/01/2012
07/01/2013
07/01/2014
Joumeyworker $ 17.45
$ 18.08
$ 18.93
Per hour paid
Per hour paid
Per hour paid
+$7.69
+$7.79
+$8.02
Per hour worked
Per hour worked
Per hour worked
OVERTIME PAY
OVERTIME:..... See (B, E, U*, V) on OVERTIME PAGE.
HOLIDAY
HOLIDAY:
Page 49
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
Last Published on Aug 01 2012 PRC Number 2012007420 Dutchess County
Paid:......... See (5, 6, 10, 11, 12, 15) on HOLIDAY PAGE.
Overtime:..... See (5, 6, 10, 11, 12, 15) on HOLIDAY PAGE.
* Note: For Holiday codes 5 & 6, code T applies.
Note: If employees are required to work on Easter Sunday
they shall be paid at the rate of triple time.
8-137B
Operating Engineer - Building 08/01/2012
JOB DESCRIPTION Operating Engineer - Building DISTRICT 1
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 northern boundary line of City of Poughkeepsie then due east to Route 115 to Bedelt Road then east
along Bedelt Road to VanWagner Road 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.
WAGES
CLASS Al
Crane, hydraulic cranes, tower crane, locomotive crane, piledriver, cableway, derricks,whirlies, dragline, boom trucks over 5 tons.
1r
CLASS A:
Shovel, all Excavators (including rubber tire full swing), Gradalls, power road grader, all CMI equipment, front-end rubber tire loader, tractor -
mounted drill (quarry master), mucking machine, concrete central mix plant, concrete pump, belcrete system, automated asphalt concrete
w plant, and tractor road paver, boom trucks 5 tons and under, maintenance engineer, self-contained crawler drill -hydraulic rock drill.
CLASS B:
Backhoes (rubber tired backhoe/loader combination), bulldozer, pushcat, tractor, traxcavator, scraper, LeToumeau grader, form fine grader,
m self-propelled soil compactor (fill roller), asphalt roller, blacktop spreader, power brooms, sweepers, trenching machine, Barber Green loader,
side booms, hydro hammer, concrete spreader, concrete finishing machine, one drum hoist, power hoisting (single drum), hoist two drum or
more, three drum engine, power hoisting (two drum and over), two drum and swinging engine, three drum swinging engine, hod hoist, A -L
frame winches, core and well drillers (one drum), post hole digger, model CHB Vibro-Tamp or similar machine, batch bin and plant operator,
dinky locomotive, skid steer loader, track excavator 5/8 cubic yard or smaller, front end rubber tired loader under four cubic yards, vac truck.
CLASS C:
Fork lift, high lift, all terrain fork lift: or similar, oiler, fireman and heavy-duty greaser, boilers and steam generators, pump, vibrator, motor
mixer, air compressor, dust collector, welding machine, well point, mechanical heater, generators, temporary light plants, electric
submersible pumps 4" and over, murphy type diesel generator, conveyor, elevators, concrete mixer, beltcrete power pack (belcrete system),
seeding, and mulching machines, pumps.
* 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 07/01/2012 07/01/2013
07/01/2014
Class # Al $ 35.20 $ 36.55
$ 37.90
#
Class # A 34.76 36.11
37.46
Class # B 33.85 35.20
36.55
Class # C 31.28 32.63
33.98
Additional $0.50 per hr for Tower Cranes.
Jw
Additional $1.00 per hr for Cranes with Boom length & jib 150ft. and over.
Additional $2.00 per hr for Cranes with Boom length & jib 200ft. and over.
Additional $2.00 per hr over B rate for Nuclear Leader work.
Additional $0.40 per hr for tunnel or excavation of shaft 40' or more deep.
6
SUPPLEMENTAL BENEFITS
Per hour worked
6
Journeyman $ 22.37 $ 23.12
$ 23.87
OVERTIME PAY
See (B, E, Q) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5,6) on HOLIDAY PAGE
Page 50
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
Last Published on Aug 01 2012 PRC Number 2012007420 Dutchess County
Note: If a holiday falls on Sunday, it will be celebrated on Monday. If the holiday falls on Saturday, it will be celebrated on Friday.
Employees who work a Saturday holiday shall be paid double time plus the holiday pay.
REGISTERED APPRENTICES
Wages per hour
a
1000 hours terms at the following percentage of Journeyman's wage Class B
1 st 2nd 3rd 4th
60% 70% 80% 90%
Supplemental Benefits per hour worked
07/01/2012 07/01/2013 07/01/2014
rr
All terms $ 17.80 $ 18.55 $ 19.30 1-158 Alb
4
'M
4
Operating Engineer - Heavy&Highway 08/01/2012
JOB DESCRIPTION Operating Engineer - Heavy&Highway DISTRICT 9
ENTIRE COUNTIES
Putnam, Westchester
PARTIAL COUNTIES
Dutchess: South of the North city line of Poughkeepsie
WAGES
NOTE: Also covers Feasibility and Preliminary Design surveying, Line and Grade
surveying for Inspection or Supervision of Construction when preformed under
a Consulting Engineer Agreement.
Party Chief - One who directs a survey party
Instrument Man - One who runs the instrument and assists Party Chief
Rodman - One who holds the rod and in general, assists the Survey Crew
Catorgories cover GPS & Underground Suveying
Per Hour. 07/01/2012 07/01/2013
Additional*
Party Chief
Instrument Man
Rodman
* To be allocated at a future date
SUPPLEMENTAL BENEFITS
Per Hour.
All Catorgories
Straight Time:
Premium:
Time & 1/2
$ 58.04
42.50
35.49
07/01/2012
$ 29.78
$ 38.47
Double Time $ 53.16
OVERTIME PAY
See (B, *E, Q) on OVERTIME PAGE
* Doubletime paid on the 9th hour on Saturday.
HOLIDAY
Paid: See (5, 6, 7, 11, 12) on HOLIDAY PAGE
Overtime: See (5, 6, 7, 11, 12) on HOLIDAY PAGE
$ 3.14*
2.55*
2.33*
9-15Dh
operating Engineer - Heavy&Highway "o'"
Irr JOB DESCRIPTION Operating Engineer - Heavy&Highway DISTRICT 8
ENTIRE COUNTIES
it Page 51
- 06/30/2013
Prevailing Wage Rates for 07101 /2012 Published by the New York State Department of Labor
Last Published on Aug 01 2012
/0 PRC Number 2012007420 Dutchess County
Putnam, Westchester
PARTIAL COUNTIES
Dutchess: 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 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 Route 343, then along Route 343 east to the northern boundary of the Town of Dover Plains
and east along the northern boundary of the 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
GROUP I: Boom Truck, Cherry Picker, Clamshell, Crane, (Crawler, Truck),
Dragline,Rough Terrain Crane.
GROUP I -A: Auger, Auto Grader, Dynahoe and Dual purpose and similar machines, Barber Green Loader -Euclid Loader or similar type
machine, boat captain, boring machine(all types), Bulldozer -All Sizes, Central Mix Plant Operator, Cherry Picker(Cableway)-Hydraulic,
chipper (all types), close circuit t.v., Compactor with Blade,Concrete Portable Hoist, C.M.I. or Similar, Conway or Similar Mucking Machines,
Gradall, Shovel Backhoe, etc. Grader, Derrick (Stone -Steel) Elevator & Cage, Front End Loaders over 1 1/2yds Hoist Single, Double, Triple
Drum, Hoist Portable Mobile Unit, Hoist Engineer Concrete(Crane-Derrick-Mine Hoist), Hoist Engineer -Material, Hydraulic Boom, Letourneau
or Tournapull (Scrapers over 20 yds struck), Mucking Machines, Overhead Crane, Paver (concrete) Pulsemeter, Push Button (Buss Box)
Elevator, Road Mix Machines, Ross Carrier and similar, Shovels (Tunnels), SideBoom, Spreader (asphalt), Scoopmobile-Tractor-Shovel
over 1 1/2 yards, Trenching Machines, Telephies-Vermeer Concrete Saw Trencher and/or Similar, Tractor type Demolition Equipment,
Whirly,P-811 Track Renewal Machine-Similiar, certified Welder, Excavator (and all attachments).
GROUP I -B: 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, Vibrator Roller, etc., Roller 4 ton and over, Welder.
Ir.
GROUP II -B: Mechanic -All Types.
GROUP III: Air Tractor Drill, Asphalt Plant, Batch Plant, Boiler (High Pressure), Concrete Breaker, Concrete Pump, Concrete Spreader, Curb
Cutter Machine, Farm Tractor (All Types), Finishing Machine (Concrete) Fine Grading Machine, Fireman, Forklift, Forklift (Electric) John
Henry drill or similar, Joy Drill or similarTractor Drilling Machine, Loader 1 1/2 yards and under, Locomotive(AII Sizes), Maintenance
Engineer, Machine Pulling Sheep's Foot Roller, Material Hopper, Mixer Concrete -21 E and over, Mulching Grass Spreader, Portable Plant,
Portable Batch Plant, Portable Crusher, Powerhouse Plant, Quarry Master, Roller under 4 ton, Spreading and Fine Grading Machine, Steel
Cutting Machine, Stone Crusher, Sweeper, Turbo JetBurner or Similar, Well Drilling Machine, Winch Truck, "A" Frame Truck, Skid
Steer/Bobcat.
GROUP IV -A: Service Man (Fuel Truck), Service Man (Grease Truck).
it
GROUP IV -B: Compressor -Compressor Plant -Paint Compressor -Steel Erection, ConveyorBelt Machine, Lighting Unit (Portable &
Generator), Pilot/Assistant Engineer/2 seated, Pumps -Pump Station -Water -Sewer -Gypsum -Plaster, etc., Pump Truck(Sewer Jet or Similar),
Roller -Motorized (Walk Behind), Welding Machine Steel Erection Excavation), Well Point System, Welder's Helper, Mechanic's Helper,
Bending Machine, Dust Collector, Mixer Concrete under 21-E, Heater all types, Steam Jenny, Stock Room Attendant, Siphon Pump -Air -
Steam, Tar Joint Machine, Vibrator (1 to 5), Compressor Truck mounted (2-6).
GROUP V-A: Engineer -All Tower Cranes -All Climbing Cranes and all cranes of 100 ton capacity or greater(3900 Manitowac or similar), Hoist
Engineer(Steel), Engineer -Pile Driver, Welder -Certified, Jersey Spreader, Pavement Breaker(Air Ram), Post Hole Digger.
WAGES: (per hour)
07/01/2012 07/01/2013
Group 1 $ 52.23 $ 53.38
Group I -A 46.17 47.17
Group I -B 48.19 49.65
Group II -A 44.26 45.21
Group II -B 45.61 46.60
Group III 43.50 44.44
Group IV -A 39.64 40.48
Group IV -B 34.19 34.89
Group V-A
Engineer All Tower,Climbing
and Cranes of 100 Tons 59.02 60.34
Hoist Engineer(Steel) 53.17 54.73
Engineer(Pile Driver) 56.68 58.30
Jersey Spreader, Pavement Breaker.
(Air Ram)Post Hole Digger 44.85 46.24
j�„ Page 52
Published by the New York State Department of Labor
Prevailing Wage Rates for 07/01/2012 - 06/30/2013
PRC Number 2012007420 Dutchess County
Last Published on Aug 01 2012
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 over the rate listed in the Wage Schedule.
Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday.
NOTE - In order to use the A Day/10 Hour Work Schedule,' you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work
Schedule,' form PW30R-, additionally, there must be a dispensation of hours in place on the project.
60
SUPPLEMENTAL BENEFITS
(per hour)
Journeyman: 07/01/2012 03/04/2013
$16.37 on all $16.80 on all
x 60 hours paid hours paid
PLUS $7.65 PLUS $8.00
limited to limited to
first 40 hours first 40 hours
worked. worked.
PLUS $1.00 per PLUS $1.00 per
hour on all hour on all
hours worked. hours worked.
OVERTIME PAY
See (B, E, E2, Q, *U) on OVERTIME PAGE
HOLIDAY
bw HOLIDAY:
Paid......... See (5, 6, 7, 8, 11, 12) on HOLDIAY PAGE.
Overtime:.... See (5, 6, 7, 8, 11, 12) on HOLIDAY PAGE.
Note: For Holiday codes 5 & 6, code U applies.
iu. Note: If employees are required to work on Easter Sunday
they shall be paid at the rate of triple time.
REGISTERED APPRENTICES
03/04/2013
$ 16.37 on all
(1)year terms at the following rate.
hours paid.
hours paid.
PLUS $1.00 per
07/01/2012
03/04/2013
1 st term
$ 21.75
$ 22.22
2nd term
26.10
26.66
3rd term
30.45
31.11
4th term
34.80
35.55
(r Supplemental Benefits per hour:
Apprentices: 07/01/2012
03/04/2013
$ 16.37 on all
$16.80 on all
hours paid.
hours paid.
PLUS $1.00 per
PLUS $1.00 per
hour on all
hour on all
r hours worked.
hours worked.
8-137HH
Operating Engineer - Heavy&Highway 08101/2012
JOB DESCRIPTION Operating Engineer - Heavy&Highway DISTRICT 1
ENTIRE COUNTIES
Albany, Broome, Chenango, Clinton, Columbia, Essex, Franklin, Fulton, Greene, Hamilton, Herkimer, Montgomery, Otsego, Rensselaer,
Saratoga, Schenectady, Schoharie, Tioga, Warren, Washington
PARTIAL COUNTIES
Dutchess: Defined as north of the northern boundary line of City of Poughkeepsie then due east to Route 115 to Bedelt Road then east
along Bedelt Road to VanWagner Road 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.
WAGES
ka Page 53
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
Last Published on Aug 01 2012 PRC Number 2012007420 Dutchess County
CLASSIFICATION A:
Asphalt Curb Machine (Self Propelled, Slipform), Automated Concrete Spreader (CMI Type), Automatic Fine Grader, Backhoe (Except
60 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
Propelled, Slipform), Concrete Pump, Crane, Cherry Picker, Derricks (steel erection), Dragline, Overhead Crane (Gantry or Straddle type),
Pile Driver, Truck Crane, Directional Drilling Machine, Dredge, Dual Drum Paver, Excavator (All PurposeHydraulically Operated) (Gradall or
Similar), Front End Loader (4 cu. yd. and Over), Head Tower (Sauerman or Equal), Hoist (Two or Three Drum), Holland Loader,
Maintenance Engineer, Mine Hoist, Mucking Machine or Mole, Pavement Breaker(SP) Wertgen; PB -4 and similar type, Power Grader,
Profiler (over 105 H. P.), Quad 9, Quant' Master (or equivalent), Scraper, Shovel, Side Boom, Slip Form Paver (If a second man is needed,
he shall be an Oiler), Tractor Drawn BeltType Loader, Truck or Trailer Mounted Log Chipper (Self Feeder), Tug Operator (Manned Rented
Equipment Excluded), Tunnel Shovel
CLASSIFICATION B:
Asphalt Paver, Backhoe (Tractor Mounted, Rubber Tired), Bituminous Recycler Machine, Bituminous Spreader and Mixer, Blacktop Plant
(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 (Under 4 cu. yd.), Greaseman/Lubrication Engineer, HiPressure Boiler (15
lbs. and over), Hoist (One Drum), Hydro -Axe, Kolman Plant Loader and Similar Type Loaders (If Employer requires another man to clean 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 Crete, Ready Mix Concrete Plant, Refrigeration Equipment
(for soil stabilization), Road Widener, Roller (all above subgrade), Sea Mule, Self-contained Ride -on Rock Drill(Excluding Air -Track Type
Drill), Skidder, Tractor with Dozer and/or Pusher, Trencher, Tugger Hoist, Vermeer saw (ride on, any size or type), Welder
CLASSIFICATION C:
A Frame Winch Hoist on Truck, Articulated Heavy Hauler, Aggregate Plant, Asphalt or Concrete Grooving Machine (ride on), Ballast
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 Drill 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), Hydra -Spiker (ride -on), Hydraulic Pump Qacking system), Hydro
-Blaster (Water), Mulching Machine, Oiler, Parapet Concrete or Pavement Grinder, Post Hole Digger and Post Driver, Power Broom (towed),
Power Heaterman, Power Sweeper, Revinius Widener, Roller (Grade and Fill), Scarifier (ride -on), Shell Winder, Skid steer loader (Bobcat or
similar), Span -Saw (ride -on), Steam Cleaner, Tamper (ride -on), Tie Extractor (ride -on), Tie Handler (ride -on), Tie Inserter (ride -on), Tie
Spacer (ride -on), Tire Repair, Track Liner (ride -on), Tractor, Tractor (with towed accessories), Vibratory Compactor, Vibro Tamp, Well Point,
and the following hands-off equipment: Compressors, Dust Collectors, Generators, 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.
r.
WAGES per hour
07/01/2012
07/01/2013
07/01/2014
Master Mechanic
$ 36.32
$ 37.67
$ 39.02
Class A*
34.71
36.06
37.41
Class B
33.80
35.15
36.50
Class C
31.23
32.58
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.
Additional $2.50 per hr. for hazardous waste removal work on State and/or Federally designated waste site which require employees to wear
Level C or above forms of personal protection.
(*) Premiums for CRANES is based upon Class A rates with the following premiums:
- Additional $4.00 per hr for Tower Cranes, including self erecting.
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 all Hydraulic Cranes and Derricks with a manufacturer's rating of 49 ton and below, including boom trucks.
SUPPLEMENTAL BENEFITS
Per hour worked
Journeyman $ 22.60 $ 23.35 $ 24.10
OVERTIME PAY
See (B, E, Q) on OVERTIME PAGE
HOLIDAY
Paid: See (5,6) on HOLIDAY PAGE
Overtime: See (5,6) on HOLIDAY PAGE
,r 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
iiir Page 54
Published by the New York State Department of Labor
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 PRC Number 2012007420 Dutchess County
Last Published on Aug 01 2012
1000 hours terms at the following percentage of Journeyman's wage Class B
1 st 2nd 3rd 4th
60% 70% 80% 90%
Supplemental Benefits per hour worked
07/01/2012 07/01/2013 07/01/2014
All Terms $18.00 $ 18.75 $19.
50 1-158H/H Alb
i
Operating Engineer - Heav &Hi hwa - Tunnel 08/01/2012
JOB DESCRIPTION Operating Engineer - Heavy&Highway - Tunnel DISTRICT 8
ENTIRE COUNTIES
Putnam, Westchester
lir PARTIAL COUNTIES
Dutchess: 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 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 Route 343, then along Route 343 east to the northern boundary of the Town of Dover Plains
and east along the northern boundary of the 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
GROUP I: Boom Truck, Cherry Picker, Clamshell, Crane(Crawler, Truck), Dragline, Rough Terrain Crane.
taw
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., Compactor with Blade, Concrete Portable Hoist, C.M.I. or similar, Conway or similar Mucking Machine,
6 Crane(Crawler or Truck) dragline, Gradall, Shovel Backhoe, etc. Grader, Derrick(Stone-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, Letourneau or Toumapull(Scrapers over 20 yards struck), Log Skidder, Moveable
Concrete Barrier Transfer & Transport Vehicle, Mucking Machines. Overhead Crane, Paver(concrete), Pulsemeter, Push Button(Buzz
11110 Box)Elevator, Raise Boring Machine, Road Mix Machines. Robot Hammer(Brock or similar), Ross Carrier and similar machines,
Shovels(Tunnels), Side Boom, Slip Form Machine, Spreader(Asphalt), Scoopmobile-Tractor-Shovel over 1 1/2 yards, Trenching Machines,
Telephies-Vermeer Concrete Saw Trencher and/or similar, Tractor type demolition equipment, Whirly.
GROUP I -B: Road Paver(Asphalt).
GROUP II -A: Balast Regulators, Compactor Self-propelled, Cow Tracks, 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: Mechanic(outside) all types, Shop Mechanic.
GROUP III: Air Tractor Drill, Asphalt Plant, Batch Plant, Boiler (High Pressure), Concrete Breaker, Concrete Pump, Concrete Spreader,
Curb Cutter Machine, Farm Tractor(all types), Finishing Machine(Concrete) Fine Grading Machine, Firemen, Forklift, Forklift(Electric), John
Henry Drill or similar, Joy Drill or similar Tractor Drilling Machine, Loader 1 1/2 yards and under, Locomotive(all sizes), Maintenance
Engineer, Machine Pulling Sheeps Foot Roller, Material Hopper, Mixer Concrete(21-E & over), Mulching Grass Spreader, Portable Asphalt
Plant, Portable Batch Plant, Portable Crusher, Powerhouse Plant, Quarry Master, Roller under 4 ton, Spreading and Fine Grading Machine,
Steel Cutting Machine, Stone Crusher, Sweeper, Turbo Jet Burner or similar, Well Drilling Machine, Winch Truck "A' Frame.
GROUP IV -A: Service Man(Fuel Truck), Service Man(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 Unit(portable & generator), Mixer Concrete under 21-E, Pilot/Assistant
Engineer/2 seated, Pumps -Pump Station -Water -Sewer -Gypsum -Plaster, etc., Pump Truck(Sewer Jet or similar), Roller Motorized(Walk
behind), Steam Jenny, Stock Room Attendant, Syphon Pump -Air -Stream, Tar Joint Machine, Vibrator(1 to 5), Welding Machine, Welders
Helper.
GROUP V-A: Engineer(Pile Driver), Engineer(all Tower Cranes, all Climbing Cranes & all cranes of 100 ton capacity or greater), Helicopter
6r Hoist Operator, Helicopter Pilot, Helicopter Signalman, Hoist Engineer(Steel-Sub Structure), Engineer -Pile Driver, Jersey -Spreader,
Pavement breaker(Air Ram), Master Mechanic, Asst. Master Mechanic, Post Hole Digger, Welder -Certified.
i
kr WAGES: (per hour) 03/04/2013
07/01 /2012
iko Page 55
e
e
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
Last Published on Aug 01 2012 PRC Number 2012007420 Dutchess County
GROUP 1 $ 52.23 $ 53.38
GROUP I -A 46.17 47.17
GROUP I -B 48.19 49.65
GROUP II -A 44.26 45.21
GROUP II -B 45.61 46.60
GROUP III 43.50 44.44
GROUP IV -A 39.64 40.48
GROUP IV -B 34.19 34.89
GROUP V-A
Engineer -Pile Driver 56.68 58.30
Engineer -Cranes 59.02 60.34
Hoist Engineer 53.17 54.73
Jersey Spreader,
Pavement Breaker
(Air Ram),
Post Hole Digger 44.85 46.24
An additional 20% to wage when required to wear protective equipment on hazardous/toxic waste projects. Operators required to use two
buckets pouring concrete on other than road pavement shall receive $0.50 per hour over scale. 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 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 capacity over (5) cubic yards shall be paid an additional $0.50 per hour.
SUPPLEMENTAL BENEFITS
Per hour:
Journeyworker.
07/01/2012
$ 16.37 all
hours paid
+$7.65 first 40
hours worked
+$1.00 for all
hours worked
03/04/2013
$ 16.80 all
hours paid
+$8.00 first 40
hours worked
+$1.00 for all
hours worked
OVERTIME PAY
See (D, O, ;U, V) on OVERTIME PAGE
HOLIDAY
Paid: See (5, 6, 7, 8, 11, 12) on HOLIDAY PAGE
Overtime: See (5, 6, 7, 8, 11, 12) on HOLIDAY PAGE
" 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.
REGISTERED APPRENTICES
(1)year terms at the following rates.
07/01/2012 03/04/2013
1 st year
1 st year
$ 21.75 per hr.
$ 22.22 per hr.
2nd year
2nd year
$ 26.10 per hr.
$ 26.66 per hr.
3rd year
3rd year
$ 30.45 per hr.
$ 31.11 per hr.
4th year
4th year
$ 34.80 per hr.
$ 35.55 per hr.
Supplemental Benefits per hour:
Apprentices: 07101/2012
03/04/2013
$16.37 all
$16.00 all
hours paid
hours paid
+$1.00 for all
+$1.00 for all
hours worked
hours worked
Page 56
8-137Tun
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
Last Published on Aug 01 2012 PRC Number 2012007420 Dutchess County
Operating Engineer - Marine Construction 08101/2012
r JOB DESCRIPTION Operating Engineer - Marine Construction DISTRICT 4
ENTIRE COUNTIES
Albany, Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware,
Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Kings, Lewis, Livingston, Madison, Monroe,
rr Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Queens, Rensselaer,
Richmond, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Suffolk, Sullivan, Tioga, Tompkins,
Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates
CLASS B
Spider/Spill Barge Operator,
Tug Operator(over1000hp),
Operatorll, Fill Placer,
Derrick Operator, Engineer,
Chief Mate, Electrician,
Chief Welder,
Maintenance Engineer
$ 28.49
Certified Welder, $ 26.84
Boat Operator(licensed)
CLASS C
iYlr Drag Barge Operator,
Steward, Mate,
Assistant Fill Placer,
it Welder (please add)$ 0.06
Boat Operator
CLASS D
Shoreman, Deckhand,
Rodman, Scowman, Cook,
Messman, Porter/Janitor
Ilw
Oiler(please add)$ 0.09
$ 26.14
$ 25.29
$ 21.09
SUPPLEMENTAL BENEFITS
Irr Per Hour:
THE FOLLOWING SUPPLEMENTAL BENEFITS APPLY TO ALL CATEGORIES
07/01/2012
All Classes A & B $ 8.45 plus 7%
of straight time
wage overtime hours
add $ 0.63
All Class C $ 8.10 plus 8%
of straight time
wage overtime hours
(pr add $ 0.48
All Class D $ 7.85 plus 8%
of straight time
wage overtime hours
add $ 0.33
OVERTIME PAY
Page 57
WAGES
Per Hour:
DREDGING OPERATIONS
07/01/2012
CLASS A
Operator, Leverman,
$ 32.89
Lead Dredgeman
CLASS Al
To conform to Operating Engineer
Dozer,Front Loader
Prevailing Wage in locality where work
Operator
is being performed including benefits.
CLASS B
Spider/Spill Barge Operator,
Tug Operator(over1000hp),
Operatorll, Fill Placer,
Derrick Operator, Engineer,
Chief Mate, Electrician,
Chief Welder,
Maintenance Engineer
$ 28.49
Certified Welder, $ 26.84
Boat Operator(licensed)
CLASS C
iYlr Drag Barge Operator,
Steward, Mate,
Assistant Fill Placer,
it Welder (please add)$ 0.06
Boat Operator
CLASS D
Shoreman, Deckhand,
Rodman, Scowman, Cook,
Messman, Porter/Janitor
Ilw
Oiler(please add)$ 0.09
$ 26.14
$ 25.29
$ 21.09
SUPPLEMENTAL BENEFITS
Irr Per Hour:
THE FOLLOWING SUPPLEMENTAL BENEFITS APPLY TO ALL CATEGORIES
07/01/2012
All Classes A & B $ 8.45 plus 7%
of straight time
wage overtime hours
add $ 0.63
All Class C $ 8.10 plus 8%
of straight time
wage overtime hours
(pr add $ 0.48
All Class D $ 7.85 plus 8%
of straight time
wage overtime hours
add $ 0.33
OVERTIME PAY
Page 57
Prevailing Wage Rates for 07/01/2012 - 06/30/2013
Last Published on Aug 01 2012
See (B, F, R) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 8, 15, 26) on HOLIDAY PAGE
Published by the New York State Department of Labor
PRC Number 2012007420 Dutchess County
4-25a-MarConst
operating Engineer - Survey Crew 08/01/2012
JOB DESCRIPTION Operating Engineer- Surrey Crew DISTRICT 6
ENTIRE COUNTIES
Albany, Allegany, Broome, Cayuga, Chemung, Chenango, Clinton, Columbia, Cortland, Essex, Franklin, Fulton, Greene, Hamilton,
Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe,Montgomery, Niagara, Oneida, Onondaga, Ontario, Oswego, Otsego, Rensselaer,
Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Tioga, Tompkins, Warren, Washington, Wayne, Yates
PARTIAL COUNTIES
Dutchess: : The Northern portion of the county from the Northern boundry line of the City of Poughkeepsie North.
Genesee: Only that portion of the county that lies east of a line down the center of Route 98 to include all area that lies within the City of
Batavia
WAGES
Per hour.
SURVEY CLASSIFICATIONS: Party Chief- One who directs a survey party. Instrument person- One who runs the instrument and assists the
Party Chief. Rod person- One who holds the rods and, in general, assists the surrey party.
07/01/2012
Survey Rates:
Party Chief $ 32.62
instrument/Rod person 29.85
Additional $3.00 per hr. for work in a Tunnel.
Additional $2.50 per hr. for EPA or DEC certified toxic or hazardous waste work
SUPPLEMENTAL BENEFITS
Per hour worked:
Journeyman $ 21.75
OVERTIME PAY
See (B, E, Q) on OVERTIME PAGE
HOLIDAY
Paid: See (5,6) on HOLIDAY PAGE
Overtime: See (5, 6) on HOLIDAY PAGE
REGISTERED APPRENTICES
WAGES: (1 yr. or 1000 hrs.) terms at the following wage rates.
1 st year 60%
$ 17.91
2nd year 70%
20.89
3rd year 80%
23.88
SUPPLEMENTAL BENEFITS:
$ 21.75
6-545 D.H.H.
Operating En ineer - Survey Crew - Consulting Engineer uts/u1/zuiz
" JOB DESCRIPTION Operating Engineer - Survey Crew - Consulting Engineer DISTRICT 6
ENTIRE COUNTIES
Albany, Allegany, Broome, Cayuga, Chemung, Chenango, Clinton, Columbia, Cortland, Essex, Franklin, Fulton, Greene, Hamilton,
Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Niagara, Oneida, Onondaga, Ontario, Oswego, Otsego, Rensselaer,
Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Tioga, Tompkins, Warren, Washington, Wayne, Yates
PARTIAL COUNTIES
Dutchess: The northern portion of the county from the northern boundry line of the City of Poughkeepsie north.
Genesee: Entire county except that portion of the county that lies west of a line down the center of Route 98 excluding that area that lies
within the City of Batavia.
WAGES
Per hour.
rr
Page 58
Published by the New York State Department of Labor
Prevailing Wage Rates for 07/0112012 - 06/30/2013
Last Published on Aug 01 2012 PRC Number 2012007420 Dutchess County
Feasibility and preliminary design surveying, line and grade surveying for inspection or supervision of construction
when performed under a Consulting Engineer Agreement.
SURVEY CLASSIFICATIONS: Party Chief- One who directs a survey party.
Instrument Man- One who runs the instrument and assists the Party Chief.
Rodman- One who holds the rods and in general, assists the survey party.
07/0112012
Survey Rates:
Party Chief $ 32.62
Instrument/Rodperson 29.85
Additional $3.00 per hr. for work in a Tunnel.
Additional $2.50 per hr. for EPA or DEC certified toxic or hazardous waste work
SUPPLEMENTAL BENEFITS
Per hour worked:
$ 21.75
OVERTIME PAY
See (B, E, Q) on OVERTIME PAGE
j0 HOLIDAY
Paid: See (5,6) on HOLIDAY PAGE
Overtime: See (5,6) on HOLIDAY PAGE
6-545 DCE
O er ting Engineer -Tunnel 08101!2012
JOB DESCRIPTION Operating Engineer - Tunnel DISTRICT 5
rw ENTIRE COUNTIES
Albany, Allegany, Broome, Cayuga, Chemung, Chenango, Clinton, Columbia, Cortland, Essex, Franklin, Fulton, Greene, Hamilton,
Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Oneida, Onondaga, Ontario, Oswego, Otsego, Rensselaer,
Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Tioga, Tompkins, Warren, Washington, Wayne, Yates
it PARTIAL COUNTIES
Dutchess: Northern part of Dutchess to the northern boundary line of the City of Poughkeepie then due east to Route 115 to Bedelt Road
then east along Bedelt Road to VanWagner Road then north along VanWagner Road to Bower Road then east along Bower Road to Rte. 44
east to Rte. 343 then along Rte. 343 east to the northern boundary of the Town of Dover Plains and east along the northern boundary 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 rate.
6b Crane 2: All Lattice Boom Cranes and all other cranes with a manufacturer's 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 manufacturer's rating of forty nine (49) ton nad below, including boom trucks, to be paid
$2.00 per hour over Class A rate.
MASTER MECHANIC/CHIEF TUNNEL ENG.:
CLASS A: Automatic Concrete Spreader (CMI Type); Automatic Fine Grader, Backhoe (except tractor-mounted,rubber tired); Belt Placer
00 (CMI Type); Blacktop Plant (Automated); Cableway; Caisson Auger, Central Mix Concrete Plant (Automated); Concrete Curb Machine (Self-
propelled slipform) Concrete Pump (8" or over); Dredge; Dual Drum Paver, Any Mechanical Shaft Drill; Excavator (all purpose-hydraulic-
Gradall or Similar); Fork Lift (factory rated 15 ft and over); Front End Loader (4 c.y & over); Gradall; Head Tower (Sauerman or Equal), Hoist
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 Belt Type Loader; Tripper/Maintenance Eng.(Shaft & Tunnel);
Truck or Trailer Mounted Log Chipper (self-feeding); Tug Operator (Manned rented equip. excluded); Tunnel Shovel; Mining Machine(Mole
and Similar Types).
CLASS B: Automated Central Mix Concrete Plant; Backhoe Trac-Mtd, Rubber Tired); Backhoe (topside); Bitum. Spred. & 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; Crusher, Diesel Power
60 Unit; Drill Rigs (Tractor Mounted); Front End Loader (under 4 c.y.); Grayco Epoxy Machine; Hoist (One Drum); Hoist 2 or 3 Drum (Topside);
Kolman Plant Loader & Similar Type Loaders (if Employer requires another person to clean the screen or to maintain the equipment, he shall
be an Oiler); L.C.M. Work Boat Operator, Locomotive; Maint. Eng. (Topside); Grease Man; Welder; Mixer (for stabilized base -self propelled);
Monorail Machine; Plant Eng.; Personnel Hoist; Pump Crete; Ready Mix Concrete Plant; Refrigeration Equipment (for soil stabilization);
;Crete Mach.; Shovel (Topside); Tractor with Dozer and/or Pusher, Trencher,
Road Widener, Roller (all above sub -grade); Sea Mule; Sho
Tugger Hoist, Tunnel Locomotive; Winch and Winch Cat.
Page 59
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
PRC Number 2012007420 Dutchess County
Last Published on Aug 01 2012
CLASS C: A Frame Truck; Ballast Regulator (ride -on); Compressors (4 under 2,000 cfm combined capacity; or 3 or less with more than
1200 cfm. but not to exceed 2,000 cfm); Compressors (any size but subject to other provisions for compressors -Dust Collectors, Generators,
Pumps, Welding Machines, Light Plants -4 of any type or combination); Concrete Pavement Spreaders and Finishers; Conveyor; Drill (core);
Drill well; Elec Pump Used in Conjunction with Well Point System; Farm Tractor with Accessories; Fine Grade Machine; ForkLift (under 15
ft); Grout Pump (over (5) cu. ft.; Gunite Machine; Hammers (hydraulic- self propel.); Hydra -Spiker -Ride on; Hydra -Blaster; Hydra Blaster
(water); Motorized Form Carrier; Post Hole Digger & Post Driver; Power Sweep; Roller grade & fill); Scarifer (Ride on); Span -Saw (Ride -on);
Submersible Electric Pump (when used in lieu of well point system); Tamper (Ride -on); Tie -Extractor, Tie Handler, Tie Inserter, Tie Spacer
and Track Liner (Ride -on); Tractor (with towed accessories); Vibratory Compactor; Vbro Tamp, Well Point.
CLASS D: Aggregate Plant; Cement & Bin Operator, Compressors( 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 Plants -3 or less -any
type or combination); Concrete Saw (self propelled); Fireman; Form Tamper; Hydraulic Pump (jacking system); Light Plants; Mulching
Machine; Oiler; Parapet Concrete or Pavement Grinder; Power Broome towed; Power Heaterman; Revinius Widener; Shell Winder; Steam
Cleaner and Tractor; Greaseman; Junior Engineer.
Per hour. 07/01/2012 07/01/2013 07/01/2014
Crane 1 $ 41.28 $ 42.48 $ 43.68
go
Crane 2 40.28 41.48 42.68
j Crane 3 39.28 40.48 41.68
Master Mechanic
39.41
40.61
41.81
�r.
CLASS A
37.28
38.48
39.68
r CLASS B
36.06
37.26
38.46
CLASS C
33.27
34.47
35.67
CLASS D
30.26
31.46
32.66
SUPPLEMENTAL BENEFITS
Per hour paid:
Journeyman $ 22.75 $ 23.65 $ 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 terms at the following percentages.
1 st term 60% of Class D
2nd term 65% of Class C
3rd term 70% of Class B
4th term 75% of Class A
Supplemental Benefits per hour paid:
$ 22.75 $ 23.65 $ 24.55
JOB DESCRIPTION Painter
ENTIRE COUNTIES
60 Columbia, Dutchess, Greene, Orange, Sullivan, Ulster
WAGES
Perhour
07/01/2012
Brush/Paper Hanger $ 28.69
in
05/01/2013
An Additional
$ 2.25'
Page 60
DISTRICT 1
5-832TL.
08/01/2012
Prevailing Wage Rates for 07/01/2012 06/30/2013 Published by the New York State Department of Labor
PRC Number 2012007420 Dutchess County
Last Published on Aug 01 2012
Dry Wall Finisher 28.69 225*
Lead Abatement 28.69 2.25*
r Sandblaster -Painter 28.69 2.25*
Spray Rate 29.69 2.25*
' (*) To be allocated at a later date
is
See Bridge Painting rates for the following work:
Structural Steel (defined as any steel where a man works without the support of solid scaffolding or mechanical lifts excluding bridges), all
r work performed on tanks (100,000 gallons or over twenty feel high), ALL BRIDGES, towers, smokestacks, flagpoles. Rate shall apply to all
of said areas from the ground up.
SUPPLEMENTAL BENEFITS
Per hour worked
Journeyman $ 1729
OVERTIME PAY
ba See (B, E, E2, Q) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5,6) on HOLIDAY PAGE
1W REGISTERED APPRENTICES
Wages per hour
Six (6) month terms at the following percentage of Journeyman's wage
1st 2nd 3rd 4th 5th 6th
40% 50% 60% 70% 80% 90%
1rr
Supplemental Benefits per hour worked
1 st term
im All others
$ 8.39
17.29
1-155
Painter - Bridge &.Structural Steel 08/01/2012
JOB DESCRIPTION Painter - Bridge & Structural Steel DISTRICT 9
ENTIRE COUNTIES
Albany, Bronx, Clinton, Columbia, Dutchess, Essex, Franklin, Fulton, Greene, Hamilton, Kings, Montgomery, Nassau, New York, Orange,
Putnam, Queens, Rensselaer, Richmond, Rockland, Saratoga, Schenectady, Schoharie, Suffolk, Sullivan, Ulster, Warren, Washington,
Westchester
WAGES
Per Hour Worked: 07/01/2012 10/1/2012
STEEL:
Bridge Painting
$ 51.23 $ 52.23
ilir
Power Tool/Spray
Additional $6.00 per hour above hourly rate, whether straight time or overtime
Note: Generally, for Bridge Painting Contracts,
ALL WORKERS on and off the bridge (including Flagmen) are to be paid Painter's Rate, the
iin
contract must be ONLY for Bridge Painting.
SUPPLEMENTAL BENEFITS
Per Hour Worked:
07101/2012 1011/2012
Journeyworker
$ 26.80* $ 27.05
$31.04—
31.04**ho
ho
Hourly Rate after 40 hours
from May 1 st to Nov. 15th
$ 6.75 only
Hourly Rate after 50 hours
from Nov. 16th to April 30th
$ 6.75 only
*For the period of May 1st to November 15th:
Page 61
Published by the New York State Department of Labor
Prevailing Wage Rates for 07/01/2012 - 06/30/2013
PRC Number 2012007420 Dutchess County
Last Published on Aug 01 2012
This rate shall be paid up to maximum of forty (40) hours worked per week. For all hours exceeding 40, the hourly rate shall drop to the
hourly rate shown above by date.
r EXCEPT for the first and last week of employment on the project, and for the weeks of Memorial Day, Independence Day and Labor Day,
this rate shall be paid for the actual number of hours worked.
**For the period of November 16th to April 30th:
fir This rate shall be paid up to a maximum of fifty (50) hours worked per week. For all hours exceeding 50, the hourly rate shall drop to the
hourly rate shown above by date.
OVERTIME PAY
See (A, F, R) on OVERTIME PAGE
60 NOTE: Calculate overtime rate as follows: Bridge Painting and Power Tool/Spray titles subtract $4.98 from the hourly rate.
HOLIDAY
'4 Paid: See (1) on HOLIDAY PAGE
Overtime: See (4,6) on HOLIDAY PAGE
REGISTERED APPRENTICES
(Wage per hour Worked):
E
Apprentices: (1) year terms
1st 2nd 3rd
07/01/2012 $ 20.55 $ 30.78 $ 41.00
10/01/2012 $ 20.95 $ 31.38 $ 41.80
Supplemental Benefits per hour worked:
07/01/2012 $ 8.35 $ 19.00 $ 22.90
10/01/2012 $ 8.70 $ 19.15 $ 23.10 9-DC-9/806/155-BrSS
Painter - Line Striping 08/01/2012
fr
JOB DESCRIPTION Painter - Line Striping DISTRICT 9
ENTIRE COUNTIES
Albany, Bronx, Clinton, Columbia, Dutchess, Essex, Franklin, Fulton, Greene, Hamilton, Kings, Montgomery, Nassau, New York, Orange,
Putnam, Queens, Rensselaer, Richmond, Rockland, Saratoga, Schenectady, Schoharie, Suffolk, Sullivan, Ulster, Warren, Washington,
Westchester
to
WAGES
Per hour:
66 Painter (Striping -Highway): 07/01/2012
Striping -Machine Operator* $26.61 plus an additional $0.50**
Linerman Thermoplastic $31.87 plus an additional $0.50**
11r ** To be allocated at a future date
Note: * Includes but is not limited to: Positioning of cones and directing of traffic using hand held devices. Excludes the Driver/Operator of
equipment used in the maintenance and protection of traffic safety
SUPPLEMENTAL BENEFITS
Per hour paid: 07/01/2012
fir Joumeyworker:
Striping -Machine operator $14.18
Linerman Thermoplastic $ 14.55
OVERTIME PAY
See (*B, **132, E, E2, P, S) on OVERTIME PAGE
HOLIDAY
Paid: See (5, 20) on HOLIDAY PAGE
Overtime: See (5, 8, 11, 12, 15, 16, 17, 20, 21, 22) on HOLIDAY PAGE 9-8A128A-LS
lir
Painter - Metal Polisher 08/01/2012
JOB DESCRIPTION Painter - Metal Polisher DISTRICT 9
ENTIRE COUNTIES
Page 62
Published by the New York State Department of Labor
Prevailing Wage Rates for 07/0112012 - 06/3012013
PRC Number 2012007420 Dutchess County
Last Published on Aug 01 2012
Albany, Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware,
Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Kings, Lewis, Livingston, Madison, Monroe,
Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Queens, Rensselaer,
Richmond, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Suffolk, Sullivan, Tioga, Tompkins,
Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates
WAGES
07/01/2012
Metal Polisher
Metal Polisher—
Metal Poilsher—
$ 26.11
$ 27.02
$ 29.61
—Note: Applies on New Construction & complete renovation
*** Note: Applies when working on scaffolds over 34 feet.
SUPPLEMENTAL BENEFITS
Per Hour. 07/01/2012
Joumeyworker:
All classification
$ 12.92
OVERTIME PAY
See (B, E, Q, T) on OVERTIME PAGE
HOLIDAY
Paid: See (5, 6, 11, 15, 16, 25, 26) on HOLIDAY PAGE
Overtime: See (5, 6, 9, 11, 15, 16, 25, 26) on HOLIDAY PAGE
REGISTERED APPRENTICES
Wages per hour:
One (1) year term at the following wage rates:
1st 2nd 3rd
$13.50 $15.00 $18.00
Supplentals benefits:
Per hour paid:
1st 2nd 3rd
$10.27 $10.39 $10.63 9-8A/28A-MP
Plum ber 08101/2012
JOB DESCRIPTION Plumber DISTRICT 8
ENTIRE COUNTIES
Dutchess
PARTIAL COUNTIES
Delaware: Only the Townships of Middletown and Roxbury.
Ulster. Entire county (including Wallkill and Shawangunk Prisons in Town of Shawangunk) EXCEPT for remainder of Town of Shawangunk,
and Towns of Plattekill, Marlboro, and Wawarsing.
WAGES
t` (per hour)
� 07/01/2012
Plumber &
I; Steamfitter $ 44.54
SHIFT WORK:
When directly specified in public agency or authority contract documents, shift work outside the regular hours of work shall be comprised of
eight (8) hours per shift not including Saturday, Sundays and holidays. One half (1/2) hour shall be allowed for lunch after the first four (4)
hours of each shift. Wage and Fringes for shift work shall be straight time plus a shift premium of twenty-five (25%) percent. A minimum o
five days Monday through Friday must be worked to establish shift work.
SUPPLEMENTAL BENEFITS
Per hour.
(1r
Joumeyworker: $ 24.19 per hour paid
+ 2.73 per hour worked-
-Not Subject to Overtime
OVERTIME PAY
Page 63
Prevailing Wage Rates for 07/01/2012 - 06/30/2013
Last Published on Aug 01 2012
See (B, *E, Q, V) on OVERTIME PAGE
* Note: Time & 1/2 for 1 st. 8 on Sat.- all additional hours double time.
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 8, 16, 25) on HOLIDAY PAGE
REGISTERED APPRENTICES
(1)year terms at the following rates.
1 st year $ 16.78
2nd year 23.40
3rd year 27.19
4th year 32.76
5th year 37.91
4'
Supplemental Benefits per hour:
Apprentices
1 st year $ 10.62 per hour paid
+ 1.16 per hour worked
2nd year 13.43 per hour paid
+ 1.30 per hour worked
s 3rd year 15.47 per hour paid
+ 1.60 per hour worked
4th year 17.13 per hour paid
+ 2.36 per hour worked
5th year 18.82 per hour paid
+ 2.36 per hour worked
+rr
Published by the New York State Department of Labor
PRC Number 2012007420 Dutchess County
8 -21.2 -SF
Plumber - HVAC / Service 08/01/2012
JOB DESCRIPTION Plumber - HVAC / Service DISTRICT 8
ENTIRE COUNTIES
Dutchess, Putnam, Westchester
PARTIAL COUNTIES
Delaware: Only the townships of Middletown and Roxbury
Ulster. Entire County(including Wallkill and Shawangunk Prisons) except for remainder of Town of Shawangunk and Towns of Plattekill,
Marlboro, and Wawarsing.
WAGES
Per hour. 07/01/2012
HVAC Service $ 37.54
Jobbing & Alteration*
(Dutchess and Ulster County Only) $ 34.89
6
*Repairs, replacements and alteration work is any repair or replacement of a present plumbing system that does not change existing
( roughing or water supply lines.
1w
SHIFT WORK:
When directly specified in public agency or authority contract documents, shift work outside the regular hours of work shall be comprised of
eight (8) hours per shift not including Saturday, Sundays and holidays. One half (1/2) hour shall be allowed for lunch after the first four (4)
hours of each shift. Wage and Fringes 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.
SUPPLEMENTAL BENEFITS
Per hour worked:
07/01/2012
Journeyworker HVAC Service
$ 17.00 per hour paid
+ 1.10 per hour worked**
lir Page 64
Published by the New York State Department of Labor
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 PRC Number 2012007420 Dutchess County
Last Published on Aug 01 2012
Journeyworker Jobbing Alterations
$ 19.63 per hour paid
�r + 2.73 per hour worked-
" Not subject to overtime
OVERTIME PAY
See (B, '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: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 8, 16,25) on HOLIDAY PAGE
REGISTERED APPRENTICES
HVAC SERVICE
REGISTERED APPRENTICES
(1)year terms at the following wages.
1 st yr. 2nd yr. 3rd yr.
07/01/2012 $17.54 $ 20.46 $ 25.67
Supplemental Benefits per hour worked:
Apprentices 07/01/2012
1 st term $ 14.75 per hour paid
+ 1.10 per hour worked
2nd term $ 15.12 per hour paid
+ 1.10 per hour worked
3rd term $ 15.64 per hour paid
+ 1.10 per hour worked
4th term $ 16.18 per hour paid
+ 1.10 per hour worked
5th term $ 16.60 per hour paid
+ 1.10 per hour worked
4th yr. 5th yr.
$ 31.43 $33.73
JOBBING & ALTERATIONS
REGISTERED APPRENTICES
(1)year terms at the following wages.
1 st yr. 2nd yr. 3rd yr. 4th yr. 5th yr.
07/01/2012 $ 14.08 $ 18.53 $ 22.13 $ 25.80 $ 29.69
rcoorer -
JOB DESCRIPTION Roofer DISTRICT 9
ENTIRE COUNTIES
Bronx, Dutchess, Kings, New York, Orange, Putnam, Queens, Richmond, Rockland, Sullivan, Ulster, Westchester
Page 65
8-21.1&2-SF/Re/AC
08/0112012
Supplemental Benefits per hour worked:
Apprentices
07/01/2012
1 st term
$ 8.27 per hour paid
+ 0.50 per hour worked
2nd term
$ 10.80 per hour paid
+ 0.93 per hour worked
3rd term
$ 11.94 per hour paid
+ 1.05 per hour worked
4th term
$ 14.49 per hour paid
+ 1.46 per hour worked
5th term
$ 15.52 per hour paid
+ 1.90 per hour worked
rcoorer -
JOB DESCRIPTION Roofer DISTRICT 9
ENTIRE COUNTIES
Bronx, Dutchess, Kings, New York, Orange, Putnam, Queens, Richmond, Rockland, Sullivan, Ulster, Westchester
Page 65
8-21.1&2-SF/Re/AC
08/0112012
Published by the New York State Department of Labor
Prevailing Wage Rates for 07/01/2012 - 06/30/2013
PRC Number 2012007420 Dutchess County
Last Published on Aug 01 2012
r WAGES
Per Hour. 07/01/2012
Roofer/Waterproofer $ 39.00
SUPPLEMENTAL BENEFITS
Journeyworker $ 27.92
OVERTIME PAY
t See (B, H) on OVERTIME PAGE
i, Note: An observed holiday that falls on a Sunday will be observed the following Monday.
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 13, 25) on HOLIDAY PAGE
REGISTERED APPRENTICES
(1) year terms at the following percentage of Journeyworkers hourly wage.
1 st 2nd 3rd 4th
110 35% 50% 60% 75%
Supplements per hour paid at the following rates:
im
Apprentice: 1 st 2nd 3rd 4th
$ 4.24 $ 14.13 $16.88 $ 21.03
ir.
9-8R
Sheetmetal Worker 08/01/2012
JOB DESCRIPTION Sheetmetal Worker DISTRICT 8
ENTIRE COUNTIES
Dutchess, Orange, Putnam, Rockland, Sullivan, Ulster, Westchester
WAGES
07/01/2012
SheetMetal Worker $ 41.81
SHIFT WORK
For all NYS D.O.T. and other Governmental mandated off -shift work:
10% increase for additional shifts for a minimum of five (5) days
SUPPLEMENTAL BENEFITS
Journeyworker $ 31.85
OVERTIME PAY
OVERTIME:.. See (B, E, Q,) on OVERTIME PAGE.
*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 are
included in the wages).
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 8, 13, 16, 23) on HOLIDAY PAGE
REGISTERED APPRENTICES
1st 2nd 3rd 4th 5th 6th 7th 8th
$15.43 $17.35 $ 19.28 $ 21.21 $ 23.13 $ 25.07 $ 27.27 $ 29.70
11r Supplemental Benefits per hour:
Apprentices
1 st term $ 14.03
k 2nd term 15.80
3rd term 17.55
4th term 19.31
irrr Page 66
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
Last Published on Aug 01 2012 PRC Number 2012007420 Dutchess County
5th term 21.07
6th term 22.81
6' 7th term 24.29
8th term 25.55
8-38
Sprinkler Fitter 08/01/2012
JOB DESCRIPTION Sprinkler Fitter DISTRICT 1
ENTIRE COUNTIES
Dutchess, Orange, Putnam, Rockland, Sullivan, Ulster, Westchester
WAGES
Per hour
07/01/2012 01/01/2013
Sprinkler $ 39.08 $ 39.08
Fitter
SUPPLEMENTAL BENEFITS
Per hour worked
Journeyman $ 2U.bb
'-0 zu.rw
OVERTIME PAY
See (B, E, Q) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5,6) on HOLIDAY PAGE
Note: When a holiday falls on Sunday, the following Monday
shall be considered a holiday 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
im
day shall be at the double time rate.
REGISTERED APPRENTICES
Wages per hour
ire
For Apprentices HIRED PRIOR TO 04/01/2010:
f
One Half Year terms at the following wage
1 st 2nd 3rd 4th
5th 6th 7th 8th 9th 10th
$ 19.70 $ 19.70 $ 21.35 $ 23.32
$ 25.29 $ 27.26 $ 29.23 $ 31.20 $ 33.17 $ 35.14
Supplemental Benefits per hour worked
07/01/2012
01/01/2013
1 st & 2nd Terms $ 8.74
$ 8.74
3rd Term 14.87
15.02
4th Term 14.93
15.08
5th Term 20.24
20.39
6th Term 20.30
20.45
7th Term 20.36
20.51
r
8th Term 20.41
20.56
9th Term 20.47
20.62
10th Term 20.53
20.68
For Apprentices HIRED ON OR AFTER 04/01/2010:
One Half Year terms at the following wage
1st 2nd 3rd 4th
5th 6th 7th 8th 9th 10th
$17.73 $ 19.70 $ 21.35 $ 23.32
$ 25.29 $ 27.26 $ 29.23 $ 31.20 $ 33.17 $ 35.14
Supplemental Benefits per hour worked
07/01/2012
01/0112013
1 st Term $ 8.68
$ 8.68
2nd Term 8.74
8.74
3rd Term 14.87
15.02
4th Term 14.93
15.08
5th Term 15.49
15.64
6th Term 15.55
15.70
7th Term 15.61
15.76
krr
Page 67
Prevailing Wage Rates for 07/01/2012 - 06/30/2013
Published by the New York State Department of Labor
PRC Number 2012007420 Dutchess County
Last Published on Aug 01 2012
8th Term 15.66 15.81
} 9th Term 15.72 15.87
10th Term 15.78 15.93
1-669.2
Survey Crew Consulting 08/01/2012
JOB DESCRIPTION Survey Crew Consulting DISTRICT 9
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Putnam, Queens, Richmond, Suffolk, Westchester
PARTIAL COUNTIES
Dutchess: Only the portion south of the north city line in Poughkeepsie.
WAGES
Feasibility and preliminary design surveying, line and grade surveying for inspection or supervision of construction when performed under a
Consulting Engineer agreement.
Categories cover GPS & underground surveying.
WAGES: (per hour)
07/01/2012
Survey Rates:
j Party Chief..... $ 33.70
Instrument Man.. $ 28.38
Rodman.......... $ 25.02
SUPPLEMENTAL BENEFITS
Per Hour.
All Crew Members: $11.70
it,,, OVERTIME PAY
OVERTIME:.... See (B, E*, Q, V) ON OVERTIME PAGE.
*Doubletime paid on the 9th hour on Saturday.
LHOLIDAY
Paid: See (5, 6, 7, 11, 16) on HOLIDAY PAGE
Overtime: See (5, 6, 7, 11, 16) on HOLIDAY PAGE
9-15dconsult
r Teamster Building / Heavy&Highway 08/01/2012
JOB DESCRIPTION Teamster - Building / Heavy&Highway DISTRICT 11
ENTIRE COUNTIES
Dutchess, Orange, Rockland, Sullivan, Ulster
WAGES
GROUP 1: LeTourneau Tractors, Double Barrel Euclids, Athney Wagons and similar equipment (except when hooked to scrapers), Low
6P Beds, 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.
f' GROUP 1A: 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 similar types of equipment, Fuel Trucks
00 and Batch Trucks and all other Tractor Trailers.
GROUP 4: Tri -Axles, Ten Wheelers, Grease Trucks, Tillerman, Pattern Trucks, Intinuator Trucks. Water Trucks.
GROUP 5: Straight Trucks.
GROUP 6: Pick-up Trucks for hauling materials, parts, and Escort Man over -the -road.
WAGES: (per hour) 07/01/2012 05/01/2013
GROUP 1 $ 30.35 $ 30.75
Page 68
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
Last Published on Aug 01 2012 PRC Number 2012007420 Dutchess County
GROUP 1A 31.49 31.89
GROUP 2 29.79 30.19
lig GROUP 3 29.57 29.97
GROUP 4 29.46 29.86
GROUP 5 29.34 29.74
GROUP 6 29.34 29.74
61
NOTE: additional 20% premium above the hourly 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 paid for off -shift or irregular shift work when mandated by the
NYS DOT or other governmental agency contracts.
SUPPLEMENTAL BENEFITS
Per hour paid:
l First 40 hours $ 26.25 $ 27.30
Over 40 hours 20.95 22.00
OVERTIME PAY
OVERTIME:... See (B, E, P,T*,U"*) on OVERTIME PAGE.
HOLIDAY
HOLIDAY:
Paid:...... See (5, 6, 13, 15, 25) on HOLIDAY PAGE.
Overtime:.. See (5, 6, 13, 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.
rr� 11-4456/HH
Welder 08/01/2012
JOB DESCRIPTION Welder DISTRICT 1
ENTIRE COUNTIES
Albany, Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware,
Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Kings, Lewis, Livingston, Madison, Monroe,
Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Queens, Rensselaer,
Richmond, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Suffolk, Sullivan, Tioga, Tompkins,
Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates
WAGES
Per hour 07/01/2012
Welder (To be paid the same rate of the mechanic performing the work)
Iwr OVERTIME PAY
HOLIDAY
lire Page 69
1 -As Per Trade
Prevailing Wage Rates for 07/01/2012 - 06/30/2013
Last Published on Aug 01 2012
Published by the New York State Department of Labor
PRC Number 2012007420
Overtime Codes
Following is an explanation of the code(s) listed in the OVERTIME section of each classification contained in the attached schedule.
Additional requirements may also be listed in the HOLIDAY section.
(A )
Time and one half of the hourly rate after 7 hours per day
(AA)
Time and one half of the hourly rate after 7 and one half hours per day
r
(B)
Time and one half of the hourly rate after 8 hours per day
( B1)
Time and one half of the hourly rate for the 9th & 10th hours week days and the 1 st 8 hours on Saturday.
Double the hourly rate for all additional hours
r
( B2)
Time and one half of the hourly rate after 40 hours per week
(C)
Double the hourly rate after 7 hours per day
r
(Cl)
Double the hourly rate after 7 and one half hours per day
(D)
Double the hourly rate after 8 hours per day
r
( D1)
Double the hourly rate after 9 hours per day
(E)
Time and one half of the hourly rate on Saturday
r
( E1)
Time and one half 1st 4 hours on Saturday Double the hourly rate all additional Saturday hours
( E3)
Between November 1 st and March 3rd Saturday may be used as a make-up day at straight time when a day is
lost during that week due to inclement weather, provided a given employee has worked between 16 and 32
hours that week
( E2)
Saturday may be used as a make-up day at straight time when a day is lost during that week due to inclement
'
weather
( E4)
Saturday and Sunday may be used as a make-up day at straight time when a day is lost during that week due
to inclement weather
(F)
Time and one half of the hourly rate on Saturday and Sunday
(G)
Time and one half of the hourly rate on Saturday and Holidays
it
(H)
Time and one half of the hourly rate on Saturday, Sunday, and Holidays
(I)
Time and one half of the hourly rate on Sunday..
Yr
(1)
Time and one half of the hourly rate on Sunday and Holidays
( K)
Time and one half of the hourly rate on Holidays
Irr
( L)
Double the hourly rate on Saturday
(M)
Double the hourly rate on Saturday and Sunday
( N)
Double the hourly rate on Saturday and Holidays
(0)
Double the hourly rate on Saturday, Sunday, and Holidays
( P)
Double the hourly rate on Sunday
( Q
Double the hourly rate on Sunday and Holidays
ir
( R)
Double the hourly rate on Holidays
(S)
Two and one half times the hourly rate for Holidays, if worked
(Si)
Two and one half times the hourly rate the first 8 hours on Sunday or Holidays One and one half times the
hourly rate all additional hours.
(T)
Triple the hourly rate for Holidays, if worked
Page 70
Published by the New York State Department of Labor
Prevailing Wage Rates for 07/01/2012 - 06/30/2013
PRC Number 2012007420
Last Published on Aug 01 2012
(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
e
jy Page 71
Prevailing Wage Rates for 07/01/2012 - 06/30/2013
Last Published on Aug 01 2012
Published by the New York State Department of Labor
PRC Number 2012007420
Holiday Codes
" PAID Holidays:
Paid Holidays are days for which an eligible employee receives a regular day's paT, but is not required to perform work. If an emplo ee
works on a day listedasa paid holiday, this remuneration is in addition to paymen} of the required prevailing rate for the work actually
performed.
OVERTIME Holiday Pay:
Overtime holiday pay is the premium pay that is required for work performed on specified holidays. It is only required where the employee
actually performs work on such holidays. The applicable holidays. are listed under HOLIDAYS: OVERTIME. The required rate of pay for
these covered holidays can be found in the OVERTIME PAY section listings for each classification.
Following is an explanation of the code(s) listed in the HOLIDAY section of each classification contained in the attached schedule. The
Holidays as listed below are to be paid at the wage rates at which the employee is normally classified.
( 1 )
None
(2)
Labor Day
(3)
Memorial Day and Labor Day
(4)
Memorial Day and July 4th
(5)
Memorial Day, July 4th, and Labor Day
r
(6)
New Years, Thanksgiving, and Christmas
(7)
Lincoln's Birthday, Washington's Birthday, and Veterans Day
(8)
Good Friday
(9)
Lincoln's Birthday
(10)
Washington's Birthday
( 11 )
Columbus Day
( 12)
Election Day
r
( 13)
Presidential Election Day
( 14)
1/2 Day on Presidential Election Day
rtr
(15)
Veterans Day
( 16)
Day after Thanksgiving
(17)
July 4th
(18)
1/2 Day before Christmas
(19)
1/2 Day before New Years
(20)
Thanksgiving
(21)
New Year's Day
(22)
Christmas
(23)
Day before Christmas
(24)
Day before New Year's
(25)
Presidents' Day
( 26)
Martin Luther King, Jr. Day
'
(27)
Memorial Day
Illi
Page 72
New York State Department of Labor - Bureau of Public Work
State Office Building Campus
Building 12 - Room 130
Albany, New York 12240
REQUEST FOR WAGE AND SUPPLEMENT INFORMATION
As Required by Articles 8 and 9 of the NYS Labor Law
Fax (5 18) 485-1870 or mail this form for new schedules or for determination for additional occupations.
This Form Must Be Typed
IN' Submitted By:�
(Check Only One) ❑ Contracting Agency ❑ Architect or Engineering Firm ❑ Public Work District Office Date:
j A. Public Work Contract to be let by: (Enter Data Pertaining to Contracting/Public Agency)
1. Name and complete address F (Check if new or change)
Telephone:
E -Mail:
Fax: ( )
3. SEND REPLY TO ( ❑ check if new or change)
Name and complete address:
Yir
Telephone:(
E -Mail:
B. PROJECT PARTICULARS
Wr 5. Project Title
Description of Work
WP
Contract Identification Number
Fax: ( )
Note: For NYS units, the OSC Contract No.
7. Nature of Project - Check One:
❑ 1. New Building
ba ❑ 2. Addition to Existing Structure
❑ 3. Heavy and Highway Construction (New and Repair)
❑ 4. New Sewer or Waterline
❑ S. Other New Construction (Explain)
❑ 6. Other Reconstruction, Maintenance, Repair or Alteration
❑ 7. Demolition
❑ 8. Building Service Contract
2. NY State Units (see Item 5)
❑ 01 DOT
❑ 02 OGS
❑ 03 Dormitory Authority
❑ 04 State University
Construction Fund
❑ 05 Mental Hygiene
Facilities Corp.
❑ 06 OTHER N.Y. STATE UNIT
❑ 07 City
❑ 08 Local School District
❑ 09 Special Local District, i.e.,
Fire, Sewer, Water District
❑ 10 Village
❑ 11 Town
❑ 12 County
❑ 13 Other Non-N.Y. State
(Describe)
4. SERVICE REQUIRED. Check appropriate box and provide project
information.
❑ New Schedule of Wages and Supplements.
APPROXIMATE BID DATE:
❑ Additional Occupation and/or Redetermination
PRC NUMBER ISSUED PREVIOUSLY FOR OFFICE USE ONLY
THIS PROJECT:
6. Location of Project:
Location on Site
Route No/Street Address
Village or City
Town
County
S. OCCUPATION FOR PROJECT:
❑ Construction (Building, Heavy
❑
Guards, Watchmen
Highway/Sewer/M/ater)
❑
Janitors, Porters, Cleaners,
❑ Tunnel
Elevator Operators
❑ Residential
❑
Moving furniture and
❑ Landscape Maintenance
equipment
❑ Elevator maintenance
❑
Trash and refuse removal
❑ Exterminators, Fumigators
❑
Window cleaners
❑ Fire Safety Director, NYC Only
❑
Other (Describe)
9. Has this project been reviewed for compliance with the Wicks Law involving separate bidding?
rre 10. Name and Title of Requester
Signature
ift PW -39 (04.11)
SEE PAGE TWO FOR LAWS RELATING TO PUBLIC WORK CONTRACTS
YES ❑ NO ❑
-,", I ''I I'll -4 1 11 - I A , A -
e
A
NEW YORK STATE DEPARTMENT OF LABOR
Bureau of Public Work - Debarment List
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE
AWARDED ANY PUBLIC WORK CONTRACT
Under Article 8 and Article 9 of the NYS Labor Law, a contractor, sub -contractor and/or
its successor shall be debarred and ineligible to submit a bid on or be awarded any
public work or public building service contract/sub-contract with the state, any municipal
corporation or public body for a period of five (5) years from the date of debarment
when:
• Two (2) final determinations have been rendered within any consecutive six-year
(6) period determining that such contractor, sub -contractor and/or its successor has
WILLFULLY failed to pay the prevailing wage and/or supplements
• One (1) final determination involves falsification of payroll records or the kickback of
wages and/or supplements
NOTE: The agency issuing the determination and providing the information, is denoted
under the heading 'Fiscal Officer'. DOL = NYS Dept. of Labor; NYC = New York City
Comptroller's Office; AG = NYS Attorney General's Office; DA = County District
Attorney's Office.
A list of those barred from bidding, or being awarded, any public work contract or
subcontract with the State, under section 141-b of the Workers' Compensation Law,
may be obtained at the following link, on the NYS DOL Website:
https://dbr.labor.state.ny.us/EDList/searchPa.ge.do
a
it
NYSDOL Bureau of Public Work Debarment List 08120/2012
e
Article 8
Fiscal Dfficer
FEINT
L EMPLOYER NAME '
EMPLOY/=R
DBA.NAMESAkATE-
ADDRESS
DEBARMENTS; :`DEBARMENT<
-END DATE.
AGENCY
DOL
NYC
A &T IRON WORKS INC
25 CLIFF STREET
NEW ROCHELLE NY 10801
12/21/2009
12/21/2014
DOL
DOL
""`0711
A ULIANO &SON LTD
22 GRIFFEN COURT
MILLER PLACE NY 11746
10/26/2010
10/26/2015
DOL
DOL
A ULIANO CONSTRUCTION
22 GRIFFEN
RPLACE COURT N1
MI746
10/26/2010
10/26/2015
DOL
NYC
""'5804
AAR/CO ELECTRIC INC
5902 AVENUE N
BROOKLYN NY 11234
03/20/2009
03/20/2014
DOL
NYC
—4486
ABBEY PAINTING CORP
21107 28TH AVENUE
BAYSIDE NY 11360
07/02/2012
07/02/2017
DOL
DOL
—9095
ABDO TILE CO
6179 EAST MOLLOY ROAD
EAST SYRACUSE NY 13057
06/25/2010
07/02/2017
DOL
DOL
—9095
ABDO TILE COMPANY
EAST AST MOLLOY
CUSE NYROOAD 57
06125/2010
07/02/2017
DOL
DOL
—0635
ABOVE ALL PUMP REPAIR
CORP
360 KNICKERBOCKER
AVENUE
BATAVIA NY 11716
10/20/2008
10/20/2013
DOL
NYC
"'"`5022
ACE DRYWALL SYSTEMS INC.
194ASHLAND1LACE
BROOKLDOL
03/06/2008
03/06/2013
AG
--8219
ACTIVE CABLING INC
C/ FRNK DECAPITE
SYCAMORE ROAD
DRWOODBURY NY 11797
10/02/2008
10/01/2013
DOL
DOL
ADAM A CEMERYS
2718 CURRY ROAD
SCHENECTADY NY 12303
07/08/2010
07/08/2015
DOL
DOL
--7584
ADAM'S FLOOR COVERING
LLC
SC 2718 CURRY NY 12303 07/08/2010
02/15/2017
DOL
DOL
AFFORDABLE PAINTING PLUS
367 GREEVES ROAD
NEW HAMPTON NY 10958
10/01/2010
10/01/2015
DOL
DOL
ALBERT CASEY
43-28 54TH STREET
WOODSIDE NY 11377
07/01/2011
07/01/2016
DOL
DOL
ALL TOWNS MECHANICAL
BARRRY R S
18 EASTFRESUNRISE
G 8 AY
NY HIGHWAY
01/21/2008
01/21/2013
DOL
DOL
""`8740
ALLSTATE ENVIRONMENTAL
CORP
P7 BUTLER SE MONTHS RS
NY 10710
03/18/2011
03/15/2017
DOL
DOL
--8534
ALPHA INTERIORS INC
513 ACOR PARK NYRN STREET/ SUITE C
DEEDOL
05/27/2010
05/27/2015
DOL
--8291
AMIR'S VISION INC
230 PRATT STREET
BUFFALO NY 14204
09/17/2008
09/17/2013
DOL
NYC
ANDERSON LOPEZ
670 SOUTHERN BLVD
BRONX NY 10455
06/14/2011
06/14/2016
DOL
DOL
—0860
ANDREA STEVENS
TRUCKENS ING
2458EAS RIV
NERROAD
3045
01/23/2008
01/23/2013
DOL
AG
ANTHONY BRANCA
700 SUMMER STREET
STAMFORD CT
11/24/2009
11/24/2014
DOL
DA
ANTHONY CARDINALE
58-48 59TH STREET
MASPETH NY 11378
05/16/2012
05/16/2017
DOL
DOL
ANTHONY POSELLA
El
30 GLEN HOLLOW
ROCHESTER NY 14622
10/19/2009
10/19/2014
DOL
DOL
ANTHONY TAORMINA
215 MCCORMICK DRIVE
BOHEMIA NY 11716
05/20/2009
05/20/2014
DOL
DOL
ANTHONY ULIANO
22 GRIFFEN COURT
MILLER PLACE NY 11746
10/26/2010
10/26/2015
DOL
DOL
—2725
ARAGONA COONNSSTRUCTION
5755EAST AMHE ST NY OAA
10/10/2007
10/10/2012
DOL
DOL
—8688
ARC MECHANICAL CORP
215 MCCORMICK DRIVE
BOHEMIA NY 11716
05/20/2009
05/20/2014
DOL
DOL
'*"`8482
ARGO CONTRACTING CORP
5752YOUWEST WEBB WN OH 445 D
05/21/2008
05/21/2013
DOL
NYC
ARIE BAR
5902 AVENUE N
BROOKLYN NY 11234
03/20/2009
03/20/2014
DOL
DOL
ARTHUR C OSUORAH
PO BOX 1295
BUFFALO NY 14215
02/15/2008
02/15/2013
DOL
DOL
—8027
ARTHUR DESIGN ENGINEERS
& ASSOCIATES
PO BOX 1295
BUFFALO NY 14215
02/15/2008
02/15/2013
DOL
DOL
—9336
ARTIERI SPECIALTIES LLC
SWITZER
SALES4094
ET
1LOCKPORTE-STIE
11/04/2009
11/04/2014
DOL
DOL
—2993
AST DRYWALL & ACOUSTICS
INC
46 JOHN STRE711
NEWYORK38
12/16/2008
12116/2013
DOL
DOL
`""'2534
B & B CONCRETE
CONTRACTORS INC
55 OLD TURNPIKE ROAD
SUITE 612NANUET NY 10954
02/04/2011
02/04/2016
DOL
NYC
BASIL ROMEO
243-03 137TH AVENUE
ROSEDALE NY 11422
03/25/2010
03/25/2015
DOL
DOL
BEATRICE ORTEGA
764 BRADY AVE - APT 631
BRONX NY 10462
05121/2008 05/21/2013
irr
NYSDOL Bureau of Public Work Debarment List 08/20/2012
Article 8
it
N
DOL
DOL
CONTRACTING CORP
2 TINA LANE
HOPEWELL JUNCTION NY
12533
01/06/2012
01/06/2017
DOL
DOL
-2294 BEDELL
VIGLIOTTI
C/O LUVIN CONSTRUCTION
CO
CO
P 0 BOX 357CARLE PLACE NY
11514
03115/2010
03/15/2015
DOL
DOL
BERNARD COHNEN
193 HARWOOD PLACE
PARAMUS NJ 07652
05/14/2008
05/14/2013
DOL
NYC
""`6999
BEST ROOFING OF NEW
JERSEY LLC
30 MIDLAND AVENUE
WALLINGTON NJ 07057
1110512010
11/0512015
DOL
DOL
CHARLES RIBAUDO
-9890
BETTY JOE FRAZIER
CONSTRUCT/
ON GROUP
W23960 WHITE
NY0AD 13601
02/14/2008
02/1412013
DOL
DOL
61 WILLET ST - SUITE 14
PASSAIC NJ 07055
1210312009
BIAGIO CANTISANI
DOL
200 FERRIS AVENUE
WHITE PLAINS NY 10603
12/04/2009
05/04/2017
DOL
DOL
04129/2008
04/29/2013
-0818
BLASTEC INC
SA MIILLER LASTIN
G & PAINTING
121 LINCOLN
NYENUE 02121/2008
02/21/2013
DOL
DOL
DOL
DOL
-8501
BLOCKHEAD CONCRETE &
PAVING INC
P O BOX 71
CHEEKTOWAGA NY 14225
09/03/2008
09/03/2013
DOL
NYC
-8377
CTION
BOSPHORUS CONSTRUCTION
TION
CORPOR
HIIGBROOKLYN WA11 ST 1 D
3817 KINGS
06/30/2010
06/30/2015
DOL
DOL
DOL
BRIAN HOME
2219 VALLEY DRIVE
SYRACUSE NY 13207
1210412009
12/04/2014
DOL
-4311
C & F SHEET METAL CORP
02/25/2009
201 RICH NDNY STREET
BROODOL
02/24/2014
DOL
DOL
-9286
CALI BROTHERS INC
1223 PARK STREET
PEEKSKILL NY 10566
09/1212007
09/1212012
DOL
DOL
CANTISANI & ASSOCIATES
LTD
442 FERRIS AVENUE
WHITE PLAINS NY 10603
12/04/2009
05/04/2017
DOL
DOL
CANTISANI HOLDING LLC
220 FERRIS AVENUE
WHITE PLAINS NY 10603
05/0412012
05/04/2017
DOL
DOL
-1143
CARMODY BUILDING CORP
MO442 UNT K SOLNK O ROAD
05/04/2012
05/04/2017
DOL
DOL
-3368
CARMODY CONCRETE CORP
442 ARMONK ROAD
MOUNT KISCO NY 10549
12/04/2009
05/04/2017
DOL
DOL
CARMODY CONTRACTING
CORP
220 FERRIS AVENUE
WHITE PLAINS NY 10603
05/04/2012
05/04/2017
DOL
DOL
-6215
CARMODY CONTRACTING INC
WH T0 FERRIS E PLAINS VENUE
05/04/2012
05/04/2017
DOL
DOL
CARMODY ENTERPRISES LTD
WH T0 FERRIS E PLAINS VENUE
12/04/2009
05/04/2017
DOL
DOL
"""'3812
CARMODY INC
442 ARMONK ROAD
MOUNT KISCO NY 10549
12/04/2009
05/04/2017
DOL
DOL
-3812
CARMODY INDUSTRIES INC
442 FERRIS AVENUE
WHITE PLAINS NY 10603
05104/2012
05/04/2017
DOL
DOL
CARMODY MAINTENANCE
CORP
105 KISCO AVENUE
MOUNT KISCO NY 10549
05104/2012
05/04/2017
DOL
DOL
-0324
CARMODY MASONRY CORP
442 ARMONK ROAD
MOUNT KISKO NY 10549
12/04/2009
05/04/2017
DOL
DOL
-3812
CARMODY"2" INC
220 FERRIS AVENUE
WHITE PLAINS NY 10603
12/04/2009
05/0412017
DOL
DOL
-9721
CATENARY CONSTRUCTION
CORP
R112 HUDSON OCHESTER NYENUE
14605
02/14/2006
10/20/2014
DOL
DOL
`-"'1683
CATONE CONSTRUCTION
_ _
294 ALPINE ROAD
fNlr W r-CTFR NY 14493
0310912012
0310912017
DOL
DOL
COMPAIN T uv%
CATONE ENTERPRISES INC
_ . _..... ...-
225 DKTOT EA STR442
03/09/2012
03/09/2017
DOL
DOL
"""7924
CBI CONTRACTING
INCORPORATED
2081 JACKSON AVENUE
COPIAGUE NY 11726
06/03/2010
06/03/2015
DOL
DOL
CHARLES MURDOUGH
203 KELLY DRIVE
EAST AURORA NY 14052
03/26/2008
03/26/2013
DOL
DOL
CHARLES OKRASKI
67 WARD ROAD
SALT POINT NY 12578
01/21/2011
01/21/2016
DOL
DOL
CHARLES RIBAUDO
513 ACORN ST - SUITE C
DEER PARK NY 11729
05/27/2010
05/2712015
DOL
DOL
"""1416
CHEROMINO CONTROL
GROUP LLC
61 WILLET ST - SUITE 14
PASSAIC NJ 07055
1210312009
02/23/2017
DOL
DOL
CHESTER A BEDELL
123 WALT WHI
NY 1A1NR OAD
04129/2008
04/29/2013
DOL
DOL
CHRIS SAVOURY
44 THIELLS-MT IVY ROAD
POMONA NY 10970
10114/2011
10/1412016
DOL
DOL
CHRIST R PAPAS
C/O TRAC CONSTRUCTION
INC
9091 ERIE ROADANGOLA NY
14006
02103/2011
02/0312016
I�Ir
NYSDOL Bureau of Public Work Debarment List 08/20/2012
Article 8
w.
11
CHRISTOF PREZBYL
2 TINA LANE
HOPEWELL JUNCTION NY
12533
01/0612012
01/06/2017
DOL
DOL
CITY
GENERAL BUILDERS INC
131 MELROSE STREET
BROOKLYN NY 11206
03/02/2010
03/02/2015
DOL
DOL
--7086
CITY GENERAL IRON WORKS
INC
131 MELROSE STREET
BROOKLYN NY 11206
03/02/2010
03/02/2015
DOL
DOL
-5329
CNY MECHANICAL
ASSOCIATES INC
P 0 BOX 250
EAST SYRACUSE NY 13057
11/06/2008
11/06/2013
DOL
DOL
DOL
NYC
-1768
COFIRE PAVING
CORPORATION
120-30 28TH AVENUE
FLUSHING NY 11354
01/14/2011
01/14/2016
DOL
DOL
-8342
CONKLIN PORTFOLIO LLC
60 COLONIAL ROAD
STILLWATER NY 12170
02115/2011
02/15/2016
DOL
-5740
CORTLAND GLASS COMPANY
INC
336 TOMPKINS STREET
CORTLAND NY 13045
10/21/2010
07/15/2016
DOL
DOL
NYC
_8777
CROSSLAND ELECTRICAL
SYSTEMS INC
846 EAST 52ND STREET
BROOKLYN NY 11203
12/1912008
12/29/2013
DOL
DOL
-0115
CROW AND SUTTON
ASSOCIATES INC
949 GROVESIDE ROAD
BUSKIRK NY 12028
08/27/2008
08/27/2013
DOL
DOL
-4266
CRYSTAL INTERIOR
CONTRACTING INC
922 CRESCENT STREET
BROOKLYN NY 11208
05/21/2008
05/21/2013
DOL
DOL
-1804
CUSTOM GARDEN
LANDSCAPING INC
283 NORTH MIDDLETOWN
ROAD
PEARL RIVER NY 10965
09/28/2009
09/28/2014
DOL
DOL
-9453
D & D MASON CONTRACTORS
INC
HO158-11 WARD 96TH STREET
14
06/25/2009
06/25/2014
DOL
DOL
_081
D & G PAINTING &
DECORATING INC
53 LITTLE COLLABAR ROAD
MONTGOMERY NY 12549
04/19/2012
04/19/2017
DOL
DOL
-6339
D J FLOORS INC
9276 VIA CIMATO DRIVE
CLARENCE CENTER NY 14032
08/29/2007
08/29/2012
DOL
DOL
D JAMES SUTTON
949 GROVESIDE ROAD
BUSKIRK NY 12028
08/27/2008
08/27/2013
DOL
DOL
DANIEL CELLUCCI ELECTRIC
1SA TON!SBU MA 015E9ET
06102/2010
06/02/2015
DOL
DOL
-7129
DANIEL T CELLUCCI
CDANIEL I
ELECTRIC
1 SA TON!SBU MASTRE9ET
06/02/2010
06/02/2015
DOL
DOL
DARIN ANDERSON
134-25 166 PLACE #5E
JAMAICA NY 11434
08/07/2008
08/07/2013
DOL
DOL
DARREN MAYDWELL
115 LEWIS STREET
YONKERS NY 10703
05/12/2009
05/12/2014
DOL
DOL
DEANNA J REED
5900 MUD MILL RD -BOX 949
BREWERTON NY 13029
09/02/2008
09/02/2013
DOL
DOL
-2311
DELCON CONSTRUCTION
CORP
220 WHITE PLAINS ROAD
TARRYTOWN NY 10591
08/27/2009
08/27/2014
DOL
DOL
" 6971
DELPHI PAINTING AND
DECORATING INC
14456COMMERCE
04AVENUE
10/09/2007
10109/2012
DOL
DOL
-3538
DELTA CONTRACTING
PAINTING AND DESIGN INC
75 MCCULLOCH DRIVE
DIX HILLS NY 11746
10119/2010
10/19/2015
DOL
DOL
DEMETRIOS KOUTSOURAS
530 BEECH STREET
NEW HYDE PARK NY 11040
07/02/2012
07/02/2017
DOL
DOL
DESMOND CHARLES
922 CRESCENT STREET
BROOKLYN NY 11208
05/21/2008
05/21/2013
DOL
DOL
DIANE DEAVER
731 WARWICK TURNPIKE
HEWITT NJ 07421
06/25/2012
06/25/2017
DOL
DOL
DIMITEIUS KASSIMIS
152-65 11TH AVENUE
WHITESTONE NY 11357
05/22/2008
05/22/2013
DOL
DOL
DONALD NOWAK
10 GABY LANE
CHEEKTOWAGA NY 14227
10/15/2009
10/15/2014
DOL
DOL
DONALD SCHWENDLER
9276 VIA CIMATO DRIVE
CLARENCE CENTER NY 14032
08/29/2007
08/29/2012
DOL
DOL
""`6148
DOT CONSTRUCTION OF NY
INC
765 BRADY ONX NYE10462 631
05/21/2008
05/21/2013
DOL
DOL
DOUGLAS MCEWEN
121 LINCOLN AVENUE
ROCHESTER NY 14611
02/21/2008
02/21/2013
DOL
DOL
DRAGOLJUB RADOJEVIC
61 WILLET ST
- SUITE 14
PASSAIC NJ 07055
12/03/2009
07/09/2015
DOL
NYC
-6176
E N E L ELECTRICAL CORP
1107MCDOYN LD AVE pUE
07/30/2010
07/30/2015
DOL
NYC
`8074
ECONOMY IRON WORKS INC
670 SOUTHERN BLVD
BRONX NY 10455
06/14/2011
06/14/2016
DOL
DOL
EDWARD SUBEH
1 CHELSEA COURT
ATLANTIC CITY NJ 08401
10/06/2008
10/06/2013
DOL
NYC
-6260
EL TREBOL SPECIAL
CLEANING INC
95-26 76TH STREET
OZONE PARK NY 11416
10/12/2011
10112/2016
DOL
DOL
-3554
ELITE BUILDING
ENTERPRISES INC
34-08 PARKWAY DRIVE
BALDWIN NY 11510
07/01/2008
i
07/21/2013
---- j
+ir
NYSDOL Bureau of Public Work Debarment List 08/2012012
Article 8
EMES HEATING & PLUMBING
CONTDOL
5 EMES LANE
MONSEY NY 10952
01120/2002
01/20/3002
07/01/2015
DOL
DOL
—0780
DOL
—6101
ENHANCED DATA COM INC
75 SHERBROOK ROAD
NORTH BABYLON NY 11704
07/01/2010
ERROL L ALLEN
134-25 166 PLACE #5E
JAMAICA NY 11434
08/07/2008
08/07/2013
DOL
DOL
ESCO INSTALLERS LLC
1 CHELSEA COURT
ATLANTIC CITY NJ 08401
10/06/2008
10/06/2013
DOL
DOL
FAULKS PLUMBING HEATING
& AIR CONDITIONING INC
3 UPTON STREET
HILTON NY 14468
06/10/2008
06/10/2013
DOL
DOL
—0329
DOLDOL
FERNANDO GOMEZ
201 RICHARDS STREET
BROOKLYN NY 11231
02/25/2009
02/25/2014
DOL
DOL
""`0768
—5867
FISHER CONCRETE INC
741 WELSH ROAD
JAVA CENTER NY 14082
04108/2009
04/08/2014
FJM-FERRO INC
6820 14TH AVENUE
BROOKLYN NY 11219
10/2712011
10/27/2016
DOL
DOL
—8067
FORTH SPORT FLOORS INC
P O BOX 74
EAST GREENBUSH NY 12061
02/28/2012
03/27/2017
DOL
DOL
—0115
FOXCROFT NURSERIES INC
949 GROVESIDE ROAD
BUSKIRK NY 12028
08/27/2008
08/27/2013
DOL
DOL
FRANCIS (FRANK) OSCIER
3677 SENECA STREET
WEST SENECA NY 14224
09/03/2008
09/03/2013
DOL
DOL
FRANK (FRANCIS) OSCIER
3677 SENECA STREET
WEST SENECA NY 14224
09/0312008
09/03/2013
DOL
NYC
FRANKACOCELIA
68 GAYLORD ROAD
SCARSDALE NY 10583
02/10/2011
02/10/2016
DOL
NYC
FRANK BAKER
24 EDNA DRIVE
SYOSSET NY 11791
05/14/2008
05/14/2013
DOL
NYC
DOL
DOL
FRANK J MERCANDO
MERCo
CONTRACTI N
G CO INC
134 MURRAY
NY 10NUE
11/22/2008
11/22/2013
FRANKJMERCANDO
134MURRAY AVENUE
YONKERS NY 10704
12/11/2009
12/11/2014
DOL
DOL
DOL
FRANK ORTIZ
75 SHERBROOK ROAD
NORTH BABYLON NY 11704
07/01/2010
07/01/2015
DOL
DOL
FRED ABDO
ABDO TILE
COMPANY
AKA ABDO
TILE CO
6179
EAST MOLLOY
NYROOAD 57
06/2512010
07/02/2017
DOL
NYC
FREDERICK LEE
89 WALKER STREET
NEW YORK NY 10013
01/0412008
01/04/2013
DOL
DOL
—9202
G & M PAINTING
ENTERPRISES INC
13915 VILLAGE LANE
RIVERVIEW MI 48192
02/0512010
02/05/2015
DOL
DOL
DOL
'*"7088
GBACONTRACTINGCORP
401521 ST AVENUE
ASTORIA NY 11105
01/11/2008
01/11/2013
DOL
DOL
—6826
GBE CONTRACTING
CORPORATION
12-14 UTOPIA PARKWAY
WHITESTONE NY 11357
02/10/2010
02/10/2015
DOL
NYC
GELSOMINA TASSONE
25 CLIFF STREET
NEW ROCHELLE NY 10601
06115/2010
0611512015
DOL
DOL
GEORGE A PATTI III
P O BOX 772
JAMESTOWN NY 14701
08/13/2010
08/13/2015
NYC
GEORGE LUCEY
150 KINGS STREET
BROOKLYN NY 11231
01119/1998
01119/2998
DOL
DOL
DOL
GEORGE SHINAS
12-14 UTOPIA PARKWAY
WHITESTONE NY 11357
02/10/2010
02/10/2015
DOL
DOL
GERALD A POLLOCK
336 TOMPKINS STREET
CORTLAND NY 13045
06/29/2010
07/15/2016
DOL
DOL
GERALD F POLUCH JR
2085 BRIGHTON HENRIETTA
TOWN LINE
ROADROCHESTER NY 14623
11/04/2010
11/04/2015
DOL
AG
GERARD IPPOLITO
563 MUNCEY ROAD
WEST ISLIP NY 11795
07/14/2008
07/14/2013
DOL
DOL
--4013
GR GRATES CONSTRUCTION
CORPORATION
63 IRONWOOD ROAD
UTICA NY 13520
06/14/2010
06/14/2015
DOL
DOL
GRATES MERCHANT NANNA
INC
63 IRONWOOD ROAD
UTICA NY 13520
06/14/2010
06/15/2015
DOL
GREG SURACI
364 BLEAKER ROAD
ROCHESTER NY 14609
10/25/2007
10/25/2012
DOL
DOL
GREGG G GRATES
63 IRONWOOD ROAD
UTICA NY 13520
06/14/2010
06/1412015
DOL
DOL
DOL
GRETCHEN SULLIVAN
P 0 BOX 130
CRETE IL 60417
11/10/2011
11/10/2016
DOL
DOL
GRIOGORIOSBELLOS
401521 ST AVENUE
ASTORIA NY 11105
01/11/2008
01/11/2013
DOL
DOL
—9985
GROUND LEVEL
CONSTRUCTION
10 GABY LANE
CHEEKTOWAGA NY 14227
10/15/2009
10/15/2014
f�.
NYSDOL Bureau of Public Work Debarment List 08/20/2012
Article 8
DOL
DOL
GRYF CONSTRUCTION INC
394 SPOTSWOOD-ENGLISH
RD
MONROE NJ 08831
08/08/2011
08/08/2016
DOL
DOL
`"" 7735
GUS PAPASTEFANOU
C/O D & G PAINTING & DECO
53 LITTLE COLLABAR
ROADMONTGOMERY NY
12549
04/19/2012
04/19/2017
DOL
DOL
—8904
HALLOCKS CONSTRUCTION
CORP
P 0 BOX 278
YORKTOWN HEIGHTS NY
10598
12/01/2008
12/01/2013
DOL
DOL
JOHN FICARELLI
120-30 28TH AVENUE
FLUSHING NY 11354
HARALAMBOS KARAS
01/14/2016
80-12 ASTORIA BOULEVARD
EAST ELMHURST NY 11370
11/22/2008
10122/2013
DOL
DOL
222 GAINSBORG AVENUE E
WEST HARRISON NY 10604
05/10/2010
—5405
HARD LINE CONTRACTING
INC
NYC
89 EDISON AVENUE
MOUNT VERNON NY 10550
10/28/2011
10/28/2016
DOL
DOL
04/06/2013
DOL
-0080
HI -AMP ELECTRICAL
CONTRACTING CORP
JOHN O'SHEA
265-12 HILLSIDE AVENUE
FLORAL PARK NY 11004
02/15/2008
02/15/2013
DOL
DOL
DOL
DOL
`""'4331
HIDDEN VALALEY
EXCAVATING INC
0R
WEST FORD NJ
225 SEYMOUR STREET
FREDONIA NY 14063
02/08/2011
02/08/2016
DOL
DOL
-9893
HOXIE'S PAINTING CO INC
2219 VALLEY DRIVE
SYRACUSE NY 13207
12/04/2009
12/04/2014
DOL
—6429
IDM ENTERPRISES INC
60 OUTWATER LANE
GARFIELD NJ 07026
05/09/2009
05/09/2014
DOL
DOL
-6293
IMPRESSIVE CONCRETE
CORP
264A SUBURBAN AVENUE
DEER PARK NY 11729
12/18/2007
12/18/2012
DOL
DOL
-7561
INDUS GENERAL
CONSTRUCTION
33-04 91ST STREET
JACKSON HEIGHTS NY 11372
04/28/2010
04/28/2015
DOL
DOL
DOL
—0488
INTERWORKS SYSTEMS, INC.
123 WALT WHITMAN ROAD
MELVILLENY7DOL
04/29/2008
04/2912013
DA
"1958
IRON HORSE ONE INC
10 ROSWELL AVENUE
OCEANSIDE NY 11572
09130/2010
09/30/2015
DOL
ISRAEL MONTESINOS
517 MILES SQUARE ROAD
YONKERS NY 10701
02/15/2008
02115/2013
DOL
DOL
DOL
IVAN D MARKOVSKI
60 OUTWATER LANE
GARFIELD NJ 07026
05/09/2009
05/09/2014
DOL
DOL
IVAN TORRES
11 PLYMOUTH ROAD
DIX HILLS NY 11746
02/15/2008
02/15/2013
DOL
DOL
—0579
J & I CONSTRUCTION CORP
110 FOURTH STREET
NEW ROCHELLE NY 10801
02/15/2008
02/15/2013
DOL
DOL
J & N LEASING AND BUILDING
MATERIALS
154 EASTBOSTONPOST
MAMARONECK NY 10543
08/11/2009
08/11/2014
DOL
DOL
—1584
J M TRI STATE TRUCKING INC
14ARMSTRO G A32EN�UE
10/21/2009
10/21/2014
DOL
DOL
JAMES SICKAU
3090 SHIRLEY ROAD
NORTH COLLINS NY 14111
04/19/2011
12/30/2016
DOL
DOL
JAMES WALSH
89 EDISON AVENUE
MOUNT VERNON NY 10550
10128/2011
10128/2016
DOL
DOL
JASON ASBURY
22562 SEA BASS DRIVE
BOCA RATON FL 33428
10/10/2007
10110/2012
DOL
DOL
JEANETTE CALICCHIA
1223 PARK STREET
PEEKSKILL NY 10566
09/12/2007
09/12/2012
DOL
DOL
JEFFREY A NANNA
502 WOODBURNE DRIVE
UTICA NY 13502
06/14/2010
06/14/2015
DOL
DOL
JEFFREY ARTIERI
107 STEVENS STREET
LOCKPORT NY 14094
11104/2009
11/0412014
DOL
DOL
JOHN B DUGAN
121 LINCOLN AVENUE
ROrHFCTFR NY 14611
02/21/2008
02/21/2013
DOL
DOL
JOHN BUONADONNA
283 NORTH MIROAD LETOWN
PEARL RIVER NY 10965
09/28/2009
09/28/2014
DOL
DOL
JOHN CATONE
C/O CATONE CONSTRUCTION
294 ALPINE
ROADROCHESTER NY 14612
03/09/2012
03/09/2017
DOL
NYC
JOHN DITURI
1107 MCDONALD AVENUE
BROOKLYN NY 11230
07/30/2010
0713012015
DOL
NYC
JOHN FICARELLI
120-30 28TH AVENUE
FLUSHING NY 11354
01/14/2011
01/14/2016
DOL
DOL
JOHN JIULIANNI
222 GAINSBORG AVENUE E
WEST HARRISON NY 10604
05/10/2010
05/10/2015
DOL
NYC
JOHN MART JR
278 ROBINSON AVENUE
NEW YORK NY 10312
04/06/2008
04/06/2013
DOL
NYC
JOHN O'SHEA
4350 BULLARD AVENUE
BRONX NY 10466
01128/2008
01/28/2013
D
5970
OM07480
NP
AND JOHN RE
FRAMING INC
P
0R
WEST FORD NJ
0312612006
03/26/2013
aw
A
p
NYSDOL Bureau of Public Work Debarment List 08/20/2012
Article 8
JOHN SMYKLA A
PAINT B E
PLUS
367 GREEVES NEW HAMPTON NY AD
10958 0958
10(01(2010
10101/2015
DOL
DOL
""'2701
JORGE OUVINA
344 SOUNDVIEW LANE
COLLEGE POINT NY 11356
11/22/2011
11/22/2016
DOLDOL
JOSE DOS SANTOS JR
85-08 60TH AVENUE
ELMHURST NY 11373
1112112008
11/21/2013
DOL
DOL
JOSE MONTAS
27 BUTLER PLACE
YONKERS NY 10710
03/18/2011
03/15/2017
DOL
DOL
JOSEPH CALICCHIA
1223 PARK STREET
PEEKSKILL NY 10566
09/12/2007
09/12/2012
DOL
DOL
JOSEPH CASUCCI
6820 14TH AVENUE
BROOKLYN NY 11219
10/27/2011
10/27/2016
DOL
DOL
JOSEPH MONETTE
C/O JOHN MONETTE
14D ARMSTRONG
AVENUESYRACUSE NY 13209
10/21/2009
10/21/2014
DOL
DOL
DOL
-1763
JR RESTORATION & ROOFING
INC
152-65 11TH AVENUE
WHITESTONE NY 11357
05/22/2008
05/22/2013
DOL
JULIUS AND GITA BEHREND
5 EMES LANE
MONSEY NY 10952
11/20/2002
11/20/3002
DOL
DOL
-9422
JUNKYARD CONSTRUCTION
CORP.
2068 ANTHONY AVENUE
BRONX NY 10457
12/26/2007
12/26/2012
DOL
DOL
DOL
DOL
K NELSON SACKOOR
16 JOY DRIVE
NEW HYDE PARK NY 11040
01/05/2010
01/05/2015
NYC
KAMIL OZTURK
3715 KINGS HWY - STE 1 D
BROOKLYN NY 11234
06/30/2010
06/30/2015
DOL
DOL
NYC
KAZIMIERZ KONOPSKI
194 ASHLAND PLACE
BROOKLYN NY 11217
03/0612008
03/06/2013
DOL
NYC
-4923
KELLY'S SHEET METAL, INC.
TL N IC AVE1 NUE
1426ATLANTIC
12/28/2007
01/14/2013
DOL
DOL
KEMPTON MCINTOSH
8531 AVENUE B
BROOKLYN NY 11236
12/16/2008
12/16/2013
DOL
DOL
KEN DEAVER
731 WARWICK TURNPIKE
HEWITT NJ 07421
06/25/2012
06/2512017
DOL
DOL
-5941
KINGSVIEW ENTERPRISES
INC
7 W FIRST STREET
P O BOX 2LAKEWOOD NY
14750
01/14/2011
01/14/2016
DOL
DOL
KRZYSZTOF PRXYBYL
2 TINA LANE
HOPEWELL JUNCTION NY
12533
01/06/2012
01/06/2017
DOL
DOL
--0526
LAGUARDIA CONSTRUCTION
CORP
47-40 48TH STREET
WOODSIDE NY 11377
07/01/2011
07/01/2016
DOL
NYC
-8816
LAKE CONSTRUCTION AND
DEVELOPMENT
CORPORATION
150 KINGS STREET
BROOKLYN NY 11231
08/19/1998
08/19/2998
DOL
DOL
-9628
LANCET ARCH INC
112 HUDSON AVENUE
ROCHESTER NY 14605
02/14/2006
10/19/2014
DOL
DOL
LANCET SPECIALTY
CONTRACTING CORP
C/O CATENARY
CONSTRUCTION
112 HUDSON
AVENUEROCHESTER NY
14605
10/19/2009
10/19/2014
DOL
DOL
LARRY FRANGOS
5752 WEST WEBB ROAD
YOUNGSTOWN OH 44515
05/21/2008
05/21/2013
DOL
DOL
--7907
LEEMA EXCAVATING INC
140 ARMSTRONG AVENUE
SYRACUSE NY 13209
10/21/2009
10/21/2014
DOL
AG
-5102
LIBERTY TREE SERVICE, INC.
563 MUNCEY ROAD
WEST ISLIP NY 11795
07/14/2008
07/14/2013
DOL
DOL
-8453
LCON (TRACTORS INCL
10TH AVENUE
MO NOT VERNON NY 10553
01/07/2011
01/07/2016
DOL
DOL
LINVAL BROWN
523 SOUTH 10TH AVENUE
MOUNT VERNON NY 10553
01/07/2011
01/07/2016
DOL
DOL
-5953
LPD CONTRACTING INC
WES205 T MCBRI DE SON VENUE
08/27/2007
08/27/2012
DOL
DOL
-5171
LUVIN CONSTRUCTION CORP
P O BOX 357
CARLE PLACE NY 11514
03/15/2010
03/15/2015
DOL
DOL
MANUEL ESTEVES
55 OLD TURNPIKE ROAD
SUITE 612NANUEr NY 10954
02/04/2011
02/04/2016
DOL
NYC
MANUEL P TOBIO
150 KINGS STREET
BROOKLYN NY 14444
08/19/1998
08/19/2998
DOL
NYC
MANUEL TOBIO
150 KINGS STREET
BROOKLYN NY 11231
08119/1998
0811912998
DOL
DOL
MARGARET FORTH
P O BOX 74
EAST GREENBUSH NY 12061
02/28/2012
03/27/2017
DOL
DOL
MARIO LUIS
31 DURANT AVENUE
BETHEL CT 06801
07/02/2012
07/02/2017
DOL
DOL
MARIO R ECHEVERRIA JR
588 MEEACHAM AVNYE OOI3 E 103
08/24/2010
08/24/2015
60 NYSDOL Bureau of Public Work Debarment List 08/20/2012
Article 8
71
4
DOL
MARK LINDSLEY
355 COUNTY ROUTE 8
FULTON NY 13069
08/0812009
08/14/2014
DOL
DOL
NYC
—4314
MASCON RESTORATION INC
129-06 18TH AVENUE
COLLEGE POINT NY 11356
02/09/2012
02/09/2017
DOL
NYC
-4314
MASCON RESTORATION LLC
COLLEGE -0618TH AVENUE
02/09/2012
02/09/2017
DOL
DOL
—0845
MASONRY CONSTRUCTION
INC
442 ARMONK ROAD
MOUNT KISCO NY 10549
12/04/2009
05/04/2017
DOL
DOL
—3333
MASONRY INDUSTRIES INC
MO442 UNT K SON RO D
12/04/2009
05/04/2017
DOL
DOL
—6826
MATSOS CONTRACTING
CORPORATION
12-14 UTOPIA PARKWAY
WHITESTONE NY 11357
02/10/2010
02/10/2015
DOL
AG
—9970
MAY CONSTRUCTION CO INC
R ET
7005 U MME RSTREET
11/24/2009
11/24/2014
DOL
DOL
—9857
MBL CONTRACTING
CORPORATION
2620 ST RAYMOND AVENUE
BRONX NY 10461
08/30/2011
08/30/2016
DOL
DOL
MCI CONSTRUCTION INC
975 OLD MEDFORD AVENUE
FARMINGDALE NY 11738
08/24/2009
08/24/2014
DOL
DOL
-5936
MCSI ADVANCED AV
SOLUTIONS LLC
2085 BRIGHTON LINE
TOWN
ROADROCHESTER NY 14623
11/04/2010
11/04/2015
DOL
DOL
-4259
MERCANDO CONTRACTING
CO INC
134 MURRAY
NY 10704E
12/11/2009
12/11/2014
DOL
DOL
—0327
MERCANDO INDUSTRIES LLC
134MU RS NY 10NUE
YONK04
12/11/2009
12/11/2014
DOL
DOL
MICHAEL STEVENS
STEVENS
TRUCKING
2458 EAST RIVER ROAD
CORTLAND NY 13045
01/23/2008
01/23/2013
DOL
DOL
—0860
MICHAEL STEVENS
STEVENSKING
TRUC3045
2458EAS RIV
NERROAD
01/2312008
01/23/2013
DOL
DOL
-2635
MIDLAND CONSTRU
LAKE INCI N OF
CEDARDOL
13216
CEDAR LAKE IL 6303CALUMET E
11/10/2011
11/10/2016
DOL
-5517
MILLENNIUM PAINTING INC
67 WARD ROAD
SALT POINT NY 12578
01/21/2011
01/21/2016
DOL
DOL
—0818
MILLER SANDBLASTING AND
PAINTING
R121 LINCOLN OCHESTER NY 1461E
02/21/2008
02/21/2013
DOL
NYC
MOHAMMAD SELIM
JA73-12 35TH AVE - APT CKSON HEIGHTS NY 11 6 72
03/04/2010
03/04/2015
DOL
DA
MOHAMMED SALEEM
76BRONX NY 1062LYDIG E
08/18/2009
05/25/2015
DOL
NYC
_2690
MONDOL CONSTRUCTION INC
LONGII1-27 3oTH DRIVE
SLAND CITY NY 11102
05/25/2011
05/25/2016
DOL
DOL
MORTON LEVITIN
3506 BAYFIELDBONY 116 2 RD
OCEANDOL
08/30/2011
08/30/2016
NYC
MUHAMMAD ZULFIQAR
COLLEGE -0618T NT VENUE
02/09/2012
02/09/2017
DOL
DOL
—2357
MUNICIPAL MILLING & MIX -IN-
PLACE
9091 E IE 1OAD
02/03/2011
02/03/2016
DOL
DOL
—2251
MURDOUGH DEVELOPMENT
INC.
AURORA DRIVE
EAST03 KELLY
14052
03/26/2008
03/26/2013
DOL
DOL
MURRAY FORTH
P O BOX 74
EAST GREENBUSH NY 12061
02/28/2012
03/27/2017
DOL
DA
""'9642
MUTUAL OF AMERICAL
GENERAL CONSTRUCTION &
MANAGEMENT CORP
768 LYDIG AVENUE
BRONX NY 10462
08/18/2009
05/25/2015
DOL
DOL
N PICCO AND SONS
CONTRACTING INC
154 EASTBOSTONPOST
MAMARONECK NY 10543
08/11/2009
08/11/2014
DOL
DOL
—4133
NASDA ELECTRICAL
ENTERPRISES INC
134-2516JAMAICA PLACE
CE - #5E
08/07/2008
08/07/2013
DOL
DOL
—9445
NASDA ENTERPRISES INC
134-25 166
JAMAICA LA CE 1434E
08/07/2008
08/0712013
DOL
DOL
NAT PICCO
154 EAST BOSTON POST
ROAD
MAMARONECK NY 10543
08/2212009
08/22/2014
DOL
DA
-6988
NEW YORK INSULATION INC
M -48 59TETH S 1REET
05/16/2012
05/16/2017
DOL
DOL
NICOLE SPELLMAN
2081 COP AGUEONY 11726E
06/03/2010
06/03/2015
DOL
DOL
NIKOLAS PSAREAS
656 N
LIN ENHURST NY E/ST C
09/01/2011
09/01/2016
DOL
DOL
—9890
NOBLE CONSTRUCTION
W23960 WHITOWN RO1 D
02/1412008
02/14/2013
DOL
DOL
-7041
NYCOM SERVICES CORP
I
80-12STORIAST0OULEVAR
FAST
11/22/2008
11/22/2013
DOL
DOL
—0797
O GLOBO CONSTRUCTION ELM 6 60TH AVENUE 11121/2008
CORPSTRST
11!21/2013
A
60
NYSDOL Bureau of Public Work Debarment List 08/20/2012
Article 8
OKBY ELSAYED
1541 EAST 56TH STREET
BROOKLYN NY 11234
05/0412012
05/04/2017
DOL
DOL
OLIVER HOLGUIN
95-26 76TH STREET
OZONE PARK NY 11416
10/1212011
10/12/2016
DOL
NYC
NYC
-3855
OT & T INC
36-28 23RD STREET
LONG ISLAND CITY NY 11106
01/15/2008
05/14/2013
DOL
NYC
-9833
PARADISE CONSTRUCTION
CORP
6814 8TH AVENUE
BROOKLYN NY 11220
12/0512007
12/05/2012
DOL
DOL
DOL
-5226
PASCARELLA & SONS
459 EVERDALE AVENUE
WEST ISLIP NY 11759
01/10/2010
01/10/2015
DOL
DOL
PATRICK BURNS
19 E. CAYUGA STREET
OSWEGO NY 13126
05/15/2008
05/15/2013
DOL
DOL
PATRICK SHAUGHNESSY
88 REDWOOD DRIVE
ROCHESTER NY 14617
05/16/2008
05116/2013
DOL
DOL
PEDRO RINCON
131 MELROSE STREET
BROOKLYN NY 11206
03/02/2010
03/02/2015
DOL
DOL
""`9569
PERFORM CONCRETE INC
31 DURANT AVENUE
BETHEL CT 06801
07/0212012
07/0212017
DOL
DOL
PETER J LANDI
249 MAIN STREET
EASTCHESTER NY 10709
10/05/2009
10/05/2014
DOL
DOL
-7229
PETER J LAND[ INC
249 MAIN STREET
EASTCHESTER NY 10709
10/05/2009
10/05/2014
DOL
DOL
'"""`1136
PHOENIX ELECTRICIANS
COMPANY INC
540 BROADWAY
P 0 BOX 22222ALBANY NY
12201
03/09/2010
03/09/2015
DOL
DOL
-5419
PINE VALLEY LANDSCAPE
CORP
RR 1, BOX 285-B
BUSKIRK NY 12028
08/27/2008
08/27/2013
DOL
DOL
PRECISION DEVELOPMENT
CORP
115 LEWIS STREET
YONKERS NY 10703
05/12/2009
05/12/2014
DOL
DOL
""7914
PRECISION SITE
DEVELOPMENT INC
89 EDISON AVENUE
MOUNT VERNON NY 10550
10128/2011
10/28/2016
DOL
DOL
-9359
PRECISION STEEL ERECTORS
INC
P 0 BOX 949
BREWERTON NY 13029
09/02/2008
09/02/2013
DOL
DOL
-6895
PROLINE CONCRETE OF WNY
INC
3090 SHIRLEY ROAD
NORTH COLLINS NY 14111
04/19/2011
12/30/2016
DOL
DOL
-2326
PUTMAN CONSTRUCTION
COMPANY OF WESTERN NY
29 PHYLLIS AVENUE
BUFFALO NY 14215
09/03/2008
09/03/2013
DOL
DOL
RAMON BONILLA
938 E 232ND STREET #2
BRONX NY 10466
05/25/2010
05/25/2015
DOL
-7294
REDWOOD FLOORING, INC.
B8 REDWOOD DRIVE
ROCHESTER NY 14617
05/16/2008
05/16/2013
DOL
NYC
-6978
RISINGTECH INC
243-03 137TH AVENUE
ROSEDALE NY 11422
03/25/2010
03/2512015
DOL
DOL
DOL
ROBBYE BISSESAR
89-51 SPRINGFIELD BLVD
QUEENS VILLAGE NY 11427
01/11/2003
01/11/3003
DOL
DOL
ROBERT DIMARSICO
1233 WALT WHITMAN ROAD
MELVILLE NY 11747
04/29/2008
04/2912013
DOL
NYC
ROBERT FICARELLI
120-30 28TH AVENUE
FLUSHING NY 11354
01/14/2011
01/14/2016
DOL
DOL
-1721
ROBERTS CONSTRUCTION OF
UPSTATE NEW YORK INC
5 BANGER AVENUE
NEW HARTFORD NY 13413
01/28/2009
01/28/2014
DOL
DOL
-3467
ROCKERS AND NOCKERS LLC
207 RIVERVIEW ROAD
REXFORD NY 12148
10/23/2007
10/23/2012
DOL
DOL
""'9025
ROJO MECHANICAL LLC
938 E 232ND STREET #2
BRONX NY 10466
05/25/2010
05/25/2015
DOL
DOL
RONALD R SAVOY
MECHANICAL
ASSOCIATES
INC
X 250
EAST SYRACOUSE NY 13057
11/06/2008
11/06/2013
DOL
DOL
ROSARIO CARRUBBA
5755 NEWHOUSE ROAD
EAST AMHERST NY 14051
10/10/2007
10110/2012
DOL
DOL
-5905
ROSE PAINTING CORP
222 GAINSBORG AVENUE
EAST
WEST HARRISON NY 10604
05/10/2010
05/10/2015
DOL
DOL
ROSEANNE CANTISANI
11 TATAMUCK ROAD
POUND RIDGE NY 10576
05/04/2012
05/04/2017
DOL
NYC
ROSS J HOLLAND
120-30 28TH AVENUE
FLUSHING NY 11354
01/14/2011
01/1412016
DOL
DOL
RUTH H SUTTON
939 GROVESIDE ROAD
BUSKIRK NY 12028
08127/2008
08/27/2013
DOL
DOL
S & M CONTRACTING LLC
30 MIDLAND AVENUE
WALLINGTON NJ 07057
11/05/2010
11105/2015
DOL
DOL
-2585
S B WATERPROOFING INC
SUITE #3R
2167 CONEY ISLAND
AVENUEBROOKLYN NY 11223
11/04/2009
11104/2014
DOL
DOL
-9066
SAMAR PAINTING &
DECORATING INC
137 E MAIN STREET
ELMSFORD NY 10523
12/01/2008
12/01/2013
NYSDOL Bureau of Public Work Debarment List 0812012012
Article 8
r.
e
No
Z 4923
SCHENLEY CION STRUCTION
731 WARWICK NJ 0742 PIKE
06/25/2012
06!2512017
DOL
DOL
NYC
—0987
SCHWARTZ ELECTRIC
CONTRACTORS INC
89 WALKER STREET
NEW YORK NY 10013
01/04/2008
01/0412013
DOL
DOL
DOL
—6348
SEABURY ENTERPRISES LLC
22562 SEA BASS DRIVE
BOCA RATON FL 33428
10110/2007
10/10/2012
DOL
NYC
—4020
SERVI-TEK ELEVATOR CORP
2546
EASTBRONX NMONOT46 VENUE
06/04/2009
06/04/2014
DOL
NYC
SHAFIQUL ISLAM
11-27 30TH DRIVE
LONG ISLAND CITY NY 11102
05/25/2011
05/25/2016
DOL
NYC
SHAHZAD ALAM
21107 28TH AVE
BAYSIDE NY 11360
07/0212012
07/02/2017
DOL
DOL
SHAIKF YOUSUF
C/O INDUS GENERAL CONST
33-04 91ST STREETJACKSON
HEIGHTS NY 11372
04!28/2010
04/28/2015
DOL
DOL
—0256
SIERRA ERECTORS INC
79 MADISON AVE - FL 17
NEW YORK NY 10016
04/16/2009
04/16/2014
DOL
DOL
'*"`0415
SIGNAL CONSTRUCTION LLC
199 GRIDER STREET
BUFFALO NY 14215
11/14/2006
02/2512015
DOL
DOL
—8469
SIGNATURE PAVING AND
SEALCOATING
P O BOX 772
JAMESTOWN NY 14701
08/13/2010
08113/2015
DOL
DOL
—8469
SIGNATURE SEALCOATING
AND STRIPING SERVICE
345 LIVINGSTON AVENUE
P O BOX 772J 702 STOWN NY
D4I04/2007
08/13/2015
DOL
DOL
—0667
SNEEM CONSTRUCTION INC
43 -2242ND STREET
SUNNYSIDE NY 11104
07/01/2011
07/01/2016
DOL
DOL
SPASOJE DOBRIC
61 WILLET STREET - SUITE
PASSAIC NJ 07055
07/09/2010
02/23/2017
DOL
DOL
—3539
SPOTLESS CONTRACTING
INIMPACT DUSTRIAL
SERVICES INC
44 POMONA NY 1097THIELLS-MT IVY 0 44
10/14/2011
10/14/2016
DOL
DOL
—3496
STAR INTERNATIONAL INC
Q89-51 SPRINGFIELD UEENS VILLAGE NYB LV14D7
08/11/2003
08/11/3003
DOL
NYC
'"""`6650
START ELEVATOR
CONSTRUCTION, INC.
4350 BULLARD AVENUE
BRONX NY 10466
01/28/2008
01/28/2013
DOL
NYC
—3896
START ELEVATOR
MAINTENANCE, INC.
4350 BULLARD AVENUE
BRONX NY 10466
01/28/2008
01/28/2013
DOL
NYC
—1216
START ELEVATOR REPAIR,
INC.
4350 BULLARD AVENUE
BRONX NY 10466
01128/2008
01/2812013
DOL
NYC
—2101
START ELEVATOR, INC.
4350 BULLARD
NY 0466 UE
BRONDOL
01128/2008
01/28/2013
DOL
STEED GENERAL
CONTRACTORS INC
1445 COMMERCE AVENUE
BRONX NY 10461
10/09/2007
10109/2012
DOL
DOL
STEFANIE MCKENNA
30 MIDLAND AVENUE
WALLINGTON NJ 07057
11/05/2010
11105/2015
DOL
DOL
STEPHEN BALZER
BALDWIN NY 111510E
07101/2008
07/01/2013
DOL
DOL
STEVE PAPASTEFANOU
1445 ROM R E AVENUE
10/09/2007
10/09/2012
DOL
DOL
STEVEN CONKLIN
60 COLONIAL ROAD
STILLWATER NY 12170
02/15/2011
02/15/2016
DOL
DOL
—4081
STS CONSTRUCTION OF WNY
893 EAGLE STREET
BUFFALO NY 14210
06/09/2009
06/0912014
DOL
DOL
—2036
SURACI ENTERPRISES INC
364 BLEAKER ROAD
ROCHESTER NY 14609
10/25/2007
10/25/2012
DOL
DOL
—4293
THE J OUVINA GROUP LLC
356
COLLEGE PO N 344 IT N LANE
11/22/2011
11/22/2016
DOL
DOL
THEODORE F FAULKS
18 FIREWEED TRAIL
HILTON NY 14468
06/10/2008
06/10/2013
DOL
DOL
THOMAS ASCHMONEIT
79 MADISONAVENUEK NY 16L 17
04/16/2009
04/16/2014
DOL
DOL
THOMAS DEMARTINO
158-11 96TH STREET
HOWARD BEACH NY 11414
06/25/2009
06/25/2014
DOL
DOL
THOMAS TERRANOVA
13 NEW ROAD/SUITE 1
NEWBURGH NY 12550
11/15/2010
11/15/2015
DOL
NYC
TIMOTHY O'SULLIVAN
C/O SNEEM CONSTRUCTION
4322 42ND
STREETSUNNYSIDE NY 11104
07101/2011
07/0112016
DOL
DOL
TIMOTHY P SUCH
893 EAGLE STREET
BUFFALO NY 14210
06/09/2009
06/0912014
DOL
DOL
TNT DEMOLITION AND
ENVIRONMENTAL INC
355 COUNTY ROUTE 8
FULTON NY 13069
08/08/2009
08/19/2014
DOL
DOL
—3315
TOTAL DOOR SUPPLY &
INSTALLATION INC
16 JOY DRIVE
NEW HYDE PPARK NY 11040
01105/2010
01/05/2015
DOL
DOL
--3315
TOTAL DOOR SUPPLY &
INSTALLATION INC
16 JOY DRIVE
NEW HYDE PPARK NY 11040
01/05/2010
01105/2015
NYSDOL Bureau of Public Work Debarment List 08120/2012
Article 8
DOL
DOL
-8176
TOURO CONTRACTING CORP
1 B1 EAST 56TH ROOKLYN NYSTREET
123E T
05/04/2012
05/04/2017
DOL
DOL
"'""'2357
TRAC CONSTRUCTION INC
MILLINMUNICIPAL
MIX
-IN- PLACE
A9091 ERIE NGOLA NY ROAD
02/03/2011
02103/2016
DOL
DOL
TRI STATE TRUCKING INC
14 ARMSTRONG AVENUE
3209
10/21/2009
10/2112014
DOL
DOL
-5213
TRIAD PAINTING CO INC
656 N
LINDE LLWOOHURST A 1F17STE 57 C
09/01/2011
09/01/2016
DOL
DOL
-4294
TWT
COMPANY INC
ROAD/SUITE 1
11/15/2010
11/15/2015
DOL
DOL
ULIANO AND SONS INC
22 GRIFFEN COURT
MILLER PLACE NY 11746
10/26/2010
10126/2015
DOL
DOL
-0854
VANESSA CONSTRUCTION
INC
588 MEACHAM
A E/ST 103
ELMONT NY
08/24/2010
08/24/2015
DOL
DOL
-3270
VEZANDIO CONTRACTING
CORP
NEW530 BEECH HYDE PARK NYSTREET040
07/02/2012
07/02/2017
DOL
DOL
VIRGINIA L CAPONE
137 E MAIN STREET
ELMSFORD NY 10523
12/01/2008
12/01/2013
DOL
NYC
-9936
VISHAL CONSTRUCTION INC
JA73-12 35TH AVE - APT CKSON HEIGHTS Y 11272
03/04/2010
03/04/2015
DOL
DOL
--0329
WET PAINT CO. OF OSWEGO,
INC
19 E. CAYUGA STREET
OSWEGO NY 13126
05/15/2008
05/15/2013
DOL
DOL
--7617
WHITE PLAINS CARPENTRY
CORP
WHITEP 0 BOX 309 PLAINS NY 10603
12/04/2009
05/04/2017
DOL
DOL
WILLIAM PUTNAM
50 RIDGE ROAD
BUFFALO NY 14215
09/03/2008
09/03/2013
DOL
DOL
WILLIAM SCRIVENS
30 MIDLAND AVENUE
WALLINGTON NJ 07057
11/05/2010
11/05/2015
DOL
DOL
WILLIAM W FARMER JR
R112 HUDSON OCHESTER NY AVENUE
14605
10/19/2009
10/19/2014
DOL
NYC
-5498
XAVIER CONTRACTING LLC
S68 GAYLORD
LE NY 105830D02/1012011
02/10/2016
DOL
AG
YULY ARONSON
700 SUMMER STREET
STAMFORD CT
11/24/2009
11/24/2014
DOL
DOL
ZEPHENIAH DAVIS
2068 NTHNY 1045 NUE
12/26/2007
12/26/2012
SECTION 00830 - WORKERS' COMPENSATION & DISABILITY BENEFIT FORMS
4
WORKERS' COMPENSATION & DISABILITY BENEFITS FORMS 00830-1
0
Yrs ' • .... ...
STATE OF NEW YORK
WORKERS' COMPENSATION BOARD
R
EMPLOYER'S APPLICATION FOR CERTIFICATE OF COMPLIANCE WITH DISABILITY BENEFITS LAW
I11cTRUCTIONS TO EMPLOYER: Complete PART I ONLY and hi�tle your Disability Benefits Insurance Carrier complete PART 11_
PART 1. TO BE COMPLETED BY EMPLOYER
EMPLOYER'S NAME AND ADDRESS (Home or Main Ofr")
LOCATION OF OPERATIONS
NAME UNDER WHICH BUSINESS IS CONDUCTED, IF DIFFERENT FROM ABOVE
OPERATIONS TO BEGIN ON OR ABOUT:
DISABILITY BENEFITS CARRIER (If More Than One, List Ali)
NYS UNEMPLOYMENT WSURANCE EMPLOYER'S REGISTRATION NUMBER
Application is hereby made to the -CARRIER for a Certificate of Compliance with the Disability Benefits Law.
Date Signed By
(Signature of Owner, Partuer, or Authorized Officer)
Telephone No. Title
PART 11. TO BE COMPLETED BY DISABILITY BENEFITS CARRIER
CERTIFICATE OF COMPLIANCE WITH DISABILITY BENEFITS LAW
This is to certify that the above-named employer is insured with
and that the policy covers: (Name of Carrier)
*a.,11 ALL of the EMPLOYER'S employees eligible under the New York Disability Benefits Law.
'b. 0 ONLY the following class or classes of the EMPLOYER'S employees:
Date Signed By
Signature o(Carnees Authorized Representative (Currently on File With DB -Bureau)
Telephone No. Title
*IMPORTANT: if BOX "a" is CHECKED, this certificate is COMPLETE. - Mail it directly to the employer.
If BOX "b" is CHECKED, this certificate is NOT COMPLETE for purposes of Section 220, subd. 8 of
the Disability Benefits Law. It must be mailed for completion to the Workers' Compensation Board,
Disability Benefits Bureau, 180 Livingston Street, Brooklyn, New York 11248-0005.
PART III. TO BE COMPLETED BY WPRKERS' COMPENSATION BOARD (Only If Box "b"of Part II has been checked)
State of New York
WORKERS' COMPENSATION BOARD
There is on file with the Workers' Compensation Board, Certificates of Insurance indicating that the above-named employer
has complied with the Disability Benefits Law with respect to all of his/her employees.
DISABILITY BENEFITS BUREAU
Date BY
Telephone No. Title
iif THE WORKERS' COMPENSATION BOARD EMPLOYS AND SERVES PEOPLE WITH DISABILITIES WITHOUT DISCRIMINATION
JB -120.1 (10-94)
STATE OF NEW YORK
WORKERS' COMPENSATION BOARD
180 LIVINGSTON STREET '
BROOKLYN, N. Y. 11248
iw
COMPLIANCE WITH .DISABILITY BENEFITS .LAW
(Pursuant to Section 220, subd. 8 of the DPaabiHty Benefits Law)
flfY- -
EMPLOYER
EMPLOYER'S U. 1. REGISTRATION NUMBER
LOCATION OF OPERATIONS
ADDRESS (HOME OR MAIN OFFICE)
OPERATIONS TO BEGIN ON OR ABOLM
There are on file with the Workers' Compensation Board, documents indicating that the above-named employer
has complied with the Disability Benefits Law with respect to all of his or her employees, in the following
manner:
F' By approved self-insurance pursuant to Sec. 211, subd. 3 of the Disability Benefits Law.
By a combination of approved self-insurance pursuant to Sec. 211, subd. 3 of the Disability
Benefits Law and insurance with authorized insurance carrier(s).
Date By
Title
ins+
ilSilCc f�_on�
lib
100 Broadway State Office Building State Office Buildtnr
Memnds 113 State Street 180 Livingston Street 125 Main Street 175 Fulton Avenue 130 Main Street W. East Washington S
ALBANY 12241 BINGHAMTON 13901 BROOKLYN 11248 BUFFALO 14203 HEMPSTEAD 11550 ROCHESTER 14614 SYRACUSE 132o2
BARBARA C. DEINHARDT
CHAIRWOMAN
STATE OF NEW YORK
WORKERS' COMPENSATION BOARD THiS AGENCY EMPLOYS AND SERVES
PEOPLE WITH DISABILMES WITHOUT
DISCRIMINATION.
STATEMENT THAT APPLICANT DOES NOT REQUIRE
WORKERS' COMPENSATION OR DiSABI'LITY BENEFITS COVERAGE
OFFICE AT:
BUSINESS OR TRADE NAME, IF DIFFERENT FROM ABOVE I BUSINESS ADDRESS
NEW YORK STATE UNEMPLOYMENT INSURANCE EMPLOYER'S REGISTRATION NUMBER
The above named applicant for permit, subject to restriction under Section 57 of the Workers' Compensation Law, and
Section 220, subd. 8 of the Disability Benefits Law, makes the following statement for the purpose -of -establishing that
111" he/she does not require coverage under these laws.
1. Location of work
2. Exact work to be performed
3. Number of workers
4. Date work is to be (a) comme
(b) completed
❑ i have workers' compensation insurance (certificate attached).
❑ i do not need workers' compensation insurance because status is individual owner or partner with no employees and
not a corporation.
❑ I do not need workers' compensation because:
�"' ❑ I have disability benefits insurance (certificate attached).
❑ 1 do not need disability benefits insurance because status is individual owner or partner with no employees and not a
corporation.
❑ I do not need disability benefits insurance because:
Date Signed By
(Signature of appikano
Telephone No. Title
To State or Municipal Department, Board, Commission or Office Requiring Certificate of Workers' Compensation Insurance
Under Section 57 of the Workers' Compensation Law and Under Section 220, subd. 8 of the Disability Benefits Law.
Based on the foregoing statements made by the above applicant:
❑ The Board has no objections, at this time, to the issuance of the permit requested.
❑ The applicant will be required to have a disability benefits insurance policy effective not later than four (4) weeks after
the employment of one or more employees on each of at least 30 days in any calendar year.
It Is understood, however, that the Board reserves the right to request revocation of the permit If, after investigation, it is
ar found that the applicant Is required to have workers' compensation and/or disability benefits coverage for the work referred
to In the above application.
WORKERS' COMPENSATION BOARD
Date By
Telephone No. Title
BAREIARA PA'TTON
CHAIRWOMAN
STATE OF NEW YORK
WORKERS' COM.P?ENSATION BOARD
180 LIVINGSTON STREET
BROOKLYN. NY 11248
Office of .the Secretary
THIS AGENCY EMPLOYS AND SERVE
PEOPLE W17H DISABILITIES WITHOU
DISCRIMINATION.
I� . • • • • • • • . • . . . • • • • • . . , Secretary to the Workers'
Compensation Board of the State of New York
DO HEREBY CERTIFY, that . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
has secured compensation to its employees as a self -insurer in the following manner:
F] Pursuant to Section 50, subdivision 3 of the Workerst Compensation
Law.
QPursuant to Section 50, subdivisions 3 and 4 of the Workers''Compen-
.sation Law. (County, city, village, town, school district, fire
district or other political subdivision)
F] Pursuant to Article 5 of the Workers' Compensation Law. (County
Self -Insurance Plan)
The status of self -insurer was effective as of . . . . .. . . . . . . . . . . . . . .
and such status still remains in full force..
IN'WITNESS WHEREOF, I have
hereunto set my hand and affixed the seal
of the Workers' Compensation Board this
STATUS CONFIRMED day of 19 .
by. y
Secretary to the Board .
PROPOSALFOR
TOWN OF WAPPINGER
UNITED WAPPINGER WATER DISTRICT
WATER MAIN EXTENSION TO NYCDEP
CONTRACT NO. 12-007
DIVISION 600
TECHNICAL SPECIFICATIONS
PREPARED BY:
MORRIS ASSOCIATES
ENGINEERING CONSULTANTS, PLLC
9 ELKS LANE
POUGHKEEPSIE, NEW YORK 12601
AUGUST 2012
REVISED DECEMBER 2012
MA#: W21215.01
in
TOWN OF WAPPINGER UNITED WAPPINGER WATER DISTRICT
WATER MAIN EXTENSION TO NYCDEP
TECHNICAL SPECIFICATIONS
TABLE OF CONTENTS
SECTION 01020 ALLOWANCES
SECTION 01050 FIELD ENGINEERING
SECTION 01250 CONTRACT MODIFICATION PROCEDURES
SECTION 01290 PAYMENT PROCEDURES
SECTION 01310 PROJECT MANAGEMENT AND COORDINATION
SECTION 01322 PHOTOGRAPHIC DOCUMENTATION
SECTION 01410 TESTING SERVICES
SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY UTILITIES
SECTION 01560 TEMPORARY CONTROLS
SECTION 01700 CONTRACT CLOSEOUT
SECTION 02010 SUBSURFACE INVESTIGATION
SECTION 02110 SITE CLEARING
SECTION 02150 UNDERGROUND UTILITY INSTALLATION WITHIN THE STATE AND/OR COUNTY
HIGHWAY RIGHT OF WAY
SECTION 02205 SOIL MATERIALS
SECTION 02207 AGGREGATE MATERIALS
SECTION 02225 TRENCHING
SECTION 02229 ROCK REMOVAL
SECTION 02270 EROSION CONTROL
SECTION 02446 HORIZONTAL DIRECTIONAL DRILLING
SECTION 02600 RESTORATION AND REPLACEMENT OF PAVING AND IMPROVEMENTS
SECTION 02667 PROJECT WATER MAINS
SECTION 02675 PRESSURE TESTING AND DISINFECTION OF WATER DISTRIBUTION SYSTEM
SECTION 02741 HOT -MIX ASPHALT PAVING
SECTION 02923 LANDSCAPE GRADING
SECTION 02936 SEEDING
SECTION 02950 TREES, PLANTS, AND GROUND COVER
SECTION 03300 CAST -IN-PLACE CONCRETE
SECTION 01020
ALLOWANCES
PART 1
GENERAL
1.1 SECTION INCLUDES
A.
Material Unit Cost Allowances
B.
Procedural Requirements
1.2 RELATED DOCUMENTS
A.
Section 02205 - Soil Materials
B.
Section 02207 - Aggregate Materials
C.
Section 03300 — Cast in Place Concrete
1.3 SUBMITTALS
A.
Submit samples of each type of material proposed.
B.
Submit Gradation Analysis for each type of material proposed.
C.
Submit standard Proctor test results, as required.
PART PRODUCTS
2.1 GENERAL
A. Provide materials in accordance with Sections 02205, 02207, and 03300.
PART 3 EXECUTION
3.1 INSPECTION
A. Inspect each load of material delivered for compliance with approved
samples and gradations.
E %documentff Wappingerla W20121W21215 NYCDEP ExtensioMSpecs101020.SPC.doc
01020-1
SECTION 01020
ALLOWANCES
3.2 PROCEDURAL REQUIREMENTS
A. It is intended that these allowances should only be utilized in the event
that unsuitable material is encountered, or extraneous circumstances require
additional material to be used, excluding over -excavation by the Contractor.
B. If unsuitable material is encountered, the Contractor shall notify the Engineer
and allow sufficient time for the Engineer's inspection.
C. Materials will be furnished and the costs charged to the allowance only upon
written direction from the Engineer. Payment for material placed without the
Engineer's written direction will not be made.
D. The price bid per the allowance shall include the material and trucking costs
to furnish the material to the area of its intended use and removal of
unsuitable material. Costs associated with placement and compaction of the
material furnished per allowances must be included in the trenching unit
price.
E. Payment will be for the actual quantity of material furnished. The quantity
will be measured in place, within the contract payment limits. Material placed
outside of payment limits will be at the Contractor's sole expense.
F. A change order will be issued to reflect the actual quantity, if more or less
than estimated, at the unit price bid, to adjust the final contract amount.
END OF SECTION 01020
E:\documents\T Wappingerla W2012\W21215 NYCDEP Ex1ension\Specs\01020.SPC.doc
01020-2
1
SECTION 01050
FIELD ENGINEERING
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Survey and field engineering.
B. Submittals.
C. Project record documents.
1.2 RELATED SECTIONS
A. Section 01700 - Contract Closeout.
1.3 QUALITY ASSURANCE
A. Employ a New York State Licensed Land Surveyor to perform survey work of
this section.
B. Submit evidence of Surveyor's Errors and Omissions insurance coverage in the
form of an Insurance Certificate.
C. Employ a New York State Licensed Professional Engineer or New York State
Licensed Land Surveyor to perform preparation of final record drawings.
1.4 SUBMITTALS FOR REVIEW
A. Submit name, address, and telephone number of Surveyor before starting
survey work.
B. Submit a copy of site drawing and seal by the Land Surveyor and/or Engineer
that the elevations and locations of the Work are in conformance with Contract
Documents.
01050-1
BdocumentslT Wappingerla W20121W21215 NYCDEP Extension%Specs\01050.SPC.doc
_q
SECTION 01050
FIELD ENGINEERING
1.5 PROJECT RECORD DOCUMENTS
A. Maintain a complete and accurate log of control and survey work as it
progresses.
B. Submit Record Documents under provisions of Section 01700.
1.6 EXAMINATION
A. Verify locations of survey control points prior to starting work.
B. Promptly notify Engineer of any discrepancies discovered.
1.7 SURVEY REFERENCE POINTS
A. Contractor shall locate and protect survey control and reference points.
1.8 SURVEY REQUIREMENTS
A. Establish a minimum of two permanent bench marks on site, referenced to
established control points. Record locations, with horizontal and vertical data,
on project record documents.
B. Establish elevations, stationing, lines and levels. Locate and lay out by
instrumentation all proposed facilities.
C. Periodically verify layouts by same means.
END OF SECTION 01050
01050-2
EAdocumentff Wappingerla W20121W21215 NYCDEP Extension%Specsl01050.SPC.doc
Or
SECTION 01050
` FIELD ENGINEERING
ow
PART1 GENERAL
1.1 SECTION INCLUDES
A. Survey and field engineering.
B. Submittals.
C. Project record documents.
1.2 RELATED SECTIONS
A. Section 01700 - Contract Closeout.
1.3 QUALITY ASSURANCE
A. Employ a New York State Licensed Land Surveyor to perform survey work of
this section.
B. Submit evidence of Surveyor's Errors and Omissions insurance coverage in the
form of an Insurance Certificate.
C. Employ a New York State Licensed Professional Engineer or New York State
Licensed. Land Surveyor to perform preparation of final record drawings.
1.4 SUBMITTALS FOR REVIEW
A. Submit name, address, and telephone number of Surveyor before starting
survey work.
B. Submit a copy of site drawing and seal by the Land Surveyor and/or Engineer
that the elevations and locations of the Work are in conformance with Contract
Documents.
01050-1
EAdocuments\T Wappinger\a W2012M21215 NYCDEP Extension\Specs\01050.SPC.doc
I
b. Indicate applicable taxes, delivery charges, equipment rental, and
amounts of trade discounts.
C. Include costs of labor and supervision directly attributable to the
change.
d. Include an updated Contractor's Construction Schedule that
indicates the effect of the change, including, but not limited to,
changes in activity duration, start and finish times, and activity
relationship. Use available total float before requesting an extension
of the Contract Time.
B. Contractor -Initiated Proposals: If latent or unforeseen conditions require
modifications to the Contract, Contractor may propose changes by submitting a
request for a change to Engineer.
1. Include a statement outlining reasons for the change and the effect of the
change on the Work. Provide a complete description of the proposed
change. Indicate the effect of the proposed change on the Contract Sum
and the Contract Time.
2. Include a list of quantities of products required or eliminated and unit
costs, with total amount of purchases and credits to be made. If
requested, furnish survey data to substantiate quantities.
3. Indicate applicable taxes, delivery charges, equipment rental, and
amounts of trade discounts.
4. Include costs of labor and supervision directly attributable to the change.
5. Include an updated Contractor's Construction Schedule that indicates the
effect of the change, including, but not limited to, changes in activity
duration, start and finish times, and activity relationship. Use available
total float before requesting an extension of the Contract Time.
6. Comply with requirements in Division 1 Section "Product Requirements" if
the proposed change requires substitution of one product or system for
product or system specified.
C. Proposal Request Form: Use "AIA Document G709" for Proposal Requests or
"Work Change Proposal Request" forms provided by provided by the Engineer.
1.5 ALLOWANCES
A. Allowance Adjustment: To adjust allowance amounts, base each Change
Order proposal on the difference between purchase amount and the allowance,
multiplied by final measurement of work -in-place. If applicable, include
reasonable allowances for cutting losses, tolerances, mixing wastes, normal
product imperfections, and similar margins.
B. Submit claims for increased costs because of a change in scope or nature of
the allowance described in the Contract Documents, whether for the Purchase
Order amount or Contractor's handling, labor, installation, overhead, and profit.
Submit claims within 21 days of receipt of the Change Order or Construction
CONTRACT MODIFICATION PROCEDURES 01250-2
E:\documentslTWappinger\a W2012\W21215 NYCDEP Extension\Specs\01250.SPC.DOC
`r
Change Directive authorizing work to proceed. Owner will reject claims
submitted later than 21 days after such authorization.
1.6 CHANGE ORDER PROCEDURES
A. On Owner's approval of a Proposal Request, Engineer will issue a Change
Order for signatures of Owner and Contractor on AIA Document G701.
1.7 CONSTRUCTION CHANGE DIRECTIVE
A. Construction Change Directive: Engineer may issue a Construction Change
Directive on AIA Document G714, EJCDC Document 1910-8-F or "Construction
Change Directive" form provided by the Engineer. Construction Change
Directive instructs Contractor to proceed with a change in the Work, for
subsequent inclusion in a Change Order.
1. Construction Change Directive contains a complete description of change
in the Work. It also designates method to be followed to determine
change in the Contract Sum or the Contract Time.
B. Documentation: Maintain detailed records on a time and material basis of work
required by the Construction Change Directive.
1. After completion of change, submit an itemized account and supporting
data necessary to substantiate cost and time adjustments to the Contract.
PART 2 - PRODUCTS (Not Applicable)
PART 3 - EXECUTION(Not Applicable)
END OF SECTION 01250
CONTRACT MODIFICATION PROCEDURES 01250-3
t EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\01250.SPC.DOC
I
SECTION 01290
PAYMENT PROCEDURES
PART 1 - GENERAL
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
Section.
1.2 SUMMARY
A. This Section specifies administrative and procedural requirements necessary to
prepare and process Applications for Payment.
1.3 DEFINITIONS
A. Schedule of Values: A statement furnished by Contractor allocating portions of
the Contract Sum to various portions of the Work and used as the basis for
reviewing Contractor's Applications for Payment.
1.4 SCHEDULE OF VALUES
A. Coordination: Coordinate preparation of the Schedule of Values with
preparation of Contractor's Construction Schedule.
1. Correlate line items in the Schedule of Values with other required
administrative forms and schedules, including the following:
a. Application for Payment forms with Continuation Sheets.
b. Contractor's Construction Schedule.
2. Submit the Schedule of Values to Engineer at earliest possible date but no
later than seven (7) days before the date scheduled for submittal of initial
Applications for Payment.
B. Format and Content: Use the Contract Documents table of contents as a guide
to establish line items for the Schedule of Values. Provide at least one line item
for each Specification Section.
PAYMENT PROCEDURES
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\01290.SPC.DOC
w
01290-1
1. Identification: Include the following Project identification on the Schedule
of Values:
a. Project name and location.
b. Name of Engineer.
C. Contractor's name and address.
d. Date of submittal.
rr
2. Arrange the Schedule of Values in tabular form with separate columns to
indicate the following for each item listed.
a. Related Specification Section or Division.
b. Description of the Work.
C. Name of subcontractor.
d. Name of manufacturer or fabricator.
e. Name of supplier.
f. Change Orders (numbers) that affect value.
g_ Dollar value.
1) Percentage of the Contract Sum to nearest one-hundredth
percent, adjusted to total 100 percent.
3. Provide a breakdown of the Contract Sum in enough detail to facilitate
continued evaluation of Applications for Payment. Provide several line
items for principal subcontract amounts, where appropriate.
4. Round amounts to nearest whole dollar; total shall equal the Contract
Sum.
5. Allowances: Provide a separate line item in the Schedule of Values for
each allowance. Show line -item value of unit -cost allowances, as a
product of the unit cost, multiplied by measured quantity. Use information
indicated in the Contract Documents to determine quantities.
6. Each item in the Schedule of Values and Applications for Payment shall
be complete. Include total cost and proportionate share of general
overhead and profit for each item.
a. Temporary facilities and other major cost items that are not direct
cost of actual work -in-place may be shown either as separate line
items in the Schedule of Values or distributed as general overhead
expense, at Contractor's option.
7. Schedule Updating: If required by the Engineer, update and resubmit the
Schedule of Values before the next Applications for Payment when
Change Orders or Construction Change Directives result in a change in
the Contract Sum.
LM.
PAYMENT PROCEDURES 01290-2
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\01 290. SPC.DOC
it
1.5 APPLICATIONS FOR PAYMENT
A. Each Application for Payment shall be consistent with previous applications and
payments as certified by Engineer and paid for by Owner.
Application 1. Initial Application for Payment, A pp for Payment at time of
Substantial Completion, and final Application for Payment involve
additional requirements.
60
B. Payment Application Times: Progress payments shall be submitted to Engineer
by the first of the month. The period covered by each Application for Payment
is one month, ending on the last day of the month.
C. Payment Application Forms: Use AIA Document G702 and
AIA Document G703 Continuation Sheets as form for Applications for Payment.
D. Application Preparation: Complete every entry on form. Notarize and execute
by a person authorized to sign legal documents on behalf of Contractor.
Engineer will return incomplete applications without action.
1. Entries shall match data on the Schedule of Values and Contractor's
Construction Schedule. Use updated schedules if revisions were made.
2. Include amounts of Change Orders and Construction Change Directives
` issued before last day of construction period covered by application.
E. Transmittal: Submit 3 signed and notarized original copies of each Application
for Payment to Engineer. One copy shall include waivers of lien and similar
attachments if required.
1. Transmit each copy with a transmittal form listing attachments and
recording appropriate information about application.
F. Waivers of Mechanic's Lien: With each Application for Payment, submit
waivers of mechanic's liens from subcontractors, sub -subcontractors, and
suppliers for construction period covered by the previous application.
1. Submit partial waivers on each item for amount requested in previous
application, after deduction for retainage, on each item.
2. When an application shows completion of an item, submit final or full
waivers.
3. Owner reserves the right to designate which entities involved in the Work
must submit waivers.
4. Submit final Application for Payment with or preceded by final waivers
from every entity involved with performance of the Work covered by the
application who is lawfully entitled to a lien.
5. Waiver Forms: Submit waivers of lien on forms, executed in a manner
acceptable to Owner.
PAYMENT PROCEDURES 01290-3
E:\documents\TWappinger\aW2012\W21215 NYCDEP Extension\Specs\01290.SPC.D0C
wr
G. Initial Application for Payment: Administrative actions and submittals that must
precede or coincide with submittal of first Application for Payment include the
following:
1. List of subcontractors.
2. Schedule of Values.
3. Contractor's Construction Schedule.
4. Copies of building permits.
5. Copies of authorizations and licenses from authorities having jurisdiction
for performance of the Work.
6. Certificates of insurance and insurance policies.
H. Application for Payment at Substantial Completion: After issuing the Certificate
Iiiw of Substantial Completion, submit an Application for Payment showing 100
percent completion for portion of the Work claimed as substantially complete.
1. Include documentation supporting claim that the Work is substantially
complete and a statement showing an accounting of changes to the
Contract Sum.
2. This application shall reflect Certificates of Partial Substantial Completion
issued previously for Owner occupancy/use of designated portions of the
Work.
Final Payment Application: Submit final Application for Payment with releases
and supporting documentation not previously submitted and accepted,
including, but not limited, to the following:
1. Evidence of completion of Project closeout requirements.
2. Insurance certificates for products and completed operations where
required and proof that taxes, fees, and similar obligations were paid.
3. Updated final statement, accounting for final changes to the Contract
Sum.
4. AIA Document G706, "Contractor's Affidavit of Payment of Debts and
Claims."
5. AIA Document G706A, "Contractor's Affidavit of Release of Liens."
6. AIA Document G707, "Consent of Surety to Final Payment."
7. Evidence that claims have been settled.
8. Final meter readings for utilities, a measured record of stored fuel, and
similar data as of date of Substantial Completion or when Owner took
possession of and assumed responsibility for corresponding elements of
the Work.
9. Final liquidated damages settlement statement.
rr.
PAYMENT PROCEDURES 01290-4
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\01290.SPC.DOC
rr
br►
PART 2 - PRODUCTS (Not Applicable)
PART 3 - EXECUTION(Not Applicable)
END OF SECTION 01290
.r
PAYMENT PROCEDURES
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\01290.SPC.DOC
it
01290-5
t`rr
SECTION 01310
PROJECT MANAGEMENT AND COORDINATION
PART 1 - GENERAL
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
Section.
1.2 SUMMARY
A. This Section includes administrative provisions for coordinating construction
operations on Project including, but not limited to, the following:
1. Coordination.
2. Project meetings.
1.3 COORDINATION
A. Coordination: Coordinate construction operations included in different Sections
of the Specifications to ensure efficient and orderly installation of each part of
the Work. Coordinate construction operations, included in different Sections
that depend on each other for proper installation, connection, and operation.
1. Schedule construction operations in sequence required to obtain the best
results where installation of one part of the Work depends on installation
of other components, before or after its own installation.
2. Coordinate installation of different components to ensure maximum
performance and accessibility for required maintenance, service, and
repair.
3. Make adequate provisions to accommodate items scheduled for later
installation.
B. Prepare memoranda for distribution to each party involved, outlining special
procedures required for coordination. Include such items as required notices,
reports, and list of attendees at meetings.
PROJECT MANAGEMENT AND COORDINATION
01310-1
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\01310.SPC.DOC
Irr
1. Prepare similar memoranda for Owner and separate contractors if
coordination of their Work is required.
C. Administrative Procedures: Coordinate scheduling and timing of required
administrative procedures with other construction activities to avoid conflicts
and to ensure orderly progress of the Work. Such administrative activities
include, but are not limited to, the following:
1. Preparation of Contractor's Construction Schedule.
2. Preparation of the Schedule of Values.
3. Installation and removal of temporary facilities and controls.
4. Delivery and processing of submittals.
5. Progress meetings.
6. Project closeout activities.
7. Startup and adjustment of systems.
8. Project closeout activities.
1.4 PROJECT MEETINGS
A. Preconstruction Conference: The Engineer will schedule and chair a
Preconstruction Conference prior to the start of Work.
1. Agenda: Discuss items of significance that could affect progress. In
general, items including but not limited to the following could be
discussed:
a. Tentative construction schedule.
b. Critical work sequencing and long -lead items.
C. Designation of key personnel and their duties.
d. Procedures for processing field decisions and Change Orders.
e. Procedures for requests for interpretations (RFIs).
f. Procedures for testing and inspecting.
g. Procedures for processing Applications for Payment.
h. Distribution of the Contract Documents.
i. Submittal procedures.
j. Preparation of Record Documents.
k. Work restrictions.
I. Owner's occupancy requirements.
m. Responsibility for temporary facilities and controls.
n. Construction waste management and recycling.
o. Parking availability.
p. Office, work, and storage areas.
q. Equipment deliveries and priorities.
r. First aid.
S. Security.
t. Progress cleaning.
U. Working hours.
B. Progress Meetings:
PROJECT MANAGEMENT AND COORDINATION 01310-2
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\01310.SPC.DOC
r.
1
6
There will be bi-weekly progress meetings (more frequently if needed in
the opinion of the Engineer) during the course of the Work chaired by the
Engineer. All Contractors shall attend with supporting personnel as
directed by the Engineer.
The purpose of the meeting will be to review items of significance that
could affect progress, project coordination and to review present and
future needs of each entity present, including the following:
a. Interface requirements.
b. Sequence of operations.
C. Status of submittals.
d. Deliveries.
e. Off-site fabrication.
f. Access.
g. Site utilization.
h. Temporary facilities and controls.
i. Work hours.
j. Hazards and risks.
k. Progress cleaning.
I. Quality and work standards.
m. Status of correction of deficient items.
n. Field observations.
o. Requests for interpretations (RFis).
p. Status of proposal requests.
q. Pending changes.
r. Status of Change Orders.
S. Pending claims and disputes.
t. Documentation of information for payment requests.
PART 2 - PRODUCTS (Not Applicable)
PART 3 - EXECUTION(Not Applicable)
END OF SECTION 01310
rrr
PROJECT MANAGEMENT AND COORDINATION 01310-3
E:\documentff Wappinger\a W2012\W21215 NYCDEP Extension\Specs\01310.SPC.DOC
err
e
SECTION 01322
PHOTOGRPHIC DOCUMENTATION
PART 1 GENERAL
1.1 SUMMARY
A. This Section includes administrative and procedural requirements for the following:
1. Preconstruction photographs and videos.
2. Periodic construction photographs.
3. Final Completion construction photographs.
B. Related Sections include the following:
1. Division 1 Section "Submittal Procedures" for submitting photographic
documentation.
2. Division 1 Section "Closeout Procedures for submitting photographic
negatives and digital media as Project Record Documents at Project
closeout.
1.2 SUBMITTALS
A. Key Plan: Submit key plan of Project site and building with notation of vantage
points marked for location and direction of each photograph. Include same label
information as corresponding set of photographs.
B. B. Construction Photographs and Videos: Submit two prints of each
photographic view within seven days of taking photographs. Submit video
recordings in AVI, MPG or other acceptable format to the Engineer within seven
days of taking videos.
1. Photographic Format: 8 -by -10 -inch smooth -surface matte prints on single -
weight commercial -grade photographic paper, punched for standard 3 -ring
binder.
2. Identification: On back of each print or video, provide an applied label or
rubber-stamped impression with the following information:
a. Name of Project.
b. Name and address of photographer.
C. Name of Engineer.
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\01322.SPC.doc
aw
01322-1
SECTION 01322
PHOTOGRPHIC DOCUMENTATION
d. Name of Contractor.
e. Date photograph or video was taken if not date stamped by camera.
f. Description of vantage point, indicating location, direction (by compass
point)
g. Unique sequential identifier.
3. Negatives: Submit a complete set of photographic negatives in individually
protected negative sleeves with each submittal of prints. Identify negatives
with label matching photographic prints.
4. Digital Images: Submit a complete set of digital image electronic files with
each submittal of prints on CD-ROM or DVD -ROM. Identify electronic media
with date photographs were taken. Submit images that have same aspect
ratio as the sensor, uncropped.
1.3 QUALITY ASSURANCE
A. Photographer Qualifications: An individual who has been regularly engaged as a
professional photographer of construction projects for not less than three years.
rt 1.4 COORDINATION
A. Auxiliary Services: Cooperate with photographer and provide auxiliary services
requested, including access to Project site and use of temporary facilities,
including temporary lighting required to produce clear, well -lit photographs and
videos without obscuring shadows.
1.5 USAGE RIGHTS
A. Obtain and transfer copyright usage rights from photographer to Owner for
unlimited reproduction of photographic or video documentation.
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\01322.SPC.doc
ift
01322-2
SECTION 01322
PHOTOGRPHIC DOCUMENTATION
PART PRODUCTS
2.1 PHOTOGRAPHIC MEDIA
A. Photographic Film: 35 mm, medium speed (ISO 100-200).
B. Digital Images: Provide images either in uncompressed TIFF format, or the
preferred compressed JPEG format. Images shall be produced by a digital camera
with minimum sensor size of 4.0 megapixels, and at an image resolution of not less
than 1600 by 1200 pixels.
PART 3 EXECUTION
3.1 CONSTRUCTION PHOTOGRAPHS
A. Photographer: Engage a qualified commercial photographer to take construction
photographs.
B. General: Take photographs using the maximum range of depth of field, and that
are in focus, to clearly show the Work. Photographs with blurry or out -of -focus
areas will not be accepted.
1. Maintain key plan with each set of construction photographs that identifies
each photographic location.
C. Film Images:
1. Date Stamp: Unless otherwise indicated, date and time stamp each
photograph as it is being taken so stamp is integral to photograph.
D. Digital Images: Submit digital images exactly as originally recorded in the digital
camera, without alteration, manipulation, editing, or modifications using image -
editing software.
1. Date and Time: Include date and time in filename for each image.
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\01322.SPC.doc
im
01322-3
J
SECTION 01322
PHOTOGRPHIC DOCUMENTATION
E. Preconstruction Photographs: Before starting construction, take color or digital
photographs of Project site and surrounding properties, including existing items to
remain during construction, from different vantage points, as directed by Engineer.
1. Take eight photographs to show existing conditions at Project Site before
starting the Work.
F. Periodic Construction Photographs: Take 12 color or digital photographs monthly,
coinciding with the cutoff date associated with each Application for Payment.
Select vantage points to show status of construction and progress since last
photographs were taken.
G. Final Completion Construction Photographs: Take eight color or digital
photographs after date of Substantial Completion for submission as Project
Record Documents. Engineer will direct photographer for desired vantage points.
3.2 CONSTRUCTION VIDEO RECORDINGS
A. Video Recording Photographer: Engage a qualified videographer to record
construction video recordings.
B. Recording: Mount camera on tripod before starting recording unless otherwise
necessary to show area of construction. Display continuous running time and
d ate.
C. Preconstruction Video Recording: Before starting construction, record video
recording of Project site and surrounding properties from different vantage points,
as directed by Engineer.
1. Flag easement areas before recording construction video recordings.
2. Show existing conditions adjacent to Project site before starting the Work.
END OF SECTION 01322
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\01322.SPC.doc
01322-4
SECTION 01410
TESTING SERVICES
PART1 GENERAL
1.1 SECTION INCLUDES
A. Contractor submittals.
B. Agency responsibilities.
C. Agency reports.
D. Limits on testing authority.
E. Contractor responsibilities.
F. Schedule of tests.
1.2 RELATED SECTIONS
A. Section 02225 — Trenching.
B. Section 02675 — Pressure Testing and Disinfection of Water Mains
1.3 REFERENCES
A. ASTM C802 - Practice for Conducting an Inter -laboratory Test Program to
Determine the Precision of Test Methods for Construction.
B. ASTM C1021 - Practice for Laboratories Engaged in the Testing of Building
Sealants.
C. ASTM C1077 - Practice for Laboratories Testing Concrete and Concrete
Aggregates for Use in Construction and Criteria for Laboratory Evaluation.
D. ASTM C1093 - Practice for Accreditation of Testing Agencies for Unit
Masonry.
E. ASTM D290 - Recommended Practice for Bituminous Mixing Plant
Inspection.
F. ASTM D3740 - Practice for Evaluation of Agencies Engaged in Testing
and/or Inspection of Soil and Rock as Used in Engineering Design and
Construction.
G. ASTM D4561 - Practice for Quality Control Systems for an Inspection and
Testing Agency for Bituminous Paving Materials.
01410-1
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\01410.SPC.doc
u
SECTION 01410
TESTING SERVICES
H. ASTM E329 - Practice for Use in the Evaluation of Inspection and Testing
Agencies as Used in Construction.
I. ASTM E543 - Practice for Determining the Qualification of Nondestructive
_ Testing Agencies.
J. ASTM E548 - Practice for Preparation of Criteria for Use in the Evaluation of
Testing Laboratories and Inspection Bodies.
K. ASTM E699 - Practice for Criteria for Evaluation of Agencies Involved in
Testing, Quality Assurance, and Evaluating Building Components in
Accordance with Test Methods Promulgated by ASTM Committee E6.
1.4 SECTION OF TESTING AGENCY
A. Employment and payment for services of an independent testing agency or
laboratory to perform specified testing, by Contractor.
B. Employment of testing agency or laboratory in no way relieves Contractor of
obligation to perform Work in accordance with requirements of Contract
Documents.
1.5 QUALITY ASSURANCE
A. Comply with applicable requirements of ASTM C802, ASTM C1021, ASTM
C1077, ASTM C1093, ASTM D290, ASTM D3740, ASTM D4561, ASTM
E329, ASTM E543, ASTM E548, and ASTM E699.
B. Laboratory: Authorized to operate in State in which Project is located.
C. Laboratory Staff: Maintain a specialist on staff to review services.
D. Testing Equipment: Calibrated at reasonable intervals with devices of an
accuracy traceable to either National Bureau of Standards or accepted
values of natural physical constants.
1.6 CONTRACTOR SUBMITTALS
A. Prior to start of Work, submit testing laboratory name, address, and
telephone number, and names of specialist on staff and responsible officer.
B. Submit copy of report of laboratory facilities inspection made by Materials
Reference Laboratory of National Bureau of Standards during most recent
inspection, with memorandum of remedies of any deficiencies reported by
the inspection.
01410-2
EAdocuments\T WappingeAa W2012\W21215 NYCDEP Extension\Specs\01410.SPC.doc
SECTION 01410
TESTING SERVICES
1.7 AGENCY RESPONSIBILITIES
A. Test samples of mixes submitted by Contractor.
B. Provide qualified personnel at site. Cooperate with Engineer and Contractor
in performance of services.
C. Perform specified sampling and testing of Products in accordance with
specified standards.
D. Ascertain compliance of materials and mixes with requirements of Contract
Documents.
E. Promptly notify Engineer and Contractor of observed irregularities or non-
conformance of Work or Products.
F. Perform additional tests required by Arch itect/Engineer.
G. Attend pre -construction meetings and progress meetings as required.
1.8 AGENCY REPORTS
A. After each test, promptly submit two copies of report to Engineer and to
Contractor.
B. Include:
1.
Date issued.
2.
Project title and number.
3.
Name of inspector.
4.
Date and time of sampling or inspection.
5.
Identification of product and specifications section.
6.
Location in the Project.
7.
Type of inspection or test.
8.
Date of test.
9.
Results of tests.
10.
Conformance with Contract Documents.
C. When requested by Engineer, provide interpretation of test results.
1.9 LIMITS ON TESTING AUTHORITY
A. Agency or laboratory may not release, revoke, alter, or enlarge on
requirements of Contract Documents.
01410-3
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\01410.SPC.doc
SECTION 01410
TESTING SERVICES
B. Agency or laboratory may not approve or accept any portion of the Work.
C. Agency or laboratory may not assume any duties of Contractor.
D. Agency or laboratory has no authority to stop the Work.
1.10 CONTRACTOR RESPONSIBILITIES
A. Deliver to agency or laboratory at designated location, adequate samples of
materials proposed to be used which require testing, along with proposed
mix designs.
B. Cooperate with laboratory personnel, and provide access to the Work.
C. Provide incidental labor and facilities:
1. To provide access to Work to be tested.
2. To obtain and handle samples at the site or at source of Products to
be tested.
3. To facilitate tests.
4. To provide storage and curing of test samples.
D. Notify Engineer and laboratory 24 hours prior to expected time for operations
requiring testing services.
1.11 SCHEDULE OF TESTS
A. Individual Specification Sections: Tests required and standards for testing.
END OF SECTION 01410
01410-4
EAdocumentsU Wappinger\a W2012\W21215 NYCDEP Extension\Specs\01410.SPC.doc
it
SECTION 01500
CONSTRUCTION FACILITIES AND TEMPORARY UTILITIES
PART1 GENERAL
1.1 SECTION INCLUDES
A. Temporary Utilities: Water, and sanitary facilities.
B. Construction Facilities: Access roads, parking, progress cleaning.
1.2 RELATED SECTIONS
A. Section 01560 - Temporary Controls.
B. Section 02600 — Restoration and replacement of paving, improvements and
landscaping.
C. Section 02270 — Erosion and Sediment Control.
1.3 SUBMITTALS
A. Submit procedures for removing mud from all vehicles before entering streets.
1.4 TEMPORARY WATER SERVICE
A. Provide, maintain and pay for suitable quality water service required for
construction operations at time of project mobilization.
B. Extend branch piping with outlets located so water is available by hoses with
threaded connections.
1.5 TEMPORARY SANITARY FACILITIES
A. Provide and maintain required facilities and enclosures. Provide at time of
project mobilization.
1.6 ACCESS ROADS
A. Construct and maintain temporary roads accessing public thoroughfares to
serve construction area.
B. Extend and relocate as Work progress requires. Provide detours necessary
for unimpeded traffic flow.
60 01500-1
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\01500.SPC.doc
79
1.7
SECTION 01500
CONSTRUCTION FACILITIES AND TEMPORARY UTILITIES
C. Provide effective means of removing mud from vehicle wheels before
entering streets. Perform sweeping of all roads on a daily basis affected by
construction activities.
D. Only designated existing on-site roads with utility or construction easements
may be used for construction traffic.
PROGRESS CLEANING AND WASTE REMOVAL
A. Maintain areas free of waste materials, debris and rubbish. Maintain site in a
clean and orderly condition.
B. Collect and remove waste materials, debris and rubbish from site weekly and
dispose off-site.
C. Perform sweeping of all roads on a daily basis affected by construction
activities. Sweeper shall be of sufficient size and capacity to quickly and
effectively sweep roads and designed for municipal use.
PART 2 PRODUCTS
NOT USED
PART 3 EXECUTION
NOT USED
END OF SECTION 01500
01500-2
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\01500.SPC.doc
Wr
e
SECTION 01560
TEMPORARY CONTROLS
PART1 GENERAL
1.1 SECTION INCLUDES
A. Temporary Controls: Barriers, protection of the Work, water control, dust
control, erosion and sediment control, noise control, and pollution control.
1.2 RELATED SECTIONS
A. Section 01500 - Construction Facilities and Temporary Utilities.
B. Section 02270 — Erosion and Sediment Control.
1.3 SUBMITTALS
A. Submit methods to minimize raising dust during construction activities.
1.4 BARRIERS
A. Provide barriers to prevent unauthorized entry to construction areas and to
protect existing facilities and adjacent properties from damage from
construction operations.
B. Provide barricades and covered walkways required by governing authorities
for public rights-of-way.
C. Provide protection for plant life designated to remain.
D. Protect non -owned vehicular traffic, stored materials, site, and structures
from damage.
1.5 WATER CONTROL
A. Grade site to drain. Maintain excavations free of water. Provide, operate,
and maintain pumping equipment as required.
B. Protect site from puddling or running water. Provide water barriers as
required to protect site from soil erosion.
1.6 PROTECTION OF INSTALLED WORK
A. Protect installed Work and provide special protection where specified in
01560-1
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\01560.SPC.doc
M
SECTION 01560
TEMPORARY CONTROLS
individual specification sections.
B. Provide temporary and removable protection for installed Products.
Control activity in immediate work area to prevent damage.
C. Prohibit traffic from landscaped areas.
1.7 SECURITY
A. Provide security and facilities to protect Work, from unauthorized entry,
vandalism, or theft.
1.8 DUST CONTROL
A. Provide dust control measures on a daily basis during dryweather conditions
until all disturbed areas are stabilized. Conform with dust control measures
in the New York State Guidelines for Urban Erosion and Sediment Control.
B. Execute Work by methods to minimize raising dust from construction
operations.
C. Provide positive means to prevent air -borne dust from dispersing into
atmosphere.
1.9 CONSTRUCTION TEMPORARY CONTROLS
A. Plan and execute construction by methods to control surface drainage from
cuts and fills, from borrow and waste disposal areas. Prevent erosion and
sedimentation.
B. Minimize amount of bare soil exposed at one time.
C. Provide temporary measures such as berms, dikes, and drains, to prevent
water flow.
D. Construct fill and waste areas by selective placement to avoid erosive
surface silts or clays.
E. Periodically inspect earthwork to detect evidence of erosion and
sedimentation; promptly apply corrective measures.
F. All erosion control methods shall be acceptable to the Engineer and in
conformance with Section 02800 - Erosion and Sediment Control.
01560-2
EAdocumentsU Wappinger\a W2012\W21215 NYCDEP Extension\Specs\01560.SPC.doc
lirr
SECTION 01560
TEMPORARY CONTROLS
1.10 NOISE CONTROL
A. Provide methods, means, and facilities to minimize noise produced by
construction operations.
1.11 POLLUTION CONTROL
A. Provide methods, means, and facilities to prevent contamination of soil,
water, and atmosphere from discharge of noxious, toxic substances, and
pollutants produced by construction operations.
PART 2 PRODUCTS
Not Used.
PART 3 EXECUTION
Not Used.
END OF SECTION 01560
imp 01560-3
EMocumentsW Wappinger\a W2012\W21215 NYCDEP Extension\Specs\01560.SPC.doc
SECTION 01700
CONTRACT CLOSEOUT
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Closeout procedures.
B. Final cleaning.
C. Adjusting.
D. Project record documents.
E. Operation and maintenance data.
F. Spare parts and maintenance Products.
1.2 RELATED SECTIONS
A. Section 01500 - Construction Facilities and Temporary Controls.
1.3 CLOSEOUT PROCEDURES
A. Submit written certification that Contract Documents have been reviewed,
Work has been inspected, and that Work is complete in accordance with
Contract Documents and ready for Engineer's review.
B. Provide submittals to Engineer that are required by the Contract Documents.
1.4 FINAL CLEANING
A. Execute final cleaning prior to final project assessment.
B. Clean site; sweep paved areas, rake clean landscaped surfaces.
C. Remove waste and surplus materials, rubbish, and construction facilities
from the site.
01700-1
E:\documents\T Wappinger\a W2012021215 NYCDEP Extension\Specs\01700.SPC.doc
9
4
A
SECTION 01700
CONTRACT CLOSEOUT
1.5 ADJUSTING
A. Adjust operating Products and equipment to ensure smooth and unhindered
operation.
1.6 PROJECT RECORD DOCUMENTS
A. Maintain on site one set of the following record documents; record actual
revisions to the Work:
1. Record Drawings.
2. Specifications.
3. Addenda.
4. Change Orders and other modifications to the Contract.
5. Reviewed Shop Drawings, Product Data, and Samples.
6. Manufacturer's instruction for assembly, installation, and adjusting.
B. Ensure entries are complete and accurate, enabling future reference by
Owner.
C. Store record documents separate from documents used for construction.
D. Record information concurrent with construction progress.
E. Specifications: Legibly mark and record at'each Product section description
of actual Products installed, including the following:
1. Manufacturer's name and product model and number.
2. Product substitutions or alternates utilized.
3. Changes made by Addenda and modifications.
F. Record Drawings and Shop Drawings: Legibly mark each item to record
actual construction based upon at least two (2) ties from a permanent object,
including:
1. Measured horizontal and vertical locations of underground utilities and
appurtenances, referenced to permanent surface improvements.
2. Measured locations of internal utilities and appurtenances concealed
in construction, referenced to visible and accessible features of the
Work.
3. Field changes of dimension and detail.
4. Details not on original Contract drawings.
G. Submit documents to Engineer as a complete package.
01700-2
EAdocumentsU Wappinger\a W2012\W21215 NYCDEP Extension\Specs\01700.SPC.doc
r
SECTION 01700
CONTRACT CLOSEOUT
1.7 OPERATION AND MAINTENANCE DATA
A. Submit data bound in 8-1/2 x 11 inch three ring binders with durable plastic
covers.
B. Prepare binder cover with printed title "OPERATION AND MAINTENANCE
INSTRUCTIONS", title of project and date.
C. Internally subdivide the binder contents with permanent page dividers,
logically organized as described below; with tab titling clearly printed under
reinforced laminated plastic tabs.
D. Contents: Prepare a Table of Contents for each volume, with each Product
or system description identified, typed on 20 pound white paper, in three
parts as follows:
1. Part 1: Directory, listing names, addresses, and telephone numbers
of Architect/Engineer, Contractor, Subcontractors, and major
equipment suppliers.
2. Part 2: Operation and maintenance instructions, arranged by system
and subdivided by specification section. For each category, identify
names, addresses, and telephone numbers of Subcontractors and
suppliers. Identify the following:
a.Significant design criteria.
b. List of equipment.
C. Parts list for each component.
d. Operating instructions.
e. Maintenance instructions for equipment and systems.
f. Maintenance instructions for finishes, including recommended
cleaning methods and materials, and special precautions
identifying detrimental agents.
3. Part 3: Project documents and certificates, including the following:
a. Shop drawings and product data.
b. Certificates.
C. Warranties
E. Submit 1 draft copy of completed volumes 15 days prior to final inspection.
This copy will be reviewed and returned Engineer comments. Revise content
of all document sets as required prior to final submission.
F. Submit two sets of revised final volumes.
01700-3
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\01700.SPC.doc
am
fir
SECTION 01700
► CONTRACT CLOSEOUT
1.8 SPARE PARTS AND MAINTENANCE PRODUCTS
A. Provide spare parts, maintenance, and extra Products in quantities specified
in individual specification sections.
END OF SECTION 01700
01700-4
EAdocumentsU Wappinger\a W2012\W21215 NYCDEP Extension\Specs\01700.SPC.doc
4
SECTION 02010
SUBSURFACE INVESTIGATION
PART 1 - GENERAL
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
Section.
1.2 SUMMARY
A. Subsurface soil investigations have been made, and a borehole report was
prepared by Todd J Syska, Inc. The results are for informational purposes only
and may not indicate the actual field conditions at each and every location
throughout the project site. The approximate boring locations are shown on the
contract plans. Formation data is provided based upon visual observations
during drilling operations only and not reflect the actual soil conditions
throughout the project site. The Boring Logs are included within this Section for
the Contractors convenience; however, the Owner and Engineer assume no
responsibility for the accuracy of this information or for interpretations or
conclusions drawn from this data. The Contractor is expected to examine the
sites and the Boring Logs and then determine for themselves the character of
the materials to be encountered.
PART 2 - PRODUCTS (Not Applicable)
PART 3 - EXECUTION(Not Applicable)
END OF SECTION 02010
SUBSURFACE INVESTIGATION 02010-1
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02010.SPC.DOC
Ir
Ifrlr
e
e
UNITED WAPPINGER WATER DISTRICT - WATER MAIN EXTENSION TO NYCDEP
Bedrock Study - Todd J. Syska, Inc Completed August 2012 using Geo -Probes
Bore No.
Approximate
Station
Distance to
Bedrock
Soil Sample Description Comments
Bl
0 20
3
0-3' Gray wheathered rock with thin layers of tan/brown f sand 3' Bedrock exposed 50' east
with clay or silt to rock
F0+05
61+25
6.5'
0-4' gray f -c sand with f -m gravel, trace orange c sand particles.
Increasing silt or caly content with depth- light brown f sand with
clay or silte (mottled) with some f -m gravel; 4'-6.5': brown f sand Soil sample collected to verify bedrock
with mottled silt or clay. Pockets of c sand with m -c gravel,
transitions to weathered rock and then rock
B2
0+30
8'+
83
0+80
8'+
64
1+30
8'+
BS
1+80
8'+
B6
2+30
136+10
2+40
2'
136+12
2+42
2'
86+14
2+44
3'
67
2 + 80
3'
B8
3+30
5'
B9
3+80
6.5'
B10
4+30
8'+
0-4' dark f -m sand and gravel with some what appears to be coal
ash - gray/brown f -c sand and f -c gravel- tan/ brown f sand with
silt or clay. Mottled and dense; 4'-8' thin layer of dark f -c sand
and f -m gravel with silt or clay and little f gravel. It appears there
is one cobble in sample.
Bll
4+80
8'+
B12
5+30
9+
613
5+80
81+
B14
6+30
81+
B15
6+80
84
B16
7+30
8'+
B17
7+80
81+
B18
8+30
skipped, sewer conflict
B19
8+80
81+
B20
9+30
8'+
0'-4': light brown f sand with some f gravel- thin fare of what
appears to be asphaltic concrete (AC) - gray f -c sand with f -m Soil sample collected
gravel; 4'-8': gray f -c sand with some f -m gravel with little silt of
clay- weathered bedrock or large cobble
B21
9+80
skipped, drive and sewer conflict
B22
10+30
8'+
B23
10+80
8'+
B24
11+30
8'+
B25
11+80
T
B26
12+30
3'
3'cobble?
B27
12+80
8'+
B28
13+30
8'+
B29
13+80
8'+
B30
14+30
8'+
0'-4' dark brown f -c sand with f -m gravel, possible cobble -
gray/brown f sand with silt or clay (mottled) with trace f gravel -
tan/brown clay or silt with f sand and trace f gravel; 4'-8" light Soil sample collected
brown with tan and gray mottled silt or clay with trace of c sand.
Dense when dry
B31
14+80
8'+
B32
15+30
81+
B33
15+80
8'+
B34
16+30
8'+
B35
16+90
81+
B36
17+30
8'+
B37
17+80
8'+
838
18 + 30
8'+
639
118+80
8'+
ift Page 1 of 10
�r
UNITED WAPPINGER WATER DISTRICT- WATER MAIN EXTENSION TO NYCDEP
Bedrock Study - Todd J. Syska, Inc Completed August 2012 using Geo -Probes
Bore No.
Approximate
Station
Distance to
Bedrock
Soil Sample Description
Comments
B40
19+30
8'+
0'-4' gray f gravel with some f -c sand to reddish brown f -c sand
with some f -m gravel to a thin layer of AC to gray/brown f sand
with clay of silt and little f -m gravel to tan IF sand with clay or silt,
trace f -m gravel. Very dense at bottom of sample
Soil sample collected
B41
19+80
8'+
B42
TO, 30
8'+
B43
20+80
16'+
21 30
skipped, culvert
gq4
B45
+
21 + 80
8'+
846
22+30
81+
B47
22+80
81+
648
23 + 30
8'+
849
23 + 80
8'+
B50
24+30
7.2'
0'-4' brwon f -c sand and gravel with trace organnics- black what
appears to be coal ash - gray brown f -c and with silt of clay and
some gravel - mottled, tan, very dens f sand with silt of clan and
some f -m gravel; 4'-7.2' brown f -c sand with some f -m gravel
and little sitl or clay transitioning to weathered rock and then
rock.
7.2' Soil sample collected
B51
24 + 80
8'+
g52
E 30 +
12'
Target was 16'
652+10
25 + 40
14.5'
Target was 16'
652+20
25 + 50
16'+
25 80
skipped, culvert
B53
B54
+
26 + 30
16'+
655
26-80
8'+
856
27 + 30
81+
657
27 180
6.5'
857+5
27 + 85
7.5'
B58
28 + 30
8'+
B59
28+80
81+
B60
29+30
8'+
0'- 4' thin, gray f sand with f -m gravel - layer of AC- gray/brown f -
c sand with some f -c gravel and some silt or clay - tan / brown f
sand with silt or clay with trace f gravel. Dense; 4'-8' : Light Soil sample collected
brown f sand with silt or clay- dark f -c sand - light brown f -c sand
with silt of clay and some f -m gravel
B61
29 + 80
87+
B62
30 + 30
8'+
B63
30+80
81+
B64
31+30
3'
664+10
31+40
3.5
1364+25
31+55
3.7'
B65
31+80
2'
B65+25
32+05
3.5'
666
866+10
32 + 30
32+40
6.5
no sample
6.5' Soil sample collected to verify bedrock
667
32 + 80
8'+
868
33 + 30
8'+
669
33 + 90
669+10
34 + 00
8'+
870
34,40
8'+
B71
34 + 90
8'+
B72
35+40
81+
B73
35+90
81+
B74
36+40
81+
875+10
37+05
81+
B76
37 +45
81+
B77
37 +95
81+
678
38+45
81+
IB79 138+95 16+
lift Page 2 of 10
C_;
e
4
UNITED WAPPINGER WATER DISTRICT - WATER MAIN EXTENSION TO NYCDEP
Bedrock Study - Todd J. Syska, Inc Completed August 2012 using Geo -Probes
Bore No.
Approximate
Station
Distance to
Bedrock
Soil Sample Description
Comments
B80
39+45
8'+
0'-4' Brwon f sand, some f -m gravel and little orgaincs - f -c sand
and f -m gravel with weathered shale- tan/brown f sand with silt
or clay (mottled) with little f gravel. Bottom of sample is dense;
4'-8': gray/brown f -c sand with some f- mgravel. Increasing
weathered shale with depth.
Soil sample collected
681
882
39+95
40+45
2'
4'
2' Bedrock exposed at point 82
4' Bedrock exposed at edge of road
B83+5
41+00
2.4'
B84
41+45
1.5'
B85
41+95
6.5'
B86
42+45
8'+
B87
42+95
81+
B88
43+45
Skipped, Dean Drive intersection
689
143+95
81+
890
44+45
7.5'
0'-4' gray f -c sand and f -m gravel. Transition to f sand with clay
or silt. Increasing clay or silt with depth. Silt or clay is mottled; 4' Soil sample collected
8' tan/brown f sand with clay or silt . Layer of reddish brown f
sand to tan f sand with silt of clay. Clay is mottled.
B91
44+80
8'+
B92
45+30
8'+
693
45+80
6'
694
46+30
6'
B95
46+80
2'
B96
47+30
4.5'
B97
47+80
81+
B98
48+30
81+
B99
48+90
81+
B100
49+60
81+
0-4' dark f -c sand and f -m gravel, transitions to gray -brown f -m
sand with trace f gravel. Sample is wet; 4'-8': grayish brown f
sand with silt or clay: mottled. Transitions to gray f -m sand with
trace gravel. Sample very wet: ground water? Material dense
and hard when dry
Soil sample collected
B101-2
50+35
2'
6101
50+35
2'
B101+2
50+35
2'
8102
50+85
13'
13'
Target l6'
8103
51+25
Cobble ? Intersection of Rt 9D
8104
52+15
13.6'
Target 16'
8105
52 + 65
14'
Target 16'
8106
53 + 15
8'+
8107
53+65
81+
B108+10
54+25
8'+
8109
54+65
8'+
8110
55+15
3.5'
0-3.5 Dark f -c sand and f -m gravel. Transitions to light brown f
sand and silt or clay with trace f -gravel. Transitions to gray/tan f Soil Collected, Bedrock in sampler. Bedrock exposed
c sand with weathered reddish shale. May be un-diggable prior across the street.
to 3.5' .
8111
55+65
5.5'
6112
56 + 15
8'+
6113
56+65
8'+
8114
57+15
8'+
8115
57+65
8'+
6116
58 + 15
8'+
6117
58 + 65
8'+
E18
59+15
8+
6119
59+65
8'+
B120
60+30
8'+
0-8' dark f -c sand w f gravel. At approx 1' grayis tan f -c sand w
some f -m gravel. At 3' turns to tan f sand with silt or clay with Soil sample collected
some f -m gravel. Weathered shale present, with trace orange f -
sand.
E21
60 + 80
8'+
B122
61+35
8'+
B123
61+85
8'+
IB124
63+15
81+
Page 3 of 10
4
e
e
UNITED WAPPINGER WATER DISTRICT - WATER MAIN EXTENSION TO NYCDEP
Bedrock Study - Todd J. Syska, Inc Completed August 2012 using Geo -Probes
Bore No.
Approximate
Station
Distance to
Bedrock
Sod Sample Description
Comments
163+60
81+
64+00
8'+
[B12E8
64+50
8'+
65+00
8'+
65+50
8'+
8130
66+00
8'+
0-4' dark f -c sand w/ f -m gravel, trace silt or clay. Transitions to
light brown f sand wih silt or clay with trace f gravel. High water
content at bottome of sample ground water ? 4'-8' light brown-
tan f sand with silt or clay transitionin to less silt with weathered
shale.
Soil sample collected
8131
66+50
8'+
8132
67+00
Skipped, drain conflict
B133
67+50
7'
B134
68+00
8'+
B13S
68+50
8'+
B136
69 +00
Skipped, Gas service and drive conflict
B137
69+50
8'+
B138
70+00
81+
B139
70+50
81+
B140
71+00
8'+
0-4' top light tan to dark C -F sand, some gravel, turning to light
brown C -m sand with clay and trace f gravel; 4'-8': tan f -c sand,
little silt or clay, trace f -m gravel. Clay or silt content increases
with depth.
Soil sample collected
B141
71+50
7'
8142
172+00
8'+
8143
72+40
8'+
B144
72+90
8'+
B145
73+40
8'+
8146
73+60
10.5'
Target 16'
8146+5
73+65
11'
Target 16'
8147
74+00
13.6'
Target 16' Corner of Wheeler Hill Rd.
8148
74+40
81+
B149
74+90
8'+
B150
75+7S
8'+
0'-4' dark f sand wit some f gravel and little orgainics - brwon f
sand with silt or clay, trace f gravel- brown f sand with sitlt or
clay mottled. Appears that a cobble was cored through at
bottom of sample; 4'- 8': tan f sand with silt or clay - mottled -
reddish brown f sand with silt or clay and some f -m gravel.
Soil sample collected
B151
76+65
7.5'
B152
77+15
81+
8153
77+65
8'+
8154
78+15
81+
6155
78+65
8'+
8156
79+15
81+
[157
179+65
81+
8158
80+15
81+
8159
80+65
81+
8160
81+30
8'+
0'-4' dark f -c sand with granve and little organics- gray fa sand
with silt or clay, some orgaings and pockets of f -m gravel
disbursed through bottom of sampl; 4'-8' coal ash - brown f -c
sand with silt or clay increasing c gravle with depth.
Soil sample collected
B161
81+80
8.5'
Target 16, Cobble ?
8161+5
81+85
16'+
8162
82+30
8+
B163
82+80
81+
B 164
83+30
8'+
8165
83 + 80
8'+
B166
84+30
8'+
B167
94+80
8+
B 168
85+30
8'+
B 169
85+80
8'+
Page 4 of 10
4
UNITED WAPPINGER WATER DISTRICT - WATER MAIN EXTENSION TO NYCDEP
Bedrock Study - Todd J. Syska, Inc Completed August 2012 using Geo -Probes
Bore No. Approximate
Distance to Soil
Sample Description Comments
Station
Bedrock
0'-4'
dark f -c sand with some f gravel and little orgaincs. Thin
layer
of gray f -c sand and f gravle with little silt or clay- gray with
Soil sample collected
8170
86+30
8'+
brown mottling f sand with clay or silt - brwon f sand with clay or
silt
and little f -m gravel
B171
86 + 80
8'+
8172
87+30
8'+
B173
87+80
8"+
B 174
88 + 30
81+
B175
88+80
8'+
B176
89+30
8'+
0'-4' dark f sand w/ organics -gray f sand with trace c sand and f
gravel; 4'-8' Reddish brown f sand with silt of clay with layers of
f -m sand distributed through sample. Tan clay or silt with trace c
Target 16'
6177
89+90
14'
sand. Increasing desity with depth. 8'-12' light tan, extremely
dense, f sand with clay or silt- reddish bronn f sand with silt or
clay. Layer of m gravel between tan and brown materials.
Collected soil sample to 12' Hit dense till at 10'
6177+5
89+95
Skipped, Storm sewer conflict on west side of road, gas
8178
90+70
main on east side of road
Skipped, Storm sewer conflict on west side of road, gas
B179
91+20
main on east side of road
Skipped, Storm sewer conflict on west side of road, gas
8180
91+70
main on east side of road
Skipped, Storm sewer conflict on west side of road, gas
8181
92+20
main on east side of road
Skipped, Storm sewer conflict on west side of road, gas
8182
92+70
main on east side of road
Skipped, Storm sewer conflict on west side of road, gas
8183
93+20
main on east side of road
Skipped, Storm sewer conflict on west side of road, gas
8184
93+70
main on east side of road
Skipped, Storm sewer conflict on west side of road, gas
8185
94+20
main on east side of road
Skipped, Storm sewer conflict on west side of road, gas
B186
94+70
main on east side of road
Skipped, Storm sewer conflict on west side of road, gas
B187
95+20
main on east side of road
Skipped, Storm sewer conflict on west side of road, gas
8188
95+70
main on east side of road
Skipped, Storm sewer conflict on west side of road, gas
8189
96+20
main oneast side of road
Skipped, Storm sewer conflict on west side of road, gas
8190
96+70
main on east side of road
Skipped, Storm sewer conflict on west side of road, gas
8191
97+20
main on east side of road
Skipped, Storm sewer conflict on west side of road, gas
8192
97+70
main on east side of road
B 193
98 + 20
8'+
8194
98 + 70
167+
6195
99 + 20
8'+
8196
99+70
8'+
8197
100 + 20
8'+
B 198
100 + 70
8'+
8199
101+20
81+
0'-4' dark f sand with f -m gravel and organics - reddish bronw f
sand with some silt or clay and trace f gravel; 4'-8' layer of
Soil sample collected
8200
101+70
81+
brown f sand with f -m gravel changing to reddish brwon f sand
with clay or silt and trace of f gravel.
8201
102 + 10 8"+
B202
1102+ 60 81+
B203 103+10 81+
B204 103 + 60 8"+
8205 104 110 8'+
8206 104 + 60 8'+
Page 5 of 10
UNITED WAPPINGER WATER DISTRICT- WATER MAIN EXTENSION TO NYCDEP
Bedrock Study - Todd J. Syska, Inc Completed August 2012 using Geo -Probes
Bore No.
Approximate
Station
Distance to
Bedrock
Soil Sample Description
Comments
8207
105+10
8'+
8208
105+60
8'+
B209
106+10
81+
8210
106+60
8'+
0'-4' dark f sand with organics and some f -m gravel- gray f sand
with silt or clay - brown/tan f sand with silt or clay; 4'-8': Thin
layer of assumed organic material to tan f sand with silt or clay
and trace gravel. increasing clay or silt content with depth.
Soil sample collected
8211
107+10
8'+
8212
107+60
8'+
8213
108+10
Skipped, Steep shoulder due to 10' fill section at
roadbed
8214
108+60
Skipped, Steep shoulder due to 10' fill section at
roadbed
B215
109+10
3'
3' Cobble ?
8215+4
109+14
8'+
B216
109+60
8'+
End of road fill section
8217
110+10
8'+
B218
110+20
8'+
Intersection of Old Troy Rd.
B219
110+60
3.7' Possible hit on concrete storm culvert, stopped
test.
8219+15
110+75
8'+
B220
111+10
8'+
0'-4' dar f -c sand w some f gravel and organics - gra f sand with
silt or clay and trace m sand and f gravel - brown f sand with silt
or clay with trace c sand and f gravel. Dense; 4'- 8' gray brown f
sand with silt or clay. Layers off -m sand disbursed through
sample.
Soil sample collected. Near catch basin.
8221
111+60
Skipped, Storm drain conflict
B222
112+10
Skipped, Storm drain conflict
8223
112+60
Skipped, Storm drain conflict
B224
113+10
Skipped, Storm drain conflict
B225
113+60
81+
8226
114+10
8'+
8227
114+60
8+
B228
115+10
8'+
B229
115+60
8'+
8230
116+10
8'+
0'-4' dark f -c sand and f gravel with someme orgaincs to gray f
sand with silt or clay. Some orgaincs and pockets off -m gravel
disbursed through sample; 4'-8' brown f sand with silt or clay
and some c sand and f gravel. Changing to reddish brown f sand.
Appears there is less clay or silt content with increasing depth.
Soil sample collected
B231
116+60
81+
B232
117+10
8'+
8233
117+60
8'+
B234
118+10
81+
8235
118+60
8'+
8236
119+10
8'+
8237
119+60
81+
8238
120+10
8'+
B239
120+60
8'+
8240
121+10
81+
0-4' dark f -c sand w/ f gravel/ trace organics. Transitions to light
brown f sand with silt or clay, trace f gravel. High moisture
content: ground water ?; 4'-8' light brown f sand with silt or clay
mottled and very dense. High moisture content.
Soil sample collected
8241
121+60
81+
B242
122+10
Skipped, Paved Drive
8243
122+ 60
8'+
8244
123+10
8'+
B245
123+60
8'+
B246
124+10
8'+
6247
1124+60
8'+
B 248
125 + 10
8'+
B249
1125+60
8'+
Page 6 of 10
im
UNITED WAPPINGER WATER DISTRICT - WATER MAIN EXTENSION TO NYCDEP
Bedrock Study - Todd J. Syska, Inc Completed August 2012 using Geo -Probes
Bore No.
Approximate
Station
Distance to
Bedrock
Soil Sample Description
Comments
B250
126+10
81+
0-4" dark f -c sand with IF gravel and trace organic material,
changing to light brown IF sand with clay or silt. Unsuitable if wet.
4'-8' light brown f sand and silt or clay. A thin layer of dark c-
sand with orgaincs. High moisture content near bottom: ground
water ?
Soil sample collected
B251
126+60
81+
252
127+10
81+
8253
127+60
8'+
B254
128+10
9+
B255
128+60
8'+
8256
129+10
81+
8257
129+30
8'+
B258
129+80
81+
8259
130+30
81+
B260
130+80
8'+
0'-4' gray f -c sand, some f -m gravel, transitions to light brown f
sand with silt or clay-motteled w/ trace f gravel. Unsuitable if
wet, sample is dry. 4'-8': light brown f sand w/ silt or clay -
mottled. Middle of sample wet.
Soil sample collected
8261
131+30
8'+
8262
131+80
81+
6263
132+30
81+
B264
132+80
8'+
8265
133+30
81+
8266
133+80
81+
8267
134+30
81+
8268
134+80
8'+
B269
135+30
81+
B270
135+80
81+
0-4' light brown f -m sand, (race f gravel. Transitions to light
brown f sand with silt or clay, trace f -m gravel, turning to very
dense, tan f -c sand and clay or silt w/ trace IF gravel. Will be
unsuitable wet. May be difficult to dig. 4'-8' tan f -c sand with
clay or silt, trace f gravel. Increasing gravel content with depth.
Soil sample collected
8271
136+30
8'+
B272
136+80
81+
8273
137+30
8'+
8274
137+80
81+
B275
138+30
81+
B276
138+80
81+
B277
139+30
8'+
8278
139+80
81+
B279
140+30
81+
B280
140+80
8'+
0'-4' dark brown f sand with silt or clay and some f -m gravel and
trace organics -light brown f sand with clay or silt and some f -c
gravel; 4'-8' light brown f sand w/clay or silt and some f -c gravel
Soil sample collected
8281
141+30
8'+
8282
141+80
8'+
B283
142+30
8'+
B284
142+80
81+
B285
143+30
81+
8286
143+80
81+
B287
144+30
81+
8288
144+80
8'+
B289
145+ 30
8'+
8290
145+80
8'+
0'-4' Brown f sand w/ clay or sit with trace f -m gravel and
organics - reddish brown IF sand w/clay or silt and little f -m gravie
brown f sand with silt or clay (mottled) with little f -m gravel.
Density appears to increase with depth. 4'-8' Light brown f
sand with clay or silt and some f -c gravel
Soil sample collected
B291
146+30
81+
8292
146+80
8'+
8293
147+10
8'+
B294
147+60
81+
8295
148+10
8'+
Page 7 of 10
4
40
UNITED WAPPINGER WATER DISTRICT - WATER MAIN EXTENSION TO NYCDEP
Bedrock Study - Todd J. Syska, Inc Completed August 2012 using Geo -Probes
Bore No.
Approximate
Distance toSoil
Sample Description
T
Comments
Station
Bedrock
6296
148 + 60
8'+
B297
149+10
8'+
B298
149 +60
8'+
B299
150+10
81+
0'-4' grayish brown f sand with trace f gravel and organics -
reddish brown f sand with clay or silt, some f -m gravel. Appears
B300
150+60
8'+
that at least 1 coble was cored through; 4'-8' brown/tan f sand
Soil sample collected. Close to water line.
with silt or clay and some f -m gravel. Lighter color and
increasing density and hardness with depth.
B301
151+10
8'+
B302
151+60
81+
8303
152+00
8+
B304
152 +50
81+
B305
153+00
8'+
B306
153 +50
81+
154 + 00
8'+
08
154+ 50
8'+
09
155+00
8'+
[B307
0'-4' Brown f sand with silt or clay and trace gravel tranitions to
brwon f sand with silt or clay and some m gravel; 4'-8' brwon f
Soil sample collected
10
155+50
g +
sand with clay or silt and some f -m gravle. Appears that at least
1, 6" cobble was cored trhrough.
8311
156+00
81+
8312
156+50
81+
8313
157+00
8'+
8314
157+50
8'+
B315
158+00
81+
8316
158+50
81+
8317
159+00
81+
8318
159+50
8+
8319
160 + 00
8'+
0'-4' brown f -c sand with trace f gravle and orgaings -
graay/brown f sand with silt or clay and trace f gravel to brwon f
sand with trace f gravel. Appears less silt or clay than other
Soil sample collected
B320
160+ 50
81+
locations. 4'-8' Red brwon f -c sand with silt or clay and trace f -m
gravel. Appears that at least 1 cobble in sample. Density
appears to increase with depth.
B321
161+00
16'+
South end of Park
B322
161+50
no test, CHG&E row
B323
162+00
no test, CHG&E row
B324
162+50
no test, CHG&E row
8325
163+00
no test, CHG&E row
8326
163 +50
no test, CHG&E row
8327164+00
no test, CHG&E row
8328
164+50
no test, CHG&E row
8329
165+00
no test, CHG&E row
8330
165 +50
no test, CHG&E row
8331
166+00
no test, CHG&E row
8332
166 +50
no test, CHG&E
8333
167+00
no test, CHG&E
8334
167+50
no test, CHG&E
=row
B335
168+00
no test, CHG&E
8336
168+50
no test, CHG&E
8337
169+00
no test, CHG&E
6338
169+50
no test, CHG&E row
B339
170+00
no test, CHG&E row
8340
170+ 50
no test, CHG&E row
B341
171+00
no test, CHG&E row
8342
171+50
no test, CHG&E row
8343
771+90
no test, CHG&E row
6344
172+ 40
no test, CHG&E row
8345
172 + 90
no test, CHG&E row
B346
173 + 10
16'+
Page 8 of 10
4
e
4
UNITED WAPPINGER WATER DISTRICT- WATER MAIN EXTENSION TO NYCDEP
Bedrock Study - Todd J. Syska, Inc Completed August 2012 using Geo -Probes
Bore No.
Approximate
Station
Distance to
Bedrock
Soil Sample Description
Comments
8347
173+20
16'+
[348
173 + 30
4'
B349A
173+75
8'+
8348+5
173+80
8'+
8349
1174+25
8'+
9A
174+ 25
8'+
174+70
8'+
[B350
0A
174+ 70
8'+
Dark f -c sand and gravel with organics and thin layer of f -c sand,
transitions to brown sand sith silt or clay. Sol color gets lighter
with increasing gravle content with depth; 4'-8' light brown to
tan f sand with silt of clay (mottled with some f -m gravel. Thin
layer of ogainic material and trace reddish f sand in sample.
Soil sample collected
B351
175+20
81+
B351A
175+20
6.8'
6.8' Cobble ?
8352
175+70
81+
8352A
175+70
8'+
B353
176+20
8'+
B353A
176+20
81+
B354
176+70
8'+
B354A
176+70
8'+
B355
177+20
81+
B355A
177+20
8'+
8356
177+70
81+
B356A
177+70
81+
8357
178+20
8'+
8357A
178+20
81+
B358
178+70
8'+
B358A
178+70
8'+
B359
179+ 20
8'+
B359A
8'+
8360
.179+20
179+70
8'+
6360A
179+70
7.0'
Dark f -c sand and gravel with organics and thin layer of f -c sand,
transitions to brown sand sith silt or clay. Sol color gets lighter
with increasing gravle content with depth; 4'-8' light brown to
tan f sand with silt of clay (mottled with some f -m gravel.
Soil sample collected. Weathered rock in tip of sampler
8361
180+20
4'
B361A
180+20
7.5'
8361+5
180+25
81+
8362
180+70
81+
B362A
180+70
81+
B363
181+20
7'
B363A
181+20
81+
[364
181+70
Skipped, Hudson Drive
B364A
181+70
8'+
B365
182+20
8'+
B365A
182+20
8'+
8366
182+70
8'+
B366A+5
182+75
8'+
8367
1183+20
81+
B367A
183+20
8'+
8368
183+70
8'+
8368A
183+70
81+
8369
194+20
10'+
B369A
184+20
81+
B370
194+70
12'+
B370A
194+70
8'+
0'-4' dark f -c sand and f gravel with organics to tan/brown f sand
with silt or clay and some f -m gravle. Sample is very moist; Soil sample collected
brwon f -c sand w/ trace gravel- appears that less silt or clay
content.
B371
185+20
7'
B371A
185+20
8'+
8372-5
1185+65
81+
[372
118S+70
6'
Page 9 of 10
lr
UNITED WAPPINGER WATER DISTRICT - WATER MAIN EXTENSION TO NYCDEP
Bedrock Study - Todd J. Syska, Inc Completed August 2012 using Geo -Probes
to
OW
No
Bore No.
Approximate
Station
Distance to
Bedrock
Soil Sample Description
Comments
B372A
185+70
8'+
8373
186+20
7.6'
B373A
186 + 20
8'+
8374
186+ 70
8'+
B374A
186+70
8'+
8375
1187+ 20
81+
B37SA
187+20
8'+
8376
187+80
Skipped, Stenger Court
8376A
187+90
81+
8377
188+30
7.5'
B377A
188+30
8'+
8378
188 + 80
8'+
B378A
188+ 80
8'+
8379
189+30
8'+
B379A
189+30
81+
8380
189+ 80
8'+
B380A
189+80
81+
0'-4' black f -c sand with some f -m gravel and trace organics to
thin layer of greyis brown f -c sand, transition to brown f sand
with silt or clay (mottled) with trac f gravel; 4'-8' brown with
gray f sand with silt or clay. Dark layer of fic sand with organics
turning to light brown f -c sand with Silt of clay (mottled)
increasing gravel content.
Soil sample collected
p
B381
190+30
81+
B381A
190+30
8'+
8382
190+80
81+
B382A
190+80
8'+
8383
191+30
8'+
B383A
191+30
8'+
8384
191+80
8'+
B384A
191+80
8'+
B385
192+30
8'+
B385A
192+30
8'+
8386
192+ 80
8'+
B386A
192+ 80
8'+
8387
193+ 30
8'+
B387A
193+ 30
81+
8388
193+80
81+
B388A
193+ 80
81+
B389
194+ 35
8'+
B389A
194+ 35
8'+
B390
194+85
8'+
B390A
194+85
8'+
0'-4' dark f -c sand, some f gravel and trace orgaincs.
Approximate 2" layer of AC - Gray brown f sand with sitl or clay
and trace f gravel to brown f sand with silt or clay and trace f -m
gravel; 4'-8': Brown f sand with silt or caly trace f -m gravel.
Larger gravel with increasing depth. 1 thin layer of organic
material about 1/3 depth of sample
Soil sample collected
8391
195 + 35
8'+
8391A1195+35
16'+
End of test area.
Page 10 of 10
SECTION 02110
SITE CLEARING
PART1 GENERAL
1.1 SECTION INCLUDES
A. Removal of surface debris.
B. Removal of paving, curbs, and sidewalk.
C. Removal of trees, shrubs, and other plant life.
D. Removal of Topsoil.
1.2 RELATED SECTIONS
A. Section 02205 — Soil Materials.
B. Section 02225 - Trenching.
C. Section 02229 - Rock Removal.
1.3 REGULATORY REQUIREMENTS
A. Conform to applicable New York State and Town of Stockport codes for
environmental requirements, disposal of debris, and use of herbicides.
B. Coordinate clearing Work with utility companies.
C. Accurately record actual locations of all nearby utilities by horizontal
dimensions, elevations or inverts, and slope gradient.
PART PRODUCTS
2.1 MATERIALS
A. Herbicide: To be used only as required by a New York State Certified Pest
Control Specialist and in conformance to manufacturer's recommendations.
B. Topsoil: As specified in Section 02205.
02110-1
EAdocumentff Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02110.SPC.doc
tow
SECTION 02110
rr
SITE CLEARING
PART 3 EXECUTION
3.1 PREPARATION
A. Verify that existing plant life designated to remain is tagged or identified.
B. Identify required lines, levels, contours and datum.
3.2 PROTECTION
A. Locate, identify, and protect utilities that remain, from damage.
B. Protect trees, plant growth, and features designated to remain, as final
landscaping.
C. Protect bench marks, survey control points, existing structures, fences,
sidewalks, paving and curbs from damage or displacement by excavation
equipment and vehicular traffic.
3.3 CLEARING
A. Clear areas required for access to site and execution of Work.
B. Remove trees and shrubs as required to complete this work. Remove
stumps, main root ball, and surface rock.
C. Clear undergrowth and deadwood, without disturbing subsoil.
D. Apply herbicide as necessary to remaining stumps to inhibit growth.
3.4 REMOVAL
A. Remove debris, rock, and extracted plant life from site.
B. Partially remove paving, curbs, and sidewalk as needed. Neatly saw cut
edges at right angle to surface.
END OF SECTION 02110
02110-2
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02110.SPC.doc
Ir
n
SECTION 02150
UNDERGROUND UTILITY INSTALLATIONS
WITHIN THE STATE AND/OR COUNTY HIGHWAY RIGHT-OF-WAY
PART 1 GENERAL
1.1 GENERAL CONDITIONS
A. These specifications apply to Highway Work Permits authorizing work within
the State and/or County highway right-of-way for Water Mains. These
conditions, and any special conditions which are added to the Work Permit
on the method of performing work, are enforceable by the New York State
Department of Transportation (NYSDOT), Dutchess County Department of
Public Works and the Owner and shall by conformed to by the Contractor
performing the work.
B. Work under the permit as described in the specifications shall be
commenced within thirty (30) days from date of permit issuance, unless
extension of this period is approved by the New York State Department of
"" Transportation Regional Traffic Engineer, Dutchess County Department of
Public Works Traffic Engineer and the Engineer.
1.2 GENERAL REQUIREMENTS (UNDERGROUND)
A. All underground crossings shall be placed beneath the pavement and
shoulder areas without disturbance to the pavements unless otherwise
approved by the New York State Department of Transportation Regional
Traffic Engineer Dutchess County Department of Public Works Traffic
Engineer and the Engineer. Such installation shall be by jacking, boring, or
drilling, in conformance with this Specification Section. Water jetting will not
be permitted. No open cuts will be allowed unless no other method is
feasible or if it is required to expose existing utilities. All current
requirements of Chapter XVII, Occupational Safety & Health Administration,
Department of Labor, Part 1926, Safety & Health Regulations for
Construction, New York State Department of Labor Industrial Code Rule 23,
Protection of Persons Employed in Construction and Demolition Work, &
Industrial Code Rule 53, Construction Excavation and Demolition Operations
at or near underground facilities, and Part 131 of New York State Dept. of
Transportation Rules & Regulations, shall apply. Soil erosion and water
pollution controls shall be used as necessary or as directed by the Engineer.
„ B. Plans for underground installations shall be submitted to meet the approval
of the New York State Department of Transportation Regional Traffic
Engineer, Dutchess County Department of Public Works Traffic Engineer
Underground Utility Installation 02150-1
EAdocumentsU Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02150.SPC.doc
w
Irrr
and the Engineer prior to the permit issuance. A maintenance and protection
of traffic plan shall also be required.
C. Un -encased borings shall meet the requirements of Specification Section
02446 — Horizontal Direction Drilling and shall be subject to the approval of
the New York State Department of Transportation Regional Traffic Engineer
and Dutchess County Department of Public Works Traffic Engineer.
1.3 METHOD OF INSTALLATION/SUBMITTALS
A. The Contractor shall submit shop drawings for approval by the New York
State Department of Transportation Regional Traffic Engineer, Dutchess
County Department of Public Works Traffic Engineer and the Engineer.
B. Shop drawings must be specific. They shall describe in detail size, length,
depth, material, provisions for grouting, method of construction, etc.
C. Shop drawings shall specify the type of equipment and construction
procedures to be used. This is to include operations involving ground water
control.
D. The shop drawing shall indicate the size and material of the pipe.
E. The shop drawing shall indicate size and length of borings and pits.
F. When required by the Traffic Engineer or Engineer, soil boring or other soil
investigations shall be made by the Contractor to determine the nature of the
underlying material for underground installations.
1. Soil boring shall be in accordance with Section 648 "Subsurface
Explorations" of the New York State Department of Transportation
Specifications.
2. Soil boring logs shall be accompanied with a plan drawn to scale
showing location of boring in relation to the pavement and the
proposed pipe location, the elevation of ground surface at each boring
and ground water elevation. Material changes will also be noted such
as sand, gravel, rock and boulders.
F. All operations shall be conducted so as not to interfere with, interrupt, or
endanger the operation of traffic, nor damage, destroy, or endanger the
integrity of State facilities. Operations will be subject to State and County
inspection at all times.
6 Underground Utility Installation 02150-2
EAdocumentsU Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02150.SPC.doc
e
ir.
G. Blasting will not be permitted under or near highways and facilities unless
approved by the New York State Department of Transportation Regional
Traffic Engineer and Dutchess County Department of Public Works Traffic
Engineer. The Contractor shall submit his/her proposed blasting patterns
and procedures for review prior to blasting. A meeting at the site shall be
required prior to commencement of actual blasting operations.
1.4 QUALITY ASSURANCE
A. Comply with the following standards:
1. Standard Specifications, Construction and Materials of the New York
State Department of Transportation (NYSDOT), latest edition.
2. Requirements for the Design and Construction of Underground Utility
Installations Within the State Highway Right -of -Way, New York State
Department of Transportation (NYSDOT), latest edition.
3. NYSDOT Work Zone Traffic Control Manual, latest edition.
4. DCDPW Policy and Standards For Access and Utility Work on County
Highways, April 1, 2009
PART PRODUCTS
2.1 WORK WITHIN STATE OR COUNTY RIGHT-OF-WAYS
A. All products and materials shall comply with Standard Specifications,
Construction and Materials of the New York State Department of
Transportation (NYSDOT), latest edition, DCDPW Policy and Standards For
Access and Utility Work on County Highways, April 1, 2009, and
Requirements for the Design and Construction of Underground Utility
Installations Within the State Highway Right -of -Way, New York State
Department of Transportation (NYSDOT), latest edition.
PART 3 EXECUTION
3.1 MAINTENANCE AND PROTECTION OF TRAFFIC
A. Traffic is to be maintained at all times during the progress of this work and
adequate signs, barricades and lights shall be provided in accordance with
the provisions of the Manual on Uniform Traffic Control Devices (MUTCD)
and the New York State Supplement. A maintenance and protection of
Underground Utility Installation
02150-3
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02150.SPC.doc
w
e
Irr
traffic (M&P) plan shall be provided by the Contractor. No lanes shall be
closed without prior approval. An on site representative of the Contractor
shall be designated and be responsible for implementation of the M&P plan.
B. The applicant shall erect and maintain suitable barricades around all
trenches while work is in progress for the protection of the public, and they
shall be suitably lighted by yellow lights at night. The work shall be carried
on in such manner that not more than 100 feet of trench in earth remains
open at end of day's work.
C. No pavement cuts are to be left unfilled over night, except in emergencies,
and in such cases, adequate precautions must be exercised to protect traffic.
Prior approval must be obtained to use steel plating.
D. No construction materials or equipment shall be left on the shoulders or
pavement after working hours, nor shall any construction equipment or
material be placed in any manner or location that will obstruct highway or
railroad warnings signs.
E. All open trench in the highway right-of-way shall be barricaded. There shall
be conspicuously displayed bright red flags no less than twenty-four inches
(24) x twenty-four inches (24") attached to such barricades and illuminated
at night with flashing yellow lights. If in the judgment of the New York State
g gy g j 9
Department of Transportation Regional Traffic Engineer, Dutchess County
Department of Public Works Traffic Engineer or Engineer that flagmen are
necessary, they shall be employed by the permittee and on duty at all times
during the progress of the work so as to direct traffic and maintain yellow
lights, etc.
F. Soft shoulder signs of adequate size, not less than twenty-four (24") square,
shall be erected and maintained on all backfill trenches within the shoulder
area until the backfill is thoroughly settled. These signs shall be located at
the beginning of each section of work at intersections and at a distance not
greater than one thousand 1000 feet apart.
G. During winter conditions the Contractor must perform its work so that the
highway is free of obstructions which would interfere with snow removal and
ice control.
No drums, cones, barricades and other traffic control equipment shall remain
in a location where they'll interfere with or be disturbed by a snow plowing
operation. The work must be schedule to afford the safe removal of such
devices when necessary.
Drainage frames, grates and covers shall not be adjusted in a travel lane
unless the final pavement course is placed prior to the onset of snow and ice
wo Underground Utility Installation
02150-4
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02150.SPC.doc
+fir
-4
it
weather. Steel plates, etc. shall not protrude above adjacent pavement. If
any of these protrusions exist in a non -travel lane prior to a snow and ice
condition, then temporary asphalt ramps must be placed so that for every
one inch of rise, there is a six foot run of ramp.
it
H. During the winter months care must be taken to obtain proper compaction of
all earth work. The Contractor will be required to return to make repair or
replacement should pavement settlement result.
The Contractor shall keep the traveled way free of foreign objects such as
rocks, timber and other items that may fall from transporting vehicles.
Spillage of material carried by or dropped from the under -carriage of any
carrying vehicle resulting from the Contractor hauling operations along or
across any public traveled way shall be removed immediately from such
traveled way, both within and outside of the work limits, shall be kept free of
such spillage by the Contractor.
3.2 WORK WITHIN STATE OR COUNTY RIGHT-OF-WAYS
A. The Contractor shall pay for and obtain all required permits from NYSDOT
and DCDPW. This includes all fees, insurance and bonds associated with
the permits.
B. Contractor shall not submit any material or product submissions to NYSDOT
or DCDPW without first obtaining approval of the material or product from the
Engineer.
C. Contractor should allow a minimum of 75 days in its schedule for NYS DOT
or DCDPW permit review and issuance.
D. All work within State or County right-of-ways shall be in accordance with
these Contract Documents, NYSDOT and DCDPW permits, as applicable, or
the Requirements for the Design and Construction of Underground Utility
Installations Within the State Highway Right -of -Way, New York State
Department of Transportation (NYSDOT), latest edition, whichever is more
stringent.
E. Conditions of the Work Permit are enforceable by NYSDOT and DCDPW as
applicable, and the Owner and shall be conformed to by the Contractor.
END OF SECTION
Underground Utility Installation
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02150.SPC.doc
02150-5
SECTION 02205
SOIL MATERIALS
PART1 GENERAL
1.1 SECTION INCLUDES
A. Subsoil materials.
B. Topsoil materials.
1.2 RELATED SECTIONS
A. Section 01410 - Testing Laboratory Services.
B. Section 02110 - Site Clearing.
C. Section 02207 - Aggregate Materials.
D. Section 02225 - Trenching.
E. Section 02923 - Landscape Grading.
F. Section 02936 - Seeding.
G. Section 02950 - Trees, Plants and Ground Cover.
1.3 REFERENCES
A. AASHTO T180 - Moisture -Density Relations of Soils Using a 10 -Ib Rammer
and an 18 -in. Drop.
B. ASTM D698 - Test Methods for Moisture -Density Relations of Soils and
Soil -Aggregate Mixtures, Using 5.5 Ib Rammer and 12 inch Drop.
C. ASTM D1556 - Test Method for Density of Soil in Place by the Sand -Cone
Method.
D. ASTM D1557 - Test Methods for Moisture -Density Relations of Soils and
Soil -Aggregate Mixtures Using 10 Ib Rammer and 18 inch Drop.
E. ASTM D2167 - Test Method for Density and Unit Weight of Soil in Place by
the Rubber Balloon Method.
F. ASTM D2487 - Classification of Soils for Engineering Purposes.
02205-1
EAdocumentsU Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02205.SPC.doc
ANN
-q
.4
10
SECTION 02205
SOIL MATERIALS
2.2 TOPSOIL MATERIALS
A. Topsoil
Topsoil shall be the surface layer of pliable soil similar in quality to productive
agricultural soils commonly occurring in the vicinity of the project and shall be
free from all refuse, any material toxic to plant growth, subsoil, woody
vegetation, stumps, roots, brush, stones, clay lumps or similar objects larger
than two (2) inches in greatest dimension. Sod and herbaceous growth such
as grass and weeds need to not be removed but shall be thoroughly broken
up and mixed with the soil during handling operations.
Topsoil shall meet the following requirements unless otherwise specifically
stated in the plans or proposal:
a. The pH of the material shall be between 5.5 and 7.6.
b. The organic content shall be not less than 2% nor more than 20%
C. Gradation:
Sieve Size Percent Passing by Weight
2 inch 100
1 inch 85 to 100
1/4 inch 65 to 90
No. 200 mesh 20 to 80
2.3 SOURCE QUALITY CONTROL
A. Section 01410 - Testing Laboratory Services: Testing and analysis of soil
material.
B. If tests indicate materials do not meet specified requirements, change
material and retest at the sole expense of the Contractor.
C. Provide materials of each type from same source throughout the Work.
02205-3
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02205.SPC.doc
SECTION 02205
SOIL MATERIALS
PART 3 EXECUTION
3.1 SOIL REMOVAL
A. Excavate subsoil and topsoil from areas designated.
B. Remove lumped soil, boulders, and rock.
C. Stockpile excavated material only in areas designated on site by the
Engineer and remove any excess spoil material not being used from site.
D. Provide name and location of approved agency for accepting spoil material
3.2 STOCKPILING
A. Stockpile materials only on site at locations approved by the Engineer.
Obtain written releases for stockpiling any materials on private properties.
B. Stockpile in sufficient quantities to meet Project schedule and requirements
for each section of work to be performed.
C. Separate differing materials with dividers or stockpile apart to prevent mixing.
D. Prevent intermixing of soil types or contamination.
E. Direct surface water away from stockpile site to prevent erosion or
deterioration of materials.
3.3 STOCKPILE CLEANUP
A. Remove stockpile, leave area in a clean and neat condition. Grade site
surface to prevent free standing surface water.
B. If a borrow area is indicated, leave area in a clean and neat condition. Grade
site surface to prevent free standing surface water.
END OF SECTION
02205-4
io
EAdocumentsU Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02205.SPC.doc
aw
SECTION 02207
AGGREGATE MATERIALS
PART1 GENERAL
1.1 SECTION INCLUDES
A. Aggregate materials.
1.2 RELATED SECTIONS
A. Section 01410 — Testing Services.
B. Section 02205 - Soil Materials.
C. Section 02225 - Trenching.
D. Section 02667 - Site Water Lines.
E. Section 02923 - Landscape Grading.
F. Section 03300 - Cast In Place Concrete
1.3 REFERENCES
A. AASHTO - M147 - Materials for Aggregate and Soil -Aggregate.
B. AASHTO T180 - Moisture -Density Relations of Soils Using a 10 -Ib Rammer
and an 18 -in. Drop.
C. ASTM C136 - Method for Sieve Analysis of Fine and Coarse Aggregates.
D. ASTM D698 - Test Methods for Moisture -Density Relations of Soils and
Soil -Aggregate Mixtures, Using 5.5 Ib Rammer and 12 inch Drop.
E. ASTM D1557 - Test Methods for Moisture -Density Relations of Soils and
Soil -Aggregate Mixtures Using 10 Ib Rammer and 18 inch Drop.
F. ASTM D2167 - Test Method for Density and Unit Weight of Soil in Place by
the Rubber Balloon Method.
G. ASTM D2487 - Classification of Soils for Engineering Purposes.
H. ASTM D2922 - Test Methods for Density of Soil and Soil -Aggregate in Place
by Nuclear Methods (Shallow Depth).
02207-1
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02207.SPC_doc
lr
SECTION 02207
AGGREGATE MATERIALS
I. ASTM D3017 - Test Method for Moisture Content of Soil and Soil -Aggregate
in Place by Nuclear Methods (Shallow Depth).
J. ASTM D4318 - Test Method for Liquid Limit, Plastic Limit, and Plasticity
Index of Soils.
1.4 SUBMITTALS FOR INFORMATION
A. Materials Source: Submit name of imported materials suppliers.
1.5 QUALITY ASSURANCE
A. Perform Work in accordance with New York State Department of
Transportation and Town standards.
PART PRODUCTS
2.1 AGGREGATE MATERIALS
A. Coarse Aggregate Type "'I", No. 1 Crushed Stone
Crushed stone as described in the current New York State Department of
Transportation (NYSDOT) Standard Specifications, Section 703 -
Aggregates, select material, satisfying Size Designation 1 and physical
requirements stated therein.
B. Coarse Aggregate Type "2", No. 2 Crushed Stone
Crushed stone as described in the current NYSDOT Standard
Specifications, Section 703 - Aggregates, select material, satisfying Size
Designation 2 and physical requirements stated therein.
C. Coarse Aggregate Type "3", No. 3 Crushed Stone
Crushed stone as described in the current NYSDOT Standard
Specifications, Section 703 - Aggregates, select material, satisfying Size
Designation 3 and physical requirements stated therein.
D. Coarse Aggregate Type "4", No. 4 Crushed Stone
r. Crushed stone as described in the current NYSDOT Standard
Specifications, Section 703 - Aggregates, select material, satisfying Size
Designation 4 and physical requirements stated therein.
02207-2
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02207.SPC.doc
it
SECTION 02207
Yw
AGGREGATE MATERIALS
E. Subbase Course, Select Graded Gravel
Subbase course, select graded gravel is a select material and shall conform
to New York State Department of Transportation (DOT) Specification 304-
2.02. All materials shall be well graded from coarse to fine and free from
organic or other deleterious materials.
Gradation shall conform to the tables below:
Type 2 Subbase Course
Sieve Size Designation
2 inch
1/4 inch
No. 40
No. 200
Percent Passing by Weight
100
25-60
5-40
0-10
Type 4 Select Graded Gravel
Sieve Size Designation Percent Passing by Weight
60 2 inch 100
1/4 inch 30-65
No. 40 5-40
No. 200 0-10
Not more than thirty (30) percent, by weight, of the particles retained on a
one-half (1/2) inch sieve shall consist of flat or elongated particles. A flat or
elongated particle is defined herein as one which has its greatest dimension
more than three (3) times its least dimension.
F. Crusher Run
Crusher Run shall be a select material conforming to New York State
Department of Transportation (DOT) Specification NYSDOT Item 304.12,
Type 2. For Type 2, furnish materials consisting of approved Blast Furnace
Slag, or of Stone which is the product of crushing or blasting ledge rock, or a
blend of Blast Furnace Slag and Stone. All materials shall be free of debris,
waste, frozen or organic materials and other deleterious materials. All
materials shall be supplied from a NYSDOT approved source for course
aggregate.
Gradation shall conform to the table below:
02207-3
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02207.SPC.doc
NNW
�r
SECTION 02207
AGGREGATE MATERIALS
Sieve Size Designation
2 inch
1/4 inch
No. 40
No. 200
G. Run -Of -Bank Gravel
Percent Passing by Weight
100
25-60
5-40
0-10
Run of Bank Gravel shall be a select material with a naturally occurring
mixture of stones, and clayey and/or sandy soil particles, of varying sizes ,
which are generally the result of glacial deposition. Run -of -bank gravel shall
be a well integrated mixture of somewhat spherically shaped and flattish
type, round edged stones of like nature. No stones shall exceed two (2)
inches in its greatest dimension. Colors may vary depending on geographical
locations. Run -of -bank gravel shall be free from overburden, refuse debris,
plant growth, woody vegetation, organic substances, loan or silt, and such
other deleterious materials. All run -of -bank gravel shall be approved by the
Engineer prior to its use.
H. Fine Aggregate — Sand
Sand shall be a select material and comply with ASTM C33; fine aggregate
natural or manufactured sand. Sand containing lumps clay, woody material,
organic substances or an excess of 10% by volume of loam or split is not
acceptable.
Suitable Excavated Material
Suitable excavated material shall mean material consisting of mineral soil
(inorganic), blasted or broken rock and similar materials of natural or man-
made origin excavated from the trench, including mixtures thereof.
Maximum particle size shall not exceed 213 of the specified layer thickness
prior to compaction. Material containing cinders, industrial waste, sludge,
building rubble, land fill, excessive clay, much and peat or other deleterious
material shall be considered unsuitable for fill and backfill, except topsoil and
organic silt may be used as suitable material in landscape areas provided it
is placed in the top layer of the subgrade surface. Excessively wet material,
not capable of achieving satisfactory compaction will not be considered
suitable. All material shall be approved by the engineer prior to its use.
J. Blended Aggregate - Fine Stone Filling
to
02207-4
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02207.SPC.doc
rm
SECTION 02207
+�lr
AGGREGATE MATERIALS
Fine stone filling shall meet the requirements of NYSDOT Standard
specification Section 620.
K. Blended Aggregate - Light Stone Filling
Light stone filling shall meet the requirements of NYSDOT Standard
specification Section 620.
L. Blended Aggregate - Medium Stone Filling
Medium stone filling shall meet the requirements of NYSDOT Standard
specification Section 620.
2.2 SOURCE QUALITY CONTROL
A. Section 01410 -Testing Source testing and analysis of aggregate material.
B. If tests indicate materials do not meet specified requirements, change
material source and retest at the sole expense of the Contractor.
C. Provide materials of each type from same source throughout the Work.
PART 3 EXECUTION
3.1 STOCKPILING
A. Stockpile materials on site at locations approved by the Engineer.
B. Stockpile in sufficient quantities to meet Project schedule and requirements
for each section of work to be performed.
C. Separate differing materials with dividers or stockpile apart to prevent mixing.
D. Direct surface water away from stockpile site so as to prevent erosion or
deterioration of materials.
3.2 STOCKPILE CLEANUP
A. Remove stockpile, leave area in a clean and neat condition. Grade site
surface to prevent free standing surface water.
02207-5
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02207.SPC.doc
to
4
_q
SECTION 02207
AGGREGATE MATERIALS
END OF SECTION 02207
02207-6
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02207.SPC.doc
om
SECTION 02225
TRENCHING
PART1 GENERAL
1.1 SECTION INCLUDES
A. Excavating trenches for water main utility installation.
B. Compacted fill for water main bedding.
C. Backfilling and compaction.
1.2 RELATED SECTIONS
A. Section 01410 - Testing Laboratory Services.
B. Section 01500 - Construction Facilities and Temporary Utilities.
C. Section 02205 - Soil Materials.
D. Section 02207 - Aggregate Materials.
E. Section 02229 - Rock Removal.
F. Section 02667 - Site Water Lines.
G. Section 02800 — Erosion Control.
H. Section 02923 - Landscape Grading.
I. Section 03300 - Cast -in -Place Concrete: Concrete Fill.
1.3 REFERENCES
A. AASHTO T180 - Moisture -Density Relations of Soils Using a 10 -Ib Rammer
and an 18 -in. Drop.
B. ASTM C136 - Method for Sieve Analysis of Fine and Coarse Aggregates.
C. ASTM D698 - Test Methods for Moisture -Density Relations of Soils and
Soil -Aggregate Mixtures, Using 5.5 Ib Rammer and 12 inch Drop.
D. ASTM D1556 - Test Method for Density of Soil in Place by the Sand -Cone
Method.
02225-1
EAdocuments\T Wappinger\a W2012XW21215 NYCDEP Extension\Specs\02225.SPC.doc
SECTION 02225
TRENCHING
E. ASTM D1557 -Test Methods 10 b RammeDensity Relations r and 18 inch
Soils and
ch Drop
Soil -Aggregate Mixtures Us g
F. ASTM D2167 - Test Method for Density and Unit Weight of Soil in Place by
., the Rubber Balloon Method.
e
r
G. ASTM D2922 - Test Methods for Density of Soil and Soil -Aggregate in Place
by Nuclear Methods (Shallow Depth).
H. ASTM D3017 - Test Methods for Moisture Content of Soil and
Soil -Aggregate Mixtures.
1.4 DEFINITIONS
A. Utility: Any buried pipe, duct, conduit, or cable.
1.5 FIELD MEASUREMENTS
A. Verify that survey bench mark, control point, and intended elevations for the
Work are as shown on drawings.
1.6 COORDINATION
A. Verify work associated with lower elevation utilities is complete before
placing higher elevation utilities.
PART 2 PRODUCTS
2.1 FILL MATERIALS
A. Fill Type: As specified in Sections 02205 and 02207.
B. Concrete: Conforming to Section 03300.
2.2 ACCESSORIES
A. Support Fabric: Polypropylene Filaments.
02225-2
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02225.SPC.doc
SECTION 02225
r. TRENCHING
PART 3 EXECUTION
3.1 PREPARATION
A. Identify required lines, levels, contours, stationing, piping, fittings and datum
locations.
B. Protect plant life, lawns, and other features remaining as a portion of final
landscaping.
C. Protect bench marks, existing structures, fences, sidewalks, paving, and
curbs from excavating equipment and vehicular traffic.
D. Maintain and protect above and below grade utilities which are to remain.
E. Conform with all erosion control requirements.
3.2 EXCAVATING
A. Excavate subsoil required for utilities as shown on the contract plans.
B. Cut trenches sufficiently wide to enable installation and allow inspection.
Remove water or materials that interfere with Work.
C. Do not interfere with 45 degree bearing splay of foundations.
D. Hand trim excavation. Hand trim for bell and spigot pipe joints. Remove
loose matter.
E. Remove lumped subsoil, boulders, and rock up to 112 cubic yard, measured
by volume. Larger material will be removed under Section 02229, as
applicable.
F. Stockpile excavated material in area designated on site and remove excess
material not being used, from site.
G. Cut out soft areas of subgrade not capable of compaction in place. Backfill
with Crusher Run (NYSDOT Item 304.12) and compact to density equal to or
greater than requirements for subsequent fill material.
H. Fill unauthorized excavations under other construction or utility pipe as
directed by the Engineer.
02225-3
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02225.SPC.doc
it
it
SECTION 02225
t.
TRENCHING
3.3 BACKFILLING
A. Backfill trenches to contours and elevations with unfrozen fill materials as
shown on the contract drawings and as directed by the Engineer.
B. Systematically backfill to allow maximum time for natural settlement. Do not
backfill over porous, wet, frozen, or spongy subgrade surfaces.
C. Place support fabric in locations as specified by the Engineer.
D. Embedment Material (Crushed Stone), Crusher Run and Subbase Course
(Select Graded Gravel) Fill: Place and compact materials in equal
continuous layers not exceeding 6 inches compacted depth. Provide a
minimum 95% standard Proctor density compaction.
E. R.O.B. Gravel and Suitable Excavated Material Fill : Place and compact
material in equal continuous layers not exceeding 8 inches compacted depth.
Provide a minimum 95% standard Proctor density compaction.
F. Employ a placement method that does not disturb or damage and utilities in
or around the trench.
G. Maintain optimum moisture content of fill materials to attain required
compaction density.
H. Remove any surplus fill materials not used from site.
3.4 TOLERANCES
A. Top Surface of General Backfilling: Plus or minus 1 inch (0.08 feet) from
required elevations.
3.5 FIELD QUALITY CONTROL
A. Section 01410 - Testing Service: Field inspection and testing.
B. Compaction testing will be performed in accordance with ASTM D1556 or
ASTM D2922 and ASTM D3017.
C. If tests indicate compaction does not meet specified requirements, remove
fill, replace, compact, and retest at the sole expense of the Contractor.
D. The Engineer shall designate the time and location of all compaction testing.
The contractor shall provide for the services of a qualified compaction -testing
firm for each open cut road crossing and on five (5) separate occasions, with
02225-4
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02225.SPC.doc
rr
SECTION 02225
TRENCHING
an 8 -hour testing period on each occasion.
3.6 PROTECTION OF FINISHED WORK
A. Reshape and re -compact fills subjected to vehicular traffic during
construction.
B. Protect work as specified in Sections 01500 and 01560.
END OF SECTION 02225
02225-5
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02225.SPC.doc
SECTION 02229
ROCK REMOVAL
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Removal of discovered rock during excavation.
B. Explosives to assist rock removal.
C. Expansive tools to assist rock removal.
1.2 RELATED SECTIONS
A. Section 02222 — Structural Excavating.
B. Section 02223 — Structural Backfilling.
C. Section 02225 — Trenching.
1.3 SUBMITTALS
A. General
1. If blasting is approved, provide at least 72 hours written notice prior to
performing any rock removal activities and conform to the applicable
sections herein.
B. Explosive Rock
1. Conduct survey and document conditions of buildings near locations of
rock removal, prior to blasting and photograph existing conditions
identifying existing irregularities.
2. Advise owners of adjacent buildings or structures in writing, prior to
executing seismographic survey. Explain planned blasting and seismic
operations.
3. Obtain a seismic survey prior to rock excavation to determine maximum
charges that can be used at different locations in area of excavation
without damaging adjacent properties or other work.
4. All surveys and written notices shall be approved by the Engineer in
writing prior to performing any blasting.
Rock Removal
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02229.SPC.doc
wr
02229-1
4
e
1.4 QUALITY ASSURANCE FOR USE OF EXPLOSIVES
A. Seismic Survey Firm: Company specializing in seismic surveys with five years
of documented experience.
B. Explosives Firm: Company specializing in explosives for disintegration of rock,
with five years documented experience.
1.5 REGULATORY REQUIREMENTS FOR USE OF EXPLOSIVES
A. Conform to all applicable New York State and local codes for explosive
disintegration of rock. Conform to Federal NFPA 495 Code for Manufacture,
Transportation, Storage and Use of Explosive Materials.
B. Obtain permits from authorities having jurisdiction before explosives are brought
to site or drilling is started.
1.6 BLASTING RECORDS
The Contractor shall submit a record of each blast no later than one working day
after detonation. The record shall include the following information:
a. Number, location, diameter, and depth of drill holes shown on a plan drawn
to scale.
b. Type and grade of explosive, size of cartridge and weight of explosive in
each hole.
C. Total amount of explosives in the blast and maximum pounds of explosive
per delay interval
d. Delay arrangement scheme showing delay interval for each hole. Type and
brand of delays should also be shown.
e. Date and exact firing time of each Blast.
f. Weather conditions at firing time.
g. Name of the responsible person in charge of loading and firing and the
blaster's permit number.
h. Signature and title of person making record entries.
Rock Removal
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02229.SPC.doc
1r
02229-2
e
1.6 BLASTING RECORDS (CONT)
The Contractor shall also submit all vibration and air overpressure monitoring
61 records for each blast no later than one working day after the blast. The records
shall include the following:
Strip charts of peak particle velocity and air overpressure.
Summary of the maximum peak particle velocity and air overpressure,
including the identification of the blast.
k. Interpretation of the monitoring records.
I. Signature and title of the person in charge of monitoring.
PART PRODUCTS
2.1 ROCK
A. Rock shall comprise material in beds, ledges, unstratified masses,
conglomerate deposits, and boulders of rock material that exceed 0.5 cu. Yd,
for excavation and that cannot be removed by rock excavating equipment
equivalent to the following in size and performance ratings, without
systematic drilling, ram hammering, ripping, or blasting, when permitted.
1. Late -model, track -mounted hydraulic excavator; equipped with a 42 -
inch wide , maximum, short -tip -radius rock bucket; rated at not less
than 138 -hp (103 -kW) flywheel power with bucket -curling force of not
less than 28,090 Ibf and stick -crowd force of not less than 18,650 Ibf;
measured according to SAE J-1179.
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify site conditions and note subsurface irregularities affecting work of this
section. Notify Engineer of condition and do not proceed with any rock
removal until notified by the Engineer.
3.2 PREPARATION
A. Identify required lines, levels, contours, and datum.
B. Protect all existing structures, utilities, bench marks, fences, sidewalks, paving
and curb which are to remain.
r
Rock Removal 02229-3
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02229.SPC.doc
�r
,q
3.3 EXPLOSIVE ROCK REMOVAL
If blasting is an approved method, the Contractor shall employ only experienced
its
supervisors and workmen in the handling, loading, and firing of the explosives. The
Contractor shall comply with the requirements of Industrial Code Rule 39 of the
State of New York, Department of Labor, Board of Standards and Appeals, and the
applicable sections of the labor law which, together with the conditions indicated
ion, handling, storage, and transportation of all
herein, shall provide for the possess
explosives used at the site.
Handling and blasting shall be in accordance oowith liond han, State and dling, ng, storage! laand
rules and regulations relating possession,
transportation and use of explosives and all applicable fire codes.
Charges shall be of such size that the excavation will not be unduly large and shall
be so arranged and time that adjacent rock, upon or against which pipelines or
structures are to be built, will not be shattered.
All existing pipes or structures exposed during excavation shall be adequately
protected from damage before proceeding with the blasting. All blasts in open cut
shall be properly covered and adequately protected with blasting mats.
Monitoring of vibration and air overpressure produced by the Contractor's blasting
operations shall be performed by an independent consultant retained by the
Contractor at his own expense. Each detonation shall be monitored in at least two
locations. Additional locations shall be monitored if required.
Blasting procedures and explosive charges shall be designed so that vibration and
air overpressure at existing structures do not exceed the allowable values listed
below:
a. Vibrations: The peak particle velocity as measured by a 3 -component
seismograph shall not exceed 1.0 inch per second at any adjacent habitable
buildings or structures. The peak particle velocity shall not exceed 2.0
inches per second elsewhere.
b. Air overpressure: Air overpressure shall not exceed 130 dB (A).
Any injury or damage to the work resulting from explosive rock removal or to existing
pipes, facilities, or structures shall be repaired or rebuilt by the Contractor a' the
Contractor's sole expense. Whenever blasting may damage adjacent rock, pipes,
facilities, or structures, blasting shall be discontinued and the rock removed by other
methods. No separate payment will be made for this change in methods.
02229-4
Rock Removal
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02229.SPC.doc
aw
e
3.3 EXPLOSIVE ROCK REMOVAL (CONT)
At no time shall an excessive amount of explosives be kept at the site of the work or
exceed amounts needed for five (5) working days. Such explosives shall be stored,
handled, and used in conformity with any and all applicable laws, regulations, and
codes. Accurate daily records shall be kept showing the amounts of explosives on
hand, both at the site and at any storage magazine, the quantities received and
issued, and the purpose for which issued.
The Contractor shall be responsible for any damage or injury to any persons,
i. property, or structures as a result of his handling, storage, or use of explosives.
Blasting caps, detonating primers and primed cartridges shall not be stored in the
same magazines with other explosives. Magazines are to be kept locked except
when being inspected or when explosives are being placed or removed.
3.4 ROCK REMOVAL BY A MECHANICAL METHOD
A Excavate and remove rock by the mechanical method.
B. Drill holes and utilize expansive tools, wedges or mechanical disintegration
compound as required to fracture rock.
C. Cut away rock at bottom of excavation to form level bearing.
3.5 ROCK CLEARANCE
A. In utility trenches for water main sizes of 10" or less in diameter, excavate to
6 inches below invert elevation of pipe and 24 inches wider than pipe
diameter. In utility trenches for water main sizes of 12" or more in diameter,
excavate to 8 inches below invert elevation of pipe and 24 inches wider than
pipe diameter.
B. For structures, excavate to 6 inches under the base elevation of the structure.
C. Remove excavated materials from site.
D. Correct unauthorized rock removal with backfill material in accordance with
either Section 02223 or 02225 as applicable, at the sole expense of the
Contractor.
END OF SECTION
,. Rock Removal 02229-5
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02229.SPC.doc
Yr
i�.
SECTION 02270
EROSION CONTROL
PART 1 - GENERAL
1.1 DESCRIPTION
A. Erosion and Sediment Control measures in addition to restoration of the site.
B. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 1 Specification Sections, apply to
this Section.
1.2 SUMMARY
A. Furnish all labor, equipment and materials required to complete all work
associated with providing erosion and sedimentation control grading, site grading
and preparation of pavement and structure subgrade, and other related and
incidental work as required to complete the work on the Drawings and specified
herein.
B. All excavations shall be in conformity with the lines, grades, and cross sections
shown on the Drawings or established by the Engineer.
C. It is the intent of this Specification that the Contractor conduct the construction
activities in such a manner that erosion of disturbed areas and off site
sedimentation be absolutely minimized.
D. All work under this Contract shall be done in conformance with and subject to the
limitations of the New York Standards and Specifications for Erosion & Sediment
Control, and the Storm Water Pollution Prevention Plan (SWPPP), in accordance
with the applicable portions of the New York State Pollution Discharge Elimination
System (NYSPDES).
E. The following excerpts from the regulations are particularly important:
1. ...slopes left exposed will, within 21 working days of completion of any phase
of grading, be planted or otherwise provided with ground cover, devices, or
structures sufficient to restrain erosion...
2. ...a ground cover sufficient to restrain erosion must be planted or otherwise
provided within 21 working days on that portion of the tract (disturbed area)
upon which further active construction is not being undertaken...
F. Due to the nature of the work required by this Contract, it is anticipated that the
location and nature of the erosion and sedimentation control devices will be
adjusted on several occasions to reflect the current phase of construction. Erosion
and sedimentation control devices shall be established prior to or concurrent with
02270-1
E:\documents\T Wappinger\a W20121W21215 NYCDEP Extension\Specs\02270.SPC.doc
tils
ra
SECTION 02270
EROSION CONTROL
the clearing operations in a given area. Where such practice is not feasible, the
erosion and sedimentation control device(s) shall be established immediately
following completion of the clearing operation.
G. The construction schedule adopted by the Contractor will impact the placement
and need for specific devices required for the control of erosion. The Contractor
shall develop and implement such additional techniques as may be required to
minimize erosion and off-site sedimentation. The location and extent of erosion
and sedimentation control devices shall be revised at each phase of construction
that results in a change in either the quantity or direction of surface runoff from
constructed areas. All deviations from the erosion and sedimentation control
provisions shown on the Drawings shall have the prior acceptance of the Engineer.
H. Erosion and sedimentation controls applicable to this project shall include but not
be limited to the following items of work:
1.
Provide temporary sedimentation basins or tanks for the settling of water
pumped from the excavations or intercepted by drainage ditches for keeping
the excavations or to protect existing structures. The Contractor
water out of
shall remove trapped sediments from the basins or tanks as necessary to
maintain their effectiveness or as indicated by the Engineer. Sediment
material removed from the basins shall be disposed off site by the Contractor
at no additional cost to the Owner.
2.
Temporary diversion ditches shall be constructed adjacent to disturbed areas
as shown on the Drawings to collect surface runoff from disturbed areas and
direct the runoff to the temporary sediment basins or to divert non -sediment
laden runoff away from undisturbed areas and/or temporary sediment basins.
All such temporary diversion ditches shall terminate with temporary sediment
basins as shown on the Drawings, unless diverting non -sediment laden
3.
runoff.
Provide temporary sediment basins at locations shown on the Drawings and
at other locations indicated by the Engineer.
4.
Erect silt fence at locations shown on the Drawings and at other locations
indicated by the Engineer.
5.
Provide gravel and riprap filter berm basins at locations shown on the
rr
Drawings and at other locations indicated by the Engineer.
6.
Provide temporary or permanent ground cover adequate to restrain erosion
on erodible slopes or other areas that will be left un -worked for periods
exceeding 21 calendar days.
7.
Construct 50 -foot minimum temporary gravel buffer construction entrances
as specified herein or as shown on the Drawings from public or private roads
to
to all paved access roads used by the Contractor. The Contractor shall
maintain the gravel buffers for the Contract duration or until final pavement,
where applicable, has been constructed.
02270-2
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02270.SPC.doc
SECTION 02270
lir
EROSION CONTROL
8. Provide other types of erosion and sedimentation control devices at the
locations shown on the Drawings, or as specified herein.
1.3 SUBMITTALS
A. Prior to the start of the work, prepare and submit a plan for applying temporary and
permanent erosion and siltation control measures. Construction work shall not
commence until the schedule of work and the methods of operations have been
reviewed and approved.
B. In accordance with the procedures and requirements set forth in the General
Conditions Division 1, the Contractor shall submit the following:
1. Name and location of all material suppliers.
2. Certificate of compliance with the standards specified above for each source
of each material.
3. List of disposal sites for waste and unsuitable materials and all required
permits for use of those sites.
1.4 QUALITY ASSURANCE
A. Codes and Standards
1. Without limiting the generality of other requirements of these
specifications, all work hereunder shall conform to the applicable
requirements of the referenced portions of the following documents,
to the extent that the requirements therein are not in conflict with the
provisions of this Section.
a. Local Erosion and Sedimentation Control Code &
Requirements.
1.5 WARRANTEE
A. All restoration and re -vegetation work shall be subject to the one-year
warrantee period of the Contract as specified in the General conditions
herein.
1.4 RELATED SECTIONS
A. Section 01500 — Construction Facilities and Temporary Controls.
02270-3
EAdocumentslT Wappinger\a W2012\W21215 NYCDEP Eztension\Specs102270.SPC.doc
e
SECTION 02270
EROSION CONTROL
B. Section 01560 - Temporary Controls.
C. Section 02225 - Trenching.
D. Section 02600 — Restoration and Replacement of Paving and Improvements.
E. Section 02667 — Project Water Mains.
PART 2 — PRODUCTS
2.1 MATERIALS
A. Materials for use in erosion and sedimentation control devices shall be in
accordance with the New York Erosion and Sediment Control Planning and Design
Manual
B. Silt Fence shall be a woven geotextile filter fabric made specifically for sediment
control. Filter fabric shall not rot when buried and shall resist attack from soil
chemicals, alkalies and acids in the pH range from 2 to 13, and shall resist
damage due to prolonged ultraviolet exposure. Filter fabric shall be Type FX -II, as
manufactured by Carthage Mills, Geotex 910SC as manufactured by Synthetic
Industries, Inc., Amoco 2130 as manufactured by Amoco Fabrics & Fibers, Co., or
approved equal.
C. Filter fabric for the silt fence shall have the following minimum properties:
Value Test Method
Grab Tensile Strength
100 lbs
ASTM D 4632
Grab Elongation
15%
ASTM D 4632
Trapezoid Tear Strength
50 lbs
ASTM D 4533
Mullen Burst Strength
265 lbs
ASTM D 3786
Puncture Strength
58 lbs
ASTM D 3787
Retained Strength
(500 hrs. accelerated UV exposure)
80% ASTM D4355
Filtration Efficiency
75%
VTM-5 1
Flow Rate
10 gal/mm/ft2
ASTM D4491
Height
36 inches
D. Posts for silt fence shall be steel and shall have the following properties:
ASTM Designation:
Length:
Weight:
Area of Anchor Plate
ASTM 702
5 -Feet Long (T -Type)
1 .25#fFoot (mm.)
14 Sq. In.
02270-4
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02270.SPC.doc
SECTION 02270
EROSION CONTROL
Note: Five (T) Fasteners shall be furnished with each post.
E. Wire Fabric for the silt fence shall have the following properties:
Wire Fabric Designation
Designation:
Width:
Number of Line Wires:
Stay Wire Spacing:
Line and Stay Wires:
Top and Bottom Wires:
Wire Coating:
832-12-10-12.5 Class 1 ASTM
ASTM A116
32"
8
12"
12.5 Ga.
10 Ga.
ASTM Class 1 Zinc Coating
2.2 STONE FOR EROSION CONTROL
A. The Contractor shall place stone for erosion control as shown on the Drawings, as
specified herein and as specified in the NYSDOT Standard Specifications.
2.3 RIP RAP
A. The Contractor shall place riprap as shown on the Drawings, as specified in
NYSDOT Standard specifications for plain riprap. The stone for riprap shall consist
of field stone or rough unhewn quarry stone. The stone shall be sound, tough,
dense, and resistant to the action of air and water. Neither the width nor thickness
of individual stones shall be less than one-third their length.
2.4 TEMPORARY SEDIMENT BASINS OR TANKS
A. Temporary sediment basins or tanks shall be constructed as shown on the
Contract Drawings and as specified herein. The temporary sediment basins or
tanks shall be constructed and maintained in accordance with Part 1 of this
Section to the satisfaction of the Engineer until a vegetative ground cover has
been established. The cost of the temporary sediment basins or tanks shall
include the excavation, grading, diversion ditches, stone for erosion control,
washed stone, geotextile, etc. and all maintenance activities required.
2.5 TEMPORARY SOIL STABILIZER
A. The temporary agent for soil erosion control shall consist of an especially prepared
highly concentrated powder which, when mixed with water, forms a thick liquid
such as "TerraTack III", "Curasol AE", "Aerospray 70", and having no growth or
02270-5
EAdocuments\T WappingeAa W2012\W21215 NYCDEP Extension\Specs\02270.SPC.doc
aw
it
SECTION 02270
EROSION CONTROL
germination inhibiting factors. The agent shall be used for hydroseeding grass
seed in combination with other approved amendments resulting in a highly viscous
slurry which, when sprayed directly on the soil, forms a gelatinous crust.
2.6 STRAW WITH NET TEMPORARY DITCH LINING
A. The Contractor shall place straw with net temporary ditch lining in ditches as
shown on the Drawings. The blanket shall consist of clean wheat straw from
agricultural crops made into a knitted straw blanket that is machine assembled.
The straw shall be evenly distributed throughout the blanket. The blanket shall be
covered with a photodegradable synthetic mesh attached to the straw with
degradable thread.
B. The Contractor shall place the straw with net temporary liner where directed
immediately after the ditch has been properly graded and prepared, fertilized, and
seeded. The netting shall be on top with the straw in contact with the soil.
C. The Contractor will immediately repair or replaced any section of straw with net
ditch lining, which is not functioning properly or has been damaged in any way until
a stable growth of grass has been established.
D. Straw with net shall be North American Green S 150 matting, ECS High Velocity
Straw Mat, Contech High Velocity Ero Mat, or approved equal with a minimum
shear stress value of 1.60 Ib/ft2.
2.7 CURLED WOOD MAT TEMPORARY DITCH LINING
A. The Contractor shall place curled wood mat temporary ditch lining in ditches as
shown on the Drawings. The mat shall consist of machine -produced mat of curled
wood excelsior with a majority of the fibers 6 inches or longer with consistent
thickness and the fibers evenly distributed over the entire area of the blanket. The
top of the mat shall be covered with a biodegradable synthetic mesh. The mesh
shall be attached to the curled wood excelsior with photodegradable synthetic
yarn.
B. The Contractor shall place the curled wood mat temporary liner where directed
immediately after the ditch has been properly graded and prepared, fertilized, and
seeded. The mesh shall be on top with the wood fibers in contact with the soil.
C. The Contractor will immediately repair or replace any section of mat, which is not
functioning properly or has been damaged in any way until a stable growth of
grass has been established.
66
02270-6
EAdocumentsU Wappingerla W2012NW21215 NYCDEP Extension\Specs102270.SPC.doc
aw
it
SECTION 02270
f`
EROSION CONTROL
D. Curled wood mat shall be Excelsior High Impact, North American Green C 125,
Contech Excelsior Erosion Blankets (Super Plus) or equal matting with a minimum
shear stress value of 2.0 Ib/ft2.
2.8 SYNTHETIC MAT PERMANENT DITCH LINING
A. The Contractor shall place synthetic mat permanent ditch lining in ditches as
$' shown on the Drawings. The mat shall consist of entangled nylon, polypropylene
6 or polyester monofilaments mechanically joined at their intersections forming a
three dimensional structure. The mat shall be crush -resistant, pliable, water -
permeable, and highly resistant to chemical and environmental degradation.
B. The Contractor shall place the synthetic mat where directed immediately after the
ditch has been properly graded and prepared.
C. After the mat has been placed, the area shall be properly fertilized and. seeded as
specified allowing the fertilizer and seeds to drop through the net.
D. The Contractor will immediately repair or replace any section of mat which is not
functioning properly or has been damaged in any way until a stable growth of
grass has been established.
E. Synthetic mat shall be Enkamat7020 as manufactured by Akzo Industrial Systems
Co., Synthetic Industries Landlock Erosion Mat TRM TI 060, Miramat 1800 as
manufactured by Mirafi, or equal matting with a minimum shear stress value of 3.5
Ib/ft2.
PART 3 - EXECUTION
3.1 EROSION AND SEDIMENTATION CONTROL DEVICES
A. The following erosion and sedimentation control devices shall be incorporated into
the work. Other devices, as necessary and acceptable to the Engineer shall be
installed as required.
1. Temporary Sediment Basins or Tanks shall be constructed at the locations
shown on the Drawings, at the termination of all temporary diversion ditches
diverting sediment laden runoff, and at other locations indicated by the
Engineer. Temporary sediment basins or tanks shall be constructed by
excavating the appropriate size rectangular basin and constructing a rock -fill
dam on the discharge end to form a sediment trap. Unless otherwise shown,
I
02270-7
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02270.SPC.doc
c
e
SECTION 02270
EROSION CONTROL
temporary sediment basins shall be spaced to limit the maximum tributary
drainage area to less than or equal to 5 acres.
2. Temporary Diversion Ditches shall be constructed at the locations shown on
the Drawings, and at other locations indicated by the Engineer. Dimensions
shall be as shown on the Drawings.
3. Silt Fence shall be constructed at the locations shown on the Drawings, and
at other locations indicated by the Engineer.
4. Stone Filters shall be constructed at the locations shown on the Drawings,
and at other locations indicated by the Engineer. Dimensions shall be as
shown on the Drawings.
5. Stone Check Dams shall be constructed at the locations shown on the
Drawings, and at other locations indicated by the Engineer. Dimensions shall
be as shown on the Drawings.
6. Yard Inlet Erosion Control Measures shall be constructed at the locations
shown on the Drawings, and at other locations indicated by the Engineer.
Dimensions shall be as shown on the Drawings.
7. Drop Inlet Erosion Control Measures shall be constructed at the locations
shown on the Drawings, and at other locations indicated by the Engineer.
3.2 INSTALLATION
A. Due to the nature of the work required by this Contract, it is anticipated that
the location and nature of the erosion and sedimentation control devices will
be adjusted on several occasions to reflect the current phase of construction.
Erosion and sedimentation control devices shall be established prior to or
concurrent with the clearing operations in a given area. Where such practice
is not feasible, the erosion and sedimentation control device(s) shall be
established immediately following completion of the clearing operation.
B. The construction schedule adopted by the Contractor will impact the
placement and need for specific devices required for the control of erosion.
The Contractor shall develop and implement such additional techniques as
may be required to minimize erosion and off site sedimentation. The location
and extent of erosion and sedimentation control devices shall be revised at
each phase of construction that results in a change in either the quantity or
direction of surface runoff from construction areas. All deviations from the
erosion and sedimentation control provisions shown on the Drawings shall
have the prior acceptance of the Engineer.
C. The Contractor shall furnish the labor, materials and equipment required for
routine maintenance of all erosion and sedimentation control devices.
Maintenance shall be scheduled as required for a particular device to
maintain the removal efficiency, and intent of the device. Maintenance shall
02270-8
EAdocumentslT Wappinger%a W201ZW21215 NYCDEP ExtensioMSpecs102270.SPC.doc
i
SECTION 02270
EROSION CONTROL
include but not be limited to 1) the removal and satisfactory disposal of
trapped sediments from basins or silt barriers and 2) replacement of filter
fabrics used for silt fences. Sediments removed from erosion and
sedimentation control devices shall be disposed of in locations that will not
result in off site sedimentation as acceptable to the Engineer.
D. The Contractor shall provide temporary or permanent ground cover adequate
to restrain erosion on all disturbed areas that will be left unworked for periods
exceeding 21 days.
E. The Contractor shall provide temporary sedimentation basins for the settling
of water pumped from the excavations or intercepted by drainage ditches for
keeping water out of the excavations or to protect existing structures. The
Contractor shall remove trapped sediments from the basins as necessary to
maintain their effectiveness or as indicated by the Engineer. Sediment
material removed from the basins shall be disposed off site by the Contractor
at no additional cost to the Owner.
F. Riprap shall be graded so that the smaller stones are uniformly distributed
through the mass. The Contractor may place the stone by mechanical
methods, augmented by hand placing where necessary or ordered by the
Engineer. The placed riprap shall form a properly graded, dense, neat layer
of stone. The placed riprap shall have a minimum depth of 24 inches.
G. Stone for erosion control shall be dumped and placed in such manner that
the larger rock fragments are uniformly distributed throughout the rock mass
and the smaller fragments fill the voids between the larger fragments.
Rearranging of individual stones by equipment or by hand shall only be
required to the extent necessary to secure the results specified above and to
protect structures from damage when rock material is placed against the
structures.
H. Silt fence shall be erected as shown on the Drawings and specified herein.
Silt fence shall be erected and maintained to the satisfaction of the Engineer
until a vegetative ground cover has been established. Proper maintenance
will include, but not be limited to, the periodic removal of trapped sediments
and replacement of the filter fabric should it deteriorate to a point that, in the
opinion of the Engineer, it will no longer provide an adequate run off filter.
Replacement of the filter fabric, if required by the Engineer, will be at the
Contractor's expense.
1. Silt fence shall be erected around all catch basins, which are located
downstream from any construction work. Should any catch basins be
indicated to be relocated or modified, silt fence shall be utilized until
02270-9
EAdocuments\T Wappingerla W20121W21215 NYCDEP Extension\Specs102270.SPC.doc
!
�r
SECTION 02270
EROSION CONTROL
work is completed on the catch basins. Upon completion of the
modification, the area shall be rough graded, as shown on the
Drawings, until the end of the project, at which time final grading shall
occur.
2. Upon completion- of the project, the Contractor shall remove all silt
fence in areas where a stand of grass has been established and
erosion is no longer evident. Removal of the remainder of the silt
fence shall occur as other areas are established. Removal of any silt
fence shall be permitted only with the prior approval of the Engineer.
I. Engineer may direct the Contractor to place Straw with Net, Curled Wood
Mat Temporary Ditch Linings and Synthetic Mat Permanent Ditch Lining at
other locations not shown on Drawings.
1. All temporary and permanent ditch linings shall be unrolled in the
ditch in the direction of the flow of water. Temporary linings shall
overlap the buried end of the downstream blanket by a minimum of 6
inches. Permanent linings shall overlap a minimum of 3 feet. All
anchor trenches shall be a minimum of 12 inches deep. All mat shall
be stapled as per manufacturer's specifications.
J. Additional Requirements
1. All storm sewer piping shall be blocked at the end of every working
day until the inlet is constructed above grade.
2. All streets around the construction area shall be scraped as
necessary to prevent accumulation of dirt and debris.
3. The Contractor shall provide adequate means to prevent any
sediment from entering any storm drains (curb inlet filter box), ditches,
streams, or bodies of water downstream of any area disturbed by
construction. Excavation materials shall be placed upstream of any
trench or other excavation to prevent sedimentation of offsite areas. In
areas where a natural buffer area exists between the work area and
the closest stream or water course, this area shall not be disturbed.
4. The Engineer may direct the Contractor to place any additional
sediment and erosion control devices at other locations not shown on
the Drawings.
END OF SECTION 02270
02270-10
EldocumentslT Wappingerla W20125W21215 NYCDEP Extension\Specs\02270.SPC.doc
e
SECTION 02446
HORIZONAL DIRECTIONAL DRILLING
PART 1 — GENERAL
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 Section.
1.2 SUMMARY
A. The work of this section consists of furnishing and installing underground
utilities using the horizontal directional drilling (HDD) method of
installation, also commonly referred to as directional boring or guided
horizontal boring. This work shall include all services, equipment,
materials and labor for the complete and proper installation, testing,
restoration of underground utilities, environmental protection and site
restoration.
B. Related Sections:
1. Division 2 Section "Project Water Mains" for water piping.
2. Division 2 Section "UNDERGROUND UTILITY INSTALLATIONS
WITHIN THE STATE AND/OR COUNTY HIGHWAY RIGHT-OF-
WAY" for work performed within State/County R.O.W.
1.3 SUBMITTALS
A. Informational submittals:
1. Presentation of similar experience in the last 3 years.
a. Include, but not limited to, owner name, address, telephone
number, contact person, date and duration of work, location,
pipe information, and contents handled by pipeline.
b. Supervisory field personnel and historical information of
HDD experience.
2. Working Drawings and written procedure describing in detail the
proposed method and schedule to complete the work including, but
not limited to:
HORIZONAL DIRECTIONAL DRILLING 02446-1
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02446 _HDD.DOC
Irr
4
a.
Size, capacity and arrangement of equipment.
b.
Location and size of drilling and receiving pits.
C.
Dewatering and methods of removing spoils material.
d.
Method of installing detection wire and pipe.
e.
Type, location and method of installing locator station.
f.
Method of fusion pipe segment and type of equipment.
g.
Type of cutting head.
h.
Method of monitoring and controlling line and grade.
3. Detection
of surface movement.
4. Bentonite drilling mud for information only:
1)
Products information, material specifications, and handling
procedures.
2)
Material safety data sheet and special precautions required.
3)
Method of mixing and application.
B. Product Data: For the following:
1. Detection wire
1.4 PROJECT CONDITIONS
A. Existing Utilities: Do not interrupt utilities serving facilities occupied by
Owner or others unless permitted in writing by Engineer and then only
after arranging to provide temporary utility services according to
requirements indicated.
1. Notify Engineer not less than two days in advance of proposed
utility interruptions.
2. Contact utility -locator service for area where Project is located
before excavating.
PART 2 - PRODUCTS
2.1 MANUFACTURERS
A. In other Part 2 articles where titles below introduce lists, the following
requirements apply to product selection:
1. Available Manufacturers: Subject to compliance with requirements,
manufacturers offering products that may be incorporated into the Work
include, but are not limited to, manufacturers specified.
HORIZONAL DIRECTIONAL DRILLING 02446-2
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02446 _HDD.DOC
Yr
2.2 PIPING MATERIALS
A. Refer to Division 2 Section "Project Water Mains" for water piping.
2.3 DRILLING FLUID
A. Bentonite drilling mud compatible with the environment.
B. Waste oil or environmentally non -compatible polymers cannot be part of
composition.
2.4 DETECTION WIRE
A. TW, THW, THWN, or HMWPE insulated copper, 10 gauge or thicker wire.
PART 3 - EXECUTION
3.1 GENERAL
A. At least one of the HDD field supervisors listed in the informational
submittal must be on site when HDD operations are in progress.
3.2 PREPARATION
A. Excavate pits following Division 2 Section "Trenching."
B. Provide equipment to guard against electrocution and an alarm system on
drilling equipment capable of detecting electrical current as it approaches
electric lines.
C. Test pit underground utilities crossing before HDD operation following.
3.3 OPERATION
A. General.
1. Subsurface investigation, if deemed necessary, shall be provided prior to
�r
bids by the contractor. No additional payments will be made if rock is
encountered or if soil conditions require additional construction time and
equipment. Proper equipment and methods shall be used in rock and soil
bores to insure proper grades, elevations and separations.
HORIZONAL DIRECTIONAL DRILLING 02446-3
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02446 _HDD. DOC
1rr
4
B. Drilling Operation.
1. Drilling Fluids.
ip a. Maintain drilling fluid in bore hole to increase stability of the
surrounding soil and reduce drag on pulled pipe.
b. Transport and dispose of excess drilling fluid and other spoils at a
r disposal site following laws, ordinances, rules, and regulations of
State and local jurisdiction.
C. Minimize drilling fluid at locations other than entry and exit points.
Immediately clean up any drilling fluids that inadvertently surface.
d. Provide clean water for drilling.
2. Pilot Hole Drilling.
a. Angle entry hole so that curvature of pilot hole does not exceed
allowable bending radius of HDPE pipe.
b. Be able to make a turn of up to 90 degrees and maintain a curvature
not to exceed allowable bending radius of HDPE pipe.
C. Alignment Adjustment and Restarts.
HORIZONAL DIRECTIONAL DRILLING 02446-4
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02446 _HDD.DOC
+Yr
2. Determine drilling length and equipment pull strength for type of soil
encountered.
3. Provide method to control line and grade.
a. Provide and maintain instrumentation that accurately locates pilot
hole.
`
b. Drill pilot hole along path following Drawings to these tolerances:
1) Vertical alignment plus or minus 0.5 foot. Vertical path of the
pilot hole must not establish new high points not shown on
Drawings.
2) Horizontal alignment plus or minus 1.0 foot.
C. Include electronic monitoring of the horizontal and vertical drilling
head location. Obtain an accuracy range within 1 inch of actual
position of the pipeline. Record position readings at a maximum of
10 foot intervals.
d. At completion of pilot hole drilling, furnish Engineer tabulations of
horizontal and vertical alignment.
4. When water is encountered.
a. Provide and maintain a dewatering system of sufficient capacity to
remove water.
b. Keep excavation free of water until backfill operation is in progress.
C. Perform dewatering in such a manner that removal of soil particles
are held to a minimum.
d. Dewater into a sediment trap in accordance with the NYS Standards
and Specifications for Erosion and Sediment Control, latest edition.
5. Maintain close observation to detect settlement or displacement of surface
and adjacent facilities.
a. Notify Engineer immediately if settlement or displacement is
detected.
b. Act to maintain safe conditions and prevent damage.
B. Drilling Operation.
1. Drilling Fluids.
ip a. Maintain drilling fluid in bore hole to increase stability of the
surrounding soil and reduce drag on pulled pipe.
b. Transport and dispose of excess drilling fluid and other spoils at a
r disposal site following laws, ordinances, rules, and regulations of
State and local jurisdiction.
C. Minimize drilling fluid at locations other than entry and exit points.
Immediately clean up any drilling fluids that inadvertently surface.
d. Provide clean water for drilling.
2. Pilot Hole Drilling.
a. Angle entry hole so that curvature of pilot hole does not exceed
allowable bending radius of HDPE pipe.
b. Be able to make a turn of up to 90 degrees and maintain a curvature
not to exceed allowable bending radius of HDPE pipe.
C. Alignment Adjustment and Restarts.
HORIZONAL DIRECTIONAL DRILLING 02446-4
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02446 _HDD.DOC
+Yr
1) Follow pipeline alignment on Drawings within tolerances
specified herein.
2) Notify Engineer when forward motion of operation is stopped by
an obstruction.
a) Abandon in place with drilling fluid, unless Engineer
directs otherwise.
b) Upon Engineer's approval, attempt a second installation
at approved location.
d. Exercise caution including, but not limited to, locating existing
utilities.
3.4 INSTALLATION
A. Installing HDPE Pipe.
1. Provide a swivel to reaming assembly and pull section of pipe to
minimize torsional stress on pull section after drilling pilot hole.
2. Hold reaming diameter to 1.5 times the outside diameter of HDPE
pipe being installed.
3. Protect pull section as it proceeds during pull back so that it moves
freely and is not damaged.
4. Pull detection wire along with HDPE pipe. Extend wire into locator
station at each end of HDPE pipe.
5. When connecting to adjacent pulled or non -pulled section of HDPE
pipe, allow pull section of pipe to extend past termination point.
Make tie-ins no sooner than 24 hours after pullback of HDPE pipe.
6. Test pit pipe installation to verify horizontal and vertical alignment at
Engineer's direction.
a. One test pit for every 500 feet along length of pipeline.
b. Engineer may order additional test pit for each test pit that
reveals pipeline installation is not in compliance with the
Contract Documents at no additional cost to the Owner.
7. Replace portions of the pipeline not in compliance with the Contract
Documents at Engineer's direction and at no additional cost to the
Owner.
3.5 FIELD QUALITY ASSURANCE
A. Perform field testing of HDPE pipe following Division 2 Sections "Project
Water Mains", "Pressure Testing and Disinfection of Water Distribution
System" and the project drawings.
END OF SECTION
HORIZONAL DIRECTIONAL DRILLING 02446-5
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02446 _HDD.DOC
as
SECTION 02600
RESTORATION AND REPLACEMENT
OF PAVING AND IMPROVEMENTS
PART1 GENERAL
1.1 SECTION INCLUDES
A. Various types of street surfaces, shoulders, gutters, culverts, sidewalks,
fences, signs, guide rails, curbs, mailboxes, driveways, walls, lawns, trees,
shrubs, etc. disturb, damaged or destroyed during work shall be restored
and/or replaced and maintained as specified herein as shown and directed.
B. The finished pavements, shoulders, sidewalks, guide rails, curbs, driveways,
gutters, lawns, trees, shrubs, and culverts shall be maintained in satisfactory
condition during a period of one year following final acceptance of the work.
1.2 RELATED SECTIONS
A. Section 01380 - Construction Photographs.
B. Section 02205 - Soil Materials.
C. Section 02207 - Aggregate Materials.
D. Section 02225 - Trenching.
E. Section 02936 - Seeding.
F. Section 02950 - Trees, Plants and Ground Cover.
G. Section 03300 - Cast -In -Place Concrete.
1.3 QUALITY ASSURANCE
A. A schedule of replacement operations shall be worked out by the Contractor
and approval of the Engineer shall be obtained. The program shall be
adhered to and, any deviation shall be approved by the Engineer.
B. Concrete mix design for structural concrete or k-crete shall be submitted for
approval in conformance with Section 03300.
02600-1
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02600.SPC.doc
1r
irr
SECTION 02600
RESTORATION AND REPLACEMENT
OF PAVING AND IMPROVEMENTS
C. Construction Photographs shall be taken prior to and after construction
activities as indicated in Section 01380.
PART PRODUCT
2.1 QUALITY
A. The materials used in the restoration or replacement shall produce a street
surface, shoulder, sidewalk, curb, gutter, lawn, tree, shrub, culvert, guide rail,
mailbox, driveway or fences, equal to or better than the condition of each
before the work began or as shown on the Drawings.
2.2 BITUMINOUS PLANT MIX PAVEMENT OR BITUMINOUS TREATED SURFACE-
FLEXIBLE BASE
A. Where the existing pavement or surface specified in bituminous plant mix
material or bituminous surface treatment and the base consists of a flexible
material such as gravel or crushed stone, the base shall consist of a twelve
(12) inch compacted thickness of foundation material conforming to
SUBBASE course as described in Section 02207.
B. Placing and compacting of the SUBBASE course material shall conform to
the methods described in the above referenced specifications for SUBBASE
Course. The surface replacement shall consist of a bituminous BINDER
course for roadways or as shown on the drawings or a bituminous SURFACE
course for sidewalks and driveways conforming to the NYSDOT
SPECIFICATION requirements for Bituminous Plant Mix Pavements.
2.3 BITUMINOUS CONCRETE PAVEMENT SURFACE - RIGID BASE
A. Where the existing pavement surface is bituminous, the base replacement
shall consist of a minimum of twelve (12) inches of SUBBASE Course and
six (6) inches Portland Cement Concrete Base. Portland Cement Concrete
shall have a compressive strength of four thousand (4,000) pounds per
square inch at twenty-eight (28) days.
Construction methods for the aggregate and concrete base course shall
conform to the current requirements of the NYSDOT SPECIFICATIONS.
The surface replacement shall consist of a bituminous BINDER course
conforming to the NYSDOT SPECIFICATION, Section 400.
2.4 PORTLAND CEMENT CONCRETE PAVEMENT SURFACE
02600-2
EAdocumentslT Wappingerla W2012\W21215 NYCDEP Extension\Specs102600.SPC.doc
SECTION 02600
RESTORATION AND REPLACEMENT
OF PAVING AND IMPROVEMENTS
A. Where the existing pavement surface is Portland Cement Concrete, the
pavement replacement shall consist of concrete pavement similar to the
pavement removed. The depth of the replacement pavement shall equal the
depth of the existing pavement or as shown on the contract plans.
Construction methods for Portland Cement Concrete Pavement shall
conform to the current requirements of the NYSDOT SPECIFICATIONS for
Portland Cement Concrete Pavements or as required by these contract
documents. Pavement joints in the replacement surface shall conform to
and match the joints in the adjacent pavement area.
2.5 GRANULAR MATERIALS
Granular materials shall be as defined in Section 02207.
PART 3 EXECUTION
3.1 PERMANENT PAVEMENT SUBBASE, BINDER COURSE, OR WEARING
SURFACE APPLICATION
A. SUBBASE courses shall be completely compacted by approved vibratory
equipment or mechanical or pneumatic tampers intended for this purpose.
Binder course (for roadway and access drive) or surface course (for
sidewalks and driveways) shall be rolled uniformly with ten -ton steel tire
roller.
3.2 GUTTERS AND CULVERTS
A. The Contractor shall permanently repair and replace all gutters and culverts,
where the same have been broken, injured, or disturbed by the Contractor, in
executing any of the work covered by the Contractor. The Contractor shall
restore the same in a manner, to a condition and with material, either new or
old as required, similar and equal to that existing before such construction
was made, or as otherwise directed by the Engineer.
3.3 CONCRETE SIDEWALKS
A. The concrete sidewalk shall be installed over 4" thick properly compacted
uniformly distributed foundation material.
02600-3
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02600.SPC.doc
it
SECTION 02600
RESTORATION AND REPLACEMENT
OF PAVING AND IMPROVEMENTS
B. Concrete sidewalks are to be installed to match the grades on either side of the
disturbed area, and as near to the existing location as possible. Concrete sections shall
not exceed twenty feet in length, shall be replaced to the nearest existing joint and are to
be provided with a pre-cut expansion joint material as approved by the Engineer. Concrete
sidewalks are to be installed equal to that which is disturbed or removed or in accordance
with the standard details as indicated on the Contract Drawings, or as otherwise directed
by the Engineer.
C. Upon removal of the forms and final finishing, all sidewalks shall be cured in
accordance with the requirements of Section 03300. The Contractor shall
submit data and the manufacturer's specifications for the curing method to
be utilized.
3.4 FENCES GUIDE RAIL STONE WALLS, CURBS, SIGNS
A. Where it is necessary to remove a fence, guide rail, stone walls, curbs, signs
or portion thereof, the Contractor shall carefully remove and preserve such
and, upon completion of the work at that point, shall restore the fence, guide
rail, or stone wall to its original position or as shown on the Drawings, or
directed in as good condition as it was before removal.
B. Any damage caused by the operations of the Contractor under this Contract
to either the unmoved or the removed portions shall be restored or replaced
by the Contractor at their expense.
3.5 GRANULAR SURFACE ROADS AND DRIVES
A. The Contractor shall furnish all labor, materials, tools and equipment to
restore all disturbed granular surface roads, drives and parking areas as
shown on the plans or as ordered by the Engineer.
Material shall be placed and compacted as described on the plans or as
specified in Sections 02207 and 02225.
3.6 LAWNS TREES AND SHRUBS
A. As specified in Sections 02923, 02936 and 02950.
END OF SECTION 02600
02600-4
E:\documents\TWappinger\a W2012\W21215 NYCDEP Extension\Specs\02600.SPC.doc
tier
SECTION 02667
PROJECT WATER MAINS
PART
GENERAL
1.1 SECTION INCLUDES
A.
Pipe and fittings for project water mains.
B.
Valves, Hydrants and Services.
1.2 RELATED SECTIONS
A.
Section 01700 — Contract Closeout
'
B.
Section 02205 - Soil Materials.
C.
Section 02207 - Aggregate Materials.
D.
Section 02225 - Trenching.
E.
Section 02229 - Rock Removal.
F.
Section 02675 - Disinfection and pressure testing of Water Distribution
Systems: Disinfection of site service utility water piping.
G.
Section 03300 - Cast -in -Place Concrete.
1.3 REFERENCES
A.
AASHTO T180 - Moisture -Density Relations of Soils Using a 10 -lb Rammer
and an 18 -in. Drop.
B.
ASME B16.18 - Cast Copper Alloy Solder Joint Pressure Fittings.
C.
ASME B16.22 - Wrought Copper and Copper Alloy Solder Joint Pressure
Fittings.
D.
ASTM 8-62 — Bronze Parts Used in Pipe Valves.
E.
ASTM B88 - Seamless Copper Water Tube.
r
F.
ASTM D698 - Test Methods for Moisture -Density Relations of Soils and
Soil -Aggregate Mixtures, Using 5.5 lb. Rammer and 12 inch Drop.
02667-1
EAdocuments\T
Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02667.doc
SECTION 02667
PROJECT WATER MAINS
G. ASTM D1557 - Test Methods for Moisture -Density Relations of Soils and
Soil -Aggregate Mixtures Using 10 Ib. Rammer and 18 inch Drop.
H. ASTM D1785 - Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80,
and 120.
I. 'ASTM D2241 - Poly (Vinyl Chloride) (PVC) Plastic Pipe(SDR-PR).
J. ASTM D2466 - Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule
40.
K. ASTM D2855 - Making Solvent -Cemented Joints with Poly (Vinyl Chloride)
(PVC) Pipe and Fittings.
L. ASTM D2922 - Test Methods for Density of Soil and Soil -Aggregate in Place
by Nuclear Methods (Shallow Depth).
M. ASTM D3017 - Test Methods for Moisture Content of Soil and
Soil -Aggregate Mixtures.
N. ASTM D3139 - Joints for Plastic Pressure Pipes using Flexible Elastomeric
Seals.
O. ASTM D3035 - Polyethylene (PE) Plastic Pipe (SDR -PR) Based on
Controlled Outside Diameter.
P. AWS A5.8 - Brazing Filler Metal.
Q. AWWA C104 - Cement -Mortar Lining for Ductile -Iron Pipe and Fittings for
Water.
R. AWWA C105 - Polyethylene Encasement for Ductile Iron Piping for Water
and Other liquids.
S. AWWA C111- Rubber -Gasket Joints for Ductile Iron and Grey -Iron Pressure
Pipe and Fittings.
T. AWWA C151 - Ductile -Iron Pipe, Centrifugally Cast in Metal Molds or
Sand -Lined Molds, for Water or Other Liquids.
U. AWWA C153 — Ductile -Iron Compact Fittings, 3 in. Through 12 in., for Water
and Other Liquids.
02667-2
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02667.doc
�t
SECTION 02667
PROJECT WATER MAINS
V. AWWA C500 - Gate Valves, 3 through 48 in NPS, for Water and Sewage
Systems.
W. AWWA C502 - Dry Barrel Fire Hydrants.
X. AWWA C504 - Rubber Seated Butterfly Valves.
Y. AWWA C508 - Swing -Check Valves for Waterworks Service, 2 in through 24
in NPS.
Z. AWWA C509 - Resilient Seated Gate Valves 3 in through 12 in NPS, for
Water and Sewage Systems.
AA. AWWA C600 - Installation of Ductile -Iron Water Mains and Appurtenances.
AB. AWWA C606 - Grooved and Shouldered Type Joints.
AC. AWWA C901 - Polyethylene (PE) Pressure Pipe, Tubing, and Fittings, 1/2
inch through 3 inch, for Water.
AD. UL 246 - Hydrants for Fire - Protection Service.
AE. ANSI/AWWA C906 Polyethylene (PE) Pressure Pipe and Fittings, 4 In.
(100 mm) Through 63 In. (1,600 mm), for Water Distribution and
Transmission.
1.4 SUBMITTALS FOR REVIEW
A. Product Data: Provide data on pipe materials, pipe fittings, valves and
accessories.
1.5 SUBMITTALS FOR CLOSEOUT
A. As specified in Section 01700 - Contract Closeout: Record Drawings,
Operation and Maintenance Data and Spare Parts and Maintenance
Products.
B. Manufacturer's Certificate: Certify that products meet or exceed all specified
requirements.
C. Shop Drawings: Provide shop drawings containing catalog cuts of all
products referenced in this section.
D. Identify and describe unexpected variations to subsoil conditions or discovery of
02667-3
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02667.doc
to
SECTION 02667
PROJECT WATER MAINS
uncharted utilities.
1.6 QUALITY ASSURANCE
A. Perform Work in accordance with Dutchess County Department of Health
and Town of Wappinger requirements.
B. Valves: Manufacturer's name and pressure rating marked on valve body.
C. All products shall be domestically produced within North America and in new
condition.
D. All products shall be provided with a minimum 1 year warranty.
1.7 DELIVERY STORAGE, AND HANDLING
A. Contractor shall be responsible for delivery, storage, protection and handling
of all products to site. Products lost or damaged by the Contractor shall be
replaced at the sole cost of the Contractor.
B. Deliver and store hydrants, valves and meters in shipping containers with
labeling in place.
PART 2 PRODUCTS
2.1 WATER PIPE
A. Ductile Iron Pipe: AWWA C151/C104, cement lined: thickness class 52. All
ductile iron pipe, joint restraint and fittings shall conform to ANSI/NSF-61.
Pipe shall be push -on (tyton) or mechanical joint pipe as manufactured by
U.S. Pipe and Foundry or approved equal. All Push on Joints shall require 3
Bronze Wedges. Mechanical joint pipe shall be provided in specific locations
as indicated in the contract plans.
1. Fittings: Ductile iron, standard thickness, AWWA C110/C104, or
Compact Fittings (AWWA C153) for piping up to 12".
r
2. Joints: AWWA C111, rubber gasket.
3. Joint Restraint: AWWA C111. Joint restraints shall be U.L. listed and
Factory Mutual approved to withstand a minimum pressure of 250 psi.
The joint restraints shall be provided for ductile iron push on or
mechanical joint pipe with twist off indicators and shall be as
manufactured by EBAA Iron Megalug for mechanical joint pipe, U.S.
Pipe and Foundry FIELD LOK 350 for push on joint or approved
02667-4
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02667.doc
0,
Irr
SECTION 02667
PROJECT WATER MAINS
equal.
4. Thrust Blocks: As specified in Section 03300.
B. Copper Tubing: ASTM B88, Type K, annealed:
1. Fittings: Mueller or approved equal with compression fittings.
C. HDPE, AWWA Pipe: AWWA C901 or C906, DR 9; with PE3408 or greater
compound number required to give pressure rating not less than 200 psig.
Pipe size shall be as noted on plans and considered D.I.P.S.
1. HDPE, AWWA Fittings: AWWA C901 for diameter 2" or less,
AWWA C906 for diameter 4" or greater, socket- or butt -fusion type,
with DR number matching pipe and PE compound number required to
give pressure rating not less than 200 psig.
2. Pipe shall conform to ANSI/NSF-61.
3. Thrust Blocks: As specified in Section 03300.
2.2 GATE VALVES
A. Manufacturers: Mueller or approved equal.
B. AWWA C509, Iron body, resilient seat, bronze trim, single wedge,
mechanical joint, control rod. Valve extension box shall be Clow Box #F-
2450 with F-2494 cover and two (2) adjustable valve keys. Valve shall be
rated for a minimum working pressure of 250 psi.
2.3 FIRE HYDRANT
iu
A. Manufacturer and Model: Mueller Super Centurion 250, matching existing
hydrants, or approved equal. Hydrant shall be rated for a working pressure
of 250 psig.
B. Hydrants shall comply with AWWA C502 standards and are to be approved
by the Town of Wappinger. Hydrant shall be of the compression type, with
the main valve opening against water pressure. All connections shall be
performed using hydrant tees, unless otherwise approved by the Engineer.
C. Hydrant Extensions: Fabricate in multiples of 6 inches with rod and coupling
�. to increase barrel length.
D. Pum P,er Nozzle shall be 41/2' National Standard Thread, Hose Nozzle shall
be 2 /2 National Standard Thread and direction of opening shall be counter
clockwise. Match sizes with existing hydrants, in conformance with fire
department requirements. Install with Plantpro or approved equal spring
+�•
02667-5
E:\documentff Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02667.doc
&V
iYr
SECTION 02667
PROJECT WATER MAINS
steel hydrant flag marker with reflective bands.
E. Finish: Primer and two coats of enamel in color matching existing hydrants.
2.4 BEDDING AND COVER MATERIALS
A. Bedding and Cover Materials: As specified in the contract plans and in
Sections 02205 and 02207.
2.5 ACCESSORIES
A. Services: Corporation stop, double strap services clamp and curb stop with
drain shall be as manufactured by Mueller or approved equal with
compression fittings and shall conform to the contract plans. Service line
size shall be 3/", unless otherwise indicated on the contract plans.
B. Transition Couplings, NPS 2 and Larger: AWWA C219, metal, sleeve -type
coupling same size as, with pressure rating at least equal to and ends
• compatible with, piping to be joined, Dresser Style 38, Smith -Blair 411, or
approved equal.
am
C. Sampling Stations: Sampling Stations shall be 5' bury, with a 3/4" FIP inlet,
and a 3/4" unthreaded nozzle. All stations shall be enclosed in a lockable,
non -removable, aluminum -cast housing. When opened, the station shall
require no key for operation, and the water will flow in an all -brass waterway.
All working parts will also be of brass and be removable from above ground
with no digging. A copper vent tube will enable each station to be pumped
free of standing water to prevent freezing and to minimize bacteria growth.
The exterior piping will be galvanized. Sampling Stations shall be as
manufactured by Kupferle Foundry, St. Louis, MO, or approved equal.
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify existing conditions prior to installation.
3.2 PREPARATION
A. Cut pipe ends square, ream pipe and tube ends to full pipe diameter, remove
burrs.
02667-6
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02667.doc
to
SECTION 02667
PROJECT WATER MAINS
B. Remove scale and dirt on inside and outside before assembly.
C. Prepare pipe connections to equipment with flanges or unions.
3.3 BEDDING
A. Excavate pipe trench in accordance with Section 02225 for work of this
Section. Hand trim excavation for accurate placement of pipe to elevations
indicated.
B. Place bedding material at trench bottom, level fill materials in one continuous
layer not exceeding 6 inches compacted depth; compact to 95 percent
standard Proctor Density.
C. Backfill around sides and to top of pipe with cover fill, tamp in place and
compact to 95 percent standard Proctor Density.
D. Maintain optimum moisture content of bedding material to attain required
compaction density.
3.4 INSTALLATION - PIPE
A. Maintain separation of water main from sewer and other utilities in
accordance with contract plans and Dutchess County Department of Health
requirements.
B. Install pipe to indicated elevations, where noted, within tolerance of 5/8
inches.
C. Install ductile iron piping and fittings as per manufacturer's recommendation
and in conformance to AWWA C600.
D. Install pipe to allow for expansion and contraction without stressing pipe or
joints.
E. Provide joints and restraints at each elbow or change of direction of pipe and
for all fittings, valves and hydrants as indicated in the contract plans.
F. Establish elevations of buried piping to ensure not less than 5 ft of cover.
G. Connect ductile iron pipe to HDPE pipe with adapter couplings
3.5 INSTALLATION —VALVES, HYDRANTS
02667-7
EAdocumentsU Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02667.doc
60
SECTION 02667
PROJECT WATER MAINS
A. Set valves on solid bearing.
B. Center and plumb valve box over valve. Set box cover flush with finished
grade.
C. Set hydrants plumb; locate pumped nozzle perpendicular to and facing
roadway or existing building where roadway does not exist.
D. Set hydrants to grade, with nozzles at least 20 inches above ground.
E. Provide a drainage pit 36 inches square by 24 inches deep filled with
crushed stones grade. Encase elbow of hydrant in crushed stone to 6 inches
(150 mm) above drain opening. Do not connect drain opening to sewer.
F. Paint hydrants with one coat of primer and 2 coats of enamel in accordance
with manufacturer's recommendations to match the existing color of installed
hydrants.
3.6 DISINFECTION AND PRESSURE TESTING OF DOMESTIC WATER PIPING
SYSTEM
A. Flush lines, pressure test and disinfect system in accordance with Section
02675.
3.7 SERVICES
A. Obtain listing of properties that are to receive services from the Engineer
prior to installing any services.
B. Provide water services for parcels as indicated in the contract plans.
C. Verify location of each service to be installed and confirm location with each
property owner, unless otherwise authorized by the Engineer.
D. Provide tap, corporation stop, type K copper tubing and curb stop at offset
locations shown in the contract plans for each individual service. Install curb
stop at property line unless otherwise indicated.
E. Mark and record the location of each curb stop installed.
F. Activate service and pressure test service line to visually check for leaks.
3.8 BACKFILL AND RESTORATION
ig 02667-8
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02667.doc
�Yr
Mrr
SECTION 02667
PROJECT WATER MAINS
A. Perform backfilling in conformance with Section 02225 and as noted on the
Contract Plans.
B. Perform restoration in conformance with Section 02600 and as noted on the
Contract Plans.
3.9 FIELD QUALITY CONTROL
A. Provide testing as indicated in Section 01410.
B. Compaction testing: as specified in Section 02225.
END OF SECTION 02667
02667-9
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02667.doc
tw
SECTION 02675
r.
PRESSURE TESTING AND
DISINFECTION OF WATER DISTRIBUTION SYSTEM
PART1 GENERAL
1.1 SECTION INCLUDES
A. Pressure Testing and Disinfection of potable water distribution and
transmission system.
B. Testing and reporting results.
1.2 RELATED SECTIONS
A. Section 02667 - Site Water Lines.
1.3 REFERENCES
A. AWWA B300 - Standard for Hypochlorites.
B. AWWA B301 - Standard for Liquid Chlorine.
C. AWWA B302 - Standard for Ammonium Sulfate.
D. AWWA C600 - Standard for Installation of Ductile Iron Water Main -
Hydrostatic Testing.
E. AWWA C651 - Standards for Disinfecting Water Mains.
1.4 SUBMITTALS FOR INFORMATION
A. Test Reports: Show results and specified requirements. Submit test report
form and obtain Engineer's approval prior to conducting any tests.
B. Certificate: Certify that pressure testing, Leakage and cleanliness of water
distribution system meets or exceeds requirements of the Dutchess County
Department Health.
1.5 PROJECT RECORD DOCUMENTS
A. Pressure Report:
1. Hydrostatic Test Pressure.
2. Dates and time for start and completion of pressure testing.
3. Pressure results at start and finish of each section tested.
02675-1
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02675.SPC.doc
r■
SECTION 02675
PRESSURE TESTING AND
DISINFECTION OF WATER DISTRIBUTION SYSTEM
4. Amount of Water Used during testing.
5. Signature of person performing tests and signature of witness.
B. Disinfection report:
1.
Type and form of disinfectant used.
2.
Date and time of disinfectant injection start and time of completion.
3.
Test locations.
4.
Initial and final disinfectant residuals (quantity in treated water) in ppm
for each outlet tested.
5.
Date and time of flushing start and completion.
6.
Disinfectant residual after flushing in ppm for each outlet tested.
7.
Procedure for neutralizing disinfectant and for discharge of flushed
water.
8.
Signature of person performing tests and signature of witness.
C. Bacteriological report:
1.
Date issued, project name, and testing laboratory name, address, and
telephone number.
2.
Time and date of water sample collection.
3.
Name of person collecting samples.
4.
Test locations.
5.
Initial and final disinfectant residuals in ppm for each outlet tested.
6.
MFT Coliform bacteria test results for each outlet tested. (Other
testing methods are not acceptable).
7.
Certification that water conforms, or fails to conform, to bacterial
standards of Dutchess County Department of Health.
1.6 QUALITY ASSURANCE
A. Perform Work in accordance with AWWA C651 for disinfection of the
distribution system.
B. Perform Work in accordance with AWWA C600 for pressure testing of
distribution main.
C. Water Treatment Firm: Company specializing in disinfecting potable water
systems specified in this Section with minimum three years experience.
D. Testing Firm: Company specializing in testing potable water systems,
approved by the State of New York.
E. Submit bacteriologist's signature and authority associated with testing.
R
02675-2
EAdocuments\T Wappinger\a W2012XW21215 NYCDEP Extension\Specs\02675.SPC.doc
ww
SECTION 02675
PRESSURE TESTING AND
DISINFECTION OF WATER DISTRIBUTION SYSTEM
1.7 REGULATORY REQUIREMENTS
A. Conform to Dutchess County and New York State Department of Health
regulations as well as the contract plans for performing the work of this
Section.
PART PRODUCTS
2.1 DISINFECTION CHEMICALS
A. Chemicals: AWWA B300, Hypochlorite; AWWA B301, Liquid Chlorine;
AWWA 13302, ammonium sulfate.
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify that piping system has been cleaned, inspected, and pressure tested.
Perform initial pressure testing for a minimum of 1 hour and confirm that
main test valves do not leak.
B. Provide and attach required equipment to perform the work of this Section.
C. Perform scheduling, pressure testing and disinfecting activity with start-up,
testing, adjusting and balancing demonstration procedures, including
coordination with related systems.
3.2 PRESSURE TESTING
A. Perform pressure testing at 50% above the normal operating pressure of the
system and in no case less than 150 PSI for a duration of at least 2 hours.
For HDPE piping, pfessure testing shall be performed at 50% above the
normal operating pressure or at the maximum working pressure of 200 psi,
and in no case less than 150 PSI for a duration of at least 2 hours. Pressure
shall not vary by plus or minus five (5) psi.
B. Determine leakage in conformance with AWWA C600 standards, Repair or
replace any section not meeting pressure testing requirements and retest
until acceptable results are obtained at the sole expense of the Contractor.
C. The testing shall be performed in sections so as to allow these sections to be
put into service if required before completion of the entire length.
6
02675-3
EAdocumentff Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02675.SPC.doc
�r
SECTION 02675
PRESSURE TESTING AND
DISINFECTION OF WATER DISTRIBUTION SYSTEM
3.3 DISINFECTION TESTING
A. Perform disinfection testing by injecting treatment disinfectant into piping
system. Initial chlorine residual shall not be less than 25 mg/I.
B. Maintain disinfectant in system for 24 hours. At the end of testing, chlorine
residual shall not be less than 10 mg/I.
C. Add neutralizing chemical for heavily chlorinated water, as required by
Dutchess County Department of Health.
D. Flush, circulate, and clean until required cleanliness is achieved; use existing
water supply.
E. Replace permanent system devices removed for disinfection.
F. Determine if testing meets the required disinfection and bacteriological
standards. If test results fail to meet required standards, clean water main,
redisinfect and perform testing until satisfactory results are obtained at the
Contractor's sole expense. The Contractor shall pay for or provide any
supply water required for retesting.
3.4 FIELD QUALITY CONTROL
A. Test samples in accordance with AWWA C651.
END OF SECTION 02675
A
02675-4
E:\documentff Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02675.SPC.doc
w
SECTION 02741
HOT -MIX ASPHALT PAVING
PART 1 - GENERAL
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
Section.
1.2 SUMMARY
A. This Section includes the following:
1. Hot -mix asphalt paving,
a. Provisions for paving over prepared subbase,
b. Provisions for paving over reclaimed asphalt.
2: Pavement -marking paint.
1.3 SUBMITTALS
A. Product Data: For each type of product indicated. Include technical data and
tested physical and performance properties.
B. Job -Mix Designs: Certification, by authorities having jurisdiction, of approval of
each job mix proposed for the Work.
C. Material certificates.
1.4 QUALITY ASSURANCE
A. Manufacturer Qualifications: Manufacturer shall be registered with and
approved by authorities having jurisdiction or the New York State Department of
Transportation (NYSDOT).
B. Regulatory Requirements: Comply with Standard Specifications, Construction
and Materials of the NYSDOT for asphalt paving work.
am
02741-1
E:kiocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02741.DOC
60
C. Asphalt -Paving Publication: Comply with Al MS -22, "Construction of Hot Mix
Asphalt Pavements," unless more stringent requirements are indicated.
1.5 DELIVERY, STORAGE, AND HANDLING
' A. Deliver pavement -marking materials to Project site in original packages with
seals unbroken and bearing manufacturer's labels containing brand name and
type of material, date of manufacture, and directions for storage.
+r.
B. Store pavement -marking materials in a clean, dry, protected location within
temperature range required by manufacturer. Protect stored materials from
' direct sunlight
1.6 PROJECT CONDITIONS
A. Environmental Limitations: Do not apply asphalt materials if subgrade is wet or
excessively damp or if the following conditions are not met:
1. Tack Coat: Minimum surface temperature of 60 deg F.
2. Asphalt Binder Course: Minimum surface temperature of 40 deg F and
rising at time of placement.
3. Asphalt Surface Course: Minimum surface temperature of 60 deg F at
time of placement.
B. Pavement -Marking Paint: Proceed with pavement marking only on clean, dry
surfaces and at a minimum ambient or surface temperature of 40 deg F for oil-
based materials, 50 deg F for water-based materials, and not exceeding 95 deg
F.
PART 2 - PRODUCTS
2.1 AGGREGATES
A. Coarse Aggregate: NYSDOT Item 703-01.
B. Fine Aggregate: NYSDOT Item 703-02.
2.2 ASPHALT MATERIALS
A. Asphalt Cement: NYSDOT Item 702-0500.
B. Tack Coat: NYSDOT Item 702-3401 or 702-3601, emulsified asphalt, slow
setting, diluted in water, of suitable grade and consistency for application.
02741-2
E:\documents\TWappinger\a W2012\W21215 NYCDEP Extension\Specs\02741.DOC
`r.
e
2.3 MIXES
A. Hot -Mix Asphalt: Dense, hot -laid, hot -mix asphalt plant mixes approved by
authorities having jurisdiction and complying with the following requirements:
1. Provide mixes with a history of satisfactory performance in geographical
area where Project is located.
2. Binder Course: NYSDOT Type 3, Item 403.13.
3. Surface Course: NYSDOT Type 6, Item 403.16.
PART 3 - EXECUTION
3.1 SURFACE PREPARATION
A. Proof -roll subbase using heavy, pneumatic -tired rollers to locate areas that are
unstable or that require further compaction.
B. Immediately before placing asphalt materials, remove loose and deleterious
material from substrate surfaces. Ensure that prepared subgrade is ready to
receive paving.
1. Sweep loose granular particles from surface of unbound -aggregate base
course. Do not dislodge or disturb aggregate embedded in compacted
surface of base course.
C. Tack Coat: Apply uniformly to surfaces of existing pavement at a rate of 0.05 to
0.15 gal./sq. yd..
1. Allow tack coat to cure undisturbed before applying hot -mix asphalt
paving.
2. Avoid smearing or staining adjoining surfaces, appurtenances, and
surroundings. Remove spillages and clean affected surfaces.
D. All surfaces abutting or projecting into asphalt pavement shall be saw -cut flush
to provide a smooth, clean edge.
E. Areas directly adjacent to new asphalt pavement overlays shall be cold milled
1-1/2" deep x 24" wide to provide a smooth transition between new and existing
asphalt surfaces.
3.2 HOT -MIX ASPHALT PLACING
A. Machine place hot -mix asphalt on prepared surface, spread uniformly, and
strike off. Place asphalt mix by hand to areas inaccessible to equipment in a
manner that prevents segregation of mix. Place each course to required grade,
cross section, and thickness when compacted.
02741-3
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02741.DOC
irr
1. Spread mix at minimum temperature of 250 deg F.
2. Regulate paver machine speed to obtain smooth, continuous surface free
of pulls and tears in asphalt -paving mat.
B. Place paving in consecutive strips not less than 10 feet wide unless infill edge
4 strips of a lesser width are required.
C. Promptly correct surface irregularities in paving course behind paver. Use
4 suitable hand tools to remove excess material forming high spots. Fill
depressions with hot -mix asphalt to prevent segregation of mix; use suitable
hand tools to smooth surface.
3.3 COMPACTION
■
A. General: Begin compaction as soon as placed hot -mix paving will bear roller
weight without excessive displacement. Compact hot -mix paving with hot, hand
tampers or vibratory -plate compactors in areas inaccessible to rollers.
r
1. Complete compaction before mix temperature cools to 185 deg F.
B. Breakdown Rolling: Complete breakdown or initial rolling immediately after
rolling joints and outside edge. Examine surface immediately after breakdown
rolling for indicated crown, grade, and smoothness. Correct laydown and rolling
operations to comply with requirements.
C. Intermediate Rolling: Begin intermediate rolling immediately after breakdown
rolling while hot -mix asphalt is still hot enough to achieve specified density.
Continue rolling until hot -mix asphalt course has been uniformly compacted to
the following density:
1. Average Density: 92 percent of reference maximum theoretical density
according to ASTM D 2041, but not less than 90 percent nor greater than
96 percent.
D. Finish Rolling: Finish roll paved surfaces to remove roller marks while hot -mix
asphalt is still warm. Continue rolling until roller marks are eliminated and
course has attained 95 percent laboratory density.
1
E. Patching: Remove and replace paving areas mixed with foreign materials and
defective areas. Cut out such areas and fill with fresh, hot -mixed asphalt.
Compact by rolling to specified surface density and smoothness.
F. Protection: After final rolling, do not permit vehicular traffic on pavement until it
has cooled and hardened.
G. Erect barricades to protect paving from traffic until mixture has cooled enough
not to become marked.
02741-4
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02741.DOC
w
3.4 INSTALLATION TOLERANCES
A. Thickness: Compact each course to produce the thickness indicated within the
following tolerances:
1. Binder Course: Plus or minus 1/2 inch.
2. Surface Course: Plus 1/4 inch, no minus.
B. Surface Smoothness: Compact each course to produce a surface smoothness
within the following tolerances as determined by using a 10 -foot straightedge
applied transversely or longitudinally to paved areas:
1. Binder Course: 1/4 inch.
2. Surface Course: 1/8 inch.
3.5 PAVEMENT JOINT SEALING:
A. Pavement Sealing: All joints between existing and new pavements shall receive
NYSDOT Item 702-07 Asphalt Filler, including road joints. Placement shall be in
conformance with NYSDOT Regulations.
3.6 PAVEMENT MARKING
A. Do not apply pavement -marking paint until layout, colors, and placement have
been verified with Engineer.
B. Allow paving to age for 30 days before starting pavement marking.
C. Sweep and clean surface to eliminate loose material and dust.
D. All markings on existing pavement that are removed or disturbed by the work of
the Contractor shall be replaced with new markings, matching color and size of
existing markings. Markings shall be in accordance with NYSDOT Standard
Specifications Section 640, Reflectorized Pavement Marking Paints. Surfaces
shall be prepared in accordance with Section 635, Cleaning and Preparation of
Surfaces for Pavement Markings.
E. Apply paint with mechanical equipment to produce pavement markings of
dimensions indicated, with uniform, straight edges. Apply at manufacturer's
recommended rates to provide a minimum wet film thickness of 15 mils.
3.7 FIELD QUALITY CONTROL
A. Testing Agency: Contractor shall engage a qualified independent testing and
inspecting agency of the Owners choosing to perform field tests and inspections
and to prepare test reports.
02741-5
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02741.DOC
it
4
B. Additional testing and inspecting, at Contractor's expense, will be performed to
determine compliance of replaced or additional work with specified
requirements.
C. Remove and replace or install additional hot -mix asphalt where test results or
measurements indicate that it does not comply with specified requirements.
3.8 DISPOSAL
A. Except for material indicated to be recycled, remove excavated materials from
. Project site and legally dispose of them in an EPA -approved landfill.
3.9 MAINTENANCE
A. The finished paving shall be maintained in an acceptable condition for a period
of one year following the date of Substantial Completion or other such date as
set forth in the Contract Documents. Cracking, pitting, unevenness or settling of
surfaces shall be repaired by the Contractor at the sole expense of the
Contractor during this period.
END OF SECTION 02741
02741-6
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02741.DOC
rr
SECTION 02923
LANDSCAPE GRADING
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Final grade topsoil for finish landscaping.
1.2 RELATED SECTIONS
A. Section 01410 - Testing Laboratory Services.
B. Section 02205 - Soil Materials.
C. Section 02225 - Trenching.
D. Section 02936 - Seeding.
E. Section 02950 - Trees, Plants and Ground Cover.
PART PRODUCTS
2.1 MATERIAL
A. Topsoil: As specified in Section 02205.
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify building and trench backfilling have been inspected.
B. Verify substrate base has been contoured and compacted.
3.2 SUBSTRATE PREPARATION
A. Eliminate uneven areas and low spots.
B. Remove debris, roots, branches, stones, in excess of 1 inch in size.
o 02923-1
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02923.SPC.doc
to
END OF SECTION 02923
02923-2
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02923.SPC.doc
v
SECTION 02923
LANDSCAPE GRADING
6
C.
Scarify surface to depth of 4 inches where topsoil is scheduled. Scarify in
areas where equipment used for hauling and spreading topsoil has
compacted subsoil.
3.3 PLACING TOPSOIL
A.
Place topsoil in areas where seeding and planting is required to a nominal
depth of 4 inches. Place topsoil during dry weather.
B.
Fine grade topsoil to eliminate rough or low areas. Maintain profiles and
contour of subgrade.
C.
Remove roots, weeds, rocks, and foreign material while spreading.
D.
Manually spread topsoil close to plant life, to prevent damage.
E.
Lightly compact placed topsoil.
r.
F.
Remove surplus subsoil and topsoil from site.
G.
Leave stockpile area and site clean and raked, ready to receive landscaping.
3.4 TOLERANCES
A.
Top of Topsoil: Plus 1 inch.
3.5 PROTECTION
A.
Protect landscaping and other features remaining as final work.
B.
Protect existing structures, fences, sidewalks, utilities, paving, and curbs.
END OF SECTION 02923
02923-2
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02923.SPC.doc
v
4
SECTION 02936
SEEDING
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Seeding, mulching and fertilizer.
B. Maintenance.
1.2 RELATED SECTIONS
A. Section 02205 - Soil Materials: Topsoil material.
B. Section 02225 - Trenching: Rough grading over cut.
C. Section 02923 - Landscape Grading: Preparation of subsoil and placement
of topsoil in preparation for the work of this Section.
D. Section 02950 - Trees, Plants, and Ground Cover.
1.3 DEFINITIONS
A. Weeds: Include Dandelion, Jimsonweed, Quackgrass, Horsetail, Morning
Glory, Rush Grass, Mustard, Lambsquarter, Chickweed, Cress, Crabgrass,
Canadian Thistle, Nutgrass, Poison Oak, Blackberry, Tansy Ragwort,
Bermuda Grass, Johnson Grass, Poison Ivy, Nut Sedge, Nimble Will,
Bindweed, Bent Grass, Wild Garlic, Perennial Sorrel, and Brome Grass.
1.4 MAINTENANCE DATA
A. Maintenance Data: Include maintenance instructions, cutting method and
maximum grass height; types, application frequency, and recommended
coverage of fertilizer.
1.5 QUALITY ASSURANCE
A. Provide seed mixture in containers showing percentage of seed mix, year of
production, net weight, date of packaging, and location of packaging.
1.6 REGULATORY REQUIREMENTS
A. Comply with regulatory agencies for fertilizer and herbicide composition.
r.
02936-1
EMocumentsU Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02936.SPC.doc
1rr
SECTION 02936
SEEDING
1.7 DELIVERY STORAGE AND HANDLING
A. Deliver grass seed mixture in sealed containers. Seed in damaged
packaging is not acceptable.
B. Deliver fertilized in waterproof bags showing weight, chemical analysis, and
name of manufacturer.
1.8 MAINTENANCE SERVICE
A. Maintain seeded areas immediately after placement until grass is well
established and exhibits a vigorous growing condition for two (2) cuttings.
PART PRODUCTS
2.1 SEED
A. Furnish clean, fresh, new crop seed mixed in proportion specified for species
and variety and conforming to Federal and State standards.
2.2 SEED MIXTURE
A. Seed Mixture:
1. Kentucky Blue Grass: 55 percent (minimum, 95% purity)
2. Creeping Red Fescue Grass: 25 percent (minimum, 97% purity)
3. Norlea Perennial Rye: 20 percent (maximum, 98% purity)
2.3 ACCESSORIES
A. Mulching Material: Oat or wheat straw, free from weeds, foreign matter
detrimental to plant life, and dry. Chopped cornstalks are not acceptable.
Hay is only acceptable outside of lawn areas.
B. Fertilizer: FS O -F-241, recommended for grass, with fifty percent of the
elements derived from organic sources; of proportion necessary to eliminate
any deficiencies of topsoil.
C. Water: Clean, fresh and free of substances or matter which could inhibit
vigorous growth of grass.
D. Herbicide: Use only when necessary and in conformance with manufacture's
recommendations.
02936-2
EMocumentsU Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02936.SPC.doc
�r.
4
SECTION 02936
SEEDING
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify that prepared soil base is ready to receive the work of this Section.
3.2 FERTILIZING
A. Apply fertilizer in accordance with manufacturer's instructions.
B. Apply after smooth raking of topsoil.
C. Do not apply fertilizer at same time or with same machine as will be used to
apply seed.
D. Mix thoroughly into upper 2 inches of topsoil.
E. Lightly water to aid the dissipation of fertilizer.
3.3 SEEDING
A. Apply seed at a rate of 200 lbs per acre evenly in two intersecting directions.
Rake in lightly. To provide cover for the seed.
B. Do not seed areas in excess of that which can be mulched on same day.
C. Do not sow immediately following rain, when ground is too dry, or during
windy periods.
3.4 SEED PROTECTION
A. Within three (3) days after seeding, cover this seeded area with a uniform
blanket of mulch at the rate of 100 pounds per 1000 square feet of seeded
area.
3.5 MAINTENANCE
A. Mow grass at regular intervals to maintain at a maximum height of 2-1/2. Do
not cut more than 1/3 of grass blade at any one mowing.
B. Neatly trim edges and hand clip where necessary.
02936-3
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs02936.SPC.doc
�r.
SECTION 02936
SEEDING
C. Immediately remove clippings after mowing and trimming.
D. Water to prevent grass and soil from drying out.
E. Control growth of weeds. Apply herbicides in accordance with
manufacturer's instructions. Remedy damage resulting from improper use of
herbicides.
F. Immediately reseed areas which show bare spots.
G. Protect seeded areas an necessary during maintenance period.
END OF SECTION 02936
02936-4
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02936.SPC.doc
Iirr
�r
SECTION 02950
TREES, PLANTS, AND GROUND COVER
PART 1 GENERAL
1.1 SECTION INCLUDES
A. New trees, plants, and ground cover.
B. Mulch and fertilizer.
C. Maintenance.
D. Tree Pruning.
1.2 RELATED SECTIONS
A. Section 02205 - Soil Materials: Topsoil material.
B. Section 02225 - Trenching: Rough grading over trench cut.
C. Section 02923 - Landscape Grading: Preparation of subsoil and placement of
topsoil in preparation for the work of this Section.
D. Section 02936 - Seeding.
1.3 REFERENCE
A. ANSI Z60.1 - Nursery Stock.
B. NAA (National Arborist Association) - Pruning Standards for Shade Trees.
1.4 DEFINITIONS
A. Weeds: Include Dandelion, Jimsonweed, Quackgrass, Horsetail, Morning
Glory, Rush Grass, Mustard, Lambsquarter, Chickweed, Cress, Crabgrass,
Canadian Thistle, Nutgrass, Poison Oak, Blackberry, Tansy Ragwort, Bermuda
Grass, Johnson Grass, Poison Ivy, Nut Sedge, Nimble Will, Bindweed, Bent
Grass, Wild Garlic, Perennial Sorrel, and Brome Grass.
B. Plants: Living trees, plants, and ground cover specified in this Section and
described in ANSI Z60.1-
1.5 SUBMITTALS - PROJECT CLOSEOUT
A. Maintenance Data: Include cutting and trimming method; types, application
02950-1
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02950.doc
r.
r.
SECTION 02950
TREES, PLANTS, AND GROUND COVER
frequency, and recommended coverage of fertilizer.
B. Submit list of plant life sources.
1.6 QUALITY ASSURANCE
A. Nursery Qualifications: Company specializing in growing and cultivating the
plants with three (3) years experience.
B. Installer Qualifications: Company specializing in installing and planting the
plants with three (3) years experience.
C. Tree Pruner Qualifications: Company specializing in pruning trees with proof of
Arborist Certification.
D. Tree Pruning: NAA - Pruning Standards for Shade Trees.
E. Maintenance Services: Performed by installer.
1.7 REGULATORY REQUIREMENTS
A. Comply with regulatory agencies for fertilizer and herbicide composition.
B. Provide certificate of compliance from regulatory authority indicating approval
of plants, fertilizer and herbicide mixture.
C. Plant Materials: Certified by federal standards and described by ASTM Z60.1 as
being free of disease or hazardous insects.
1.8 DELIVERY, STORAGE, AND HANDLING
A. Deliver fertilizer in waterproof bags showing weight, chemical analysis, and
name of manufacturer.
B. Protect and maintain plant life until planted.
C. Deliver plant life materials immediately prior to placement. Keep plants moist.
1.9 ENVIRONMENTAL REQUIREMENTS
A. Do not install plant life when ambient temperatures may drop below 35 degree
F or rise above 90 degrees F.
B. Do not install plant life when wind velocity exceeds 30 mph.
02950-2
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02950.doc
SECTION 02950
TREES, PLANTS, AND GROUND COVER
1.10 WARRANTY
A. Provide one year warranty for all plantings, replace dead or unhealthy plants.
B. Replacements: Plants of same size and species as specified, planted in the
next growing season, with a new warranty commencing on date of replacement.
1.11 MAINTENANCE SERVICE
A. Maintain plant life immediately after placement until plants are well established
and exhibit a vigorous growing condition. Continue maintenance until
termination of warranty period.
B. Maintenance to include:
1. Cultivation and weeding plant beds and tree pits.
2. Applying herbicides for weed control in accordance with manufacturer's
instructions. Remedy damage resulting from use of herbicides.
3. Remedy damage from use of insecticides.
4. Irrigating sufficient to saturate root system.
5. Pruning, including removal of dead or broken branches, and treatment of
pruned areas or other wounds.
6. Disease control.
7. Maintaining wrapping, guys, turnbuckles, and stakes. Repair or replace
accessories when required.
8. Replacement of mulch.
02950-3
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02950.doc
1w
SECTION 02950
TREES, PLANTS, AND GROUND COVER
PART 2 PRODUCTS
2.1 TREES, PLANTS, AND GROUND COVER
A. Trees Plants and Ground Cover: Species and size identifiable in plant
schedule, grown in climatic conditions similar to those in locality of the Work.
2.2 SOIL AMENDMENT MATERIALS
A. Fertilizer: Containing fifty percent of the elements derived from organic sources;
of proportion necessary to eliminate any deficiencies of topsoil.
B. Peat Moss: Shredded, loose, sphagnum moss; free of lumps, roots, inorganic
material or acidic materials; minimum of 85 percent organic material measured
by oven dry weight, pH range of 4 to 5; moisture content of 30 percent.
C. Bone Meal: Raw, finely ground, commercial grade, minimum of 3 percent
nitrogen and 20 percent phosphorous.
D. Lime: Ground limestone, dolomite type, minimum 95 percent carbonates.
E. Water: Clean, fresh, and free of substances or matter which could inhibit
vigorous growth of plants.
F. Herbicide: Use only when necessary and in conformance with manufacturer's
recommendations.
2.3 MULCH MATERIALS
A. Mulching Material: Oat or wheat straw, free from weeds, foreign matter
detrimental to plant life, and dry. Chopped cornstalks are not acceptable. Hay
is only acceptable outside of lawn areas.
2.4 ACCESSORIES
r.
A. Wrapping Materials: Burlap.
B. Stakes: Softwood lumber, pointed end.
C. Cable, Wire, Eye Bolts and Turnbuckles: Non -corrosive, of sufficient strength to
withstand wind pressure and resulting movement of plant life.
02950-4
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02950.doc
w.
SECTION 02950
TREES, PLANTS, AND GROUND COVER
D. Plant Protectors: Rubber sleeves over cable to protect plant stems, trunks, and
branches.
E. Membrane: 20 mil thick, clear polyethylene.
F. Wrapping: Waterproof fabric.
G. Tree Protectors: Metal with galvanized rings.
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify that prepared subsoil and planters are ready to receive work.
B. Saturate soil with water to test drainage.
C. Verify that required underground utilities are available, in proper location, and
ready for use.
3.2 FERTILIZING
A. Apply fertilizer in accordance with manufacturer's instructions.
B. Apply after initial raking of topsoil.
C. Mix thoroughly into upper 2 inches of topsoil.
D. Lightly water to aid the dissipation of fertilizer.
3.3 PLANTING
A. The number and location of trees to be planted shall be reviewed and approved
by the Engineer.
B. Place plants for best appearance for review and final orientation by the
Engineer.
C. Set plants vertical.
D. Remove non -biodegradable root containers.
02950-5
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02950.doc
i`
I
No
R
aw
SECTION 02950
TREES, PLANTS, AND GROUND COVER
E. Set plants in pits or beds, partly filled with prepared plant mix, at a minimum
depth of 6 inches under each plant. Remove burlap, ropes, and wires, from the
root ball.
F. Place bare root plant materials so roots lie in a natural position. Backfill soil
mixture in 6 inch layers. Maintain plant life in vertical position.
G. Saturate soil with water when the pit or bed is half full of topsoil and again when
full.
3.4 PLANT RELOCATION AND RE -PLANTING
A. Relocate plants as indicated directed by the Engineer.
B. Replant plants in pits or beds, partly filled with prepared topsoil mixture, at a
minimum depth of 6 inches under each plant. Remove loosen burlap, ropes,
and wires, from the root ball.
C. Place bare root plant materials so roots lie in a natural position. Backfill soil
mixture in 6 inch layers. Maintain plant materials in vertical position.
D. Saturate soil with water when the pit or bed is half full of topsoil and again when
full.
3.5 PLANT SUPPORT
A. Brace plants vertically with plant protector wrapped guy wires and stakes to the
following:
Tree Caliper
1 inch
1 - 2 inches
2 - 4 inches
Over 4 inches
3.6 TREE PRUNING
Tree Support Method
1 stake with one tie
2 stakes with two ties
3 guy wires with eye bolts and turn buckles
4 guy wires with eye bolts and turn buckles
A. Prune trees to NAA Class 1 - Fine Pruning.
3.7 FIELD QUALITY CONTROL
A. Plants will be rejected if a ball of earth surrounding roots has been disturbed or
damaged prior to or during planting.
02950-6
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02950.doc
F
SECTION 02950
TREES, PLANTS, AND GROUND COVER
3.8 MAINTENANCE
A. Neatly trim plants where necessary.
B. Immediately remove clippings after trimming.
C. Water to prevent soil from drying out.
D. Control growth of weeds. Apply herbicides in accordance with manufacturer's
instructions.
END OF SECTION 02950
02950-7
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\02950.doc
10
SECTION 03300
CAST -IN-PLACE CONCRETE
PART1 GENERAL
1.1 SECTION INCLUDES
A. Cast -in-place concrete footings.
B. Cast -in-place floors and slabs on grade.
C. Controlled low strength material (K -Crete)
D. Control, expansion and contraction joint devices associated with concrete
work, including joint sealants.
E. Equipment pads, thrust blocks and entrance pads.
1.2 RELATED SECTIONS
A. Section 01020 — Allowances.
B. Section 02225 — Trenching.
C. Section 02600 — Restoration and Replacement of Paving and Improvements.
D. Section 02667 — Project Water Mains.
1.3 REFERENCES
A. ACI 211.1 - Selecting Proportions for Normal, Heavyweight, and Mass
Concrete.
B. ACI 301 - Structural Concrete for Buildings.
C. ACI 302 - Guide for Concrete Floor and Slab Construction.
D. ACI 304 - Recommended Practice for Measuring, Mixing, Transporting and
Place Concrete.
E. ACI 305R - Hot Weather Concreting.
F. ACI 306R - Cold Weather Concreting.
G. ACI 308 - Standard Practice for Curing Concrete.
03300-1
EAdocumentsU Wappinger\a W2012\W21215 NYCDEP Extension\Specs\03300.SPC.doc
NAW
SECTION 03300
CAST -IN-PLACE CONCRETE
H. ACI 318 - Building Code Requirements for Reinforced Concrete.
1.4 QUALITY ASSURANCE
A. Perform Work in accordance with ACI 301.
B. Acquire cement and aggregate from same source for all work.
C. Conform to ACI 305R when concreting during hot weather.
D. Conform to ACI 306R when concreting during cold weather.
PART 2 PRODUCTS
2.1 CONCRETE MATERIALS
A. Cement: Type I - Normal, Type II - Moderate, Portland type per NYSDOT
specs.
B. Fine and Coarse Aggregates: per NYSDOT specs.
C. Water: Clean and not detrimental to concrete.
D. Glass Fiber Reinforcement: ASTM C948.
2.2 ADMIXTURES
A. Air Entrainment: ASTM C260 conforming to NYSDOT specs.
B. Chemical: ASTM C494 Type A - Water Reducing, Type B - Retarding, Type
D - Water and Retarding, Type F - Water Reducing, High Range or Type G -
Water Reducing, High Range and Retarding.
C. Glass Fiber Reinforcement: Alkali resistant glass fiber rovings specifically
formulated for use in concrete, with lengths varying from 1-1/2 to 2 inches.
D. All admixtures shall be from the same manufacturer and compatible with
each other.
2.3 ACCESSORIES
A. Bonding Agent: Polymer resin emulsion, Polyvinyl Acetate or Latex emulsion.
B. Vapor Retarder: 10 mil thick clear polyethylene film, type recommended for
03300-2
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\03300.SPC.doc
r..
SECTION 03300
CAST -IN-PLACE CONCRETE
below grading application.
C. Non -Shrink Grout: Premixed compound consisting of non-metallic aggregate,
cement, water reducing and plasticizing agents: capable of developing
minimum compressive strength of 2,400 psi in 48 hours and 7,000 psi in 28
days.
2.4 JOINT DEVICES AND FILLER MATERIALS
A. Joint Filler Type B: ASTM D1752; Closed cell polyvinyl chloride foam,
resiliency recovery of 95 percent if not compressed more than 50 percent of
original thickness.
B. Construction Joint Devices: Integral galvanized steel, formed to tongue and
groove profile, with removable top strip exposing sealant trough, knockout
holes spaced at 12 inches, ribbed steel spikes with tongue to fit top screed
edge.
2.5 CONCRETE MIX
A. Mix and deliver concrete in accordance with NYSDOT specs.
B. Select proportions for normal weight concrete in accordance with NYSDOT
Specs.
1. The following classes of concrete shall be used.
i. Class 4000, minimum 28 day compressive strength of 4000 psi
to be used for all reinforced concrete except as specified
below.
ii. Class 3000, minimum 28 day compressive strength of 3000 psi
to be used for sidewalks, curbs, thrust blocks, duct and pipe
encasements.
iii. Class 2000, minimum 28 day compressive strength of 2000 psi
to be used as concrete fill where required below base slabs
and where shown on the Drawings.
C. Proportions for Controlled low strength material K -Crete shall comply with
NYSDOT Item 17203.80 and Dutchess County Department of Public Work
Specifications.
D. Use set retarding admixtures during hot weather only when approved by
Engineer.
03300-3
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\03300.SPC.doc
M
SECTION 03300
CAST -IN-PLACE CONCRETE
PART 3 EXECUTION
3.1 EXAM I NATI O N
A. Verify requirements for concrete cover over reinforcement.
B. Verify that anchors, seats, plates, reinforcement and other items to be cast
into concrete are accurately placed, positioned securely, and will not cause
hardship in placing concrete.
C. Do not use items of aluminum for mixing, chuting, conveying, forming or
finishing concrete, except magnesium alloy tools may be used for finishing.
D. Keep excavation free of water. Do not deposit concrete in water.
E. Hardened concrete, reinforcement, forms and earth which will be in contact
with fresh concrete shall be free from frost at the time of concrete placement.
F. Prior to placement of concrete, remove all hardened concrete spillage and
foreign materials from the space to be occupied by the concrete.
3.2 PREPARATION
A. Prepare previously placed concrete by cleaning with steel brush and applying
bonding agent in accordance with manufacturer's instructions.
B. In locations where new concrete is dowelled to existing work, drill holes in
existing work, drill holes in existing concrete, insert steel dowels and pack
solid with non -shrink grout.
C. Coordinate the placement of joint devices with erection of concrete formwork
and placement of form accessories.
3.3 PLACING CONCRETE
A. Place concrete in accordance with NYSDOT specs.
B. Notify Engineer minimum 24 hours prior to commencement of operations.
C. Ensure reinforcement, inserts, embedded parts, formed joints, and sleeves
are not disturbed during concrete placement.
D. Operation of truck mixers and agitators and discharge limitations shall
conform to the requirements of ASTM C 94.
M
03300-4
EAdocumentsU Wappingerla W20121W21215 NYCDEP Extension\.Specs103300.SPC.doc
60
SECTION 03300
CAST -IN-PLACE CONCRETE
E. Do not allow concrete to free fall from more than 4 feet.
F. Install construction joint devices in coordination with floor slab placement
sequence. Set top to required elevations. Secure to resist movement by wet
concrete.
G. Maintain records of concrete placement. Record date, location, quantity, air
temperature, and test samples taken.
H. Place concrete continuously between predetermined expansion, control, and
construction joints.
I. Do not interrupt successive placement; do not permit cold joints to occur.
3.4 CURING AND PROTECTION
A. Immediately after placement, protect concrete from premature drying,
excessively hot or cold temperatures, and mechanical injury.
B. Maintain concrete with minimal moisture loss at relatively constant
temperature for period necessary for hydration of cement and hardening of
concrete.
3.5 FIELD QUALITY CONTROL
A. Contractor shall engage and pay for the services of an independent testing
laboratory.
B. Provide free access to Work and cooperate with appointed firm.
C. Tests of cement and aggregates may be performed to ensure conformance
with specified requirements.
D. Four concrete test cylinders shall be taken for every placement.
E. One additional test cylinder shall be taken during cold weather concreting,
cured on job site under same conditions as concrete it represents.
F. One slump test shall be taken for each set of test cylinders taken.
3.6 PATCHING
I
03300-5
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\03300.SPC.doc
Yr
SECTION 03300
CAST -IN-PLACE CONCRETE
A. Allow Engineer to inspect concrete surfaces immediately upon removal of
forms.
B. Excessive honeycomb or embedded debris in concrete is not acceptable.
Notify Engineer upon discovery.
C. Patch imperfections as directed.
3.7 DEFECTIVE CONCRETE
A. Defective Concrete: Concrete not conforming to required lines, details,
dimensions, tolerances or specified requirements.
B. Repair or replacement or defective concrete will be determined by the
Engineer and shall be performed by the Contractor at the sole expense of
the Contractor.
END OF SECTION 03300
03300-6
EAdocuments\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\03300.SPC.doc
SECTION 01050
FIELD ENGINEERING
1.5 PROJECT RECORD DOCUMENTS
A. Maintain a complete and accurate log of control and survey work as it
progresses.
B. Submit Record Documents under provisions of Section 01700.
1.6 EXAMINATION
A. Verify locations of survey control points prior to starting work.
B. Promptly notify Engineer of any discrepancies discovered.
1.7 SURVEY REFERENCE POINTS
A. Contractor shall locate and protect survey control and reference points.
1.8 SURVEY REQUIREMENTS
A. Establish a minimum of two permanent bench marks on site, referenced to
established control points. Record locations, with horizontal and vertical data,
r. on project record documents.
B. Establish elevations, stationing, lines and levels. Locate and lay out by
instrumentation all proposed facilities.
C. Stake easement lines sufficiently to ensure that all work is installed within the
permanent easement area.
D. Periodically verify layouts by same means.
END OF SECTION 01050
rr
01050-2
cs\OtO50.SPC.doc
Bdocuments\T Wappingers W2012XW21215 NYCDEP Extension\Spe
e
SECTION 01250
CONTRACT MODIFICATION PROCEDURES
PART 1 - GENERAL
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
Section.
1.2 SUMMARY
A. This Section specifies administrative and procedural requirements for handling
and processing Contract modifications.
ar.
1.3 MINOR CHANGES IN THE WORK
A. Engineer will issue supplemental instructions authorizing Minor Changes in the
Work, not involving adjustment to the Contract Sum or the Contract Time, on
AIA Document G710, "Architect's Supplemental Instructions" or "Engineers
Supplemental Instructions" form provided by the Engineer.
1.4 PROPOSAL REQUESTS
A. Owner -Initiated Proposal Requests: Engineer will issue a detailed description
of proposed changes in the Work that may require adjustment to the Contract
Sum or the Contract Time. If necessary, the description will include
supplemental or revised Drawings and Specifications.
1. Proposal Requests issued by Engineer are for information only. Do not
consider them instructions either to stop work in progress or to execute
the proposed change.
2. Within time specified in Proposal Request after receipt of Proposal
Request, submit a quotation estimating cost adjustments to the Contract
Sum and the Contract Time necessary to execute the change.
a. Include a list of quantities of products required or eliminated and unit
costs, with total amount of purchases and credits to be made. If
requested, furnish survey data to substantiate quantities.
CONTRACT MODIFICATION PROCEDURES
E:\documents\T Wappinger\a W2012\W21215 NYCDEP Extension\Specs\01250.SPC.DOC
60
01250-1