Loading...
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