UntitledDIVISIONS 0 THROUGH 16
CONTRACT DOCUMENTS
UNITED WAPPINGER SEWER DISTRICT
ROBERTS ROAD SEWER IMPROVEMENTS
FOR THE
TOWN OF WAPPINGER
20 MIDDLEBUSH ROAD
WAPPINGERS FALLS, NEW YORK
CONTRACT NO. 12-012 -GENERAL CONSTRUCTI
MA#W21205.00
NOVEMBER 2012
REV. FEBRUARY 2013
PREPARED BY:
D
W
Q
1.6t
~..1
~.,,~,,.
~~~.
C~
Z
MORRIS ASSOCIATES
ENGINEERING CONSULTANTS, PLLC
9 Elks Lane, Poughkeepsie, New York 12601 Tel: (845) 454-3411
~1~~~~ J~t~1 QI'N8~1tiA1~1~81T(~9~~P~Qsf9~8fE
Fax: (845)473-1962
~0 Fax: (518) 828-3963
iirr
i
TABLE OF CONTENTS
Division 0 -BIDDING AND CONTRACT DOCUMENTS
00030 Advertisement for Bids
~" 00100 Instruction to Bidders
00310 Bid Form
00410 Bid Bond
00480 Certificate of Non-Collusion
00510 Agreement
00610 Performance Bond
~.. 00620 Labor and Material Payment Bond
00710 General Conditions
00820 Prevailing Wage Rates
00830 Workers' Compensation 8~ Disability Benefits Forms
00850 Drawing Index
Division 1 -GENERAL REQUIREMENTS
01100 Summary
- 01210 Allowances
01250 Contract Modification Procedures
~"" 01270 Unit Prices
- 01290 Payment Procedures
01310 Project Management and Coordination
01320 Construction Progress Documentation
_ 01322 Photographic Documentation
01330 Submittal Procedures
~. 01400 Quality Requirements
01420 References
01500 Temporary Facilities and Controls
~, 01600 Product Requirements
01700 Execution Requirements
01731 Cutting and Patching
01770 Closeout Procedures
01781 Project Record Documents
DIVISIO
~" 02225
02230
02240
~" 02260
02300
02530
• 02535
02741
02920
z
N 2 -SITE CONSTRUCTION
Controlled Density Fill
Site Clearing
Dewatering
Excavation Protection and Support
Earthwork
Sanitary Sewerage
Lift Station Abandonment
Hot-mix Asphalt Paving
Lawns and Grasses
SECTION 00030 -ADVERTISEMENT FOR BIDS
~` The Town of Wappinger invites sealed bids for construction of the "ROBERTS ROAD
SEWER IMPROVEMENTS" 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 May 1, 2013 at which time they will be
publicly opened and read aloud. All bids shall be submitted in sealed envelopes so
marked "ROBERTS ROAD SEWER IMPROVEMENTS", along with the associated
contract (i.e. "CONTRACT NO. 12-012, GENERAL CONSTRUCTION").
Bids shall be received for the following Contracts:
Contract No. Title
12-012 General Construction
The Contract Documents may be reviewed at and obtained from the office of the own
Clerk, Town of Wappinger, 20 Middlebush Road, Wappingers Falls, NY 12590 after
April 2, 2013. 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.
,n„ A Pre-Bid meeting will be held at the Town of Wappinger Town Hall on April 17, 2013 at
10:00 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.
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.
`- ADVERTISEMENT FOR BIDS 00030-1
E:\documents\T Wappingerla W2012\W21205 Roberts Rd Pump Station\Specifications\00030.doc
frr
Y
~ 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
r 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
- END OF SECTION -
ADVERTISEMENT FOR BIDS 00030-2
~,~, E:ldocuments\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Spec~cations\00030.doc
r.
ire
SECTION 00100 -INSTRUCTIONS TO BIDDERS
fi=
1 Receipt and Opening of Bids
The Town of Wappinger (the Town or Owner), invites bids on the form attached
hereto, all blanks of which must be completely filled in. Bids will be received by
the Town at the time and place stated in the Advertisement for Bids and then at
said office publicly opened and read aloud. The envelopes containing the bids
must be sealed and addressed to the Town of Wappinger at 20 Middlebush
Road, Wappingers Falls, NY 12590 and designated as bid for the "ROBERTS
ROAD SEWER IMPROVEMENTS (CONTRACT NO. 12-012)".
The Town may consider informal any bid not prepared and submitted in
~,,, accordance with the provisions hereof and may waive any informalities or reject
any and all bids. Any bid may be withdrawn prior to the above scheduled time for
the opening of bids or authorized postponement thereof. Any bid received after
r.. the time and date specified shall not be considered. No bidder may withdraw a
bid within 45 days after the actual date of the opening thereof.
2. Preparation of Bid:
Each bid must be submitted on the prescribed form. All blank spaces for bid
prices must be filled in, in ink or typewritten, in both figures and words, and the
foregoing Certifications must be fully completed and executed when submitted.
Bid Form must remain attached to and bound in this Contract Document.
Each bid must be submitted in a sealed envelope bearing on the outside the
name of the bidder, his/her address, and the name of the project for which the
bid is submitted. If forwarded by mail, the sealed envelope containing the bid
must be enclosed in another envelope addressed as specified in the
Advertisement for Bids.
3. Qualifications of Bidder:
The Town may make such investigations as deemed necessary to determine the
"' ability of the bidder to perform the work, and the bidder shall furnish to the Town
all such information and data for this purpose as the Town may request. The
Town reserves the right to reject any bid if the evidence submitted by, or
~"` investigation of, such bidder fails to satisfy the Town that such bidder is properly
qualified to carry out the obligations of the contract documents and to deliver the
ti items specified. Conditional bids will not be accepted. Names and qualification of
~" all subcontractors must be submitted with the bid.
4. Bid Security:
Each bid must be accompanied by a Certified Check of the bidder payable to the
Town of Wappinger or Bid Bond on the Bid Bond Form attached hereto, in the
amount of five (5) percent of the Base Bid. Such bid security will be returned to
all except the three lowest bidders within ten (10) days after the opening of bids,
and the remaining certified checks or bid bonds will be returned promptly after
INSTRUCTIONS TO BIDDERS 00100-1
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Spec~cations\00100.doc
In
s
the Town and the accepted bidder have executed a contract, or, if no agreement
has been made within 45 days after the date of the opening of bids, upon
demand of the bidder at any time thereafter, so long as he/she has not been
notified of the acceptance of his/her bid.
~.
5. Addenda and Interpretations:
No interpretation of the meaning of the Contract Documents will be made to any
~„ prospective bidder orally. Every request for such interpretation should be in
writing addressed to Morris Associates, PLLC, 9 Elks Lane, Poughkeepsie, NY
12601 and in envelopes designated "ROBERTS ROAD SEWER
~. IMPROVEMENTS (CONTRACT NO. 12-012)". All such requests for
interpretation must be received at feast five days prior to the date fixed for the
opening of bids to be given consideration. Any and all such interpretations and
any supplemental instructions will be in the form of written addenda to the
specifications which, if issued, will be mailed by certified mail with return receipt
requested to all prospective bidders (at the respective addresses furnished for
~ such purposes), not later than three days prior to the date fixed for the opening of
bids. Failure of any bidder to receive any such addendum or interpretation shall
not relieve such bidder from any obligation under his/her bid as submitted. It is
~• the Bidders responsibility to make inquiry as to the addenda issued. All addenda
so issued shall become part of the Contract Documents and all Bidders shall be
bound by such Addenda, whether or not received by the Bidders.
6. Obligation of Bidder:
At the time of the opening of bids each bidder will be presumed to have
inspected the site and to have read and to be thoroughly familiar with the
Contract Documents (including all Addenda). The failure or omission of any
bidder to examine any form, instrument or document shall in no way relieve any
~"' bidder from any obligation with respect to his/her bid.
7. Conditions of Work:
"i" Anon-mandatory Pre-Bid meeting will be held at the time and place stated in the
Advertisement for Bids.
~'" Each bidder must inform him/her self of the conditions relating to the work
required under this project and the employment of labor thereon. Failure to do so
will not relieve a successful bidder of his/her obligation to furnish all material and
~" labor necessary to carry out the provisions of his/her contract.
8. Tax Exemption:
"" The Town of Wappinger is exempt from the payment of Sales/Consumer Use
Taxes of the State of New York and Cities and Counties of the State on all
F materials which are to be incorporated into the work. These taxes are not to be
~" included in the Bid.
9. Lowest Qualified Bidder:
`~ The comparison of Bids on each Contract will be made by comparing the Base
Bid Price or Alternate Base Bid price plus the Alternate(s) chosen, if any, as
'~"" INSTRUCTIONS TO BIDDERS 00100-2
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Spec~cations\00100.doc
Yr
it
submitted by each separate Contractor. The lowest qualified Bidder on each
~, Contract shall be considered as being the successful Bidder for the Contract.
The Contract Award will be made to the successful Bidder as described above
within 45 days of the date of Bid opening if the project in total is acceptable to the
~„ Town. Should a Bidder not comply with the requirements of Award within the
hereinafter specified time periods, the Town within 45 days of the receipt of Bids
may attempt to award the Contract to another Bidder.
In the event there is a discrepancy between any figures written in words and
written numerically, the price written in words shall govern. The Town reserves
`•• the right'to waive any irregularities or informalities, or to reject any or all bids.
10. Bid Quantities
~• The Town reserves the right to increase or decrease any item in this contract
they deem to be in the best interest of the Town.
11. Liquidated Damages:
The Owner shall be entitled to receive as liquidated damages the cash, face
amount of the certified check or Bid Bond deposited with the Bid if the successful
'" Bidder fails to or refuses to execute and deliver the Contract and Bonds required
within ten (10) days after the date of the Notice of Award.
12. Performance Bond and Labor and Materials Payment Bond
The bidder to whom the Town proposes to award the Contract shall, as soon as
possible, but not later than ten (10) days from the Notice of Award furnish to the
"' Town a Performance Bond and a Labor and Material Payment Bond in sums
equal to one hundred percent (100%) of the amount of the Contract Price,
conditioned upon the faithful performance by the Contractor of all terms,
`` covenants and conditions of the Contract Documents, and upon the prompt
payment by the Contractor to all persons supplying labor and materials in the
prosecution of the Work provided by the Contract Documents. Such bonds shall
be executed by the Contractor with a surety company authorized to do business
in the State of New York, as Surety. If it is not possible to submit such bond
within the time stated, the Bidder shall as soon as possible but not later than ten
(10) days from the Notice of Award furnish to the Town the name and address of
the Surety company authorized to do business in the State of New York which
will provide the bonds and forty-eight (48) hours before the execution of the
Agreement furnish to the Town the bonds in the sums equal to one hundred
percent (100%) of the amount of the Contract, conditioned on the faithful
,,,,, performance of all terms, covenants and conditions of same, with a surety
company authorized to do business in the State of New York, as Surety. The
bonds shall be maintained in full force for a period of twelve (12) months after
y. date of final certificate as a guarantee that the Contractor will make good any
faults or defects in the Work or equipment which may appear during that period.
~.
These bonds shall be prepared on the forms included within the Bid Document or
on the forms supplied by the Surety Company or companies, if they are
acceptable to the Town.
INSTRUCTIONS TO BIDDERS
00100-3
E:\documents\T Wappingerla W2012\W21205 Roberts Rd Pump Station\Spec'fications\00100.doc
r
~„ The expense of these bonds shall be borne by the Contractor.
13. Notice to Proceed:
Contractor shall not proceed with any work under this agreement, for which work
the Contractor is contemplating claiming reimbursement, until Contractor has
received the Executed Contract and a Notice to Proceed from the Town.
14. Requirements Of NYS Workers' Compensation Board:
Before the Town enters into agreement with the Contractor, he must submit proof
~• that, he has obtained the required workers' compensation and disability benefits
coverage, or that he is not required to provide such coverage.
Such proof shall be in the form of Forms C-105.2 (obtained through the
Contractor's insurance carrier), DB-120.1 (Obtained through NYS statutory
disabilities benefits insurance carrier or NYS licensed agent of that carrier), and
Form SI-12 (Affidavit Certifying That Compensation Has Been Secured), which
are designed to provide necessary proof of coverage when completed by the
insurance carrier and/or the Worker's Compensation Board. Form DB-155
(Compliance with DB Law), which may be submitted by self-insured employers
under the Disability Benefits Law as acceptable proof that disability benefits
coverage has been obtained.
Please note that it is acceptable of employers insured by the State Insurance
Fund to submit the Fund's computer generated certificate of insurance as proof
of coverage, in place of prescribed Form C-105.2. In addition, the Office of
General Services has been authorized by the Board to accept the Fund's form as
satisfactory proof of coverage, when entering into contracts with such employers.
Employers who are not required by Law to provide workers' compensation and/or
disability benefits coverage must submit Form C-105.21 (Statement That
Applicant Does Not Require W.C. or D.B coverage), which when completed by
the Workers' Compensation Board is proof that the applicant is not required to
carry either type of insurance.
15. DELETED):
16. (DELETED):
17. Conditions of Work:
Each Bidder must inform himself fully of the conditions relating to the
construction and labor under which the Work is now or will be performed. Failure
to do so will not relieve a successful Bidder of his obligation to furnish all
materials and labor necessary to carry out the provisions of the Contract
Documents and to complete the contemplated Work for the consideration set
forth in his Bid.
18. Labor Safety and Health Regulations:
~ INSTRUCTIONS TO BIDDERS 00100-4
E:\documents\T Vl/appinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\00100.doc
~,,
i
The Contractor shall abide by all local, State, and Federal laws and ordinances.
19. Insurance:
"'' The Contractors attention is called to those parts of the Contract Documents
which deal with insurance requirements.
20 Time for Completion and Liquidated Damages:
The time for completion and liquidated damages for each Contract shall be as
shown on Table - 1 below:
TABLE - 1
Contract No. Description Days for Completion Liquidated Damages
12-012 General Construction 150 $1,000.00/day
Days for completion are the number of consecutive calendar days calculated
from the date for commencement of Work established in the Agreement by which
all construction under a given Contract, or the work of the specified segment, if
any, shall be completed. Notwithstanding other provisions of this Contract, failure
'_ to complete the Work, or the work of the specified segment, if any, in the number
of days specified will result in the assessment of liquidated damages as shown in
Table - 1.
In the event that the Contractor shall fail to complete the Work, or the work of the
specified segment, if any, 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,
the sum of $1,000.00. 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, or the work of the specified segment, if
any, 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, or the work of the specified
~ segment, if any, 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
INSTRUCTIONS TO BIDDERS 00100-5
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\00100.doc
Orders added to the original Contract as well as extenuating circumstances
""` beyond the control of the Contractor will be given due consideration.
- END OF SECTION -
INSTRUCTIONS TO BIDDERS 00100-6
E:\documents\T Wappinger\a W20121W21205 Roberts Rd Pump Station\Spec~cations\00100.doc
it
SECTION 00310 -BID FORM
CONTRACT NO. 12-012
GENERAL CONSTRUCTION
BID FORM
TO: The Town Board of the Town of Wappinger.
In compliance with your Advertisement for Bids, published in the
dated ,the
undersigned, having carefully examined the Contract
Documents and any Addenda thereto, proposes and agrees as follows:
1. To furnish all the equipment, and incidentals, and to furnish labor and do all
the work required, to construct, furnish, and complete the Contract No. 12-
012, Roberts Road Sewer Improvements -General Construction and
associated work in accordance with the prices so named in this bid in a
worker like manner, in accordance with the plans and specifications, all of
which are a part of the contract hereto annexed.
2. To complete all the work as shown and specified, on which this bid is based,
within the timeframe(s) specified in these Contract Documents and any
Addendum thereto.
3. To furnish the Town within five (5) calendar days from the date of the
request, if identified as the apparent low bidder and if requested by the
Town, a Statement of Qualifications.
4. To enter into a contract and to furnish, with suitable surety to be approved by
the Town Board, performance and labor and material payment bonds, the
amount of each of the bonds to be the full amount of the awarded bid price
as it appears in this proposal, within thirty (30) calendar days from the date
of acceptance of this bid
5. To comply with the Davis-Bacon Act and other federal labor standards or
provisions and to pay New York State prevailing wage rates applicable to
this contract.
In compliance with the Instructions to Bidders, the undersigned declares that
he/she has examined the site of the work and informed himself/herself fully in regard to
all conditions pertaining to the place where the work is to be done. He/she has
examined the plans and specifications for the work and the contract documents relating
BID FORM 00310-1
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Spec~cations\00310_General.doc
irr
rr thereto, has read all addenda furnished prior to the opening of bids, and has satisfied
himself/herself relative to the work to be performed.
If the undersigned fails to perform any of the promises made herein, the certified
check, which is herewith deposited with the Town Clerk, will be paid to the Town of
Wappinger or payment of the bond herewith deposited will be enforced for the benefit of
the Town of Wappinger as liquidated damages for such default; otherwise the check or
bond will be returned to the undersigned.
ADDENDA:
Receipt of the following addenda (if any) is hereby acknowledged and the
provision(s) thereof is (are) included in this bid:
ADDENDUM NO. DATE SIGNATURE
The bidder proposes to perform the work required in accordance with the Contract
Documents for the sum of:
BASE BID (GENERAL CONSTRUCTION)
(in writing)
Dated:
SIGN BID HERE
20
(and figures)
Authorized Signature Title
Print Name
Legal Company Name,
Address
City, State, Zip
Telephone No.
Federal I.D. #
BID FORM 00310-2
+~
E:\documents\T Wappingerla W2012\W21205 Roberts Rd Pump Station\Specifications\00310_General.doc
~~. ~
BASE BID SHEET
GENERAL CONSTRUCTION
CONSTRUCTION BID AND CONTRACT
ROBERTS ROAD SEWER IMPROVEMENTS
f° t, : ~ ~ ~ ; tom",.
ITEM NO./DESCRIPTION EST. PAYMENT UNIT PRICE BID TOTAL
QTY. UNIT PRICE BID
WRITTEN AMOUNT IN FIGURES
1. Furnish and install all materials,
supplies, equipment and other 1 L.S.
facilities as required for construction
of Roberts Road Sewer
Improvements- General
Construction, including all
incidentals, as shown and as
specified in the Contract Documents.
2. Rock Excavation 30 C.Y.
3. Authorized Additional Excavation 30 C.Y.
4. Lift Station Abandonment 1 EA
ALLOWANCE #1 $5,000.00
Testing Services -------- ------------------- --------------------------- --------------------
ALLOWANCE #2 $20,000.00
Contingency Allowance -------- ------------------ --------------------------- --------------------
TOTAL BASE BID
- END OF SECTION-
~"` SECTION 00410-BID BOND
BID BOND FORM
KNOW ALL PERSONS BY THESE PRESENTS: that
Principal; and
**
hereby held
as
as Surety, are
and firmly bound unto the Town Board, Town of Wappinger, New York in the amount of:
'~ Dollars ($ )
_ 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 Roberts Road Sewer Improvements in the Town of
` Wappinger, New York, as shown and specified in the contract, plans and specifications.
+r.
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 the
Contract Agreement in the form attached hereto (properly completed in
`` accordance with said Bid) and furnish such performance bond and labor and
~` material payment bond as required,
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.
*Insert Bidder's Name
**Insert Surety's Name
~'" BID BOND
00410-1
E:\documents\T Wappingerla W2012\W21205 Roberts Rd Pump Station\Specifications\00410.doc
lr
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.
r.
(Seal of Principal if a Corporation)
PRINCIPAL
By:
(Corporate Seal of Surety Co.)
(Officer's/Partner's/Individual's) signature
(Officer's/Partner's/Individual's) name printed
(Corporation/Partnership/Individual) name printed
STATE of )
"` COUNTY of ) ss:
On this day of , 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, County
No. Term Expires
- END OF SECTION-
BID BOND 00410-2
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump StationlSpec~cations\00410.doc
~lr
~"" SECTION 00480-CERTIFICATION OF NON-COLLUSION
CERTIFICATION OF NON-COLLUSION BY BIDDER
The undersigned represents that pursuant to Sections 103-a and 103-b of the General
~. Municipal Law of the State of New York, no person referred to in the attached proposal
who is the bidder or who is or was a member, partner, director or officer of the bidding
firm or entity under this proposal has refused to sign a waiver of immunity or to answer
~• any relevant questions relating to any transaction or contract with the State of New
_ York; any political subdivision thereof, or any public authority, during the period of five
years prior to the date hereof. The undersigned agrees that any contract awarded as a
~ result of this bid may be canceled without penalty upon the grounds set forth in Sections
103-a and 103-b of the said General Municipal Law of the State of New York. The
names and addresses of all persons and parties interested in the foregoing bid are as
"~ follows:
By submission of this bid, each bidder and each person signing on behalf of any bidder
~"` certifies, and in the case of a joint bid each party thereto certifies as to its own
organization, under penalty of perjury, that to the best of knowledge and belief:
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 been knowingly disclosed by the bidder and will not knowingly be
disclosed by the bidder prior to opening, directly or indirectly, to any other bidder
,,,,, or to any competitor; and
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 furnish with
""" CERTIFICATION OF NON-COLLUSION 00480-1
E:\documents\T Wappinger\a W20121W21205 Roberts Rd Pump Station\Specifications\00480.doc
err
`.
the bid a signed statement which sets forth in detail the reasons therefore. Where I, 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 political
subdivision, public department, agency or official thereof to which the bid is made, or his
designee, determines that such disclosure was not made for the purpose of restricting
~, competition.
The fact that a bidder (a) has published price lists, rates, or tariffs covering items being
rr procured, (b) has informed prospective customers of proposed or pending publication of
new or revised price lists for such items, or (cj 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 one.
Any bid hereafter made to any political subdivision of the State or any public
department, agency or official thereof by a corporate bidder for work or 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 subdivision one 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.
- END OF SECTION -
CERTIFICATION OF NON-COLLUSION 00480-2
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\00480.doc
ur
SECTION 00510 -AGREEMENT
TOWN BOARD
TOWN OF WAPPINGER. NEW YORK
CONTRACT AGREEMENT
Contract No. 12-012 -General Construction
THIS AGREEMENT, made and executed this day of , in
the year Two Thousand and Thirteen, by and between the Town Board, Town of
Wappinger and ,Contractor,
WITNESSETH: in consideration of the mutual agreements herein contained the parties
~- hereto have agreed and hereby agree with each other, the Town, its successors and
assigns, and the Contractor, and his/her successors and assigns, as follows:
The Town Board, 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 attached hereto) a total, final and fixed Contract Price of:
($ )
for the ROBERTS ROAD SEWER IMPROVEMENTS -GENERAL CONSTRUCTION.
The Contractor will furnish all labor and materials necessary to perform the work shown
on the Plans and Specifications as prepared for the Town Board, Town of Wappinger as
noted herein.
Included in this Contract are 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 worker like job, complete in every respect and detail,
left ready and in perfect condition for the Owner's use, as called for in the plans and
specifications.
The Contractor acknowledges that a delay in the completion of the project work may
result in additional expenses to the Town and agrees, in the event he/she fails to
,,, complete all the work, or the work of any of the specified segments, if any, within the
time period as specified hereafter to reimburse the Town in the form of liquidated
damages in the amount specified in the Instructions to Bidders for each calendar day of
delay in the physical completion of the work beyond the agreed upon project time period
as specified in the Town's Notice to Proceed unless said project time period is extended
by mutual agreement in written form by both parties hereto.
AGREEMENT 00510-1
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\00510_General.doc
i1r
~.>
The Contractor, by placing his/her signature on this Contract, hereby certifies that
he/she has read and is aware, cognizant, and knowledgeable of the contents of all bid
documents and the contract documents and he/she agrees to abide by and be bound by
their contents and by all applicable federal, State and local laws, ordinances and
;j,, statutes. Contract Documents shall mean each of the items listed below, both as a
whole and severally. The following shall be deemed to be-part of this contract:
1. Advertisement for Bids
2. Instructions to Bidders
3. Bid Forms
4. Bid Bond
5. Contract Agreement
6. Performance Bond
7. Labor and Material Payment Bond
8. Notice of Award
9. Notice to Proceed
10. General Conditions for Contract
11. Supplemental Conditions for Contract
12. Specifications
13. Drawings
14. All Addenda
15. All Change Orders
16. All provisions required by law to be inserted in this contract whether actually
inserted or not.
The Contractor agrees to defend, indemnify and hold harmless the Owner for any
actions arising from injuries to the Contractor's employees, even if caused in whole or in
part by Owner's negligence.
Attached hereto and bound into this Contract is a Performance Bond for the work
and a Labor and Material Payment Bond for payment of labor and materials, each in the
amount of:
surety as required by provisions of the Contract Documents. This Performance Bond
and Labor and Material Payment Bond shall be in the amount of 100% of the Contract
Price.
Payments, both progress and final, will be made after submittal to, review and approval
by the Town Engineer and the Town Board.
The Contractor agrees to begin work on the day specified in the Town's Notice to
Proceed and unless the date for completion is extended pursuant to Town Board
approval, he/she agrees to complete the work within the timeframe specified in the
AGREEMENT 00510-2
E:\documents\T Wappinger\a W20121W21205 Roberts Rd Pump StationlSpec~cations\00510_General.doc
w
~ Contract Documents, or any Addendum thereto, from the starting date specified in the
Notice to Proceed.
(Corporate Seal if applicable)
(Officer's/Partner's/Individual's) signature
(Officer's/Partner's/Individual's) name printed
(Corporation/Partnership/Individual) name printed
STATE of
COUNTY of
ss:
On this day of , 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 County
No.
Town Board, Town of Wappinger (Owner)
Term Expires,
~ AGREEMENT
00510-3
E:\documents\T Wappingerla W2012\W21205 Roberts Rd Pump Station\Specifications\00510_General.doc
Attest By:
Signature Name (printed)
Title (printed)
- END OF SECTION -
AGREEMENT 00510-4
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\00510_General.doc
SECTION 00610 -PERFORMANCE BOND
PERFORMANCE BOND FORM
KNOW ALL PERSONS BY THESE PRESENTS: that
(Contractor) (Address)
as Principal, hereinafter called Contractor, and
(Surety) (Address)
as Surety, hereinafter called Surety, are held and firmly bound unto the Town Board,
Town of Wappinger, New York, as Obligee, hereinafter called Owner, in the amount of
Dollars ($
for the payment whereof Contractor and Surety bind themselves, their heirs, executors,
administrators, successors, and assigns, jointly and severally, firmly by these presents.
WHEREAS,
CONTRACTOR has by written agreement dated , 20_
entered into a Contract with Owner for the ROBERTS ROAD SEWER
IMPROVEMENTS in accordance with plans and specifications which Contract is by
reference made a part hereof, and is hereinafter referred to as the Contract.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if the
Contractor shall promptly and faithfully perform said Contract and agreements of said
Contract during the original term thereof, and any extensions thereof which may be
granted by the Owner, with or without notice to the Surety and during the one year
guaranty period, and if he shall satisfy all claims and demands incurred under such
Contract, and shall fully indemnify and hold harmless the Owner from all costs and
damages which the Owner may suffer by reason of failure to do so, and shall reimburse
and repay the Owner all outlay and expense which the Owner may incur in making good
any default, then this obligation shall be null and void; otherwise it shall remain in full
force and effect.
Whenever Contractor shall be, and declared by Owner to be in default under the
Contract, the Owner having performed Owner's obligations thereunder, the Surety shall
promptly remedy the default by (1) Completing the Contract in accordance with its terms
and conditions, or (2) Obtaining a bid or bids for submission to the Owner for completing
the Contract in accordance with its terms and conditions, and upon determination by the
Owner and the Surety jointly of the lowest responsible bidder, arrange for a contract
between such bidder and Owner, and make available as work progresses (even though
there should be a default or a succession of defaults under the contract or contracts of
completion arranged under this paragraph) sufficient funds to pay the cost of completion
less the balance of the contract price; but not exceeding, including other costs and
damages for which the Surety may be liable hereunder, the amount set forth in the first
i.
PERFORMANCE BOND 00610-1
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Spec~cations\00610.doc
rrr
paragraph hereof. The term balance of the contract price", as used in this paragraph,
shall mean the total amount payable by Owner to Contractor under the Contract and
,,, any amendments thereto, less the amount properly paid by Owner to Contractor.
Any suit under this bond must be instituted before the expiration of two (2) years from
,. the date on which final payment under the Contract falls due.
No right of action shall accrue on this bond to or for the use of any person, corporation
~.. or entity other than the Owner named herein or the heirs, executors, administrators or
successors of the Owner.
IN WITNESS WHEREOF, this instrument is executed in
each one of which shall be deemed an original, this
. 200
(Officer's/Partner's/Individual's) signature
(Officer's/Partner's/Individual's) name printed
day of
counterparts,
(Corporate Seal if applicable)
(Corporation/Partnership/Individual) name printed (Principal)
(Officer's/Partner's/Individual's) signature
(Corporate Seal if applicable)
(Officer's/Partner's/Individual's) name printed
(Corporation/Partnership/Individual) name printed (Surety)
STATE of
COUNTY of ~ ss:
On this day of , 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, County
No. Term Expires
PERFORMANCE BOND 00610-2
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Spec~cations\00610.doc
~ NOTE: Date of Bond must not be prior to date of Contract. If Contractor is a
Partnership all partners should execute the bond.
Surety Companies executing Bonds must be authorized to do business in New York
State and be approved by the Owner's attorney. 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.
- END OF SECTION -
rr.
rr
PERFORMANCE BOND 00610-3
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\00610.doc
11r
~r
SECTION 00620 -LABOR AND MATERIAL PAYMENT BOND
LABOR AND MATERIAL PAYMENT BOND FORM
DATE BOND EXECUTED
PRINCIPAL
SURETY
PENAL SUM OF BOND (EXPRESS IN WORDS AND FIGURES)
CONTRACT NUMBER DATE OF CONTRACT
KNOW ALL PERSONS BY THESE PRESENTS, that we, the Principal and Surety
above named, are held and firmly bound unto the Town of Wappinger, hereafter called
the Town, in the penal sum of the amount stated above, for the payment of which sum
well and truly to be made, we bind ourselves, our heirs, executors, administrators, and
successors and assigns jointly and severally firmly by these presents.
WHEREAS, the Principal entered into a certain contract with the Town numbered and
., dated as shown above and hereto attached;
NOW THEREFORE THE CONDITION OF THIS OBLIGATION is such that, if the
Principal shall promptly make payment to all claimants as hereinafter defined, for all
labor and material used or reasonably required for use in the performance of the
contract, and any and all duly authorized modifications of said contract that may
hereafter be made, notice of which modifications to the Surety being hereby waived,
then this obligation to be void; otherwise it shall remain in full force and effect, subject,
however, to the following conditions:
(a) A claimant is defined as having direct contract with the Principal or with a
~, Subcontractor of the Principal for labor, material, or both, used or reasonably
f
~„ required for use in the performance of the contract, labor and material being
construed to include that part of water, gas, power, light, heat, oil, gasoline,
telephone service or rental of equipment directly applicable to the contract.
(b) The above named Principal and Surety hereby jointly and severally agree
with the Town that every claimant as herein defined, who has not been paid
it in full, in accordance with the terms of the contract, before the expiration of a
period of ninety (90) days after the date on which the last of such claimant's
work or labor was done or performed, or materials were furnished by such
LABOR AND MATERIAL PAYMENT BOND 00620-1
E:ldocuments\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\00620.doc
Wllr
claimant, may sue on this bond for the use of such claimant, prosecute the
suit to final judgment for such sum or sums as may be justly due claimant,
and have execution thereon. The Town shall not be liable for the payment of
any costs or expenses of any such suit.
(c) No suit or action shall be commenced hereunder by any claimant:
1. Unless claimant, other than one having a direct contract with the
Principal, shall have given written notice to any two of the following: the
~,,,, Principal, the Town, or the Surety above named, within one hundred
eighty (180) days after such claimant did or performed the last of the
work or labor, or furnished the last of the materials for which said claim
~,,, is made, stating with substantial accuracy the amount claimed and the
name of the party to whom the materials were furnished, or for whom
the work or labor was performed. Such notice shall be served by
+r. mailing the same, registered or certified mail, return receipt requested,
postage prepaid, in an envelope addressed to the Principal or Surety,
fr at any place where an office is regularly maintained by them for the
transaction of business, and to the Town addressed to the Town Clerk,
Town of Wappinger, 20 Middlebush Road, Wappinger Falls, NY 12590
or served in any manner in which legal process may be served in the
State of New York.
2. Other than in a state court of component jurisdiction held in and for the
Town of Wappinger or in the United States District Court Southern
District of New York and not elsewhere.
WITNESS WHEREOF, the above-bounden parties have executed this instrument under
their several seals on the date indicated above, the name and corporate seal of each
corporate party being hereto affixed and these presents duly signed by its undersigned
representative, pursuant to authority of its governing body.
Presence of:
WITNESS
as to
as to
as to
as to
INDIVIDUAV PRINCIPAL
(SEAL)
(SEAL)
(SEAL)
(SEAL)
LABOR AND MATERIAL PAYMENT BOND 00620-2
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\00620.doc
~r
w
~.
Attest:
Corporate Principal
Business Address
By
Affix
Corporate
Title Seal
The rate of premium on this bond is per thousand.
Total amount of premium charged: $
(The above must be filled in by Corporate surety.)
LABOR AND MATERIAL PAYMENT BOND 00620-3
E:\documents\T Wappinger\a W20121W21205 Roberts Rd Pump Station\Spec~cations\00620.doc
it
CERTIFICATE AS TO CORPORATE PRINCIPAL
l~ ,certify that I am the
within bond; that
who signed the said bond on behalf of the
principal, was then of said corporation; that I know
his signature, and his signature thereto is genuine; and that said bond was duly signed,
sealed, and attested for and in behalf of said corporation of its governing body.
INSTRUCTIONS
(Corporate Seal)
The name, including full given name, and business or residence address of each
individual party to the bond shall be inserted in the space provided therefore, and each
such party shall sign the bond with his usual signature on the line opposite the scroll
seal.
If the principals are partners, their individual names shall appear in the space provided
therefore, with the recital that they are partners composing a firm, naming it, and all the
members of the firm shall execute the bond as individuals.
If the principal or surety is a corporation, the name of the state in which incorporated
shall be inserted into the space provided therefore, and said instrument shall be
executed and attested under the corporate seal as indicated in the form. If the
corporation has no corporate seal the fact shall be stated in which case a scroll or
adhesive seal shall appear following the corporate name.
The official character and authority of the person or persons executing the bond for the
principal, if a corporation, shall be certified by the secretary or the assistant secretary,
according to the form herein provided. In lieu of such certificate there may be attached
secretary of the corporation named as principal in the
LABOR AND MATERIAL PAYMENT BOND ~ 00620-4
E:\documents\T Wappinger\a W20121W21205 Roberts Rd Pump Station\Spec~cations\00620.doc
Ilr
to the bond copies of so much of the records of the corporation as will show the official
character and authority of the officer signing, duly certified by the secretary or assistant
~"' secretary, under the corporate seal, to be true copies.
- -END OF SECTION -
LABOR AND MATERIAL PAYMENT BOND 00620-5
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\00620.doc
iYr
SECTION 00710 -GENERAL CONDITIONS
ARTICLE 1: DEFINITIONS
~ 1.1 Words and Expressions
ARTICLE 2: ROLES AND RESPONSIBILITIES
2.1 The Contractor
~, 2.2 The Owner
2.3 Engineer's Authority
ARTICLE 3: INTERPRETATION OF CONTRACT DOCUMENTS
3.1 Conflicting Plans and Specifications
3.2 Shop Drawings and Product Data
3.3 Materials
3.4 Royalties and Patents
ARTICLE 4~ PERFORMANCE OF THE CONTRACT
4.1 Responsibility for Damage
4.2 Claim for Damages by Contractor
is 4.3 Disputes
4.4 Coordination of Separate Contractors
4.5 Contractor's Supervision
4.6 Permits and Compliance
4.7 Boundazies
4.8 Refuse and Debris
~' 4.9 Subcontractors and Supplies
4.10 Contractors Work Requirements
ARTICLE 5: CHANGE IN THE WORK
~~„ 5.1 Procedure
5.2 Payment for Change Orders
ARTICLE 6: TIlvIE OF COMMENCEMENT, COMPLETION AND
TERMINATION FOR CAUSE
~' 6.1 Time of Commencement and Completion
6.2 Extension of Time
6.3 Liquidated Damages Upon Failure to Complete
$~ 6.4 Termination for Cause
6.5 Termination of Contractor's Employment for the
Convenience of the Owner
6.6 Contractor's Default
6.7 Suspension of Work
ARTICLE T. INSPECTION AND ACCEPTANCE
7.1 Inspection
7.2 Contractor's Obligation to Correct Defective Work
7.3 Progess Reports
7.4 Inspection Prior to Acceptance
ARTICLE 8: PAYMENTS
8.1 Payment
8.2 Progess Payments
8.3 Substantial Completion
8.4 Final Payment
8.5 Acceptance of Final Payment
8.6 Contract Quantities
8.7 Maintenance and Guazantee
8.8 No Estoppel
ARTICLE 9: BONDS AND INSURANCE
9.1 Contract Security
9.2 Insurance
ARTICLE 10: MISCELLANEOUS PROVISIONS
10.1 Compliance with Codes and Laws
10.2 Service of Notices
10.3 Labor Standazds
10.4 Record-Keeping Requirement
10.5 Non-Assignment Clause
10.6 Non-Collusive Bidding Requirements
10.7 Wage and Hours Provisions
10.8 Workers' Compensation Benefits
10.9 Non-Discrimination Requirements
10.10 Archaeological Salvage
ARTICLE 1: DEFINITIONS
1.1 Words And Expressions
x The following words and expressions, or pronouns used in their stead, shall, wherever
they appear in this Contract, be construed as follows:
"Act of God" shall mean an act, event, happening, or occurrence, and disaster and
effect due to natural causes and inevitable accident, or disaster; a natural and
inevitable necessity which implies entire exclusion of all human agency which
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.
~ GENERAL CONDITIONS 00710- 1
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\00710.doc
I~r
wr
"Bid" shall mean the offer or proposal of the Bidder submitted on the prescribed
form setting forth the prices for the Work to be performed.
"Bidder" shall mean any person, firm or corporation submitting a Bid for Work.
"Certificate of Completion" shall mean a letter or notice signed by the Owner after
the Engineer has determined that no further work is to be done.
"Certificate of Substantial Completion" shall mean a letter or notice signed by the
Engineer when the work or a designated portion thereof is sufficiently complete
that the Owner may occupy or use the work for the use for which it is intended.
"Change Order" shall mean the fully executed written order to the Contractor
authorizing an addition, deletion or revision in the work within the general scope of
the contract documents, or authorizing an adjustment in the contract price or
contract time.
"Contract" or "Contract Documents" shall mean each of the items listed below,
both as a whole and severally.
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:
1. Advertisement for Bids
2. Instructions to Bidders
3. Bid Forms
4. Bid Bond
5. Contract Agreement
6. Performance Bond
7. Labor and Material Payment Bond
8. Notice of Award
9. Notice to Proceed
10. General Conditions for Contract
11. Supplemental Conditions for Contract
12. Specifications
13. Drawings
14.A11 Addenda
15. All Change Orders
16.A11 provisions required by law to be inserted in this contract whether
actually inserted or not.
~, "Contractor" shall mean the person, partnership, firm or corporation with whom the
Owner has executed the Contract Agreement.
~ GENERAL CONDITIONS 00710- 2
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump StationlSpecifications\00710.doc
ilr~
`r
wr
"Contract Sum" shall mean the total amount payable by the Owner to the
Contractor for performance of the Work under the Contract Documents as stated
~„ in the Contract Agreement.
"Contract Time" shall mean the period of time, including authorized adjustments,
allotted in the Contract Documents to complete the Work.
"Days" shall mean consecutive calendar days.
"Drawings" shall mean the part of the Contract Documents which show the
characteristics and scope of the Work to be performed and which have been
~.. prepared or approved by the Engineer.
"Engineer" shall mean the consulting engineer for the Town as designated and
duly appointed by the Town, directed or assigned by them to this Contract, with
the powers and duties as stated in the contract documents. (Morris Associates,
PLLC) -
"Extra Work" shall mean work other than that required either expressly or implicitly
by the contract in its present form. It may include work in areas designated on the
"~ plans as areas of future work, or in areas within the contract limits or adjacent
thereto. Extra work shall be authorized by a change order.
'~ '` "Final Acceptance" shall mean acceptance of the work by the Owner 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.
"Owner" shall mean the party of the first part hereto, the Town, the Supervisor, or
any other person designated by them to act on their behalf.
"Project" shall mean the entire improvement to which this contract relates.
"Product Data" are illustrations, standard schedules, performance charts,
instructions, brochures, diagrams and other information furnished by the
Contractor or a Subcontractor, Sub-subcontractor, manufacturer, supplier or
distributor to illustrate some portion of the Work.
"Samples" are physical examples which illustrate materials, equipment, or
workmanship and establish standards by which the Work will be judged.
GENERAL CONDITIONS 00710- 3
E:\documentslT Wappinger\a W2012\W21205 Roberts Rd Pump Station\Spec~cations\00710.doc
~r
r "Shop Drawings" are drawings, diagrams, schedules and other data specially
_ prepared for the Work by the Contractor or a Subcontractor, Sub-subcontractor,
manufacturer, supplier or distributor to illustrate some portion of the Work.
~.
"Site" shall mean the area upon or in which the Contractor's operations are carried
on, and such other areas adjacent thereto as may be designated as such by the
Engineer.
"Specifications" shall mean a part of the Contract Documents consisting of written
'~"' descriptions of a technical nature of materials, equipment, construction systems,
standards and workmanship.
"' "Subcontractor" shall mean any person, firm or corporation, other than employees
of the Contractor, who or which contracts with the Contractor or any other
Subcontractor to furnish, or actually furnishes, labor, materials or labor and
~""' equipment at the site.
"Substantial Completion" shall mean that date, as certified by the Engineer when
`" the construction of the project or a specified part thereof is sufficiently completed,
in accordance with the Contract Documents, so that the Project or specified part
can be utilized for the purposes for which is intended.
i®
"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 relate to the
provisions of the Contract.
"Work" shall mean all labor necessary to produce the construction required by the
Contract Documents and all materials and equipment incorporated or to be
incorporated in the Project.
"Written Notice" shall mean any notice to any party of the Agreement relative to
any part of this Agreement in writing and considered delivered and the service
thereof completed, when posted by certified or registered mail to the said party at
his last given address, or delivered in person to said party or his authorized
representative on the Work.
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.
GENERAL CONDITIONS 00710- 4
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\00710.doc
Yr
~ ARTICLE 2: ROLES AND RESPONSIBILITIES
2.1 The Contractor
The Contractor shall supervise, direct and perform the work in accordance with the true
intent and meaning of the contract documents. Unless otherwise expressly provided,
~"' the work must be performed in accordance with the best modern practice, with materials
and workmanship of the highest quality, all as determined by, and entirely to the
satisfaction of, the Engineer. The Contractor shall be responsible for the entire work
`" until completed and accepted by the Owner.
Unless otherwise expressly provided, the means and methods of construction shall be
~"` such as the Contractor ma choose, sub'ect, however, to the a
y ~ pproval of the Engineer.
Such approval, or the Engineer's failure to exercise his right to reject, shall not create a
cause of action for damages.
r.
The Contractor shall assume all risks and responsibility and shall complete the work in
whatever material and under whatever conditions he may encounter or create, without
extra cost to the Owner.
~, No plea of ignorance or misunderstanding of conditions that exist or that may hereafter
exist, or of conditions or difficulties that may be encountered in the execution of the
work under this contract, as a result of failure to make the necessary examinations and
r,,, investigations, will be accepted as an excuse for any failure or omission on the part of a
Contractor to fulfill in every detail all of the requirements of the contract documents, or
will be accepted as a basis for any claims whatsoever for extra compensation or an
~,,,, extension of time.
In the event the Owner or Engineer observes that the Contract Documents are not
being followed, the Contractor will be ordered to stop work and make any necessary
changes at no additional cost to the Owner.
i~r. 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
it- protect, support, maintain, relocate or restore), repairing the same if damaged and
r"" restoring to their original conditions all areas disturbed. He shall not claim or be entitled
GENERAL CONDITIONS 00710- 5
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Spec~cations\00710.doc
~Ir
ilrr
+•~ to any damages for delay or otherwise by reason of such required work, and he hereby
assumes all risks in connection therewith.
From the survey work provided by the Owner, the Contractor shall develop and make all
detailed surveys needed for construction. The Contractor shall carefully preserve the
physical survey points provided by the Owner and, in the case of willful or careless
destruction, he shall pay the resulting expense to recreate the points and shall be
responsible for any mistakes that may be caused by their unnecessary destruction or
loss.
The Contractor warrants to the Owner and Engineer that materials and equipment
furnished under the Contract will be of good quality and new unless otherwise required
or permitted by the Contract Documents, that the Work will be free from defects not
inherent in the quality required or permitted, and that the Work will conform to the
requirements of the Contract Documents. Work not conforming to these requirements,
including substitutions not properly approved and authorized, may be considered
defective. The Contractor's warranty excludes remedy for damage or defect caused by
abuse, modifications not executed by the Contractor, improper or insufficient
maintenance, improper operation, or normal wear and tear and normal usage. If
required by the Engineer, the Contractor shall furnish satisfactory evidence as to the
kind and quality of materials and equipment.
The Contractor shall pay sales, consumer, use and similar taxes for the Work provided
by the Contractor which are legally enacted when bids are received or negotiations
concluded, whether or not yet effective or merely scheduled to go into effect.
w
The Contractor, promptly after being awarded the Contract, shall prepare and submit for
the Owner's and Engineer's information a Contractor's construction schedule for the
Work. The schedule shall not exceed time limits current under the Contract Documents,
shall be revised at appropriate intervals as required by the conditions of the Work and
Project, shall be related to the entire Project to the extent required by the Contract
Documents, and shall provide for expeditious and practicable execution of the Work.
The Contractor shall maintain at the site for the Owner one record copy of the drawings,
Specifications, Addenda, Change Orders and other Modifications, in good order and
marked currently to record field changes and selections made during construction, and
one record copy of approved Shop Drawings, Product Data, Samples and similar
required submittals.
The Contractor shall be responsible for cutting, fitting or patching required to complete
the Work or to make its parts fit together properly.
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:
it GENERAL CONDITIONS 00710- 6
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\00710.doc
!
~.
r.
(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
r. Contractor.
(2) To modify or change this contract so as to require the performance of extra
w 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, or
(c) to expedite the completion of the entire project even though the
completion of this particular Contract may be thereby delayed, without
compensation to the Contractor for such suspension other than
extending the time for the completion of the work, as much as it may
have been, in the opinion of the Engineer, delayed by such
suspension;
If before the final completion of all the work contemplated herein, it shall be
deemed necessary by the Owner to take over, use, occupy or operate any part of
the completed or partly completed work, the Owner shall have the right to do so
and the Contractor will not, in any way, interfere with or object to the use,
occupation or operation of such work by the Owner after receipt of notice in
writing from the Owner that such or part thereof will be used by the Owner on and
after the date specified in such notice.
The Owner shall have the right to enter the premises for the purpose of doing
work not covered by the Contract Documents. This provision shall not be
construed as relieving the Contractor of the sole responsibility for the care and
,,; protection of the Work, or the restoration of any damaged Work except such as
may be caused by agents or employees of the Owner.
~, The Owner shall furnish horizontal and vertical control survey data for use by the
Contractor in locating the principal components of the Work and for determining
w the legal limits of the Work.
2.3 Engineer's Authority
GENERAL CONDITIONS 00710- 7
E:\documents\T Wappinger\a Vtf2012\W21205 Roberts Rd Pump Station\Specifications\00710.doc
it
~" (1) The Engineer, in addition to those matters elsewhere herein expressly made
subject to his determination, direction or approval, shall have the power,
subject to review by the Owner:
a. To inspect the performance of the work;
'~' b. To determine the amount, kind, quality, sequence, and location of the
work to be paid for hereunder;
~ c. To determine all questions in relation to the work, to interpret the
Contract Documents;
d. To make minor changes in the work, not involving change in Contract
Time or Contract Sum, as 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;
e. To amplify the plans, add explanatory information and furnish
additional specifications and drawings consistent with the intent of the
contract documents.
~ f. 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.
(2) 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 and approval, except where the determination or
approval of someone other than the Engineer is expressly called for herein.
All orders of the Engineer requiring the Contractor to perform work as
contract work shall be promptly obeyed by the Contractor.
(3) The Engineer will not be responsible for the construction means, controls,
techniques, sequences, procedures or construction safety.
(4) The Engineer shall promptly make decisions relating to interpretation of the
Contract Documents.
~" GENERAL CONDITIONS 00710- 8
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Spec~cations\00710.doc
sample submission 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.
The Engineer will promptly review submitted shop drawings, product data, or sample
submission as an aid to the Contractor but review of drawings by the Engineer shall not
""` relieve the Contractor of 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, product data or
`` sample submission will be reviewed for design and general arrangement only.
3.3 Materials
All materials, equipment and articles (products) incorporated into the permanent work
shall be new unless specifically stated or shown otherwise in the contract documents.
The word "new" shall not operate to exclude recycled raw materials used in the
manufacture of previously unused, i.e. new, materials, equipment and articles
(products) for this contract, provided that such items comply with all other contract
requirements.
The intent of these specifications is not to limit competition but to establish a standard of
quality which the Engineer has determined is necessary. The 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 accepts the proposed product.
The Contractor may make substitutions only with the consent of the Owner, after
evaluation by the Engineer and in accordance with a Change Order.
The Engineer may establish criteria for product evaluation and shall determine whether
a proposed product is to be accepted.
The Contractor shall have the burden of satisfying the Engineer that any substitutions
are acceptable, at his own cost and expense. The Contractor shall also bear the cost
and expense of preparing and providing detailed drawings showing all changes, if any,
from details shown in the contract documents. Such detailed drawings shall be subject
to the Engineer's evaluation and acceptance as to conformance with the overall project
requirements.
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 shall be
responsible for all such loss when a particular design, process or the product of a
~ GENERAL CONDITIONS 00710- 10
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\00710.doc
it
~"' ARTICLE 3: INTERPRETATION OF CONTRACT DOCUMENTS
3.1 Conflicting Plans And Specifications
In the case of conflicting information within the plans and specifications as to the type of
materials or workmanship to be provided, the Contractor agrees that 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 i.n the part first
enumerated below shall govern over any other part which follows numerically, except as
may be otherwise specifically stated. Said parts are the following:
1. Addenda
2. Supplemental Conditions for Contract
3. General Conditions for Contract
4. Detail Specifications
5. Contract Drawings
3.2 Shop Drawings and Product Data
The Contractor shall submit to the Engineer, shop drawings, product data and similar
submittals required by the Contract Documents with reasonable promptness and in
such sequence as to cause no delay in the work or in the activities of the Owner or of
separate Contractors.
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.
Portions of the Work requiring a shop drawing, product data or sample submission shall
not begin until the shop drawing, product data or sample submission has been
approved by the Engineer. A copy of each approved shop drawing, product data or
sample submission shall be kept in good order by the Contractor at the site and shall be
available to the Engineer.
The Contractor shalt thoroughly review all shop drawings of the various trades for
measurements, sizes of members, materials and details to make sure that they conform
~" to the intent of the plans and specifications and for any and all other contract
requirements. Information found to be inaccurate or otherwise in error shall be made
correct. Shop drawings, product data or sample submission prepared by or under the
~"' direction of the Contractor shall be checked for accuracy and contract requirements by
the Contractor before being forwarded to the Engineer. Shop drawings, product data or
GENERAL CONDITIONS 00710- 9
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\00710.doc
"~" particular manufacturer is specified and the Contractor properly acquires all royalties
and license fees at no additional cost to the Owner.
~" GENERAL CONDITIONS 00710- 11
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\00710.doc
~.
ARTICLE 4: PERFORMANCE OF THE CONTRACT
4.1 Responsibility For Damage
The Contractor shall faithfully perform and complete all of the work required by the
Contract, and has full responsibility for the following risks:
(1) Loss or damage, direct or indirect, to the work including the building or
structure in which the work is being performed, or any other construction in
progress whether being performed by any other Contractor or the Owner, or
to any plant, equipment, tools, materials or property furnished, used,
installed or received by the Engineer under this contract or any other
contract. The Contractor shall bear all such risk of loss or damage, until all
of the work covered by the Contract has been finally accepted. In the event
of such loss or damage, the Contractor shall forthwith repair, replace, and
make good any such loss or damage at the direction of the Engineer without
additional cost to the Owner.
(2) Injury to persons (including death resulting therefrom), or damage to
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.
(3) The Contractor shall not be responsible for damages resulting from willful
acts of Owner's employees or from negligence resulting solely from acts or
omissions of the Owner, its officers or employees. Nothing herein shall vest
in third parties any right of action beyond such as may legally exist
irrespective of this article.
(4) The Contractor shall indemnify and save harmless the Owner, its officers,
employees and agents, from suits, actions, damages, and costs of every
name and description relating to the performance of this Contract during its
prosecution and until the acceptance thereof, and the Owner may retain
such moneys from the amount due the Contractor as may be necessary to
satisfy any claim for damages recovered against the Owner. The
Contractor's obligations under this paragraph shall not be deemed waived by
the failure of the Owner to retain the whole or any 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.
(5) The Contractor shall provide written notice to the Engineer within three (3)
business days of any loss, damage or injury arising out of the Contractor's
performance of the Contract.
~"" GENERAL CONDITIONS 00710- 12
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\00710.doc
~"` (6) No claim whatsoever shall be made by the Contractor against any officer,
agent, or employee of the Town, 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 Disputes
The Contractor specifically agrees to submit in writing, in the first instance, any dispute
relating to the performance of this Contract to the Engineer, who shall reduce his
decision to writing and furnish a copy thereof to the Contractor. The Contractor must
request such decision in writing no more than fifteen days after he knew or ought to
have known of the facts which are the basis of the dispute.
The decision of the Engineer shall be final and conclusive unless within twenty days
from the date of receipt of such copy the Contractor serves upon the Board a written
appeal. Upon appeal, the decision of the Board or its duty authorized representative
shall be final and conclusive unless the decision is fraudulent or capricious or arbitrary
or so grossly erroneous as necessarily to imply bad faith or is not supported by
substantial evidence. In connection with any appeal proceeding under this clause, the
Contractor shall be afforded an opportunity to be heard and to offer evidence in support
of his appeal.
Pending final determination of a dispute hereunder, the Contractor shall proceed
diligently with the performance of the Contract, including the work being disputed, in
accordance with the Engineer's decision. Nothing in this Contract shall be construed as
making final the decision of any administrative official upon a question of law.
4.4 Coordination Of Separate Contractors
The Owner may award other contracts related to the work. 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
~" GENERAL CONDITIONS 00710- 13
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Spec~cations\00710.doc
>:
IWr
'ir
~" 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 shall
constitute an acceptance of the other Contractor's work as fit and proper for the
reception of the work of this contract.
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.
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
i"' progress the work diligently in accordance with Contract requirements and shall justify
withholding payments otherwise due, or termination of the Contract.
~"' 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.
~"" GENERAL CONDITIONS 00710- 14
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\00710.doc
Ilir
~'" 4.5 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 required.
Should the Engineer deem any employees of the Contractor incompetent or negligent,
or otherwise not qualified by reason of experience, or for any cause unfit for their duty,
the Contractor shall dismiss them and they shall not again be employed on the work.
4.6 Permits And Compliance
The Contractor shall obtain, maintain and pay for all other permits, licenses,
,,,. governmental fees and inspections legally required and shall give all notices, pay all
fees and comply with all laws, rules and regulations applicable to the work at no
additional cost to the Owner.
Fees for Town of Wappinger permits will be waived for this project.
4.7 Boundaries
The Contractor and all subcontractors shall confine their equipment, apparatus, and the
storage of materials and supplies of his workmen to the limits of the Town right-of ways
and easements and to limits indicated by law, ordinance, permits or directions of the
Engineer.
4.8 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 Specifications and General Conditions.
""' 4.9 Subcontractors And Suppliers
Before any part of the Contract shall be sublet or material purchased, the Contractor
shall submit to the Engineer in writing the name of each proposed subcontractor and
supplier and obtain the Engineer's written consent to such subcontractor and supplier.
' _ The names shall be submitted in ample time to permit acceptance or rejection of each
~" ro osed subcontractor and su lier b the En sneer without causin dela in the work
P P pP ~ Y 9~ 9 Y
of the Project.
~" GENERAL CONDITIONS 00710- 15
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\00710.doc
l`
Ilr
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.
y,,, 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
E
;v Owner.
4.10 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,
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.
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 bidding.
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.
+~ 00710- 16
GENERAL CONDITIONS
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\00710.doc
Irr
Irr.
~ ARTICLE 5: CHANGE IN THE WORK
5.1 Procedure
The Owner may make changes by altering, adding to or deducting from the work, and
adjusting the contract sum and contract time accordingly. All changed work shall be
executed in conformity with the terms and conditions of the contract documents unless
otherwise provided in the change order. Any change in the contract sum or time for
completion shall be adjusted when issuing a change order.
No written or oral instructions shall be construed as directing a change in the work
involving a change in Contract Sum or Contract Time unless in the form of a change
order signed by the Owner and the Contractor. The change order shall describe or
enumerate the work to be performed and state the price to be added to or deducted
from the contract sum. If the extent or cost of the work is not determinable until after the
change in the work is performed, the change order shall specify the method for
determining the cost and extent of the change in the work when completed. If the
Contractor disagrees with any element of the change order, he shall indicate his
disagreement in writing on the face of the change order and promptly proceed in
accordance with the change order. If he disputes any item of the change order, he shall
comply with Article 4.3.
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 written notice within one business
day and shall await instructions before proceeding.
k' If the Contractor is directed to perform work for which he believes he is entitled to a
i~.
change order, he shall give the Engineer prompt written notice and await instructions
before proceeding to execute such work. The Engineer may order the Contractor to
~,,, execute the work as contract work. If the Contractor disputes this decision, he shall
give notice pursuant to the dispute provisions of Article 4.3.
., 5.2 Payment For Change Orders
The value of a change order shall be determined by one of the following methods.
(1) By lump sum or unit prices negotiated or established based on estimated
cost plus fifteen percent (15%) as compensation for all other items of profit
and cost or expense, including administration, overhead, superintendent,
materials used in temporary structures and allowances made by the
Contractor to the subcontractors.
(2) If no unit prices are set forth and if the parties cannot agree upon a lump
sum, then by the actual and reasonable net cost in money to the Contractor
~ of the materials and of the wages of applied labor required for such extra
work (including net premium for workers' compensation insurance,
+~ GENERAL CONDITIONS 00710- 17
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\00710.doc
r
~'"' contributions pursuant to the State Unemployment Insurance Law, and
withholding taxes pursuant to the Federal Social Security Act) ,plus fifteen
r; 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.
(3) By prices specifically named in the specifications or on the Bid Form.
(4) By estimate of the value as can be determined from the approved detailed
estimate.
The Contractor shall, upon request, furnish satisfactory proof of all labor performed,
materials furnished and equipment used in the performance of extra work.
~`" GENERAL CONDITIONS 00710- 18
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\00710.doc
it
~" ARTICLE 6: TIME OF COMMENCEMENT COMPLETION AND TERMINATION FOR
CAUSE
6.1 Time Of Commencement And Completion
(1) The Contractor must commence work on the day specified therefore in a
Notice to Proceed signed by the Owner. Since TIME IS OF THE ESSENCE
in this Contract, the Contractor shall thereafter prosecute the work diligently,
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 therefore, or on the date to which the time
for completion may be extended.
(2) Unless the date for completion is extended pursuant to the provisions of
~„ paragraph 6.2 below, the Contractor shall complete the work within the time
allotted as stated in the Contract Documents. The Engineer shall be the
sole judge as to whether the work hereunder has been completed within the
,,, time stipulated.
6.2 Extension Of Time
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 or was due to causes
beyond the control of the Contractor, the Contractor shall be entitled to an extension of
time equal to the number of days actually delayed if such extension shall be required.
If, however, the Engineer should determine that the delay was caused directly or
indirectly by the act or conduct of the Contractor or any of 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 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
cause of, action for damages or additional costs resulting from any such delay.
~"' GENERAL CONDITIONS 00710- 19
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\00710.doc
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
i.
It is mutually agreed between the parties that TIME IS OF THE ESSENCE in this
Contract and that there will be, on the part of the Town, considerable monetary damage
in the event the Contractor should fail to complete the work within the time fixed for
completion in the Contract or within the time to which such completion may have been
extended.
The amount stated in the Contract Agreement is hereby stipulated as the liquidated
,,,,, damages for each and every calendar day that the time consumed in completing the
work exceeds the time allowed therefore. This amount shall in no event be considered
as a penalty or otherwise than as the liquidated and adjusted damages of the Owner
~,,~ because of the said delay and Contractor agrees that the said sum per day for each
such day shall be deducted and retained out of the monies which may become due
hereunder.
6.4 Termination For Cause
If in the judgment of the Owner, the Contractor fails or refuses to prosecute the work in
accordance with the Contract, or is failing to complete the work within the time provided
by the Contract, the Owner may terminate the Contract by written notice. In such event,
the Owner shall order the surety to complete the work. If the surety fails or refuses to
complete the work in accordance with the contract provisions, including time of
completion, the Owner may take over the work and prosecute it to completion by
contract publicly let or otherwise, and may take possession of and utilize in completing
the work, such of the Contractor's plant, materials, equipment, tools and supplies as
may be on the site of the work. Whether or not the right to terminate is exercised, the
Contractor and his surety shall be liable for any damage to the Owner resulting from his
failure or refusal to complete the work in accordance with the Contract or his failure to
complete the work within the time provided by the Contract.
If the Owner terminates the Contract, damages shall consist of liquidated damages, if
any, until the work is physically completed, plus any increased costs occasioned the
'~" Owner in completing the work.
If the Owner does not terminate the Contract, the damages shall consist of liquidated
~` damages, if any, until the work is physically completed.
The Contract shall not be so terminated nor the Contractor charged with resulting
~` damage if:
'~"' GENERAL CONDITIONS 00710- 20
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\00710.doc
lrr
rr
~ (1) The delay in the completion of the work arises from unforeseeable causes
beyond the control and without the fault or negligence of the Contractor,
including but not restricted to, acts of God, acts of the public enemy, acts of
the Board in either its sovereign or contractual capacity, acts of another
Contractor in the performance of a contract with the Owner, fires, floods,
epidemics, quarantine restrictions, strikes, freight embargoes, unusually
severe weather, or delays of subcontractors or suppliers arising from
unforeseeable causes beyond the control and without the fault or negligence
of both the Contractor and such subcontractors or suppliers, and
(2} The Contractor shall notify the Engineer in writing of the causes of delay
within fifteen (15) days from when the Contractor knew or ought to have
~"" known of any such delay.
The Engineer will ascertain the facts and the extent of the delay and extend the time for
completing the work when, in his judgment, the findings of fact justify such an extension,
and his findings of fact shall be final and conclusive.
If after notice of termination of the Contract, it is determined for any reason that the
Contractor was not in default or that the delay was excusable, the rights and obligations
of the parties shall be the same as if the notice of termination had been issued pursuant
to the termination for convenience clause.
r,,, The rights and remedies of the Owner provided in this clause are in addition to any
other rights and remedies provided by law or under this Contract; provided that
damages for delay incurred by the Contractor shall be as specified in this article.
6.5 Termination Of Contractor's Employment For The Convenience Of The
Owner
The Owner may terminate this Contract whenever in its judgment the public interest so
requires by delivering to the Contractor a notice of termination specifying the extent to
which performance of work under the Contract is terminated and the date upon which
such termination becomes effective. Upon receipt of the notice of termination, the
Contractor shall act promptly to minimize the expenses resulting from such termination.
The Owner shall pay the Contractor the sum of:
(1) the costs actually incurred up to the effective date of such termination, plus
(2) the cost of settling and paying claims arising out of the termination of work
under subcontracts or orders exclusive of the amounts paid or payable on
+~ account of supplies or materials delivered or services furnished by the
subcontractor prior to the effective date of the notice of termination of work
under this Contract, which amounts shall be included in the cost on account
'~ of which payment is made under (1) above_
GENERAL CONDITIONS 00710- 21
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\00710.doc
Is
(3) the rate of profit and overhead on (1) and (2) as prescribed by this Contract
for change orders, provided, however, that if it appears that the Contractor
would have sustained a loss on the entire Contract had it been competed, no
~ profit shall be included or allowed under this paragraph (3) and an
appropriate adjustment shall be made reducing the amount of the settlement
to reflect the indicated rate of loss.
In no event shall the Contractor's compensation exceed the total Contract amount.
The detailed estimate or amount of progress payments made to the Contractor prior to
the day termination was effective shall not be conclusive evidence of costs incurred, but
progress payments shall be offset against any payment which the Owner makes to the
Contractor as a result of such termination.
6.6 Contractor's Default
The Contractor shall be declared in default if any of the following occur:
(1) if the Contractor fails to begin work when notified to do so by the Owner, or
(2) if the Contractor becomes insolvent, or
(3) if a petition of bankruptcy is filed by or against the Contractor, or
(4) if the work to be done under this contract shall be abandoned, or
(5) if this contract or any part thereof shall be subcontracted without the consent
of the Owner being first obtained in writing, or
(6) if this contract or any right, moneys or claim thereunder shall be assigned by
the Contractor otherwise than as herein specified, or
(7) if, at any time, the Engineer shall be of the opinion that the conditions herein
specified as to the rate of progress are not fulfilled, or
(8) that the work or any part thereof is unnecessarily or unreasonably delayed,
or
(9) that the Contractor is not or has not been executing the contract in good
faith, or
~ (10) that the Contractor is violating any of the provisions of this contract;
The Owner, without prejudice to any other rights or remedy of said Owner, shall have
~"" the right to declare the Contractor in default and so notify the Contractor by a written
notice, setting forth the ground or grounds upon which such default is declared and that
GENERAL CONDITIONS 00710- 22
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\00710.doc
~Ir
(r
~ the Contractor shall discontinue the work, either as to a portion of the same or the whole
thereof. Upon receipt of the notice, the Contractor shall immediately discontinue all
'' further operations on the work or such portion thereof, leaving untouched all plant,
materials, equipment, tools and supplies.
6.7 Suspension Of Work
The Engineer may order the Contractor, in writing, to suspend, delay, or interrupt
performance of all or any part of the work for a reasonable period of time as he, in 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.
~.
The Contractor specifically agrees that a suspension, interruption or delay of the
performance of the work pursuant to this article shall not increase the cost of
~.. performance of the work of this Contract.
A suspension order issued by the Engineer pursuant to this article shall have a duration
~• not to exceed thirty (30) calendar days. If the Contractor is not directed to resume
performance of the work affected by said suspension order prior to the expiration of
thirty (30) calendar days, the Contract shall be automatically terminated for the
++~ convenience of the Owner and the Contractor shall be reimbursed in accordance with
the payment schedule.
~,.
r
w.
3-
~"~ GENERAL CONDITIONS 00710- 23
E:ldocuments\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\00710.doc
1tir
~" 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
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
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.
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
~`" GENERAL CONDITIONS 00710- 24
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\00710.doc
r
'~"" 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
Should the Engineer determine at any time 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 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.
"' GENERAL CONDITIONS 00710- 25
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\00710.doc
ilia
'"" 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.
8.2 Progress Payments
(1) Before the first Application for Payment, the Contractor shall submit to the
Engineer a schedule of values allocated to various portions of the Work,
prepared in such form and supported by such data to substantiate its
accuracy as the Engineer may require. This schedule, unless objected to by
the Engineer, shall be used as a basis for reviewing the Contractor's
Application for Payment.
(2) The Owner will make monthly progress payments on account of this
~, Contract, on or after the fifteenth (15th) of each month, whenever the
monthly estimate of the Contractor, as approved by the Engineer, shows that
the fair value of the work completed during the previous month exceeds one
thousand dollars ($1,000.00).
(3) Payment will be in an amount equal to ninety-five percent (95%) of the value
,,,,~, of the work completed less the aggregate of all previous payments.
(4) Payment requests shall be made on a form approved by the Engineer and
~„ shall be submitted by the first business day of the month in which payment is
scheduled to be made. Payment requests shall be approved, changed or
rejected by the Engineer at least three (3) days prior to the date upon which
~. payment is scheduled to be made.
(5) When submitting payment requests, Contractor shall certify with each
request that all subcontractors, suppliers and laborers have been paid in full
(less 5% retainage) up to the date of the request. No payments will be made
by the Owner without this certification. Delays in payment due to
disagreement between the Engineer and Contractor about a quantity shall
be borne by the Contractor. It is also the burden of the Contractor to obtain
agreement from the Engineer or to be satisfied with his estimate.
(6) All materials and work covered by progress payments shall become the
property of the Owner; however, such payments made to the Contractor
'~ shall not be construed as acceptance by the Owner of any work or materials
not in accordance with the Plans and Specifications.
'"r GENERAL CONDITIONS 00710- 26
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specfications\00710.doc
~~
~"` (7) Requests for payment may also include an allowance for the cost of major
materials and equipment which are delivered and suitably stored at the site
or near the site.
8.3 Substantial Completion
(1) When the work or major portions thereof are substantially completed, the
Contractor may submit a request for payment of the remaining amount of the
contract amount. Upon receipt of such request for payment, the Engineer
shall make an inspection and identify all work that is incomplete or otherwise
not ready for final acceptance. The Owner shall approve and promptly pay
the remaining amount of the contract balance less the two times the value of
any remaining items to be completed (as identified in the Engineer's
Certificate of Substantial Completion) and an amount necessary to satisfy
any claims, liens or judgments against the Contractor which have not been
suitably discharged. The Certificate of Substantial Completion may also
assign responsibilities for security, maintenance, damage to the work,
insurance, 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.
(2) As the remaining items of work (as identified in the Engineer's Certificate of
Substantial Completion) are satisfactorily completed or corrected, the
Contractor may prepare a request for payment, but not more often than
monthly, for any such work. The Owner shall pay as in paragraph 8.2.
above.
8.4 Final Payment
(1) Within thirty (30) days after receiving notice from the Contractor of
completion of all of the work and submission of satisfactory evidence of
having repaired any and all damage to public or privately owned properties
resulting from, but not a part of, the work under this contract, the Engineer
will cause a final inspection to be made for approval of all the work done
under this contract. If upon such inspection the Engineer determines that no
further work is to be done, the Owner will issue a Certificate of Completion to
the Contractor for the work done under this contract.
(2) As a condition precedent to receiving final payment therefore, the Contractor
shall submit verified statements similar to those required under paragraph
8.2.5. and shall also submit proof of title to the materials and equipment
covered by the contract.
(3) The Contractor shall also, prior to the request for final payment, supply to the
Owner, affidavits and certificates of payment for labor, material and.
equipment (where applicable).
~"' GENERAL CONDITIONS 00710- 27
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\00710.doc
(4) The Owner will, not later than thirty (30) days after the final acceptance of
the work under this Contract, pay the Contractor the entire sum so found due
thereunder after deduction of all previous payments. It is mutually agreed
that, all prior payment having been based on estimates made solely to
enable the Contractor to prosecute the work advantageously, the final
'~"' payment will be subject to such corrections as may be found necessary to
bring the total payments into agreement with the contract price.
8.5 Acceptance Of Final Payment
(1) The acceptance by the Contractor or by anyone claiming by or through him
of the final payment shall operate as and shall be a release to the Owner
and every officer and agent thereof, from any and all claims and all liability to
the Contractor for any thing done or furnished in connection with this work or
project and for any act or neglect of the Owner or of any others relating to or
affecting the work. No payment, however, final or otherwise shall operate to
release the Contractor or his sureties from any obligations under this
contract or the performance bond.
(2) As a condition precedent to receiving final payment, the Contractor shall
submit AIA forms (or similar} G706 Contractor's Affidavit of Payment of
Debts and Claims, G706A Contractors Affidavit of Release of Liens, and
,,, G707 Consent of Surety to Final Payment.
(3) The Contractor will also, prior to request for final payment, supply to the
~„ Owner, affidavits and certificates of payment for labor, material and
equipment (where applicable).
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
5 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
'~" GENERAL CONDITIONS 00710- 28
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\00710.doc
manner and to all intents and purposes as if said actions and suits had been brought
directly against the Contractor.
The performance bond shall remain in fond in a fordm acceptable t tt a Owner, is
period unless a separate maintenance b ,
provided.
If the Contractor shall fail to repair, replace, rebuild or restore such defective or
damaged work promptly after receiving notice given by the Engineer not later than ten
(10) days subsequent to the expiration of the one year period, the Owner shall have the
right to have the work done by others and to deduct the cost thereof from the amount
retained hereunder. The balance, if any, shall be returned to the Contractor at the end
of the one year guarantee period without interest. If the amount so retained be
insufficient to cover the cost of such work, the Contractor shall be liable to pay such
deficiency on demand by the Owner.
8.8 No Estoppel
+~.
The Owner or any department, officer, agent, or employee thereof, shall not be bound,
precluded, or estopped by any acceptance, return certificate or payment made or given
,., under or in connection with this n°etof the wohk aOnd payme t therefore ether before or
after final completion and accepta
(1) showing the true and correct classification amount, quality or character of
the work done and materials furnished by the Contractor or any other person
under this agreement, or from showing at any time that any such
acceptance, return certifor that theawork or anytpart thereofcdoes Inopr npfal t
made m any particular,
conform to the requirements of the contract documents, or
(2) from demanding and recovering from the Contractor any overpayment made
to him or such damages as it .may sustain by reason of his failure to comply
with the requirements of the contract documents, or
(3) both 1 and 2 above.
00710- 29
GENERAL CONDITIONS
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\00710.doc
it
"" 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 further payments shall
be deemed due nor shall be made until the new surety shall have been qualified.
9.2 Insurance
Contractor shall secure and maintain during the life of this contract, including any
guarantee period, the following insurance:
COMMERCIAL GENERAL LIABILITY INSURANCE
1. Bodily Injury and Property Damage $1,000,000 per/occurrence
$2,000.000 aggregate
2. Products and Completed Operations $2,000,000
Medical Payments $5,000
3. Coverages to include but not limited to:
(a.) Blanket contractual
(b.) Broad Form Property damage
(c.) Fire Legal Liability
4. Conditions:
(a.) Owner to be listed as additional named insured on a primary, non-
contributory basis.
(b.) Insurance to be provided by Carrier with a rating no less than "A" as
rated by A. M. Best. Co.
(c.) All Liability insurance is to be issued on an occurrence basis.
AUTOMOBILE LIABILITY INSURANCE
1. Combined single limit $500,000
WORKERS COMPENSATION INSURANCE
1. Limits Statutory
2. Employers Liability $1,000,000
EXCESS LIABILITY INSURANCE
1. Limit $5,000,000
'~" GENERAL CONDITIONS 00710- 30
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications100710.doc
iYir
A Certificate of Insurance shall be delivered to the Town at the time of Contract signing
and prior to the commencement of the work, evidence that such insurance is in place
~" and in full force and effect.
Prior to cancellation or material change in any policy, a thirty (30) day notice shall be
~"` given to the Town Clerk by registered mail, return receipt requested, at the address
listed below:
Town Clerk
Town of Wappinger
20 Middlebush Road
Wappingers Falls, NY 12590
Upon receipt of such notice the Owner shall have the option to cancel the Agreement
without further expense or liability to the Owner, or to require the Contractor to replace
the cancelled insurance policy, or rectify any material change in the policy, so that the
~. insurance coverage required is maintained continuously throughout the term of the
Agreement in form and substance acceptable to the Owner. Failure of the Contractor to
take out or to maintain, or the taking out or maintenance of any required insurance, shall
,,,, not relieve the Contractor from any liability under the Contract, nor shall the 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 Owner.
All insurance policies referred to above shall be underwritten by companies authorized
to do business in the State of New York and acceptable to the Owner.
In the event that claims in excess of these amounts are filed by reason of any
operations under the Agreement, the amount of excess of such claims, or any portion
thereof, may be withheld from payment due or to become due the Contractor until such
time as the Contractor shall furnish such additional security concerning such claims as
may be determined by the Owner.
The Contractor shall include easement landowners as additional insured. The Town will
provide the names of the landowners to the Contractor at the time of award of the
Contracts.
~" GENERAL CONDITIONS 00710- 31
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\00710.doc
art
it
~ 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.
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.
Nothing herein contained shall, however, be deemed to preclude or render inoperative
the service of any notice, direction or other communication upon the Contractor
a. 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
with respect to hours of work, posting of notices, deductions in wages, and
apprenticeship training programs.
The Contractor and subcontractors, if any, shall keep the following information records
on the site of this public works project:
a. Record of hours worked by each workman, laborer and mechanic on each
day.
~ GENERAL CONDITIONS 00710- 32
E:\documentslT Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\00710.doc
it
'~" b. Schedule of occupation or occupations at which each workman, laborer,
and mechanic on the project is employed during each work day and week.
`' c. Schedule of hourly wage rates paid to each workman, laborer, and
~" mechanic for each occupation.
d. Schedule of hours that each piece of major equipment is being actually
'` operated each day.
~"' e. Preference in employment shall be shown to residents of the State of New
York who have been residents for a least six (6) consecutive months
immediately prior to the commencement of their employment. Each
`~`"~ person so employed in the construction of public works shall furnish
satisfactory proof of residence in accordance with the rule adopted by the
Industrial Commissioner, and each Contractor and subcontractor shall
keep a list of his employees, stating whether they are residents of the
State of New York, native born citizens or naturalized, and, in case of
naturalization, the date thereof, and the name of the court in which
~..
granted.
Payment of wages earned by employees upon public works shall be as
covered by Section 220 and 220-D of the Labor Law.
Insurance against accident for all persons employed shall be as provided
by the Workers Compensation Laws of the State of New York.
f. The Contractor shall comply with all requirements of the State Labor Law
applicable to contracts on behalf of a municipality for the construction,
alteration or repair of any public building or public work, including
particularly, but without limitation of the foregoing, the provisions relating
to hours and wages, discrimination on account of race or color and
preference in employment to citizens of the State of New York.
The Contractor shall indemnify and save harmless the Town from any
claim alleging a violation of the labor laws of the State of New York,
including but not limited to the Contractor's obligation to pay prevailing
wage.
g. Article 8, Section 220 of the Labor Law, as amended by Chapter 750 of
the Laws of 1956, provides, among other things, that it shall be the duty of
the fiscal officer to make a determination of the schedule of employed on
public work projects. The amount for supplements listed on the enclosed
schedule (see Appendix A) does not necessarily include all types of
prevailing supplements in the locality, and a future determination of the
Industrial Commissioner may require the Contractor to provide additional
supplements.
The Contract shall make provision for disability benefits, workers
~" compensation, unemployment insurance and social security, as required
by law.
''~' GENERAL CONDITIONS 00710- 33
E:\documents\T Wappingerla W2012\W21205 Roberts Rd Pump StationlSpecifications\00710.doc
ii.
~- h. The Contractor shall comply with all provisions of the Patriot Act and all
requirements of the Internal Revenue Service and the Immigration and
Naturalization Service with respect to any of its employees or
~ subcontractor employees.
10.4 Record-Keeping Requirement
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
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
+~ GENERAL CONDITIONS 00710- 34
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications100710.doc
it
rr
~.
irr
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. The
Contractor agrees to defend, indemnify and hold harmless the Owner for any actions
„~, arising from injuries to the Contractor's employees, even if caused in whole or in part by
Owner's negligence.
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 the New York State Office of Parks, Recreation and Historic
Preservation, who will issue instructional procedures which will govern continuation of
"" work in the affected area.
-END OF SECTION-
GENERAL CONDITIONS 00710- 35
E:\documentslT Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications100710.doc
~rr
~,,, SECTION 00820 -PREVAILING WAGE RATES
PREVAILING WAGE RATES - 00820-1
s
Ir
Andrew M. Cuomo, Governor
Peter M. Rivera, Commissioner
Town of Wappinger Schedule Year 2012 through 2013
Thomas Carver, Sr. Engineer Date Requested 12/12/2012
Morris Associates PRC# 2012009946
11r 9 Elks Lane
Poughkeepsie NY 12601
lr
Location Roberts Road
Project ID# 12-012
Project Type Construction of a gravity sewer and related work
PREVAILING WAGE SCHEDULE FOR ARTICLE 8 PUBLIC WORK PROJECT
a.
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: Date Cancelled:
Name & Title of Representative:
Phone: (518) 457-5589 Fax: (518) 485-1870
W. Averell Harriman State Office Campus, Bldg. 12, Room 130, Albany, NY 12240
www.labor.state.ny.us. PW 200 PWAsk@labor.state.ny.us
4:
'' General Provisions of Laws Covering Workers on Article 8 Public Work Contracts
r.
Introduction
The Labor Law requires public work contractors and subcontractors to pay laborers, workers, or mechanics employed in
the performance of a public work contract not less than the prevailing rate of wage and supplements (fringe benefits) in the
locality where the work is performed.
Responsibilities of the Department of Jurisdiction
A Department of Jurisdiction (Contracting Agency) includes a state department, agency, board or commission: a county,
city, town or village; a school district, board of education or board of cooperative educational services; a sewer, water, fire,
' improvement and other district corporation; a public benefit corporation; and a public authority awarding a public work
contract.
The Department of Jurisdiction (Contracting Agency) awarding a public work contract MUST obtain a Prevailing Rate
Schedule listing the hourly rates of wages and supplements due the workers to be employed on a public work project.
r. 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.
r.
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,
E State Office Bldg. Campus, Bldg. 12, Rm. 130, Albany, NY 12240; Fax to Bureau of Public Work (518) 485-1870; or
~,,, electronically at the NYSDOL website www.labor.state.ny.us.
Upon receiving the original schedule, the Department of Jurisdiction (Contracting Agency) is REQUIRED to provide
complete copies to all prime contractors who in turn MUST, by law, provide copies of all applicable county schedules to
each subcontractor and obtain from each subcontractor, an affidavit certifying such schedules were received. If the original
schedule expired, the contractor may obtain a copy of the new annual determination from the NYSDOL website
www. labor. state. ny. us.
The Commissioner of Labor makes an annual determination of the prevailing rates. This determination is in effect from
July 1 st through June 30th of the following year. The annual determination is available on the NYSDOL website
www. labor. state. ny. us.
Payrolls and Payroll Records
irr
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,
rr 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.
Y~
Every contractor and subcontractor shall submit to the Department of Jurisdiction (Contracting Agency), within thirty (30)
days after issuance of its first payroll and every thirty (30) days thereafter, a transcript of the original payrolls, subscribed
and affirmed as true under penalty of perjury. The Department of Jurisdiction (Contracting Agency) shall collect, review
for facial validity, and maintain such payrolls.
In addition, the Commissioner of Labor may require contractors to furnish, with ten (10) days of a request, payroll records
sworn to as their validity and accuracy for public work and private work. Payroll records include, by are not limited to time
cards, work description sheets, proof that supplements were provided, cancelled payroll checks and payrolls. Failure to
provide the requested information within the allotted ten (10) days will result in the withholding of up to 25% of the
contract, not to exceed $100,000.00. If the contractor or subcontractor does not maintain a place of business in New York
Mr 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.
lr
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
r. supplements specified therein. (See NYS Labor Laws, Article 8 . Section 220-a).
Determination of Prevailing Wage and Supplement Rate Updates Applicable to All Counties
The wages and supplements contained in the annual determination become effective July 1st whether or not the new
determination has been received by a given contractor. Care should be taken to review the rates for obvious errors. Any
corrections should be brought to the Department's attention immediately. It is the responsibility of the public work
contractor to use the proper rates. If there is a question on the proper classification to be used, please call the district
office located nearest the project. Any errors in the annual determination will be corrected and posted to the NYSDOL
~' website on the first business day of each month. Contractors are responsible for paying these updated rates as well,
retroactive to July 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 1st to June 30th time period.
Withholding of Payments
6 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.
tr
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
ifrr 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
rp„ each job site.
i1r
¢:`
Every employer providing workers. compensation insurance and disability benefits must post notices of such coverage in
the format prescribed by the Workers. Compensation Board in a conspicuous place on the jobsite.
Every employer subject to the NYS Human Rights Law must conspicuously post at its offices, places of employment, or
employment training centers, notices furnished by the State Division of Human Rights.
Employers liable for contributions under the Unemployment Insurance Law must conspicuously post on the jobsite notices
furnished by the NYS Department of Labor.
Apprentices
Employees cannot be paid apprentice rates unless they are individually registered in a program registered with the NYS
Commissioner of Labor. The allowable ratio of apprentices to journeyworkers in any craft classification can be no greater
than the statewide building trade ratios promulgated by the Department of Labor and included with the Prevailing Rate
Schedule. An employee listed on a payroll as an apprentice who is not registered as above or is performing work outside
the classification of work for which the apprentice is indentured, must be paid the prevailing journeyworker's wage rate for
the classification of work the employee is actually performing.
NYSDOL Labor Law, Article 8, Section 220-3, require that only apprentices individually registered with the NYS
Department of Labor may be paid apprenticeship rates on a public work project. No other Federal or State Agency of
office registers apprentices in New York State.
Persons wishing to verify the apprentice registration of any person must do so in writing by mail, to the NYSDOL Office of
Employability Development /Apprenticeship Training, State Office Bldg. Campus, Bldg. 12, Albany, NY 12240 or by Fax
to NYSDOL Apprenticeship Training (518) 457-7154. All requests for verification must include the name and social
security number of the person for whom the information is requested.
The only conclusive proof of individual apprentice registration is written verification from the NYSDOL Apprenticeship
Training Albany Central office. Neither Federal nor State Apprenticeship Training offices outside of Albany can prowde
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
'~"" e(ti) jmployee on account of race, creed, color, disability, sex, or national origin (NYS Labor Law, Article 8, Section 220-
(Yr
The Human Rights Law also prohibits discrimination in employment because of age, marital status, or religion.
~ There may be deducted from the amount payable to the contractor under the contract a penalty of $50.00 for each
calendar day during which such person was discriminated against or intimidated in violation of the provision of the contract
(NYS Labor Law, Article 8, Section 220-e(c) ).
~" The contract may be cancelled or terminated by the State or municipality. All monies due or to become due thereunder
may be forfeited for a second or any subsequent violation of the terms or conditions of the anti-discrimination sections of
the contract (NYS Labor Law, Article 8, Section 220-e(d) ).
Every employer subject to the New York State Human Rights Law must conspicuously post at its offices, places of
employment, or employment training centers notices furnished by the State Division of Human Rights.
Workers' Compensation
~r
In accordance with Section 142 of the State Finance Law, the contractor shall maintain coverage during the life of the
contract for the benefit of such employees as required by the provisions of the New York State Workers' Compensation
Law.
A contractor who is awarded a public work contract must provide proof of workers' compensation coverage prior to being
allowed to begin work.
The insurance policy must be issued by a company authorized to provide workers' compensation coverage in New York
State. Proof of coverage must be on form C-105.2 (Certificate of Workers' Compensation Insurance) and'must name this
agency as a certificate holder.
If New York State coverage is added to an existing out-of-state policy, it can only be added to a policy from a company
authorized to write workers' compensation coverage in this state. The coverage must be listed under item 3A of the
information page.
The contractor must maintain proof that subcontractors doing work covered under this contract secured and maintained a
workers' compensation policy for all employees working in New York State.
Every employer providing worker's compensation insurance and disability benefits must post notices of such coverage in
the format prescribed by the Workers' Compensation Board in a conspicuous place on the jobsite.
Unemployment Insurance
Employers liable for contributions under the Unemployment Insurance Law must conspicuously post on the jobsite notices
furnished by the New York State Department of Labor.
err
iilr
Andrew M. Cuomo, Governor
E."
Town of Wappinger
Thomas Carver, Sr. Engineer
Morris Associates
9 Elks Lane
Poughkeepsie NY 12601
Peter M. Rivera, Commissioner
Schedule Year 2012 through 2013
Date Requested 12/12!2012
PRC# 2012009946
Location Roberts Road
Project ID# 12-012
Project Type Construction of a gravity sewer and related work
Notice of Contract Award
New York State Labor Law, Article 8, Section 220.3a requires that certain information
regarding the awarding of public work contracts, be furnished to the Commissioner of Labor.
One "Notice of Contract Award (PW 16, which may be photocopied), MUST be completed
for EACH prime contractor on the above referenced project.
Upon notifying the successful bidder(s) of this contract, enter the required information and
mail OR fax this form to the office shown at the bottom of this notice, OR fill out the
electronic version via the NYSDOL website.
Contractor Information
All information must be supplied
Federal Employer Identification Number:
Name:
Address:
City:
Amount of Contract:
Approximate Starting Date:
Approximate Completion Date:
State: Zip=
$ Contract Type:
[ ] (01) General Construction
~ ~ [ ] (02) HeatingNentilation
[ ] (03) Electrical
~ ~ [ ] (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
it
www.labor.state.ny.us. PW 16 PWAsk@labor.state.ny.us
~irr
;'.
IMPORTANT NOTICE
FOR
CONTRACTORS &
CONTRACTING AGENCIES
Social Security Numbers on Certified Payrolls
The Department of Labor is cognizant of the concerns of the potential for misuse or
inadvertent disclosure of social security numbers. Identity theft is a growing problem
and we are sympathetic to contractors' concerns with regard to inclusion of this
information on payrolls if another identifier will suffice.
For these reasons, the substitufion of the use of the Last four digits of the social
security number on certified payrolls submitted to contracting agencies on public
work projects is now acceptable to the Department of Labor.
,, NOTE: This change does not affect the Department's
ability to request and receive the entire social
security number from employers during the course
of its public work /prevailing wage investigations.
~.
To all State Departments, Agency Heads and Public Benefit Corporations
IMPORTANT NOTICE REGARDING PUBLIC WORK ENFORCEMENT FUND
Budget Policy & Reporting Manual
B-610
Public Work Enforcement Fund
effective date December 7, 2005
1. Purpose and Scope:
This Item describes the Public Work Enforcement Fund (the Fund, PWEF) and its
relevance to State agencies and public benefit corporations engaged in construction or
reconstruction contracts, maintenance and repair, and announces the recently-enacted
increase to the percentage of the dollar value of such contracts that must be deposited into
the Fund. This item also describes the roles of the following entities with respect to the
Fund:
- New York State Department of Labor (DOL),
- The Office of the State of Comptroller (OSC), and
y. - 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,
~r 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.
~r 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.
~r
~.
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 hack 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
r" Administrative Finance Bureau-PWEF Unit
Building 12, Room 464
State Office Campus
j„ 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.
~r
r.
~-
Construction Industry
Fair Play Act
Required Posting For Labor Law
Article 25-B § 861-d
Construction industry employers must post the
''Construction Industry Fair Play Act" notice in a
prominent and accessible place on the job site.
Failure to post the notice can result in penalties of
up to $1,500 for a first offense and up to $5,000 for
a second offense.
The posting is included as part of this wage
Schedule. Additional copies may be obtained from
the NYS DOL website, www.labor.ny_gov.
If you have any questions concerning
the Fair Play Act, please call the State Labor
Department toll-free at 1-866-43 5-1499 or email us
at: dol.misclassified@labor.state.ny.us .
r ~ HFw New York State Department of Labor
`°~~"y~F Required Notice under Article 25-B of the Labor Law
°~
$:, 9
'~ TM~ ~
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 taw. 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.
W Employer Name:
IA 999 (09/10)
WORKER NOTIFICATION
(Labor Law §220, paragraph a of subdivision 3-a)
Effective FebruaYy 24, ZOD8
irr
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 gate 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.
~ii.ii~
~.
s>
T"'S'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
the Labor Laws at the work site. They can also be found at:
of 2007: www.labor.ny.gov
If you feel that you have not received proper wages or benefits,
please call our nearest office.*
Albany
Binghamton
Buffalo
Garden City
New York City
Newburgh
Patchogue
Rochester
Syracuse
Utica
White Plains
(631) 687-4882
(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:
PW 101 (10.12)
iir.
(518) 457-2744
(607) 721-8005
(716) 847-7159
(516) 228-3915
(212) 775-3568
(845) 568-5287
:..
Ilr
~.
~.
~.
OSHA 10-hour Construction
Safety and Health Course - 51537-A
Effective July 18, 2008
This provision is an addition to the existing prevailing wage rate
law, Labor Law §220, section 220-h. It requires that on all public
work projects of at least $250,000.00, all laborers, workers and
mechanics working on the site, be certified as having successfully
completed the OSHA 10-hour construction safety and health course.
It further requires that the advertised bids and contracts for every
public work contract of at least $250,000.00, contain a provision of
this requirement.
NOTE: The OSHA 1 D Legislation only applies to workers
on a public work project that are required, under
Article 8, to receive the prevailing wage.
(03.12) Page 1 of 2
Where to find OSHA 10-hour Construction Course
1. NYS Department of Labor website for scheduled outreach training at:
www.labor.state.ny.us/workerprotection/safetyhealth/DOSH ONSITE CONSULTATION.shtm
2. OSHA Training Institute Education Centers:
Rochester Institute of Technology OSHA Education Center
Rochester, NY
Donna Winter
Fax (585) 475-6292
e-mail: dlwtponrit.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: crooksje a(~,umdnj.edu
(732) 235-9455
hops://ophp.umdnj. edu/wconnect/ShowSchedule.awp?~-~-GROUP~AOTCON---10~
Atlantic OSHA Training Center
University at Buffalo
Buffalo, New York
Joe Syracuse
Fax (716) 829-2806
e-mail: mailto:Laps@,buffalo.edu
(716) 829-2125
http://www.smbs.buffalo.edu/CENTERS/trc/schedule OSHA.php
Keene State College
Manchester, NH
Leslie Singleton
e-mail: lsin lp etin~u,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.0utre achTrainers. orb
(03.12) Page 2 of 2
Requirements for OSHA 10 Compliance
Chapter 282 of the Laws of 2007, codified as Labor Law 220-h took effect on July
18, 2008. The statute provides as follows:
The advertised specifications for every contract for public work of $250,000.00 or
more must contain a provision requiring that every worker employed in the
performance of a public work contract shall be certified as having completed an
OSHA 10 safety training course. The clear intent of this provision is to require that
all employees of public work contractors, required to be paid prevailing rates, receive
such training "prior to the performing any work on the project."
The Bureau will enforce the statute as follows:
All contractors and sub contractors must attach a copy of proof of completion of the
OSHA 10 course to the first certified payroll submitted to the contracting agency and
on each succeeding payroll where any new or additional employee is first listed.
Proof of completion may include but is not limited to:
Copies of bona fide course completion card (Note: Completion cards do not have
an expiration date. )
Training roster, attendance record of other documentation from the certified
trainer pending the issuance of the card.
Other valid proof
**A certification by the employer attesting that all employees have completed such a
course is not sufficient proof that the course has been completed.
Any questions regarding this statute may be directed to the New York State
Department of Labor, Bureau of Public Work at 518-485-5696.
Page 1 of 1
'f.
~I~~~ Reform 20Q8
(Fc~r all contracts advertised ter solicited for bid. can ar after 7/~1fl8}
~'° Raises the threshold far 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 ta: 3 million in Bronx,
"" Kings, New York, Queens and Richmond counties; $1.5 ml[ian in Nassau,
Suffolk and Westchester counties; and $500,000 in all other counties.
Far 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 (Pt_A}, 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, ail contractors shall participate in apprentice training programs in the
trades of work it employs that have been approved by the Department of tabor
(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 refain minority apprentices.
PLA's would be exempt from Wicks, but deemed to be pubiic 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 far 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 (~'lunicipai Water Finance Authority,. Buffalo Municipal Water Finance
iw Authority, Westchester County Health Care Association, Nassau County Health
Care Corp.; Clifton-Fine Health Care Corp., Erie County Medical Center Corp.,
r NYC Solid Waste Management Facilities, and the Dormitory Authority.
Reduces fs•orn 15 to 7 days the period in which contractors must pay
subcontractors.
i
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 (PVI/30J in place on the
project
AND
You MUST register your intent to work 4 / 10 hour days, by
completing the PW30R Form.
REMEMBER,,,
The `4 Day / 10 Hour Work Schedule' applies ONLY to Job Classifications and
Counties listed on the PW30R Form.
Do not write in any additional Classifications or Counties.
(Please note :For each Job Classification check the individual wage
schedule for specific details regarding their 4/10 hour day posting.)
PW30R-Notice (03.11) NYSDOL Bureau of Public Work 1 of 1
iYr
Instructions for Completing Form PW30R
"Employer Registration for Use of 4 Day/ 10 Hour Work Schedule"
Before completing Form PW30R check fo be sure ...
• There is a Dispensation of Hours in place on the project.
The 4 Day / 10 Hour Work Schedule applies to the Job Classifications you will be using.
• The 4 Day / 10 Hour Work Schedule applies to the County /Counties where the work will take
place.
Instructions (Type or Print legibly):
Contractor information:
~"' • Enter the Legal Name of the business, FEIN, Street Address, City, State, Zip Code; the Company's
Phone and Fax numbers; and the Company's email address (if applicable)
• Enter the Name of a Contact Person for the Company along with their Phone and Fax numbers,
and the personal email address (if applicable)
Project Information:
• Enter the Prevailing Rate Case number (PRC#) assigned to this project
• Enter the Project Name /Type (i.e. Smithtown CSD -Replacement of HS Roof)
• Enter the Exact Location of Project (i.e. Smithtown HS, 143 County Route #2, Smithtown,NY;
Bldgs. 1 & 2)
• If you are a Subcontractor, enter the name of the Prime Contractor for which you work
• On the Checklist of Job Classifications -
o Go to pages 2 and 3 of the form
o Place a checkmark in the box to the right of the Job Classification you are choosing
o Mark all Job Classifications that apply
***Do not write in any additional Classifications or Counties. ***
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 - BIdg.12 -
Rm.130, Albany, NY 12240 -OR -
• Fax the completed PW30R form (3 pages) to: NYSDOL Bureau of Public Work at (518)485-1870
PW30R-Instructions (03.11) NYSDOL Bureau of Public Work 1 of 1
iYr
Yrr
~ ri
I
r. y~ << r' v~:
~;4,..,._ .~. riC
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
Employer Registration for Use of 4 Day 110 Hour Work Schedule
~efore 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
/hen completed ...
Mail to NYSDOL Bureau of Public Work, SOBC, Bldg. 12, Rm.130, Albany, NY 12240
-or-
Fax to NYSDOL Bureau of Public Work at (518) 485-1870
Contractor Information
Company Name: FEIN:
Address:
City: State: Zip Code:
~" Phone Number Fax Number: Email Address:
Contact Person:
~.
Phone No: Fax No: Email:
,, Project Information
Project PRC#: Project NamelType:
tr
Exact Location
of Project: County:
(If you are Subcontractor)
Prime Contractor Name:
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 orCounties***
Requestor Information
i
~"'
Name:
Title: Date
i.
PW-30R (OS -12) 1 of 4
s--
r
Job Classification Checklist
(Place a checkmark by all classifications that will be using the 4/10 schedule)
*** Do not write in any additional Classifications orCounties***
Job Classificvtion Tag # Applicabte',Counties cne~k
sox
Carpenter -Building 1042 Clinton, Essex, Franklin
Albany, Fulton, Greene, Montgomery, Rensselaer, Schenectady, ^
Carpenter-Building 370 Schoharie
Carpenter -Building 37022 Hamilton, Warren, Washington
Carpenter-Building 37023 Saratoga
Carpenter -Heavy&Highway 370Saratoga Saratoga
Carpenter -Heavy&Highway 370/1042H/H Clinton, Essex, Franklin, Hamilton
Albany, Fulton, Montgomery, Rensselaer, Schenectady, Schoharie, ^
Carpenter-Heavy&Highway 370H/H Warren, Washington
Carpenter -Building 85 Livingston, Monroe, Ontario, Wayne, Wyoming
Carpenter -Building 281 B Cayuga, Seneca, Yates
Carpenter -Heavy/Highway 281 HH Cayuga, Seneca, Yates
Carpenter- Building/Heavy&Highway 280 Genesee, Niagara, Orleans, Wyoming
Carpenter -Building/Heavy&Highway 9 Erie, Cattaraugus
Carpenter- Heavy&Highway 66h Allegany, Chautauqua, Cattaraugus
Carpenter -Building 66 Allegany, Chautauqua, Cattaraugus
Carpenter -Building 277 CST Cortland, Schuyler, Tompkins
Carpenter- Building 277 JLS Jefferson, Lewis, St. Lawrence
Carpenter -Building 277 omh Herkimer, Madison, Oneida
Carpenter -Building 277 On Onondaga
Carpenter -Building 277 Os Oswego
Carpenter -Heavy/Highway 277h CST Cortland, Schuyler, Tompkins
Carpenter- Heavy/Highway 277h JLS Jefferson, Lewis, St. Lawrence
Carpenter -Heavy/Highway 277h On Onondaga
Carpenter -Building/Heavy&Highway 277CD0 Chenango, Delaware, Otsego
Carpenter -Heavy/Highway 277oneidah Herkimer, Madison, Oneida
Carpenter -Heavy/Highway 277h Os Oswego
Electrician 25m Nassau, Suffolk
Cayuga, Chenango, Cortland, Herkimer, Madison, Oneida, ^
Electrician 43 Onondaga, Oswego, Otsego, Tompkins, Wayne
840Teledata ^
Electrician and 840 Z1 Cayuga, Onondaga, Ontario, Seneca, Wayne, Yates
PW-30R (08-12) NYSDOL Bureau of Public Work 2 of 4
~1
Ilr
Job Classification Checklist
(Place a checkmark by all classifications that will be using the 4/10 schedule)
r.
*** Do not write in any additional Classifications orCounties***
Ytir
Job Classification Tag # Applicable Counties che`k
Box
i
W
W
O
l
Electrician 86 yom
ng
ayne,
r
eans,
Genesee, Livingston, Monroe, Ontario,
i
S
L
L
ff
Electrician 910 awrence
ew
t.
erson,
s,
Clinton, Essex, Franklin, Je
Electrician Lineman 1049Line/Gas Nassau, Suffolk
Albany, Allegany, Broome, Cattaraugus, Cayuga, Chautauqua,
Chemung, Chenango, Clinton, Columbia, Cortland, Delaware,
Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton,
Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe,
Montgomery, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans,
Oswego, Otsego, Putnam, Rensselaer, Rockland, Saratoga,
Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben,
Sullivan, Tioga, Tompkins, Ulster, Warren, Washington, Wayne,
Electrician Lineman 1249a Wyoming, Yates
Columbia, Delaware, Dutchess, Greene, Orange, Putnam, Rockland, ^
Elevator Constructor 138 Sullivan, Ulster, Westchester
Allegany, Cattaraugus, Chautauqua, Erie, Genesee, Niagara, Orleans, ^
Elevator Constructor 14 Wyoming
Chemung, Livingston, Monroe, Ontario, Schuyler, Seneca, Steuben, ^
Elevator Constructor 27 Wayne, Yates
Albany, Clinton, Columbia, Essex, Franklin, Fulton, Greene, Hamiliton, ^
Herkimer, Montgomery, Oneida, Otsego, Rensselaer, Saratoga,
Elevator Constructor 35 Schenectady, Schoharie, Warren, Washington
Broome, Cayuga, Chenango, Cortland, Delaware, Jefferson, Lewis,
Elevator Constructor 62.1 Madison, Oneida, Onondaga, Oswego, St. Lawrence, Tioga, Tompkins
Allegany, Cattaraugus, Chautaugua, Erie, Genesee, Niagara, ^
Glazier 660 Orleans, Wyoming
Alleaan~Cattarauous. Chautauqua, Eri1e Genesee. Nib ^
Glazier 660r Orleans, Wvoming
Jefferson, Lewis, Livingston, Monroe, Ontario, Seneca, St. Lawrence, ^
Glazier 677.1 Wayne, Yates
Glazier 667.2-2 Cayuga, Cortland, Herkimer, Madison, Oneida, Onondaga, Oswego
Broome, Chemung, Chenango, Delaware, Otsego, Schuyler, Steuben, ^
Glazier 677z3 Tioga, Tompkins
O
Glazier 667r.2 swego
Cayuga, Cortland, Herkimer, Madison, Oneida, Onondaga,
Broome, Cayuga, Chemung, Chenango, Cortland, Herkimer,
Jefferson, Lewis, Madison, Oneida, Onondaga, Oswego, Otsego, ^
Insulator -Heat & Frost 30-Syracuse Schuyler, Seneca, St. Lawrence, Tioga, Tompkins
PW-30R (08 -12) NYSDOL Bureau of Public Work
3 of 4
lob Classification Checklist
(Place a checkmark by all classifications that will be using the 4/10 schedule)
*** Do not write in any additional Classifications orCounties***
IY~
Job Classification Tag # Applicable Counties BoX`I`
Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung,
Chenango, Clinton, Cortland, Delaware, Essex, Franklin, Genesee,
Jefferson, Lewis, Livingston, Monroe, Onondaga, Ontario, Orleans, ^
Laborers -Residential Oswego, Schuyler, Seneca, St. Lawrence, Steuben, Tioga, Tompkins,
Deconstruction, Demolition 601 Warren, Wayne, Wyoming, Yates
Ch
Laborer -Building 621 b autauqua
Allegany, Cattaraugus,
Laborer -Residential 621 r Allegany, Cattaraugus, Chautauqua
lk
ff
h
d
S
Mason -Building/Heavy&Highway 780 o
mon
,
u
Bronx, Kings, Nassau, New York, Queens, Ric
Operating Engineer - Allegany, Chemung, Genesee, Livingston, Monroe, Ontario,
Heavy&Highway 832H Schuyler, Steuben, Wayne, Yates
Operating Engineer -
Heavy/Highway 137H/H Putnam, Westchester
T
Painter 178 B ioga
Broome, Chenango,
Painter 178E Chemung, Schuyler, Steuben
Painter 178 0 Delaware, Otsego
Cayuga, Herkimer, Lewis, Madison, Oneida, Onondaga, Ontario, ^
Painter 31 Oswego, Seneca
Painter 38.0 Oswego
Allegany, Cattaraugus, Chautauqua, Erie, Genesee, Livingston, ^
Painter 4-Buf,Nia,Olean Niagara, Orleans, Steuben, Wyoming
Painter 4-Jamestown Cattaraugus, Chautauqua
Painter 150 Livingston, Monroe, Ontario, Wayne, Yates
Y
W
Sheetmetal Worker 46 ates
ayne,
Livingston, Monroe, Ontario, Seneca,
Albany, Columbia, Fulton, Greene, Montgomery, Rensselaer, ^
Teamster -Heavy&Highway 294h/h Saratoga, Schenectady, Schoharie, Warren, Washington
Allegany, Cayuga, Cortland, Seneca, Steuben, Tompkins, Wayne, ^
Teamster -Heavy&Highway 317a.hh Yates
Ti
l
O
Teamster -Heavy&Highway 693.H/H tsego,
oga
aware,
Broome, Chenango, De
Teamster -Building/Heavy&Highway 456 Putnam, Westchester
PW-30R (08 -12) NYSDOL Bureau of Public Work
4 of 4
~ Published by the New York State Department of Labor
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 PRC Number 2012009946
..-._.~i._~_~ __ rte..., nA 71~i'~
fir Introduction to the Prevailing Rate Schedule
Information About Prevailing Rate Schedule
This information is provided to assist you in the interpretation of particular requirements for each classification of worker contained in the
attached Schedule of Prevailing Rates.
Classification
It is the duty of the Commissioner of Labor to make the proper classification of workers taking into account whether the work is heary 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 distract 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 da s for which an eligible employee receives a regular day's pay, but is not required to perform work. If an employee
works on a day listedyas a paid holiday, this remuneration is in addition to payment of the required prevailing rate for the work actually
performed.
Overtime
At a minimum, all work performed on a public work project in excess of eight hours in 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.
I~r
The applicable holidays are listed under HOLIDAYS: OVERTIME. The required rate of pay for these covered holidays can be found in the
OVERTIME PAY section listings for each classification.
Supplemental Benefits
Particular attention should be given to the supplemental benefit requirements. Although in most cases the payment or provision of
supplements is for each hour worked, some classifications require the payment or provision of supplements for each hour paid (including
paid holidays on which no work is performed) and/or may require supplements to be paid or provided at a premium rate for premium hours
it worked.
Effective Dates
~' When you review the schedule for a particular occupation, your attention should be directed to the dates above the column of rates. These
are the dates for which a given set of rates is effective. The rate listed is valid until the next effective rate change or until the new annual
determination which takes effect on Juty 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 (vrww.labor.state.ny.us) for current wage rate information.
(
Apprentice Training Ratios
The following are the allowable ratios of registered Apprentices to Journey-workers.
°' For example, the ratio 1:1,1:3 indicates the allowable initial ratio is one Apprentice to one Journeyworker. The Journeyworfcer must be in
place on the project before an Apprentice is allowed. Then three additional Journeyworkers are needed before a second Apprentice is
allowed. The last ratio repeats indefinitely. Therefore, three more Journeyworkers must be present before a third Apprentice can be hired,
and so on.
Please call Apprentice Training Central Office at (518) 457-6820 if you have any questions.
Title (Trade) Ratio
~` Boilermaker (Construction) 1:1,1:4
fr
Boilermaker (Shop)
1:1,1:3
Carpenter (Bldg.,H&H, Pile Driver/Dockbuilder) 1:1,1:4
~ Carpenter (Residential) 1:1,1:3
Electrical (Outside) Lineman 1:1,1:2
Page 27
Wr
is
~'
Prevailing Wage Rates for 07/01/2012 - 06/30/2013
Last Published on Dec 01 2012
Published by the New York State Department of Labor
PRC Number 2012009946
Electrician (Inside) 1:1,1:3
"" Elevator/Escalator Construction & Modernizer 1:1,1:2
Glazier 1:1,1:3
Insulation i~ Asbestos Worker 1:1,1:3
~''
Iron Worker 1:1,1:4
Laborer 1:1,1:3
Mason 1:1,1:4
Millwright 1:1,1:4
Op Engineer 1:1,1:5
Painter 1:1,1:3
Plumber & Steamfitter 1:1,1:3
Roofer 1:1,1:2
ii Sheet Metal Worker 1:1,1:3
Sprinkler Fitter 1:1,1:2
If you have any questions concerning the attached schedule or would like additional information, please contact the nearest BUREAU of
"' PUBLIC WORK District Office or write to:
New York State Department of Labor
Bureau of Public Work
State Office Campus, Bldg. 12
Albany, NY 12240
District Office Locations: Telephone # FAX #
Bureau of Public Work -Albany 518-457-2744 518-485-0240
1r
Bureau of Public Work -Binghamton 607-721-8005 607-721-8004
Bureau of Public Work -Buffalo 716-847-7159 716-847-7650
hr
Bureau of Public Work -Garden City
516-228-3915
516-794-3518
Bureau of Public Work -Newburgh 845-568-5287 845-568-5332
Bureau of Public Work -New York City 212-775-3568 212-775-3579
Bureau of Public Work -Patchogue 631-687-4882 631-687-4904
Bureau of Public Work -Rochester 585-258-4505 585-258-4708
Bureau of Public Work -Syracuse 315-428-4056 315-428-4671
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 518-457-5589 518-485-1870
Ib
Yr
Page 28
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
Last Published on Dec 01 2012 PRC Number 2012009946 Dutchess County
Dutchess County General Construction
Asbestos Worker 12/01/2012
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
limo
Journeyman $ 17.00
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
Boilermaker 12101!2012
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
Ir
Repairs ~ Renovations $ 47.98
SUPPLEMENTAL BENEFITS
Per Hour:
07/01 /2012
Boilermaker 33% of hourly
Repairs & Renovations Wage Paid
+ $22.25
s;
NOTE: "Hourly Wage Paid" shall include any and all premium(s) pay.
Repairs & Renovation Includes replacement of parts and repairs & renovation of existing unit.
OVERTIME PAY
OVERTIME PAY
See (D, O) on OVERTIME PAGE
HOLIDAY
Paid: See (8, 16, 23, 24) on HOLIDAY PAGE
Overtime: See (5, 6, 11, 12, 15, 25) on HOLIDAY PAGE
NOTE: *Employee must work in pay week to receive Holiday Pay.
Page 29
r1r
i~l.
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
Last Published on Dec 01 2012 PRC Number 2012009946 Dutchess County
'°Boilermarker gets 4 times the hourly wage rate for working on Labor Day.
'Y'Repairs & Renovation see (B,E,Q) on HOLIDAY PAGE
HOLIDAY
't 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
1st 2nd 3rd 4th 5th 6th 7th 8th
$17.41 $18.10 $18.79 $19.48 $20.17 $20.86 $21.55 $22.25
NOTE: "Hourly Wage Paid" shall includ any and all premium(s)
4-5
Carpenter _ 12101 /2012
JOB DESCRIPTION Carpenter DISTRICT 9
ENTIRE COUNTIES
Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester
WAGES
Per Hour: 07/01/2012
Marine Construction:
Marine Diver $ 58.95
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
~r Carpenter 12/01/2012
JOB DESCRIPTION Carpenter DISTRICT 9
ENTIRE COUNTIES
~' Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester
WAGES
,. Per hour: 07/01/2012
Carpet/Resilient
Floor Coverer $ 45.34
INCLUDES HANDLING & INSTALLATION OF ARTIFICIAL TURF AND SIMILAR TURF INDOORSIOUTDOORS.
SUPPLEMENTAL BENEFITS
Per hour paid:
Floor Coverer $ 38.58
OVERTIME PAY
Page 30
lYl
~.
frr
Prevailing Wage Rates for 07/01/2012 - 06/30/2013
Last Published on Dec 01 2012
See (B, E, O) on OVERTIME PAGE
HOLIDAY
Paid: See (18, 19)on HOLIDAY PAGE.
Paid: for 1st & 2nd yr.
Apprentices See (5,6,11,13,16,18,19,25)
Overtime: See (5,6,11,13,16,18,19,25) on HOLIDAY PAGE.
REGISTERED APPRENTICES
Wage per hour is Pecentage of Journeyworkers Wage
(1) yearterms
1st. 2nd. 3rd. 4th.
40% 50% 65% 80%
Supplemental benefits per hour:
Apprentices $ 25.83
9-2287
Carpenter 12/01 /2012
JOB DESCRIPTION Carpenter DISTRICT 9
iYr
ENTIRE COUNTIES
Dutchess, Orange
WAGES
jyr Per hour: 07/01/2012
Building:
Millwright $ 35.11
"' SUPPLEMENTAL BENEFITS
Per hour paid:
Journeyman $ 32.80
OVERTIME PAY
See (B, E, E2, O) on OVERTIME PAGE
HOLIDAY
HOLIDAY:
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.
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:
APPRENTICES: 1st 2nd 3rd 4th
rlir $ 22.49 24.46 26.92 30.38
9-740.2
Carpenter - Building / HeavyB~Highway 12!01/2012
JOB DESCRIPTION Carpenter -Building /Heavy&Highway DISTRICT 11
ENTIRE COUNTIES
Columbia, Dutchess, Orange, Sullivan, Ulster
WAGES
WAGES:(per hour)
~ 07/01 /2012 07/01/2013
Additional
Page 31
I~
Published by the New York State Department of Labor
PRC Number 2012009946 Dutchess Countv
~` Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
Last Published on Dec 01 2012 PRC Number 2012009946 Dutchess County
Carpenter
j1r Carpenter-Floor Coverer`
Dockb u i Ide r/Piled rive r
Diver Tender
Diver(WET)
it Diver(DRY)
ilr
** To be allocated at a later date
$ 32.88 $ 1.52**
32.88 1.52**
32.88 1.52**
32.88 1.52**
55.48 1.52**
34.65 1.52**
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:
Journeyworker $ 22.71
OVERTIME PAY
See (B, E, O) on OVERTIME PAGE
HOLIDAY
BUILDING:
Paid: See (1) on HOLIDAY PAGE.
Overtime: See (5, 6) on HOLIDAY PAGE.
HEAVY/HIGHWAY:
Paid: See (5, 6, 16) on HOLIDAY PAGE including benefits.
Overtime: See (5, 6, 16) on HOLIDAY PAGE.
REGISTERED APPRENTICES
1 Year terms at the following percentage of journeymans wage
1st 2nd 3rd 4th
50% 60% 70% 80%
Supplemental Benefits per hour paid:
Apprentices
1st term $ 15.10
2nd term 15.10
3rd term 15.10
4th term 15.10
11-279.26/H&H
Electrician 12/0112012
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 Hahcock 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 portion of the county south of a line following the south limits of the city of Catskill in a Westerly direction from the Hudson
River to Highway 23A along 23A to the road following the Little Westkill and continuing along this road to Delaware County.
WAGES
Per hour:
Electrician WiremanlTechnician
07/01 /2012
$ 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:
Shift worked between 4:30pm & 12:30am $ 43.06`
Shift worked between 12:30am & 8:30am $ 47.99`
Page 32
Win
~ Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
Last Published on Dec 01 2012 PRC Number 2012009946 Dutchess County
`*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 journeyman rate.
SUPPLEMENTAL BENEFITS
Per hour worked: 07/01/2012
$ 22.77 plus
Journeyman 6% of wage
OVERTIME PAY
See (B, E, O) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 13, 15, 16, 25) on HOLIDAY PAGE
REGISTERED APPRENTICES
Wages:
(6)month terms at the following percentage of journeyman's wage.*
1st 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.
Supplemental Benefits per hour worked:
07101 /2012
1st & 2nd term $ 8.06 plus 6% of wage
3rd 8~ 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
12101 /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
IIr
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
Last Published on Dec 01 2012 PRC Number 2012009946 Dutchess County
OVERTIME PAY
iYr See (B, E, O) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 13, 15, 16, 25) on HOLIDAY PAGE
~ REGISTERED APPRENTICES
Wages:
(6)month terms at the following percentage of Journeyman's wage.'
1st 2nd 3rd 4th 5th 6th
30% 35% 40% 45% 50% 55%
~' * Denotes average Journeyman Wireman rate of all wage zones
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
7th 8th 9th 1 0th
65% 70% 75% 85%
11-363/1
Elevator Constructor 12101/2012
JOB DESCRIPTION Elevator Constructor DISTRICT 1
ENTIRE COUNTIES
Columbia, Dutchess, Greene, Orange, Putnam, Sullivan, Ulster
PARTIAL COUNTIES
Delaware: Towns of Andes, Bovina, Colchester,Davenport, Delhi, Harpersfield, Herndon, Kortright, Meredith, Middletown, Roxbury, Hancock
& Stamford
Rockland: Only the Township of Stony Point.
Westchester: Only the Townships of Bedford, Lewisboro, Cortland, Mt. Kisco, North Salem, Pound Ridge, Somers and Yorktown.
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
**** 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
ir.
Published by the New York State Department of Labor
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 PRC Number 2012009946 Dutchess County
Last Published on Dec 01 2012
50% 55% 65% 70% 80%
Supplemental Benefits per hour worked
Same as Journeyman/Helper 1-138
12/01/2012
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
Additional
~ Glazier $ 47.75 $ 48.60 $ 1.50*
„
Scaffolding $ 48.75 $ 49.60 $ 1.50*
Repair & Maintenance:
r Glazier ** $ 26.50 $ 26.50 $ 1.50*
,.
* 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.
SUPPLEMENTAL BENEFITS
Per hour paid: 07/01/2012 11/01/2012 05/01/2013
Journeyworker... $ 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
Additional
11r
lilt
1st term $ 16.00 $ 16.35 $ .60*
2nd term $ 23.81 $ 24.24 $ .75*
3rd term $ 28.59 $ 29.10 $ .90*
4th term $ 38.17 $ 38.85 $ 1.20*
* To be allocated at a future date
Supplemental Benefits:
Page 35
~ Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
PRC Number 2012009946 Dutchess County
Last Published on Dec 01 2012
(Per hour worked)
1st term $ 12.07
2nd term $ 17.28
k" .3rd term $ 18.54
~ 4th term $ 18.89
9-1281 (DC9 NYC)
71/U7/ZU7L
Insulator -Heat 8~ Frost
JOB DESCRIPTION Insulator- Heat & Frost DISTRICT 8
ENTIRE COUNTIES
Dutchess, Orange, Putnam, Rockland, Westchester
WAGES
07/01/2012
03/27/2013
Per hour:
$ 46.26
Insulator +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.
Ilr
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)
Journeyworker $ 29.59
Fire Stop Work:
Journeyworker $ 15.13
OVERTIME PAY
OVERTIME: See (B ,E, Q, T*, V) on OVERTIME PAGE.
HOLIDAY
HOLIDAY:
Irr 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
~ 1st 2nd 3rd 4th
$ 28.53 $ 30.75 $ 32.97 $ 37.40
ii, MEMBERS INDENTURED AFTER MAY 28, 2012
~ 1st 2nd 3rd 4th
$ 21.03 $ 25.12 $ 32.97 $ 37.40
Supplemental Benefits paid per hour paid:
it Apprentices:
1st term $ 18.02
lire
Page 36
~" Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
Last Published on Dec 01 2012 PRC Number 2012009946 Dutchess County
2nd term 19.47
3rd term 20.91
4th term 23.81 8-91
12!0112012
07/01 /2012
Structural $ 42.20
Reinforcing* 42.20
Ornamental 42.20
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).
JOB DESCRIPTION Ironworker DISTRICT 11
ENTIRE COUNTIES
Dutchess, Orange, Putnam, Rockland, Sullivan, Ulster
WAGES
Per hour:
SUPPLEMENTAL BENEFITS
Per hour paid:
Journeyman $ 30.15
*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:
1st year $ 25.93
2nd year 26.77
3rd year 27.62
4th year 28.46 11-417
OVERTIME PAY
OVERTIME:.....See (B*, E**, O, V) on OVERTIME PAGE
Laborer - Buildin 12/0112012
~;
JOB DESCRIPTION Laborer -Building DISTRICT 11
ENTIRE COUNTIES
Dutchess
j~, 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)
07/01 /2012 06/01 /2013
Additional
~ $ 35.50 $ 1.80*
Premium
Page 37
IWII
~ Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
PRC Number 2012009946 Dutchess County
Last Published on Dec 01 2012
.r * 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, O) 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
1210112012
Laborer - Buildin
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
WAGES per hour
~r 07/01/2012
06/01 /2013
Additional
06/01 /2014
Additional
GROUP # 1 $ 28.60
GROUP # 2 30.95
$ 1.60*
$ 1.60*
Note: Any job requiring Hazwopper Certification will pay $1.00 above job classification wage rate.
~s (*)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
07/01 /2012 06/01 /2013 06/01 /2014
Additional Additional
1000 Hour terms
1st term $ 16.00 $ 1.60* $ 1.60*
2nd term 18.65
3rd term 21.30
) 4th term 24.45
it
Note: Any job requiring Hazwopper Certification will pay $1.00 above job classification wage rate.
(*)To be allocated at a later date.
1~
Supplemental Benefits per hour worked
Page 38
+~ Published by the New York State Department of Labor
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 PRC Number 2012009946 Dutchess County
Last Published on Dec 01 2012
~' Apprentices $ 12.60 1-1000
Laborer - Hea &Hi hwa 12/01/2012
JOB DESCRIPTION Laborer -Heavy&Highway
ENTIRE COUNTIES
Dutchess
DISTRICT 1
PARTIAL COUNTIES
Columbia: Only the Townships of Ancram, Claverack, Clermont, Copake,Gallatin, Germantown, Greenport, Hillsdale, Hudson, Livingston,
Philmont and Taconic.
WAGES
GROUP # 1:
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
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
Wages per hour
1000 hour year terms
1st 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
1-1000h
Page 39
i1r
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
PRC Number 2012009946 Dutchess County
Last Published on Dec 01 2012
12101/201 Z
Laborer - Heav &Hi hwa
JOB DESCRIPTION Laborer- Heavy&Highway
ENTIRE COUNTIES
Dutchess
DISTRICT 11
PARTIAL COUNTIES
Columbia: Only the Townships of Greenport, Philmont, Germantown,Livingston, Hillsdale, Taghkanic, Gallatin, Copake, Ancram, City of
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)
$ 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.
SUPPLEMENTAL BENEFITS
~, Per hour paid:
'~' Journeyman
$ 21.30
OVERTIME PAY
See (B, E, O, *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
Wages per hour
1000 hour year terms
Pre 2011 shall include all apprentices enrolled before January 1 2011
istterm $ 18.60
2nd term 22.26
3rd term 25.91
4th term 29.56
Post 2011 shall include all apprentices enrolled on or after January 1 2011
1st term $16.92
2nd term 1999
3rd term 23.07
~ 4th term 26.14
Supplemental Benefits per hour paid:
Apprentice $ 15.60 11-17tox
12101/2012
Laborer -Tunnel
JOB DESCRIPTION Laborer -Tunnel DISTRICT 1
ENTIRE COUNTIES
Dutchess, Putnam
PARTIAL COUNTIES
r. Columbia: Columbia: Only the Townships of Ancram, Claverack, Clermont, Copake,Gallatin, Germantown, Greenport, Hillsdale, Hudson,
Livingston, Philmont and Taconic.
WAGES
Tunnel Group #1 All clearing, tempoary and permanent roadsand parking areas, landscaping, erosion control/, traffic maintenance, flagging,
~' dump area,and tempoary lighting above the tunnel operations.
Page 40
`r'.
~ Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
Last Published on Dec 01 2012 PRC Number 2012009946 Dutchess County
Tunnel Group #2 All laborers involed in tunnel operations, including but not limited to subways, sewer, water, vehicular and utility tunnels,
9hr and shafts, manholes and access way in connection therewith.
WAGES per hour 07/01/2012 05/01/2013
Additional
ter 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.
it 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 $22.05
OVERTIME PAY
See (B, E, E2, O, 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
Wrr 1000 hour year terms
1st Term $ 15.55
2nd Term 18.25
~rr 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
Lineman Electrician 12/01/2012
JOB DESCRIPTION Lineman Electrician DISTRICT 6
~.
ENTIRE COUNTIES
firr 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
Per hour:
(, NOTE: Includes 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)
07101 /2012
Lineman /Techician $ 42.72
We-der/Cable Splicer 42.72
Digging Machine Operator 38.45
Tractor Trailer Driver 36.31
Groundman/Truck Driver 34.18
~: Mechanic 1st Class 34.18
~ Flagman 25.63
Page 41
it
it
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
Last Published on Dec 01 2012 PRC Number 2012009946 Dutchess County
Additional $1.00 per hour for entire crew when a helicopter is used.
Below rates applicable on all electrical sub-stations, switching structures, fiber optic 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 1st Class 34.18
Groundman/Truck Driver 34.18
Flagman 25.63
Additional $1.00 per hour for entire crew when a helicopter is used.
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. 1 st Class - 35.21
Flagman 26.41
Certified WelderPipe Type Cable 4621
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 8~ fiber optic cable where other construction trades are or
have been involved. This applies to transmission line work only, not other construction. (14.03.01)
Lineman/Tech./Welder $ 45.23
Cable splicer 45.23
Digging Machine Operator 40.71
Tractor Trailer Driver 38.45
GroundmanlTruck 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
*plus 7.5% of
hourly wage paid
llr
OVERTIME PAY
See (B, E, O,) 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
Page 42
iri
~ Published b the New York State De artment of Labor
Prevailing Wage Rates for 07/01 /2012 - 06/30/2013 Y p
Last Published on Dec 01 2012 PRC Number 2012009946 Dutchess County
3rd shift 12:30 AM to 9:00 AM REGULAR RATE PLUS 31.4
~ HOLIDAY
Paid See (5, 6, 8, 13, 25) on HOLIDAY PAGE plus 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
REG{STERED APPRENTICES
' (1000) hr terms at the following percentage of Journeyman's wage.
1st 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, TR/~NSMISSION and DISTRIBUTION.
$ 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
Lineman Electrician -Teledata 12/0112012
JOB DESCRIPTION Lineman Electrician -Teledata
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, Westchester, Wyoming, Yates
WAGES
Per hour:
FOR WORK OUTSIDE BUILDING PROPERTY LINES.
07/01 /2012 01 /01 /2013 01 /01 /2014
itrr
Cable Splicer
$ 27.99
$ 28.55
$ 29.12
Installer/Repairman 26.57 27.10 27.64
Teledata Lineman 26.57 27.10 27.64
jam, Technician/Equip Oper 26.57 27.10 27.64
Groundman 14.09 14.37 14.66
NOTE: EXCLUDES Teledata work within ten feet of Hig h Voltage (600 volts and over) transmission lines. For this work please see
LINEMAN.
SUPPLEMENTAL BENEFITS
Per hour worked:
$4.43
$4.43
$4.43
*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, O) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 16) on HOLIDAY PAGE
6-1249LT -Teledata
Lineman Electrician -Traffic Si nal Li htin 12!01/2012
JOB DESCRIPTION Lineman Electrician -Traffic Signal Lighting DISTRICT 6
ENTIRE COUNTIES
Columbia, Dutchess, Orange, Putnam, Rockland, Ulster
Page 43
~ Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
Last Published on Dec 01 2012 PRC Number 2012009946 Dutchess County
r
WAGES
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 3T.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, O) 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%
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 LinemanlTechnician wage.
1st 2nd 3rd 4th 5th 6th 7th
60% 65% 70% 75% 80% 85% 90%
l:
`~, SUPPLEMENTAL BENEFITS: Same as Journeyman/Technician.
6-1249aReg8LT
Lineman Electrician -Tree Trimmer 12/01/2012
~ 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, Schohane,
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,
telephone and CAN lines. This also would include stump removal near underground energized electrical lines, including telephone and
CATV lines.
Page 44
Published by the New York State Department of Labor
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 PRC Number 2012009946 Dutchess County
Last Published on Dec 01 2012
07/01/2012
Tree Trimmer $ 22'08
, Equip Operator 19.48
; Mechanic 19.48
~" Truck Driver 16.46
Groundman 13.51
Flag person 9.62
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, O) 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 6-1249TT
12/01/2012
Mason -Buildin
DISTRICT 9
JOB DESCRIPTION Mason -Building
ENTIRE COUNTIES
Dutchess, Sullivan, Ulster
WAGES
07/01/2012
12!01/2012 06/01/2013
Per hour: Additional Additional
Building
Tile, Marble, & Terrazzo $ 38 28 $ 1.15 $ 1.25
Finisher
SUPPLEMENTAL BENEFITS
Journeyman: 07/01 /2012
Overtime* 30.61
Overtime**. 39.23**
Per Hour. $ 21.48
* Applies to work done on Weekdays and Saturdays
** Applies to work done on Sundays, Holidays,and more 10 on Saturdays.
~r OVERTIME PAY
See (A, E, O) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
~, Overtime: See (5, 6, 8, 10, 11, 15, 16) on HOLIDAY PAGE
Ir
9-7/88B-tf
12/01 /"107 Z
Mason -Buildin
JOB DESCRIPTION Mason -Building DISTRICT 9
ENTIRE COUNTIES
Dutchess, Sullivan, Ulster
WAGES
Per hour:
07/01 /2012 12/01 /2012 06/01 /2013
Additional Additional
Building:
Tile, Marble,&
Page 45
~ Published by the New York State Department of Labor
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 PRC Number 2012009946 Dutchess County
Last Published on Dec 01 2012
Terrazzo Mechanic/Setter $ 43.27 $1.50* $ 1.50*
it
* To be allocated at a future date
i SUPPLEMENTAL BENEFITS
~ Per Hour: $ 25 79
Journeyman: 35
17
.
Overtime*
54
44
.
Overtime**
* Applies to work done on Weekdays & Saturday
** Applies to work done on Sunday & Holidays, & over 10 hours on Saturdays.
OVERTIME PAY
~r See (B, E, O) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 11, 15, 16, 25) on HOLIDAY PAGE
~' REGISTERED APPRENTICES
Wages per hour:
(750 hour) terms at the following wages:
1st 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):
1st 2nd 3rd 4th 5th 6th 7th 8th
$12.90 $12.93 $13.74 $14.53 $15.61 $16.64 $20.75 $23.39 g 7/526
12/01/2012
Mason - Buildin
~' JOB DESCRIPTION Mason -Building DISTRICT 11
ENTIRE COUNTIES
Dutchess, Sullivan, Ulster
j~ PARTIAL COUNTIES
Orange: Entire county except the Township of Tuxedo.
WAGES
Per hour:
07/01 /2012 06/01 /2013
Bricklayer $ 37.53 $ 37.57
Cement Mason Bldg 37.53 37.57
~r Plasterer/Stone Mason 37.53 37.57
Pointer/Caulker 37.53 37.57
Additional $1.00 per hour for power saw work
i~r Additional $0.50 per hour for swing scaffold or staging work
SHIFT DIFFERENTIAL: When shift work is mandated or required by state, federal, county, local or other governmental agency contracts, the
(~ following rates apply.
Second shift an additional 15% of wage plus benefits to be paid
Third shift an additional 25% of wage plus benefits to be paid
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, O) on OVERTIME PAGE.
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6) on HOLIDAY PAGE
Page 46
Prevailing Wage Rates for 07/01/2012 - 06/30/2013
Last Published on Dec 01 2012 Published by the New York State Department of Labor
PRC Number 2012009946 Dutchess County
REGISTERED APPRENTICES
~r Wages per hour:
750 hour terms at the following percentage of Journeyman's wage
ilr 1st 2nd 3rd 4th 5th 6th 7th 8th
50% 55% 60% 65% 70% 75% 80% 85%
;
Supplemental Benefits per hour paid
r
750 hour terms at the following percentage of joumeyman supplements
1st 2nd 3rd 4th 5th 6th 7th 8th
50% 55% 60% 65% 70% 75% 80% 85%
Apprentices indentured before September 1, 2009 receive full journeyman benefits 11-5du-b
Irr
Mason - Hea &Hi hwa 12/01/2012
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:
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
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 governmental 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
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
50% 55% 60% 65% 70% 75% 80% 85%
Supplemental Benefits per hour paid
750 hour terms at the following percentage ofjourneyman supplements
1st 2nd 3rd 4th 5th 6th 7th 8th
50% 55% 60% 65% 70% 75% 80% 85%
Apprentices indentured before September 1, 2009 receive full journeyman benefits
Page 47
Prevailing Wage Rates for 07/01/2012 - 06/30!2013 Published by the New York State Department of Labor
Last Published on Dec 01 2012 PRC Number 2012009946 Dutchess County
11-5du-H/H
r
O eratin En ineer - Buildin 12/01/2012
JOB DESCRIPTION Operating Engineer- Building DISTRICT 8
~.
ENTIRE COUNTIES
Putnam, Westchester
PARTIAL COUNTIES
r 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(AIl 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,Concrete-Portable
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.
GROUP II: 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.
GROUP III-A: Asphalt Plant, Boiler (High Pressure), Concrete Mixing Plants,
Concrete Pump, Fireman, Forklift, Forklift (E-ectric) 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
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,
iwr Mixer-Concrete-Under 21 E, Mulching Grass Spreader, Pump-Gypsum etc, Fine
Grading Machine, Roller under 4 Ton Hepa Vac Clean Air Machine, Spreading
Page 48
rrr
~tiw
r~
yr
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
Last Published on Dec 01 2012 PRC Number 2012009946 Dutchess County
and Fine Grading Machine, Steel Cutting Machine, Siphon Pump-air-steam,
Tar Joint Machine, Turbo Jet Burner or Similar Equipment, Vibrator (1 to 5),
Fine Grading Machine, Roof Hoist (Tugger Hoist), Television Cameras for
Water, Sewer, Gas etc. Pump-Plaster-Grout-Fireproofing.
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-B 36.16 37.09 37.99
GROUP V-A 41.22 42.30 43.37
GROUP V-B 39.04 40.06 41.05
GROUP VI-A
00
49
50.32
51.65
.
Master Mechanic
41
80 42.90 43.99
.
Asst.Master Mechanic
47
48 48.75 50.03
.
Helicopter Hoist Oper
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
00
37
37.96
38.89
.
Utility Man
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
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
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
Journeyworker $ 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.
Page 49
~ Prevailing Wage Rates for 07/01/2012 - 06!30/2013 Published by the New York State Department of Labor
Last Published on Dec 01 2012 PRC Number 2012009946 Dutchess County
HOLIDAY
~ HOLIDAY:
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.
8-1378
O eratin En ineer - Buildin 12/0112012
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 A1:
Crane, hydraulic cranes, tower crane, locomotive crane, piledriver, cableway, derricks,whirlies, dragline, boom trucks over 5 tons.
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
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, LeTourneau grader, form fine grader,
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
i1r Additional $0.50 per hr for Tower Cranes.
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.
it Additional $0.40 per hr for tunnel or excavation of shaft 40' or more deep.
SUPPLEMENTAL BENEFITS
Per hour worked
Journeyman $ 22.37 $ 23.12 $ 23.87
OVERTIME PAY
See (B, E, O) on OVERTIME PAGE
HOLIDAY
Page 50
11r
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
Last Published on Dec 01 2012 PRC Number 2012009946 Dutchess County
~ Paid: See (1) on HOLIDAY PAGE
1Mr Overtime: See (5, 6) on HOLIDAY PAGE
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
1000 hours terms at the following percentage of Journeyman's wage Class B
~' 1st 2nd 3rd 4th
60% 70% 80% 90%
Supplemental Benefits per hour worked
07/01 /2012 07/01 /2013 07/01 /2014
All terms $ 17.80 $ 18.55 $ 19.30
^r 1-158 Alb
Operating Engineer -Heavy&Highway 12/01/2012
JOB DESCRIPTION Operating Engineer- Heavy&Highway DISTRICT 9
ENTIRE COUNTIES
Putnam, Westchester
PARTIAL.000NTIES
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 $ 58.04 $ 3.14*
Instrument Man 42.50 2.55*
Rodman 35.49 2.33*
* To be allocated at a future date
SUPPLEMENTAL BENEFITS
~ Per Hour: 07/01/2012
All Catorgories
Straight Time: $ 29.78
Premium:
~' Time & 1/2 $ 38.47
Double Time $ 53.16
OVERTIME PAY
See (B, *E, O) 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
9-15Dh
Operating Engineer -Heavy&Highway 12/01/2012
JOB DESCRIPTION Operating Engineer- Heavy&Highway DISTRICT 8
Page 51
i11r
%;
Iltr
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
Last Published on Dec 01 2012 PRC Number 2012009946 Dutchess County
ENTIRE COUNTIES
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),
Drag4ine,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 fl-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.
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(All 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.
rr. GROUP IV-A: Service Man (Fuel Truck), Service Man (Grease Truck).
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),
i`. 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 I $ 52.23 $ 53.38
brr 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
Iln 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
Page 52
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
Last Published on Dec 01 2012 PRC Number 2012009946 Dutchess County
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 '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)
Journeyman: 07/01 /2012 03/04/2013
$16.37 on all
hours paid
PLUS $7.65
limited to
first 40 hours
worked.
PLUS $1.00 per
hour on all
hours worked.
OVERTIME PAY
See (B, E, E2, O, "`U) on OVERTIME PAGE
HOLIDAY
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.
Note: If employees are required to work on Easter Sunday
they shall be paid at the rate of triple time.
$16.80 on all
hours paid
PLUS $8.00
limited to
first 40 hours
worked.
PLUS $1.00 per
hour on all
hours worked.
REGISTERED APPRENTICES
(1)year terms at the following rate.
07101 /2012 03/04/2013
1st term $ 21.75 $ 22.22
2nd term 26.10 26.66
3rd term 30.45 31.11
4th term 34.80 35.55
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
hours worked. hours worked.
8-137HH
O eratin En ineer - Hea 8~Hi hwa 12/01/z01Z
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
ib
Page 53
Yr
it
rw
Y~r
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 mandate y t e
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 manufacturers rating of 49 ton and below, including boom trucks.
Prevailing Wage Rates for 07/01/2012 - 06130/2013 Published by the New York State Department of Labor
Last Published on Dec 01 2012 PRC Number 2012009946 Dutchess County
Dutchess: Defined as north of the northern boundary line of City of Poughkeepsie then due east to Route 115 to Bedelt Road then east
Route 343 then a ong Routea343 east to thenno hem boundary ofTown o Do eoplar'Roand east along the northern boundary of Towntof
Dover Plains to Connecticut.
WAGES
CLASSIFICATION A:
Asphalt Curb Machine (Self Propelled, Slipform), Automated Concrete Spreader (CMI Type}, Automatic Fine Grader, Backhoe (Except
Tractor Mounted, Rubber Tired), Backhoe Excavator Full Swing (CAT 212 or similar type), Back Filling Machine, Belt Placer (CMI Type),
Blacktop Plant (Automated), Boom truck, Cableway, Caisson Auger, Central Mix Concrete Plant (Automated), Concrete Curb Machine (Self
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, Quarry 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, Vac Truck, 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 (jacking 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.
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
SUPPLEMENTAL BENEFITS
Per hour worked
f1~r
Journeyman $ 22.60
$ 23.35 $ 24.10
)
OVERTIME PAY
See (B, E, O) on OVERTIME PAGE
HOLIDAY
Paid: See (5, 6) on HOLIDAY PAGE
Page 54
~ Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
Last Published on Dec 01 2012 PRC Number 2012009946 Dutchess County
Overtime: See (5, 6) on HOLIDAY PAGE
~ Note: If the holiday falls on Sunday, it will be celebrated on Monday. If the holiday falls on a Saturday, it will be celebrated on Saturday.
REGISTERED APPRENTICES
Wages per hour
~+ 1000 hours terms at the following percentage of Journeyman's wage Class B
1st 2nd 3rd 4th
``' 60% 70% 80% 90%
fM
Supplemental Benefits per hour worked
07/01 /2012 07/01 /2013 07101 /2014
~ All Terms $ 18.00 $ 18.75 $ 19.50 1-158H/H Alb
O eratin En ineer - Hea &Hi hwa -Tunnel 12107/2012
JOB DESCRIPTION Operating Engineer -Heavy&Highway -Tunnel DISTRICT 8
ENTIRE COUNTIES
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 & 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,
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 Tournapull(Scrapers over 20 yards struck), Log Skidder, Moveable
Concrete Barrier Transfer & Transport Vehicle, Mucking Machines. Overhead Crane, Paver(concrete), Pulsemeter, Push Button(Buzz
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
j~ Helper.
GROUP V-A: Engineer(Pile Driver), Engineer(all Tower Cranes, all Climbing Cranes & all cranes of 100 ton capacity or greater), Helicopter
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.
Page 55
Prevailing Wage Rates for 07/01!2012 - 06/3012013
Last Published on Dec 01 2012
WAGES: (per hour)
07/01 /2012
GROUP I $ 52.23
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:
Journevworker:
L
07/01 /2012
$ 16.37 all
hours paid
+$7.65 first 40
hours worked
+$1.00 for all
hours worked
Published by the New York State Department of Labor
PRC Number 2012009946 Dutchess County
03/04/2013
$5338
03/04/2013
$ 16.80 all
hours paid
+$g.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
1st year 1st 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: 07/01 /2012 03/04/2013
$16.37a11 $16.OOall
Page 56
~ Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
Last Published on Dec 01 2012 PRC Number 2012009946 Dutchess County
All Class D $ 7.85 plus 8%
iM of straight time
wage overtime hours
add $ 0.33
OVERTIME PAY
ii" See (B, F, R) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
,~„ Overtime: See (5, 6, 8, 15, 26) on HOLIDAY PAGE
4-25a-MarConst
Operating Enqineer -Survey Crew 12/01/2012
JOB DESCRIPTION Operating Engineer -Survey 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 tb 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 survey 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, O) 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.
1st year 60% $ 17.91
2nd year 70% 20.89
3rd year 80% 23.88
SUPPLEMENTAL BENEFITS:
$ 21.75
~ 6-545 D.H.H.
Operating Enqineer -Survey Crew - Consulting Enqineer 12/01/2012
~ 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
Page 58
its
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
Last Published on Dec 01 2012 PRC Number 2012009946 Dutchess County
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:
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.
07/01 /2012
Survey Rates:
Party Chief $ 32.62
Instrument/Rodperson 2985
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, O) on OVERTIME PAGE
HOLIDAY
Paid: See (5, 6) on HOLIDAY PAGE
Overtime: See (5, 6) on HOLIDAY PAGE
6-545 DCE
Operating Engineer -Tunnel 12/01/2012
JOB DESCRIPTION Operating Engineer -Tunnel DISTRICT 5
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
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.
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
(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).
Page 59
ti
fi
+rr
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
Last Published on Dec 01 2012 PRC Number 2012009946 Dutchess County
` 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
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
~Yr 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);
Road Widener; Roller (all above sub-grade); Sea Muls; Shotcrete Mach.; Shovel (Topside); Tractor with Dozer and/or Pusher; Trencher;
Tugger Hoist; Tunnel Locomotive; Winch and Winch Cat.
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);
1w 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
~w and Track Liner (Ride-on); Tractor (with towed accessories); Vibratory Compactor; Vibro 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
s
it 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.
i1r Per hour: 07/01/2012 07/01/2013 07/01/2014
Crane 1 $ 41.28 $ 42.48 $ 43.68
rlr Crane 2 40.28 41.48 42.68
Crane 3 39.28 40.48 41.68
iiw.
Master Mechanic 39.41 40.61 41.81
jy„i, CLASS A 37.28 38.48 39.68
CLASS B 36.06 37.26 38.46
W 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, O) 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.
1st 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
5-832TL.
~ Painter 12/01/2012
Page 60
~'
rr
Prevailing Wage Rates for 07/01/2012 - 06/30/2013
Last Published on Dec 01 2012
JOB DESCRIPTION Painter
ENTIRE COUNTIES
Columbia, Dutchess, Greene, Orange, Sullivan, Ulster
WAGES
~„ Per hour
07/01 /2012 05!01 /2013
An Additional
Published by the New York State Department of Labor
PRC Number 2012009946 Dutchess County
DISTRICT 1
Brush/Paper Hanger $ 28.69 $ 2.25*
Dry Wall Finisher 28.69 2 25*
Lead Abatement 28.69 2 25*
Sandblaster-Painter 28.69 2.25*
Spray Rate 29.69 2 25*
(*) To be allocated at a later date
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
work performed on tanks (100,000 gallons or over twenty feel high), ALL BRIDGES, towers, smoke stacks, flag poles. Rate shall apply to all
of said areas from the ground up.
SUPPLEMENTAL BENEFITS
Per hour worked
irr Journeyman $ 17,28
OVERTIME PAY
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
Six (6) month terms at the following percentage of Journeyman's wage
1st 2nd 3rd 4th 5th 6th
40% 50% 60% 70% 80% 90%
Supplemental Benefits per hour worked
Iw
1st term $ 8,39
All others 17.29
1-155
~"' Painter -Bridge 8~ Structural Steel 12/01/2012
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
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
contract must be ONLY for Bridge Painting.
SUPPLEMENTAL BENEFITS
Per Hour Worked:
07/01 /2012 10/1 /2012
Page 61
iile
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
Last Published on Dec 01 2012 PRC Number 2012009946 Dutchess County
Journeyworker $ 26.80* $ 27.05
$ 31.04**
Hourly Rate after 40 hours
from May 1st 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:
This rate shall be paid up to maximum of forty (40) hours worked per week. For all hours exceeding 40, the hourly rate shall drop to the
hourly rate shown above by date.
EXCEPT for the first and last week of employment on the project, and for the weeks of Memorial Day, Independence Day and Labor Day,
Yr this rate shall be paid for the actual number of hours worked.
**For the period of November 16th to April 30th:
This rate shall be paid up to a maximum of fifty (50) hours worked per week. For all hours exceeding 50, the hourly rate shall drop to the
(~, hourly rate shown above by date.
OVERTIME PAY
See (A, F, R) on OVERTIME PAGE
NOTE: Calculate overtime rate as follows: Bridge Painting and Power Tool/Spray titles subtract $4.98 from the hourly rate.
~ HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (4, 6) on HOLIDAY PAGE
REGISTERED APPRENTICES
(Wage per hour Worked):
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 12/01/2012
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
WAGES
Per hour:
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**
** 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
~r Per hour paid: 07/01/2012
Journeyworker:
Striping-Machine operator $ 14.18
Linerman Thermoplastic $ 14.55
OVERTIME PAY
Page 62
~ Prevailing Wage Rates for 07!01/2012 - 06/30/2013 Published by the New York State Department of Labor
Last Published on Dec 01 2012 PRC Number 2012009946 Dutchess County
See ('B, "B2, 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
9-8A/28A-LS
Painter -Metal Polisher 12/01/2012
JOB DESCRIPTION Painter -Metal Polisher DISTRICT 9
ENTIRE COUNTIES
Albany, Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware,
Dutchess, Ene, 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 $ 26.11
Metal Polisher" $ 27.02
Metal Poilsher"` $ 29.61
l~r
"Note: Applies on New Construction & complete renovation
**' Note: Applies when working on scaffolds over 34 feet.
SUPPLEMENTAL BENEFITS
iYn Per Hour: 07/01/2012
Journeyworker:
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-M P
Plumber 12!01!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
(per hour)
07/01 /2012
Plumber &
Steamfitter $ 44.54
SHIFT WORK
w
Page 63
ilrr
~r
firr
Prevailing Wage Rates for 07/01!2012 - 06/30/2013 Published by the New York State Department of Labor
Last Published on Dec 01 2012 PRC Number 2012009946 Dutchess County
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.
Per hour:
Journeyworker:
**Not Subject to Overtime
$ 24.19 per hour paid
+ 2.73 per hour worked**
OVERTIME PAY
See (B, *E, O, 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 APPR ENTICES
(1)year terms at the following rates.
i~r 1st year $ 16.78
2nd year 23.40
3rd year 27.19
4th year 32.76
~,. 5th year 37.91
Supplemental Benefits per hour:
Apprentices
1st year $ 10.62 per hour paid
+ 1.16 per hour worked
2nd year 13.43 per hour paid
~, + 1.30 per hour worked
3rd year 15.47 per hour paid
+ 1.60 per hour worked
ri
4th year 17.13 per hour paid
+ 2.36 per hour worked
~ 5th year 18.82 per hour paid
+ 2.36 per hour worked
SUPPLEMENTAL BENEFITS
8-21.2-SF
Plumber -HVAC /Service 12101!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*
ilir~ (Dutchess and Ulster County Only) $ 34.89
*Repairs, replacements and alteration work is any repair or replacement of a present plumbing system that does not change existing
III roughing or water supply lines.
Page 64
it
1r
Prevailing Wage Rates for 07/01/2012 - 06!30/2013 Published by the New York State Department of Labor
Last Published on Dec 01 2012 PRC Number 2012009946 Dutchess County
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**
Journeyworker Jobbing Alterations
$ 19.63 per hour paid
+ 2.73 per hour worked**
** Not subject to overtime
OVERTIME PAY
See (B, *E, O, 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
1st yr. 2nd yr. 3rd yr.
07/01 /2012 $ 17.54 $ 20.46 $ 25.67
Supplemental Benefits per hour worked:
Apprentices 07/01 /2012
1st 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
Supplemental Benefits per hour worked:
Apprentices 07/01 /2012
1st term $ 8.27 per hour paid
+ 0.50 per hour worked
IYr
2nd term $ 10.80 per hour paid
+ 0.93 per hour worked
~ 3rd term $ 11.94 per hour paid
Page 65
Vii.
Prevailing Wage Rates for 07101/2012 - 06!30/2013 Published by the New York State Department of Labor
Last Published on Dec 01 2012 PRC Number 2012009946 Dutchess County
+ 1.05 per hour worked
ilrr
4th term $ 14.49 per hour paid
+ 1.46 per hour worked
~' 5th term $ 15.52 per hour paid
+ 1.90 per hour worked
8-21.1 &2-SF/Re/AC
liar Roofer 12/01/2012
JOB DESCRIPTION Roofer DISTRICT 9
~ ENTIRE COUNTIES
Bronx, Dutchess, Kings, New York, Orange, Putnam, Queens, Richmond, Rockland, Sullivan, Ulster, Westchester
WAGES
Per Hour: 07/01/2012
Itr
Roofer/Waterproofer $ 39.00
SUPPLEMENTAL BENEFITS
Journeyworker $ 27.92
~' OVERTIME PAY
See (B, H) on OVERTIME PAGE
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.
1st 2nd 3rd 4th
~ 35% 50% 60% 75%
Supplements per hour paid at the following rates:
Apprentice: 1st 2nd 3rd 4th
$4.24 $14.13 $16.88 $21.03
rr
9-8R
5heetmetal Worker 12/01/2012
~ JOB DESCRIPTION Sheetmetal Worker DISTRICT 8
ENTIRE COUNTIES
Dutchess, Orange, Putnam, Rockland, Sullivan, Ulster, Westchester
~- WAGES
07/01 /2012
SheetMetal Worker $ 41.81
it 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
jr 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
Page 66
(
11r
irr
~Ilr
Prevailing Wage Rates for 07/01/2012 - 06/30/2013
last Published on Dec 01 2012
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 8, 13, 16, 23) on HOLIDAY PAGE
REGISTERED APPRENTICES
1st 2nd 3rd 4th 5th
$15.43 $17.35 $ 19.28 $ 21.21 $ 23.13
Supplemental Benefits per hour
Apprentices
1st term $ 14.03
2nd term 15.80
3rd term 17.55
4th term 19.31
5th term 21.07
6th term 22.81
7th term 24.29
8th term 25.55
Published by the New York State Department of Labor
PRC Number 2012009946 Dutchess County
6th 7th 8th
$ 25.07 $ 27.27 $ 29.70
8-38
Sprinkler Fitter 12101/2012
JOB DESCRIPTION Sprinkler Fitter DISTRICT 1
ENTIRE COUNTIES
Dutchess, Orange, Putnam, Rockland, Sullivan, Ulster, Westchester
WAGES
Per hour
07101 /2012 01 /01 /2013
Sprinkler $ 39.08 $ 39.08
Fitter
SUPPLEMENTAL BENEFITS
Per hour worked
Journeyman $ 20.65 $ 20.80
OVERTIME PAY
See (B, E, O) 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
day shall be at the double time rate.
REGISTERED APPRENTICES
Wages per hour
For Apprentices HIRED PRIOR TO 04/01/2010:
One Half Year terms at the following wage
1st 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
1st & 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
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:
Page 67
~ Published b the New York State De artment of Labor
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Y P
Last Published on Dec 01 2012 PRC Number 2012009946 Dutchess County
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 /01 /2013
1st 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
8th Term 15.66 15.81
9th Term 15.72 15.87
10th Term 15.78 15.93
~r
1-669.2
Surve Crew Consultin 12/01/2012
irr
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
j® 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.
i(rr
WAGES: (per hour)
07/01 /2012
~, Survey Rates:
Party Chief..... $ 33.70
Instrument Man.. ~ $ 28.38
Rodman.......... $ 25.02
SUPPLEMENTAL BENEFITS
Per Hour:
All Crew Members: $ 11.70
OVERTIME PAY
OVERTIME:.... See (B, Ems, Q, V) ON OVERTIME PAGE.
`Doubletime paid on the 9th hour on Saturday.
HOLIDAY
Paid: See (5, 6, 7, 11, 16) on HOLIDAY PAGE
Overtime: See (5, 6, 7, 11, 16) on HOLIDAY PAGE
9-15dconsult
Teamster - Buildin / Heav B~Hi hwa 12/0112012
JOB DESCRIPTION Teamster- Building /Heavy&Highway DISTRICT 11
1`
ENTIRE COUNTIES
Dutchess, Orange, Rockland, Sullivan, Ulster
' WAGES
it GROUP 1: LeTourneau Tractors, Double Barrel Euclids, Athney Wagons and similar equipment (except when hooked to scrapers), Low
Beds, 1-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.
~Ir GROUP 1A: Drivers on detachable Gooseneck Low Bed Trailers rated over 35 tons.
Page 68
~ Prevailing Wage Rates for 07/01/2012 - 06/30/2013
Last Published on Dec 01 2012
Published by the New York State Department of Labor
PRC Number 2012009946 Dutchess Countv
GROUP 2: All equipment 25 yards and up to and including 30 yard bodies and cable Dump Trailers and Powder and Dynamite Trucks.
it
GROUP 3: All Equipment up to and including 24-yard bodies, Mixer Trucks, Dump Crete Trucks and similar types of equipment, Fuel Trucks
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
GROUP 1A 31.49 31.89
GROUP 2 29.79 30.19
'`' GROUP 3 29.57 29.97
~w GROUP 4 29.46 29.86
GROUP 5 29.34 29.74
GROUP 6 29.34 29.74
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:
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
yr 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.
jy *Holidays worked on Saturday, code T applies.
'*Holidays worked on Sunday, code U applies.
11-445 B/H H
~, Welder 12/01/2012
JOB DESCRIPTION Welder DISTRICT 1
ENTIRE COUNTIES
qtr 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, S.t. Lawrence, Steuben, Suffolk, Sullivan, Tioga, Tompkins,
t` Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates
Vr
WAGES
Per hour 07/01/2012
Welder (To be paid the same rate of the mechanic performing the work)
OVERTIME PAY
HOLIDAY
Irr
1-As Per Trade
Page 69
~ Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
Last Published on Dec 01 2012 PRC Number 2012009946
,,, Overtime Codes
Following is a n explanation of the code(s) listed in the OVERTIME section of each classification contained in the attached schedule.
Additional req uirements may also be listed in the HOLIDAY section.
ilr
(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
(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 1st 8 hours on Saturday.
1rr Double the hourly rate for all additional hours
( B2) Time and one half of the hourly rate after 40 hours per week
(C) Double the hourly rate after 7 hours per day
(C1) Double the hourly rate after 7 and one half hours per day
(D) Double the hourly rate after 8 hours per day
( D1) Double the hourly rate after 9 hours per day
(E) Time and one half of the hourly rate on Saturday
it
( 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
(H) Time and one half of the hourly rate on Saturday, Sunday, and Holidays
(I) Time and one half of the hourly rate on Sunday
(J) Time and one half of the hourly rate on Sunday and Holidays
(K) Time and one half of the hourly rate on Holidays
(L) Double the hourly rate on Saturday
(M) Double the hourly rate on Saturday and Sunday
(N) Double the hourly rate on Saturday and Holidays
(O) Double the hourly rate on Saturday, Sunday, and Holidays
(P) Double the hourly rate on Sunday
~ (O) Double the hourly rate on Sunday and Holidays
(R) Double the hourly rate on Holidays
+Ir (S) Two and one half times the hourly rate for Holidays, if worked
( S1) Two and one half times the hourly rate the first 8 hours on Sunday or Holidays One and one half times the
hourly rate all additional hours.
(T) Triple the hourly rate for Holidays, if worked
Page 70
Wlr
Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor
Last Published on Dec 01 2012 PRC Number 2012009946
,~ (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
i~
Page 71
r11~
}"
~ Prevailing Wage Rates for 07/01/2012 - 06/30!2013 Published by the New York State Department of Labor
Last Published on Dec 01 2012 PRC Number 2012009946
Holiday Codes
PAID Holidays:
Paid Holidays are days for which an eligible employee receives a regular day's pay, but is not required to perform work. If an employee
works on a day listed as a paid holiday, this remuneration is in addition to payment of the required prevailing rate for the work actually
performed.
OVERTIME Holiday Pay:
~, Overtime holiday pay is the premium pay that is required for work performed on specified holidays. It is only required where the employee
actually performs work on such holidays. The applivable 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 ah 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
Ir
(2) Labor Day
(3) Memorial Day and Labor Day
(4) Memorial Day and July 4th
(5) Memorial Day, July 4th, and Labor Day
rr (6) New Year's, Thanksgiving, and Christmas
(7) Lincoln's Birthday, Washington's Birthday, and Veterans Day
(8) Good Friday
(9) Lincoln's Birthday
( 10) Washington's Birthday
( 11) Columbus Day
( 12) Election Day
ri
( 13)
Presidential Election Day
( 14) 1/2 Day on Presidential Election Day
~+ (15) Veterans Day
( 16) Day after Thanksgiving
1w (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
Iles (26) Martin Luther King, Jr. Day
( 27) Memorial Day
rr
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 (518) 485-1870 or mail this form for new schedules or for determination for additional occupations.
This Form Must Be Typed
Submitted By:
(Check Only One) ^ Contracting Agency ^ Architect or Engineering Firm ^ Public Work District Office Date:
A. Public Work Contract to be let by: (Enter Data Pertaining to Contracting/Public Agency)
1. Name and complete address (- (Check if new or change) 2, NY State Units (see Item 5)
Telephone: ( )
E-Mail:
^ 01 DOT
^ 02 OGS
^ 03 Dormitory Authority
^ 04 State University
Construction Fund
^ 05 Mental Hygiene
Facilities Corp.
^ 06 OTHER N.Y. STATE UNIT
Fax: ( )
^ 07 City
^ 08 Local School District
^ 09 Special Local District, i.e.,
Fire, Sewer, Water District
^ 1 O Village
^ 11 Town
^ 12 County
^ 13 Other Non-N.Y. State
(Describe)
3. SEND REPLY TO ~ ^ check if new or change)
Name and complete address:
11
r
ar
iilr
lr
illy
its
i~
4. SERVICE REQUIRED. Check appropriate box and provide project
information.
^ New Schedule of Wages and Suoolements.
APPROXIMATE BID DATE
^ Additional Occupation and/or Redetermination
Telephone:( ) Fax: ( ) PRC NUMBER ISSUED PREVIOUSLY FOR OFFICE USE ONLY
E-Mail: THIS PROJECT
B. PROJECT PARTICULARS
e. Project Title s. Location of Project:
Location on Site
Description of Work
Route No/Street Address
Village or City
Contract Identification Number Town
Note: For NYS units, the OSC Contract No. County
7. NatUfe Of PfOjeCt -Check One: 8. OCCUPATION FOR PROJECT
^ 1. New Building
^ 2. Addition to Existing Structure ^ Construction (Building, Heavy ^ Guards, Watchmen
Hi hwa /Sewer/Water
g y )
^
Janitors, Porters, Cleaners,
^ 3. Heavy and Highway Construction (New and Repair) ^ Tunnel Elevator Operators
^ 4. New Sewer or Waterline Residential
^
^
Moving furniture and
^ 5. Other New Construction (Explain) ^ Landscape Maintenance equipment
^ 6. Other Reconstruction, Maintenance, Repair or Alteration ^ Elevator maintenance ^ Trash and refuse removal
^ 7. Demolition
^ Exterminators, Fumigators
^
Window cleaners
^ 8. Building Service Contract ^ Fire Safety Director, NYC Only ^ Other (Describe)
9. Has this project been reviewed for compliance with the Wicks Law involving separate bidding? YES ^ NO ^
10. Name and Title of Requester
Signature
PW-39 (04.11) SEE PAGE TWO FOR LAWS RELATING TO PUBLIC WORK CONTRACTS
lr
Yrr
Iwo
~:
-,
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/searchPage.do
~r
_F .
NYSDOL Bureau of Public Work Debarment List 12/06/2012
Article 8
AGENCY Fiscal Offices FEIN EMPLOYER NAME .EMPLOYER ADDRESS DEBARMENT .DEBARMENT
DBA NAME START DATE 'END DATE
DOL NYC A & T IRON WORKS INC 25 CLIFF STREET 12/21/2009 12!21/2014
NEW ROCHELLE NY 10801
DOL DOL ""`0711 A ULIANO & SON LTD 22 GRIFFEN COURT 10/26/2010 10/26/2015
MILLER PLACE NY 11746
DOL DOL A ULIANO CONSTRUCTION 22 GRIFFEN COURT 10/26/2010 10/26/2D15
MILLER PLACE NY 11746
DOL NYC ""`5804 AAR/CO ELECTRIC INC 5902 AVENUE N 03/20/2009 03/20/2014
BROOKLYN NY 11234
DOL NYC ""`4486 ABBEY PAINTING CORP 21107 28TH AVENUE 07/02/2012 07/02/2017
BAYSIDE NY 11360
DOL DOL ""`9095 ABDO TILE CO 6179 EAST MOLLOY ROAD 06/25/2010 07/02/2017
EAST SYRACUSE NY 13057
DOL DOL ""`9095 ABDO TILE COMPANY 6179 EAST MOLLOY ROAD 06/25/2010 07/02/2017
EAST SYRACUSE NY 13057
DOL DOL ""'0635 ABOVE ALL PUMP REPAIR 360 KNICKERBOCKER 10/20/2008 10/20/2013
CORP AVENUE
HATAVIA NY 11716
DOL NYC ""'5022 ACE DRYWALL SYSTEMS INC. 194 ASHLAND PLACE 03/06/2008 03/06/2013
BROOKLYN NY 11217
DOL AG ""`8219 ACTIVE CABLING INC C/O FRANK DECAPITE 10/02/2008 10/01/2013
7 SYCAMORE ROAD
DRWOODBURY NY 11797
DOL DOL ADAM A CEMERYS 2718 CURRY ROAD 07/08/2010 07/08/2015
SCHENECTADY NY 12303
DOL DOL ""`7584 ADAM'S FLOOR COVERING 2718 CURRY ROAD 07/08!2010 02/15/2017
LLC SCHENECTADY NY 12303
DOL DOL AFFORDABLE PAINTING PLUS 367 GREEVES ROAD 10/01/2010 10/01/2015
NEW HAMPTON NY 10958
DOL DOL ALBERT CASEY 43-28 54TH STREET 07/01/2011 07/01/2016
WOODSIDE NY 11377
DOL DOL ALL TOWNS MECHANICAL BARRY 18 EAST SUNRISE HIGHWAY 01/21/2008 01/21/2013
MORRIS FREEPORT NY 11758
DOL DOL ""'8740 ALLSTATE ENVIRONMENTAL C/O JOSE MONTAS 03/18!2011 03/15/2017
CORP 27 BUTLER PLACEYONKERS
NY 10710
DOL DOL ""`8534 ALPHA INTERIORS INC 513 ACORN STREET/ SUITE C 05/27/2010 05/27/2015
DEER PARK NY 11729
DOL DOL ""'8291 AMIR'S VISION INC 230 PRATT STREET 09!17/2008 09/17/2013
BUFFALO NY 14204
DOL NYC ANDERSON LOPEZ 670 SOUTHERN BLVD 06/14/2011 06!14/2016
BRONX NY 10455
DOL DOL ""'0860 ANDREA STEVENS STEVENS 2458 EAST RIVER ROAD 01/23/2008 01/23/2013
TRUCKING CORTLAND NY 13045
DOL AG ANTHONY BRANCA 700 SUMMER STREET 11/24/2009 11/24/2014
STAMFORD CT
DOL DA ANTHONY CARDINALE 588 59TH STREET 05/16/2012 05/16/2017
MASPETH NY 11378
DOL DOL ANTHONY POSELLA 30 GLEN HOLLOW 10/19/2009 10/19/2014
ROCHESTER NY 14622
DOL DOL ANTHONY TAORMINA 215 MCCORMICK DRIVE 05/20/2009 05/20/2014
BOHEMIA NY 11716
DOL DOL ANTHONY ULIANO 22 GRIFFEN COURT 10/26/2010 10!26/2015
MILLER PLACE NY 11746
DOL DOL ""'3020 APCO CONTRACTING CORP 24 SOUTH MARYLAND 09/24/2012 09/24/2017
AVENUE
PORT WASHINGTON NY
11050
DOL DOL ""`8688 ARC MECHANICAL CORP 215 MCCORMICK DRIVE 05/20/2009 05/20/2014
BOHEMIA NY 11716
DOL DOL ""`8482 ARGO CONTRACTING CORP 5752 WEST WEBB ROAD 05/21/2008 05/21/2013
YOUNGSTOWN OH 44515
DOL NYC ARIE BAR 5902 AVENUE N 03!20/2009 03/20/2014
BROOKLYN NY 11234
DOL DOL ARTHUR C OSUORAH PO BOX 1295 02/15/2008 02/15/2013
BUFFALO NY 14215
DOL DOL ""'8027 ARTHUR DESIGN ENGINEERS PO BOX 1295 02/15/2008 02/15/2013
8 ASSOCIATES BUFFALO NY 14215
DOL DOL ""'9336 ARTIERI SPECIALTIES LLC SWITZER 107 STEVENS STREET 11/04/2009 11/04/2014
SALES LOCKPORT NY 14094
DOL DOL ""`2993 AST DRYWALL & ACOUSTICS 46 JOHN STREET - STE 711 12/16/2008 12/16/2013
INC NEW YORK NY 10038
DOL DOL ""'2534 B & B CONCRETE 55 OLD TURNPIKE ROAD 02/04/2011 02/04/2016
CONTRACTORS INC SUITE 612NANUET NY 10954
DOL NYC BASIL ROMEO 243-03 137TH AVENUE 03/25/2010 03/25/2015
ROSEDALE NY 11422
Page 1 of 10
r
NYSDOL Bureau of Public Work Debarment List 12/06/2012
Article 8
i~.
r
DOL DOL BEATRICE ORTEGA 764 BRADY AVE -APT 631 05/21/2008 05/21/2013
BRONX NY 10462
DOL DOL ""`2294 BEDELL CONTRACTING CORP 2 TINA LANE 01!06/2012 01/06/2017
HOPEWELL JUNCTION NY
12533
DOL DOL BENNY VIGLIOTTI C10 LUVIN CONSTRUCTION 03/15/2010 03/15/2015
CO
P O BOX 357CARLE PLACE NY
11514
DOL NYC BERNARD COHNEN 193 HARWOOD PLACE 05/14/2008 05/14/2013
PARAMUS NJ 07652
DOL DOL ""'6999 BEST ROOFING OF NEW 30 MIDLAND AVENUE 11/05/2010 11/05/2015
JERSEY LLC WALLINGTON NJ 07057
DOL DOL ""`9890 BETTY JOE FRAZIER NOBLE 23960 WHITE ROAD 02/14/2008 02/14/2013
CONSTRUCTI WATERTOWN NY 13601
ON GROUP
DOL DOL BIAGIO CANTISANI 200 FERRIS AVENUE 12/04!2009 05/04/2017
WHITE PLAINS NY 10603
DOL DOL *""0818 BLASTEC INC MILLER 121 LINCOLN AVENUE 02/21/2008 02/2112013
SANDBLASTIN ROCHESTER NY 14611
G 8 PAINTING
DOL DOL ""`8501 BLOCKHEAD CONCRETE & P O BOX 71 09/03/2008 09/03/2013
PAVING INC CHEEKTOWAGA NY 14225
DOL NYC ""`8377 BOSPHORUS CONSTRUCTION 3617 KINGS HIGHWAY-STE 1D 06/30/2010 06/30/2015
CORPORATION BROOKLYN NY 11234
DOL DOL BRIAN HOXIE 2219 VALLEY DRIVE 12/04/2009 12/04/2014
SYRACUSE NY 13207
DOL DOL ""'4311 C & F SHEET METAL CORP 201 RICHARDS STREET 02/25/2009 02/24/2014
BROOKLYN NY 11231
DOL DOL CANTISANI & ASSOCIATES 442 FERRIS AVENUE 12/04/2009 05/04/2017
LTD WHITE PLAINS NY 10603
DOL DOL CANTISANI HOLDING LLC 220 FERRIS AVENUE 05/04/2012 05/04/2017
WHITE PLAINS NY 10603
DOL DOL ""'1143 CARMODY BUILDING CORP 442 ARMONK ROAD 05/04/2012 05/04/2017
MOUNT KISCO NY 10549
DOL DOL ""`3368 CARMODY CONCRETE CORP 442 ARMONK ROAD 12/04/2009 05/04!2017
MOUNT KISCO NY 10549
DOL DOL CARMODY CONTRACTING 220 FERRIS AVENUE 05/04/2012 05/04/2017
CORP WHITE PLAINS NY 10603
DOL DOL ""'6215 CARMODY CONTRACTING INC 220 FERRIS AVENUE 05/04/2012 05/04/2017
WHITE PLAINS NY 10603
DOL DOL CARMODY ENTERPRISES LTD 220 FERRIS AVENUE 12/04/2009 05/04/2017
WHITE PLAINS NY 10603
DOL DOL ""'3812 CARMODY INC 442 ARMONK ROAD 12/04/2009 05/04/2017
MOUNT KISCO NY 10549
DOL DOL ""'3812 CARMODY INDUSTRIES INC 442 FERRIS AVENUE 05/0412012 05/04/2017
WHITE PLAINS NY 10603
DOL DOL CARMODY MAINTENANCE 105 KISCO AVENUE 05/04/2012 05/04/2017
CORP MOUNT KISCO NY 10549
DOL DOL ""`0324 CARMODY MASONRY CORP 442 ARMONK ROAD 12/04!2009 05/04/2017
MOUNT KISKO NY 10549
DOL DOL ""`3812 CARMODY"2" INC 220 FERRIS AVENUE 12/04/2009 05/04/2017
WHITE PLAINS NY 10603
DOL DOL ""`9721 CATENARY CONSTRUCTION 112 HUDSON AVENUE 02/14/2006 10/20/2014
CORP ROCHESTER NY 14605
DOL DOL ""'1683 CATONE CONSTRUCTION 294 ALPINE ROAD 03/09/2012 03/09/2017
COMPANY INC ROCHESTER NY 14423
DOL DOL CATONE ENTERPRISES INC 225 DAKOTA STREET 03/09/2012 03/09/2017
ROCHESTER NY 14423
DOL DOL ""'7924 CBI CONTRACTING 2081 JACKSON AVENUE 06/03/2010 06/03!2015
INCORPORATED COPIAGUE NY 11726
DOL DOL CHARLES MURDOUGH 203 KELLY DRIVE 03/26/2008 03/26/2013
EAST AURORA NY 14052
DOL DOL CHARLES OKRASKI 67 WARD ROAD 01/21!2011 01/21/2016
SALT POINT NY 12578
DOL DOL CHARLES RIBAUDO 513 ACORN ST - SUITE C 05/27/2010 05/27/2015
DEER PARK NY 11729
DOL DOL ""`1416 CHEROMINO CONTROL 61 WILLET ST -SUITE 14 12/03/2009 02!23!2017
GROUP LLC PASSAIC NJ 07055
DOL DOL CHESTER A BEDELL 1233 WALT WHITMAN ROAD 04/29/2008 04/29/2013
MELVILLE NY 11747
DOL DOL CHRIS SAVOURY 44 TRIFLES-MT IVY ROAD 10114/2011 10/14/2016
POMONA NY 10970
DOL DOL CHRIST R PAPAS C/O TRAC CONSTRUCTION 02/03!2011 02/03!2016
INC
9091 ERIE ROADANGOLA NY
14006
Page 2 of 10
Ir
NYSDOL Bureau of Public Work Debarment List 12/06/2012
Article 8
DOL DOL CHRISTOF PREZBYL 2 TINA LANE 01/06/2012 01/06/2017
HOPEWELL JUNCTION NY
12533
DOL DOL CITY GENERAL BUILDERS INC 131 MELROSE STREET 03/02/2010 03/02/2015
BROOKLYN NY 11206
DOL DOL ""`7086 CITY GENERAL IRON WORKS 131 MELROSE STREET 03/02/2010 03/02/2015
INC BROOKLYN NY 11206
DOL DOL "**'S329 CNY MECHANICAL P O BOX 250 11/06/2008 11/06/2013
ASSOCIATES INC EAST SYRACUSE NY 13057
DOL NYC '*"`1768 COFIRE PAVING 120-30 28TH AVENUE 01/14/2011 01/14/2016
CORPORATION FLUSHING NY 11354
DOL DOL ""'8342 CONKLIN PORTFOLIO LLC 60 COLONIAL ROAD 02/15/2011 02/15/2016
STILLWATER NY 12170
DOL DOL ""`5740 CORTLAND GLASS COMPANY 336 TOMPKINS STREET 10/21/2010 07/15!2016
INC CORTLAND NY 13045
DOL NYC '*'*`8777 CROSSLAND ELECTRICAL 846 EAST 52ND STREET 12/19/2008 12/29/2013
SYSTEMS INC BROOKLYN NY 11203
DOL DOL ""`0115 CROW AND SUTTON 949 GROVESIDE ROAD 08/27/2008 08/27/2013
ASSOCIATES INC BUSKIRK NY 12028
DOL DOL **'**4266 CRYSTAL INTERIOR 922 CRESCENT STREET 05/21/2008 05/21/2013
CONTRACTING INC BROOKLYN NY 11208
DOL DOL ""`1804 CUSTOM GARDEN 283 NORTH MIDDLETOWN 09/28/2009 09/28/2014
LANDSCAPING INC ROAD
PEARL RIVER NY 10965
DOL DOL *""9453 D & D MASON CONTRACTORS 158-11 96TH STREET 06/25/2009 06/25/2014
INC HOWARD BEACH NY 11414
DOL DOL ""`0810 D & G PAINTING & 53 LITTLE COLLABAR ROAD 04/19/2012 04!19/2017
DECORATING INC MONTGOMERY NY 12549
DOL DOL D JAMES SUTTON 949 GROVESIDE ROAD 08/27/2008 08/27/2013
BUSKIRK NY 12028
DOL DOL DANIEL CELLUCCI ELECTRIC 17 SALISBURY STREET 06/02/2010 06/02/2015
GRAFTON MA 01519
DOL DOL '*"'7129 DANIEL T CELLUCCI DANIEL 17 SALISBURY STREET 06/02/2010 06/02/2015
CELLUCCI GRAFTON MA 01519
ELECTRIC
DOL DOL DARIN ANDERSON 134-25 166 PLACE #SE 08/07/2008 08/07/2013
JAMAICA NY 11434
DOL DOL DARREN MAYDWELL 115 LEWIS STREET 05/12/2009 05/12/2014
YONKERS NY 10703
DOL DOL DEANNA J REED 5900 MUD MILL RD-BOX 949 09/02/2008 09/0212013
BREWERTON NY 13029
DOL DOL *'*"2311 DELCON CONSTRUCTION 220 WHITE PLAINS ROAD 08127/2009 08!27/2014
CORP TARRYTOWN NY 10591
DOL DOL ""'3538 DELTA CONTRACTING 75 MCCULLOCH DRIVE 10/19/2010 10/19!2015
PAINTING AND DESIGN INC DIX HILLS NY 11746
DOL DOL DEMETRIOS KOUTSOURAS 530 BEECH STREET 07/02/2012 07/02/2017
NEW HYDE PARK NY 11040
DOL DOL DESMOND CHARLES 922 CRESCENT STREET 05/21/2008 05/21/2013
BROOKLYN NY 11208
DOL DOL DIANEDEAVER 731 WARWICK TURNPIKE 06/25/2012 06/25/2017
HEWITT NJ 07421
DOL DOL DIMITEIUS KASSIMIS 152-65 11TH AVENUE 05/22/2008 05/22/2013
WHITESTONE NY 11357
DOL DOL DONALD NOWAK 10 GABY LANE 10115/2009 10/15/2014
CHEEKTOWAGA NY 14227
DOL DOL DORIS SKODA C/O APCO CONTRACTING 09/24/2012 09/24/2017
CORP
24 SOUTH MARYLAND
AVENUEPORT WASHINGTON
NY 11050
DOL DOL ****'6148 DOT CONSTRUCTION OF NY 765 BRADY AVE -APT 631 05/21!2008 05/21/2013
INC BRONX NY 10462
DOL DOL DOUGLAS MCEWEN 121 LINCOLN AVENUE 02/21/2008 02/21/2013
ROCHESTER NY 14611
DOL DOL DRAGOLJUB RADOJEVIC 61 WILLET ST 12/03/2009 07/09/2015
-SUITE 14 PASSAIC NJ 07055
DOL NYC ""*6176 E N E L ELECTRICAL CORP 1107 MCDONALD AVENUE 07/30/2010 07/30/2015
BROOKLYN NY 11230
DOL NYC ""`8074 ECONOMY IRON WORKS INC 670 SOUTHERN BLVD 06/14/2011 06/14/2016
BRONX NY 10455
DOL DOL EDWARD L GAUTHIER C/O IMPERIAL MASONRY 10/03/2012 10/03/2017
REST
141 ARGONNE
DRIVEKENMORE NY 14217
DOL DOL EDWARD SUBEH 1 CHELSEA COURT 10/06/2008 10/06/2013
ATLANTIC CITY NJ 08401
DOL NYC ""'6260 EL TREBOL SPECIAL 95-26 76TH STREET 10/12/2011 10/12/2016
CLEANING INC OZONE PARK NY 11416
Page3af10
E
NYSDOL Bureau of Public Work Debarment List 12/06/2012
Article 8
DOL DOL ""`3554 ELITE BUILDING 34-08 PARKWAY DRIVE 07/01/2008 07/21/2013
ENTERPRISES INC BALDWIN NY 11510
DOL DOL ""'0780 EMES HEATING & PLUMBING 5 EMES LANE 01/20/2002 01/20/3002
CONTR MONSEY NY 10952
DOL DOL ""`6101 ENHANCED DATA COM INC 75 SHERBROOK ROAD 07/01/2010 07/01/2015
NORTH BABYLON NY 11704
DOL DOL ERROL L ALLEN 134-25 166 PLACE #SE 08/07/2008 08/07/2013
JAMAICA NY 11434
DOL DOl ESCO INSTALLERS LLC 1 CHELSEA COURT 10/06/2008 10/06/2013
ATLANTIC CITY NJ 08401
DOL DOL EVELIO ELLEDIAS 114 PEARL STREET 08/15/2012 08/15/2017
PORT CHESTER NY 10573
DOL DOL ""'0329 FAULKS PLUMBING HEATING 3 UPTON STREET 06/10/2008 06/10/2013
8 AIR CONDITIONING INC HILTON NY 14468
DOL DOL FERNANDO GOMEZ 201 RICHARDS STREET 02/25/2009 02/25/2014
BROOKLYN NY 11231
DOL DOL ""'0768 FISHER CONCRETE INC 741 WELSH ROAD 04/08/2009 04/08/2014
JAVA CENTER NY 14082
DOL DOL ""'5867 FJM-FERRO INC 6820 14TH AVENUE 10/27!2011 10/27!2016
BROOKLYN NY 11219
DOL DOL ""'8067 FORTH SPORT FLOORS INC P O BOX 74 02/28/2012 03/27/2017
EAST GREENBUSH NY 12061
DOL DOL ""'0115 FOXCROFT NURSERIES INC 949 GROVESIDE ROAD 08/27/2008 08/27/2013
BUSKIRK NY 12028
DOL DOL FRANCIS (FRANK) OSCIER 3677 SENECA STREET 09/03/2008 09/03/2013
WEST SENECA NY 14224
DOL NYC FRANK (FRANCIS) OSCIER 3677 SENECA STREET 09/03/2008 09/03/2013
WEST SENECA NY 14224
DOL NYC FRANK ACOCELLA 68 GAYLORD ROAD 02/10!2011 02110/2016
SCARSDALE NY 10583
DOL NYC FRANK BAKER 24 EDNA DRIVE 05/14/2008 05/14/2013
SYOSSET NY 11791
DOL DOL FRANK J MERCANDO CIO 134 MURRAY AVENUE 11/22/2008 11/22/2013
MERCANDO YONKERS NY 10704
CONTRACTIN
G CO INC
DOL DOL FRANKJ MERCANDO 134 MURRAY AVENUE 12/11/2009 12/11/2014
YONKERS NY 10704
DOL DOL FRANK ORTIZ 75 SHERBROOK ROAD 07/01/2010 07/01/2015
NORTH BABYLON NY 11704
DOL DOL FRED ABDO ABDO TILE 6179 EAST MOLLOY ROAD 06/25/2010 07/02/2017
COMPANY EAST SYRACUSE NY 13057
AKA ABDO
TILE CO
DOL NYC FREDERICK LEE 89 WALKER STREET 01/04/2008 01/04/2013
NEW YORK NY 10013
DOL DOL ""`9202 G & M PAINTING 13915 VILLAGE LANE 02/05/2010 02/05!2015
ENTERPRISES INC RIVERVIEW MI 48192
DOL DOL ""`7088 GBA CONTRACTING CORP 4015 21ST AVENUE 01/11/2008 01/11/2013
ASTORIA NY 11105
DOL DOL ""`6826 GBE CONTRACTING 12-14 UTOPIA PARKWAY 02/10/2010 02/10/2015
CORPORATION WHITESTONE NY 11357
DOL NYC GELSOMINA TASSONE 25 CLIFF STREET 06/15/2010 06/15/2015
NEW ROCHELLE NY 10801
DOL DOL GEORGE A PATTI III P O BOX 772 08/13/2010 08/13/2015
JAMESTOWN NY 14701
DOL NYC GEORGE LUCEY 150 KINGS STREET 01/19/1998 01/19/2998
BROOKLYN NY 11231
DOL DOL GEORGE SHINAS 12-14 UTOPIA PARKWAY 02/10/2010 02/10/2015
WHITESTONE NY 11357
DOL DOL GERALD A POLLOCK 336 TOMPKINS STREET 06/29/2010 07/15/2016
CORTLAND NY 13045
DOL DOL GERALD F POLUCH JR 2085 BRIGHTON HENRIETTA 11/04/2010 11/04/2015
TOWN LINE
ROADROCHESTER NY 14623
DOL AG GERARD IPPOLITO 563 MUNCEY ROAD 07/14/2008 07/14/2013
WEST ISLIP NY 11795
DOL DOL ""'4013 GR GRATES CONSTRUCTION 63 IRONWOOD ROAD 06/14/2010 06/14/2015
CORPORATION UTICA NY 13520
DOL DOL GRATES MERCHANT NANNA 63 IRONWOOD ROAD 06/14/2010 06/15/2015
INC UTICA NY 13520
DOL DOL GREGG G GRATES 63 IRONWOOD ROAD 06/14/2010 06/14/2015
UTICA NY 13520
DOL DOL GRETCHEN SULLIVAN P O BOX 130 11/10/2011 11/10/2016
CRETE IL 60417
DOL DOl GRIOGORIOS BELLOS 4015 21ST AVENUE 01/11/2008 01/11!2013
ASTORIA NY 11105
Page 4 of 10
NYSDOL Bureau of Public Work Debarment List 12/06/2012
Article 8
DOL DOL ""'9985 GROUND LEVEL 10 GABY LANE 10/15/2009 10/15/2014
CONSTRUCTION CHEEKTOWAGA NY 14227
DOL DOL ""`7735 GRYF CONSTRUCTION INC 394 SPOTSWOOD-ENGLISH 08/08/2011 08/08/2016
RD
MONROE NJ 08831
DOL _ DOL GUS PAPASTEFANOU C/O D & G PAINTING & DECO 04/19/2012 04/19/2017
53 LITTLE COLLABAR
ROADMONTGOMERY NY
12549
DOL DOL "`"'8904 HALLOCKS CONSTRUCTION P O BOX 278 12/01/2008 12/01/2013
CORP YORKTOWN HEIGHTS NY
10598
DOL DOL HARALAMBOS KARAS 80-12 ASTORIA BOULEVARD 11/22/2008 10/22/2013
EAST ELMHURST NY 11370
DOL DOL ""`5405 HARD LINE CONTRACTING 89 EDISON AVENUE 10/28/2011 10/28/2016
INC MOUNT VERNON NY 10550
DOL DOL ""'0080 HI-AMP ELECTRICAL 265-12 HILLSIDE AVENUE 02/15/2008 02/15/2013
CONTRACTING CORP FLORAL PARK NY 11004
DOL DOL HI-TECH CONTRACTING CORP 114 PEARL STREET 08/15/2012 08/15/2017
PORT CHESTER NY 10573
DOL DOL ""`4331 HIDDEN VALALEY 225 SEYMOUR STREET 02/08/2011 02/0812016
EXCAVATING INC FREDONIA NY 14063
DOL DOL ""`9893 HOXIE'S PAINTING CO INC 2219 VALLEY DRIVE 12/04/2009 12/04/2014
SYRACUSE NY 13207
DOL DOL ""'6429 IDM ENTERPRISES INC 60 OUTWATER LANE 05/09/2009 05/09!2014
GARFIELD NJ 07026
DOL DOL ""'8426 IMPERIAL MASONRY 141 ARGONNE DRIVE 10/03/2012 10!03/2017
RESTORATION INC KENMORE NY 14217
DOL DOL ""'6293 IMPRESSIVE CONCRETE 264A SUBURBAN AVENUE 12/'18/2007 12/18/2012
CORP DEER PARK NY 11729
DOL DOL ""'7561 INDUS GENERAL 33-04 91ST STREET 04/28/2010 04/28!2015
CONSTRUCTION JACKSON HEIGHTS NY 11372
DOL DOL "'"'0488 INTER WORKS SYSTEMS, INC. 1233 WALT WHITMAN ROAD 04/29/2008 04/29/2013
MELVILLE NY 11747
DOL DA ""'1958 IRON HORSE ONE INC 10 ROSWELL AVENUE 09/30/2010 09/30/2015
OCEANSIDE NY 11572
DOL DOL ISRAEL MONTESINOS 517 MILES SQUARE ROAD 02/15/2008 02/15/2013
YONKERS NY 10701
DOL DOL IVAN D MARKOVSKI 60 OUTWATER LANE 05/09/2009 05/09/2014
GARFIELD NJ 07026
DOL DOL IVAN TORRES 11 PLYMOUTH ROAD 02/15/2008 02/15!2013
DIX HILLS NY 11746
DOL DOL ""'0579 J & I CONSTRUCTION CORP 110 FOURTH STREET 02/15!2008 02/15!2013
NEW ROCHELLE NY 10801
DOL DOL J & N LEASING AND BUILDING 154 EAST BOSTON POST 08/11/2009 08/11/2014
MATERIALS ROAD
MAMARONECK NY 10543
DOL DOL ""`1584 J M TRI STATE TRUCKING INC 140 ARMSTRONG AVENUE 10/21/2009 10(21!2014
SYRACUSE NY 13209
DOL DOL "*"9368 J TECH CONSTRUCTION PO BOX 64782 09/24/2012 09/24/2017
ROCHESTER NY 14624
DOL DOL J THE HANDYMAN 09/24/2012 09/24/2017
DOL DOL JAMES SICKAU 3090 SHIRLEY ROAD 04/19/2011 12/30/2016
NORTH COLLINS NY 14111
DOL DOL JAMES WALSH 89 EDISON AVENUE 10/28/2011 10/28/2016
MOUNT VERNON NY 10550
DOL DOL JEFFREYA NANNA 502 WOODBURNE DRIVE 06!14/2010 06/14/2015
UTICA NY 13502
DOL DOL JEFFREY ARTIERI 107 STEVENS STREET 11/04/2009 11/04/2014
LOCKPORT NY 14094
DOL DOL JOHN B DUGAN 121 LINCOLN AVENUE 02/21/2008 02/21/2013
ROCHESTER NY 14611
DOL DOL JOHN BUONADONNA 283 NORTH MIDDLETOWN 09/28/2009 09/28/2014
ROAD
PEARL RIVER NY 10965
DOL DOL JOHN CATONE C/O CATONE CONSTRUCTION 03/09/2012 03/09/2017
294 ALPINE
ROADROCHESTER NY 14612
DOL NYC JOHN DITURI 1107 MCDONALD AVENUE 07/30/2010 07/30/2015
BROOKLYN NY 11230
DOL NYC JOHN FICARELLI 120-30 28TH AVENUE 01/14/2011 01114/2016
FLUSHING NY 11354
DOL DOL JOHN JIULIANNI 222 GAINSBORG AVENUE E 05/10/2010 05/10/2015
WEST HARRISON NY 10604
DOL NYC JOHN MART JR 278 ROBINSON AVENUE 04/06/2008 04/06/2013
NEW YORK NY 10312
Page 5 of 10
i
~r
NYSDOL Bureau of Public Work Debarment List 12/06/2012
Article 8
DOL NYC JOHN O'SHEA 4350 BOLLARD AVENUE 01/28/2008 01/28/2013
BRONX NY 10466
DOL DOL ""'5970 JOHN PREVETE FRAMING JOHN 320 RIDGE ROAD 03/26!2008 03/26/2013
AND JOHN PREVETE PREVETE WEST MILFORD NJ 07480
FRAMING INC
DOL DOL ""'2701 JOHN SMYKLA AFFORDABLE 367 GREEVES ROAD 10/01/2010 10/01/2015
PAINTING NEW HAMPTON NY 10958
PLUS
DOL DOL ""'9368 JORGE 1 DELEON J TECH PO BOX 64782 09/24/2012 09/24/2017
CONSTRUCTI ROCHESTER NY 14624
ON
DOL DOL JORGE OUVINA 344 SOUNDVIEW LANE 11/22/2011 11/22/2016
COLLEGE POINT NY 11356
DOL DOL JOSE DOS SANTOS JR 85-08 60TH AVENUE 11!21/2008 11/21/2013
ELMHURST NY 11373
DOL DOL JOSE MONTAS 27 BUTLER PLACE 03/18/2011 03/15/2017
YONKERS NY 10710
DOL DOL JOSEPH CASUCCI 6820 14TH AVENUE 10/27/2011 10/27/2016
BROOKLYN NY 11219
DOL DOL JOSEPH MONETTE CJO JOHN MONETTE 10/21/2009 10/21/2014
140 ARMSTRONG
AVENUESYRACUSE NY 13209
DOL DOL ""'1763 JR RESTORATION & ROOFING 152-65 11TH AVENUE 05/22/2008 05/22/2013
INC WHITESTONE NY 11357
DOL DOL JULIUS AND GITA BEHREND 5 EMES LANE 11/20!2002 11/20!3002
MONSEY NY 10952
DOL DOL ""'9422 JUNKYARD CONSTRUCTION 2068 ANTHONY AVENUE 12/26/2007 12/26/2012
CORP. BRONX NY 10457
DOL DOL K NELSON SACKOOR 16 JOY DRIVE 01/05/2010 01/05/2015
NEW HYDE PARK NY 11040
DOL NYC KAMIL OZTURK 3715 KINGS HWY - STE 1D 06/30!2010 06/30/2015
BROOKLYN NY 11234
DOL NYC KAZIMIERZ KONOPSKI 194 ASHLAND PLACE 03/06/2008 03/06/2013
BROOKLYN NY 11217
DOL NYC ""`4923 KELLY'S SHEET METAL, INC. 1426 ATLANTIC AVENUE 12/28/2007 01/14/2013
BROOKLYN NY 11216
DOL DOL KEMPTON MCINTOSH 8531 AVENUE B 12/16/2008 12/16/2013
BROOKLYN NY 11236
DOL DOL KEN DEAVER 731 WARWICK TURNPIKE 06/25!2012 06/25/2017
HEWITT NJ 07421
DOL DOL ""'5941 KINGSVIEW ENTERPRISES 7 W FIRST STREET 01/14/2011 01/14/2016
INC P O BOX 2LAKEWOOD NY
14750
DOL DOL KRZYSZTOF PRXYBYL 2 TINA LANE 01/06/2012 01/06/2017
HOPEWELL JUNCTION NY
12533
DOL DOL "*"6033 KUSNIR CONSTRUCTION 2677 ANAWALK ROAD 05/03/2012 08/03/2017
KATONAH NY 10536
DOL DOL ""'0526 LAGUARDIA CONSTRUCTION 470 48TH STREET ~ 07/01/2011 07/01/2016
CORP WOODSIDE NY 11377
DOL NYC ""'8816 LAKE CONSTRUCTION AND 150 KINGS STREET 08/19/1998 08/19/2998
DEVELOPMENT BROOKLYN NY 11231
CORPORATION
DOL DOL ""`9628 LANCET ARCH INC 112 HUDSON AVENUE 02114/2006 10/19/2014
ROCHESTER NY 14605
DOL DOL LANCET SPECIALTY C!O CATENARY 10/19/2009 10/19/2014
CONTRACTING CORP CONSTRUCTION
112 HUDSON
AVENUEROCHESTER NY
14605
DOL DOL LARRY DOMINGUEZ 114 PEARL STREET 08/15/2012 08/15/2017
PORT CHESTER NY 10573
DOL DOL LARRY FRANGOS 5752 WEST WEBB ROAD 05/21/2006 05/21/2013
YOUNGSTOWN OH 44515
DOL DOL LAURA A. GAUTHIER C/O IMPERIAL MASONRY 10/03/2012 10/03/2017
REST
141 ARGONNE
DRIVEKENMORE NY 14217
DOL DOL ""`0597 LEED INDUSTRIES CORP HI-TECH 114 PEART STREET 08/15/2012 08/15/2017
CONTRACTIN PORT CHESTER NY 10573
G CORP
DOL DOL ""`7907 LEEMA EXCAVATING INC 140 ARMSTRONG AVENUE 10/21/2009 10/21/2014
SYRACUSE NY 13209
DOL AG '*"`5102 LIBERTY TREE SERVICE, INC. 563 MUNCEY ROAD 07114!2008 07/14/2013
WEST ISLIP NY 11795
DOL DOL "'*`8453 LINPHILL ELECTRICAL 523 SOUTH 10TH AVENUE 01/07/2011 01/07/2016
CONTRACTORS INC MOUNT VERNON NY 10553
DOL DOL LINVAL BROWN 523 SOUTH 10TH AVENUE 01!07!2011 01/07/2016
MOUNT VERNON NY 10553
Page 6 of 10
~1
NYSDOL Bureau of Public Work Debarment List 12/06/2012
Article 8
DOL DOL '**"5171 LUVIN CONSTRUCTION CORP P O BOX 357 03/15/2010 03/15/2015
CARLE PLACE NY 11514
DOL DOL MANUEL ESTEVES 55 OLD TURNPIKE ROAD 02/04/2011 02/04/2016
SUITE 612NANUET NY 10954
DOL NYC MANUEL P TOBIO 150 KINGS STREET 08/19/1998 08/19/2998
BROOKLYN NY 14444
DOL NYC MANUEL TOBIO 150 KINGS STREET 08/19/1998 08/19/2998
BROOKLYN NY 11231
DOL DOL MAR CONTRACTING CORP 620 COMMERCE STREET 09/24/2012 09/24/2017
THORNWOOD NY 10594
DOL DOL MARGARET FORTH P O BOX 74 02/28!2012 03/27/2017
EAST GREENBUSH NY 12061
DOL DOL MARIO LUIS 31 DURANTAVENUE 07/02/2012 07/02/2017
BETHEL CT 06801
DOL DOL MARIO R ECHEVERRIA JR 588 MEACHAM AVE-SUITE 103 08/24!2010 08/24/2015
ELMONT NY 11003
DOL DOL MARK LINDSLEY 355 COUNTY ROUTE 8 08/08/2009 08/14/2014
FULTON NY 13069
DOL NYC ""'4314 MASCON RESTORATION INC 129-06 18TH AVENUE 02/09/2012 02/09/2017
COLLEGE POINT NY 11356
DOL NYC ""'4314 MASCON RESTORATION LLC 129-06 18TH AVENUE 02/09/2012 02/09!2017
COLLEGE POINT NY 11356
DOL DOL "`*'0845 MASONRY CONSTRUCTION 442 ARMONK ROAD 12/04/2009 05/04/2017
INC MOUNT KISCO NY 10549
DOL DOL ""'3333 MASONRY INDUSTRIES INC 442 ARMONK ROAD 12/04/2009 05/04/2017
MOUNT KISKO NY 10549
DOL DOL "'**6826 MATSOS CONTRACTING 12-14 UTOPIA PARKWAY 02/10/2010 02/10/2015
CORPORATION WHITESTONE NY 11357
DOL AG ""'9970 MAY CONSTRUCTION CO INC 700 SUMMER STREET 11/24/2009 11/24/2014
STAMFORD CT
DOL DOL ""'9857 MBL CONTRACTING 2620 ST RAYMOND AVENUE 08/30/2011 08!30!2016
CORPORATION BRONX NY 10461
DOL DOL MCI CONSTRUCTION INC 975 OLD MEDFORD AVENUE 08/24/2009 08/24/2014
FARMINGDALE NY 11738
DOL DOL ""`5936 MCSI ADVANCED AV 2085 BRIGHTON HENRIETTA 11/04/2010 11/04/2015
SOLUTIONS LLC TOWN LINE
ROADROCHESTER NY 14623
DOL DOL "`*`4259 MERCANDO CONTRACTING 134 MURRAY AVENUE 12/11/2009 12/11/2014
CO INC YONKERS NY 10704
DOL DOL *""0327 MERCANDO INDUSTRIES LLC 134 MURRAY AVENUE 12/11/2009 12/11/2014
YONKERS NY 10704
DOL DOL ""`6033 MICHAEL KUSNIR KUSNIR 2677 ANAWALK ROAD 08/03/2012 08!03/2017
CONSTRUCTI KATONAH NY 10536
ON
DOL DOL MICHAEL STEVENS STEVENS 2458 EAST RIVER ROAD 01/23/2008 01/23/2013
TRUCKING CORTLAND NY 13045
DOL DOL ""`0860 MICHAEL STEVENS STEVENS 2458 EAST RIVER ROAD 01/23/2008 01/23/2013
TRUCKING CORTLAND NY 13045
DOL DOL ""`2635 MIDLAND CONSTRUCTION OF 13216 CALUMET AVENUE 11/10/2011 11!10/2016
CEDAR LAKE INC CEDAR LAKE IL 46303
DOL DOL `*"`5517 MILLENNIUM PAINTING INC 67 WARD ROAD 01/21/2011 01/21/2016
SALT POINT NY 12578
DOL DOL ""'0818 MILLER. SANDBLASTING AND 121 LINCOLN AVENUE 02/21/2008 02/21/2013
PAINTING ROCHESTER NY 14611
DOL NYC MOHAMMAD SELIM 73-12 35TH AVE -APT F63 03/04/2010 03/04/2015
JACKSON HEIGHTS NY 11372
DOL DA MOHAMMED SALEEM 768 LYDIG AVENUE 08/18/2009 05/25/2015
BRONX NY 10462
DOL NYC ""`2690 MONDOL CONSTRUCTION INC 11-27 30TH DRIVE 05/25/2011 05/25/2016
LONG ISLAND CITY NY 11102
DOL DOL MORTON LEVITIN 3506 BAYFIELD BOULEVARD 08/30/2011 08/30!2016
OCEANSIDE NY 11572
DOL DOL ""'2737 MOUNTAIN'S AIR INC 2471 OCEAN AVENUE- STE 7A 09/24/2012 09/24/2017
BROOKLYN NY 11229
DOL NYC MUHAMMAD ZULFIQAR 129-06 18TH AVENUE 02!09/2012 02/09/2017
COLLEGE POINT NY 11356
DOL DOL ""'2357 MUNICIPAL MILLING & MIX-IN- 9091 ERIE ROAD 02/03/2011 02/03/2016
PLACE ANGOLA NY 14006
DOL DOL ""`2251 MURDOUGH DEVELOPMENT 203 KELLY DRIVE 03/26/2008 03/26/2013
CO., INC. EAST AURORA NY 14052
DOL DOL MURRAY FORTH P O BOX 74 02/28/2012 03/27/2017
EAST GREENBUSH NY 12061
DOL DA '*"'9642 MUTUAL OF AMERICAL 768 LYDIG AVENUE 08/18/2009 05/25/2015
GENERAL CONSTRUCTION & BRONX NY 10462
MANAGEMENTCORP
Page 7 of 10
(~
NYSDOL Bureau of Public Work Debarment List 12/06/2012
Article 8
DOL DOL N PICCO AND SONS 154 EAST BOSTON POST. 08/11/2009 08/11/2014
CONTRACTING INC ROAD
MAMARONECK NY 10543
DOL DOL *""4133 NASDA ELECTRICAL 134-25 166 PLACE - #SE 08/07/2008 08/07/2013
ENTERPRISES INC JAMAICA NY 11434
DOL DOL ""`9445 NASDA ENTERPRISES INC 134-25 166 PLACE #SE 08!07/2008 08/07/2013
JAMAICA NY 11434
DOL DOL NAT PICCO 154 EAST BOSTON POST 08/22/2009 08/22/2014
ROAD
MAMARONECK NY 10543
DOL DA ""`6988 NEW YORK INSULATION INC 58-48 59TH STREET 05/16/2012 05!16/2017
MASPETH NY 11378
DOL DOL NICOLE SPELLMAN 2081 JACKSON AVENUE 06/03/2010 06/03/2015
COPIAGUE NY 11726
DOL DOL NIKOLAS PSAREAS 656 N WELLWOOD AVE/STE C 09/01/2011 09/01/2016
LINDENHURST NY 11757
DOL DOL ""'9890 NOBLE CONSTRUCTION 23960 WHITE ROAD 02/14/2008 02/14/2013
WATERTOWN NY 13601
DOL DOL ""'7041 NYCOM SERVICES CORP 80-12 ASTORIA BOULEVARD 11/22/2008 11!22/2013
EAST ELMHURST NY 11370
DOL DOL ""'0797 O GLOBO CONSTRUCTION 85-06 60TH AVENUE 11/21/2008 11/21/2013
CORP ELMHURST NY 11373
DOL DOL OKBY ELSAYED 1541 EAST 56TH STREET 05/04!2012 05/04/2017
BROOKLYN NY 11234
DOL NYC OLIVER HOLGUIN 95-26 76TH STREET 10/12/2011 10/12/2016
OZONE PARK NY 11416
DOL NYC ""`3855 OT & T INC 36-28 23RD STREET 01/15/2008 05/14/2013
LONG ISLAND CITY NY 11106
DOL DOL ""`5226 PASCARELLA 8 SONS 459 EVERDALE AVENUE 01/10/2010 01/10/2015
WEST (SLIP NY 11759
DOL DOL PATRICK BURNS 19 E. CAYUGA STREET 05/15/2008 05!15/2013
OSWEGO NY 13126
DOL DOL PATRICK SHAUGHNESSY 88 REDWOOD DRIVE 05!16/2008 05/16/2013
ROCHESTER NY 14617
DOL DOL PEDRO RINCON 131 MELROSE STREET 03/02/2010 03102!2015
BROOKLYN NY 11206
DOL DOL ""'9569 PERFORM CONCRETE INC 31 DURANT AVENUE 07/02/2012 07/02!2017
BETHEL CT 06801
DOL DOL PETER J LAND! 249 MAIN STREET 10/05/2009 10/05/2014
EASTCHESTER NY 10709
DOL DOL ""'7229 PETER J LAND! INC 249 MAIN STREET 10/05/2009 10/05!2014
EASTCHESTER NY 10709
DOL DOL ""`1136 PHOENIX ELECTRICIANS 540 BROADWAY 03/09/2010 03/09/2015
COMPANY INC P O BOX 22222ALBANY NY
12201
DOL DOL ""'5419 PINE VALLEY LANDSCAPE RR 1, BOX 285-B 08/27/2008 08/27/2013
CORP BUSKIRK NY 12028
DOL DOL PRECISION DEVELOPMENT 115 LEWIS STREET 05/12/2009 05/12/2014
CORP YONKERS NY 10703
DOL DOL ""'7914 PRECISION SITE 89 EDISON AVENUE 10/28/2011 10/28/2016
DEVELOPMENT INC MOUNT VERNON NY 10550
DOL DOL ""'9359 PRECISION STEEL ERECTORS P O BOX 949 09/02/2008 09/02/2013
INC BREWERTON NY 13029
DOL DOL ""'6895 PROLINE CONCRETE OF WNY 3090 SHIRLEY ROAD 04/19/2011 12/30/2016
INC NORTH COLLINS NY 14111
DOL DOL ""'2326 PUTMAN CONSTRUCTION 29 PHYLLIS AVENUE 09/03/2008 09/03/2013
COMPANY OF WESTERN NY BUFFALO NY 14215
DOL DOL RAMON BONILLA 938E 232ND STREET #2 05/25/2010 05/25/2015
BRONX NY 10466
DOL DOL ""'7294 REDWOOD FLOORING, INC. 88 REDWOOD DRIVE 05/16/2008 05!16/2013
ROCHESTER NY 14617
DOL NYC ""`6978 RISINGTECH INC 243-03 137TH AVENUE 03/25/2010 03/25/2015
ROSEDALE NY 11422
DOL DOL ROBBYE BISSESAR 89-51 SPRINGFIELD BLVD 01/11/2003 01/11/3003
QUEENS VILLAGE NY 11427
DOL DOL ROBERT DIMARSICO 1233 WALT WHITMAN ROAD 04/29!2008 04/29/2013
MELVILLE NY 11747
DOL NYC ROBERT FICARELLI 120-30 28TH AVENUE 01/14/2011 01/14/2016
FLUSHING NY 11354
DOL DOL ""'1721 ROBERTS CONSTRUCTION OF 5 BANGER AVENUE 01/28/2009 01/28!2014
UPSTATE NEW YORK INC NEW HARTFORD NY 13413
DOL DOL ROCCO ESPOSITO C/O ROCMAR CONTRACTING 09/24/2012 09/24/2017
CO
620 COMMERCE
STREETTHORNWOOD NY
10594
Page 8 of 10
NYSDOL Bureau of Public Work Debarment List 12/06/2012
~ Article 8
DOL DOL ROCMAR CONSTRUCTION 620 COMMERCE STREET D9/24/2012 09/24/2017
CORP THORNWOOD NY 10594
DOL DOl **'"7083 ROCMAR CONTRACTING 620 COMMERCE STREET 09/24/2012 09/24/2017
CORP THORNWOOD NY 10594
DOL DOL '***'9025 ROJO MECHANICAL LLC 938E 232ND STREET #2 05/25/2010 05/25/2015
BRONX NY 10466
DOL DOL RONALD R SAVOY C/O CNY P O BOX 250 11/06/2008 11/06/2013
MECHANICAL EAST SYRACUSE NY 13057
ASSOCIATES
INC
DOL DOL ""'5905 ROSE PAINTING CORP 222 GAINSBORG AVENUE 05/10/2010 05/10/2015
EAST
WEST HARRISON NY 10604
DOL DOL ROSEANNE CANTISANI 11 TATAMUCK ROAD 05/04/2012 05/04/2017
POUND RIDGE NY 10576
DOL NYC ROSS J HOLLAND 120-30 28TH AVENUE 01/14/2011 01/14/2016
FLUSHING NY 11354
DOL DOL RUTH H SUTTON 939 GROVESIDE ROAD 08/27/2008 08/27/2013
BUSKIRK NY 12028
DOL DOL S ii M CONTRACTING LLC 30 MIDLAND AVENUE 11/05/2010 11/05/2015
WALLINGTON NJ 07057
DOL DOL *""2585 S B WATERPROOFING INC SUITE #3R 11/04/2009 11/04/2014
2167 CONEY ISLAND
AVENUEBROOKLYN NY 11223
DOL DOL '*"'9066 SAMAR PAINTING & 137 E MAIN STREET 12/01/2008 12/01/2013
DECORATING INC ELMSFORD NY 10523
DOL DOL ""'4923 SCHENLEYCONSTRUCTION 731 WARWICK TURNPIKE 06!25/2012 06/25/2017
INC HEWITT NJ 07421
DOL NYC ""`0987 SCHWARTZ ELECTRIC 89 WALKER STREET 01/04/2008 01/04/2013
CONTRACTORS INC NEW YORK NY 10013
DOL NYC ""'4020 SERVI-TEK ELEVATOR CORP 2546 EAST TREMONT AVENUE 06/04/2009 06/04/2014
BRONX NY 10461
DOL NYC SHAFIQUL ISLAM 11-27 30TH DRIVE 05/25/2011 05!25/2016
LONG ISLAND CITY NY 11102
DOL NYC SHAHZAD ALAM 21107 28TH AVE 07/02!2012 07/02!2017
BAYSIDE NY 11360
DOL DOL SHAIKF YOUSUF C/O INDUS GENERAL CONST 04/28/2010 04/28!2015
33-04 91ST STREETJACKSON
HEIGHTS NY 11372
DOL DOL ""'0256 SIERRA ERECTORS INC 79 MADISON AVE - FL 17 04/16/2009 04/16/2014
NEW YORK NY 10016
DOL DOL ""'0415 SIGNAL CONSTRUCTION LLC 199 GRIDER STREET 11/14/2006 02/25/2015
BUFFALO NY 14215
DOL DOL ""'8469 SIGNATURE PAVING AND P O BOX 772 08/13/2010 08/13/2015
SEALCOATING JAMESTOWN NY 14701
DOL DOL ""'8469 SIGNATURE SEALCOATING 345 LIVINGSTON AVENUE 04/04/2007 08/13/2015
AND STRIPING SERVICE P O BOX 772JAMESTOWN NY
14702
DOL DOL ""*0667 SNEEM CONSTRUCTION INC 43-22 42ND STREET 07/01/2011 07/01/2016
SUNNYSIDE NY 11104
DOL DOL SPASOJEDOBRIC 61 WILLETSTREET-SUITE 07/09/2010 02/23/2017
PASSAIC NJ 07055
DOL DOL "*"3539 SPOTLESS CONTRACTING IMPACT 44 THIELLS-MT IVY ROAD 10/14/2011 10/14/2016
INDUSTRIAL POMONA NY 10970
SERVICES INC
DOL DOL ""'3496 STAR INTERNATIONAL INC 89-51 SPRINGFIELD BLVD 08/11/2003 08/11/3003
QUEENS VILLAGE NY 11427
DOL NYC ""'6650 START ELEVATOR 4350 BOLLARD AVENUE 01/28/2008 01/28/2013
CONSTRUCTION, INC. BRONX NY 10466
DOL NYC ""'3896 START ELEVATOR 4350 BOLLARD AVENUE 01/28/2008 01/2812013
MAINTENANCE, INC. BRONX NY 70466
DOL NYC "'"1216 START ELEVATOR REPAIR, 4350 BOLLARD AVENUE 01/28/2008 01/28/2013
INC. BRONX NY 10466
DOL NYC "*"2101 START ELEVATOR, INC. 4350 BOLLARD AVENUE 01/28!2008 01/28/2013
BRONX NY 10466
DOL DOL STEFANIE MCKENNA 30 MIDLAND AVENUE 11/05!2010 11/05/2015
WALLINGTON NJ 07057
DOL DOL STEPHEN BALZER 34-08 PARKWAY DRIVE 07/01/2008 07/01/2013
BALDWIN NY 11510
DOL DOL STEVEN CONKLIN 60 COLONIAL ROAD 02/15/2011 02/15!2016
STILLWATER NY 12170
DOL DOL ""'4081 STS CONSTRUCTION OF WNY 893 EAGLE STREET 06/09/2009 06/09/2014
BUFFALO NY 14210
DOL DOL ""'4293 THE J OUVINA GROUP LLC 344 SOUNDVIEW LANE 11/22/2011 11/22!2016
COLLEGE POINT NY 11356
DOL DOL THEODORE F FAULKS 18 FIREWEED TRAIL 06/10/2008 06/10/2013
HILTON NY 14468
Page 9 of 10
NYSDOL Bureau of Public Work Debarment List 12/06/2012
~ Article 8
r
~Ir
DOL DOL THOMAS ASCHMONEIT 79 MADISON AVENUE - FL 17 04/16/2009 04/16/2014
NEW YORK NY 10016
DOL DOL THOMAS DEMARTINO 158-11 96TH STREET 06!25/2009 06/25/2014
HOWARD BEACH NY 11414
DOL DOL THOMAS TERRANOVA 13 NEW ROAD/SUITE 1 11/15/2010 11/15/2015
NEWBURGH NY 12550
DOL NYC TIMOTHY O'SULLIVAN C/O SNEEM CONSTRUCTION 07/01/2011 07/01/2016
4322 42ND
STREETSUNNYSIDE NY 11104
DOL DOL TIMOTHY P SUCH 893 EAGLE STREET 06/09/2009 06/09!2014
BUFFALO NY 14210
DOL DOL TNT DEMOLITION AND 355 COUNTY ROUTE 8 08/08/2009 08/19/2014
ENVIRONMENTAL INC FULTON NY 13069
DOL DOL """3315 TOTAL DOOR SUPPLY & 16 JOY DRIVE 01/05/2010 01/05/2015
INSTALLATION INC NEW HYDE PPARK NY 11040
DOL DOL ""`3315 TOTAL DOOR SUPPLY & 16 JOY DRIVE 01/05/2010 01/05/2015
INSTALLATION INC NEW HYDE PPARK NY 11040
DOL DOL ""'8176 TOURO CONTRACTING CORP 1541 EAST 56TH STREET 05/04/2012 05/04/2017
BROOKLYN NY 11234
DOL DOL ""`2357 TRAC CONSTRUCTION INC MUNICIPAL 9091 ERIE ROAD 02/03/2011 02/03/2016
MILLING & MIX ANGOLA NY 14006
-IN- PLACE
DOL DOL TRI STATE TRUCKING INC 140 ARMSTRONG AVENUE 10/21/2009 10/21/2014
SYRACUSE NY 13209
DOL DOL ""'5213 TRIAD PAINTING CO INC 656 N WELLWOOD AVE/STE C 09!01/2011 09/01/2016
LINDENHURST NY 11757
DOL DOL ""*4294 TWT CONSTRUCTION 13 NEW ROAD/SUITE 1 11/15/2010 11/15/2015
COMPANY INC NEWBURGH NY 12550
DOL DOL ULIANO AND SONS INC 22 GRIFFEN COURT 10/26!2010 10/26/2015
MILLER PLACE NY 11746
DOL DOL ""'0854 VANESSA CONSTRUCTION 588 MEACHAM AVE/STE 103 08!24!2010 08/24/2015
INC ELMONT NY 11003
DOL DOL ""'3270 VEZANDIO CONTRACTING 530 BEECH STREET 07/02/2012 07/02/2017
CORP NEW HYDE PARK NY 11040
DOL DOL VIRGINIA L CAPONE 137 E MAIN STREET 12/01/2008 12/01!2013
• ELMSFORD NY 10523
DOL NYC ""'9936 VISHAL CONSTRUCTION INC 73-12 35TH AVE -APT F63 03/04/2010 03/04/2015
JACKSON HEIGHTS NY 11272
DOL DOL ""`0329 WET PAINT CO. OF OSWEGO, 19 E. CAYUGA STREET 05/15/2008 05/15/2013
INC OSWEGO NY 13126
DOL DOL ""'7617 WHITE PLAINS CARPENTRY P O BOX 309 12/04/2009 05/04/2017
CORP WHITE PLAINS NY 10603
DOL DOL WILLIAM PUTNAM 50 RIDGE ROAD 09/03/2008 09/03/2013
BUFFALO NY 14215
DOL DOL WILLIAM SCRIVENS 30 MIDLAND AVENUE 11/05/2010 11/05/2015
WALLINGTON NJ 07057
DOL DOL WILLIAM W FARMER JR 112 HUDSON AVENUE 10/19/2009 10/19/2014
ROCHESTER NY 14605
DOL NYC ""'5498 XAVIER CONTRACTING LLC 68 GAYLORD ROAD 02/10/2011 02/10/2016
SCARSDALE NY 10583
DOL AG YULY ARONSON 700 SUMMER STREET 11/24/2009 11/24/2014
STAMFORD CT
DOL DOL YURIY IVANIN C/O MOUNTAIN'S AIR tNC 09/24/2012 09/24/2017
2471 OCEAN AVENUE-STE
7ABROOKLYN NY 11229
DOL DOL ZEPHENIAH DAVIS 2068 ANTHONY AVENUE 12/26/2007 12/26/2012
BRONX NY 10457
Page 10 of 10
r.
'` SECTION 00830 -WORKERS' COMPENSATION & DISABILITY BENEFIT FORMS
+r.
WORKERS' COMPENSATION & DISABILITY BENEFITS FORMS 00830-1
The undersigned Employer desires to obtain a Certificate of Workers' Compensation Insurance from the
Insurance Carrier.
as satisfactory proof required under the provisions of Section 57 of the Worfcers' Compensation Law, to be filed with
Name:
(Name of Bureau Department Ca por$y~or~, Fkm or Indviduaq
Address:
Locations of operations:
t
~'
Date operations to begin:
Telephone No.
Signature
s (Name of FmP1o!'er1 (Oafs)
NOTE: This application must be signed by the Employer if an individual, or if a copartnership by a member of the
copartnership, or by an officer if a corporation.
CERTIFICATE OF WORKERS' COMPENSATION INSURANCE
This is to certify
~'Is insured with the
order Policy No. covering the entire obligation of this employer for workers' compensation
under the New York Workers' Compensation Law with respect to the bcations named in the foregoing application. The policy
`,,,,erm covers the period from to
if said policy is changed or cancelled during Its term in such manner as to affect this Certificate, thirty (30) days written notice
~f such change or cancellation [ten (10) days written notice in the event of cancellation for non-payment of premiums) wilt be
given to
(Name ol8ureau, Department, Corporation, Firm or lrrdrvidualJ (Address)
in accordance with whose requirements, this Certificate has been issued. Notice by registered or cert~ed mail, return receipt
t-~quested, so addressed shall be sufficient compliance with this provision.
w.
Carrier gy
(Signature) (Date)
~relephone No. Title
THE WORKERS' COMPENSATION BOARD EMPLOYS AND SERVES PEOPLE WITH DISABILfrIES WITHOUT DISCRIMINATION
"-105.2 (1 Q-94)
~s ,
rr
~Ir
STATE OF NEW YORK
WORKERS' COMPENSATION BOARD
EMPLOYER'S APPLICATION FOR CERTIFICATE OF COMPLIANCE WITH DISABILITY BENEFITS LAW
IN.yTRUCTIONS TO EMPLOYER: Complete PART 1 ONLY and h~~~~e yoar Disability Benefits Insurance Carrier complete PART If_,
PART 1. TO BE COMPLETED BY EMPLOYER
EMPLOYER'S NAME: AND ADDRESS (Home or Main Office) LOCATION OF OPERATIONS
I NAME UNDER WHICN BUSINESS IS CO,yDUCTED , fF DIFFERENT FROM ABOVE OPERATIONS TO BEGIN ON OR ABOUT:
~ DISABILfTY BENEFfrS CARRIER (If More Than One, Ust AN) NYS UNEMPLOYMENT WSURIWCE EMPLOYER'S REGISTRATION
Application is hereby made to the' CARRIER for a Certificate of Compliance with the Disability Benefits Law.
ate igned .By
(Signature of Owner, Partrrer, orAutliorized O~aerJ
~"' Telephone No. ~ True
PART 1 I. 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. ^ ALL of the EMtPLOYER'S employees eligible under the New York Disability Benefits Law.
'b. CI ONLY the following class or classes of the EMPLOYER'S employees:
it
~` Date Signed gy
Stgnatwe o1 Carrier's Authorized Representative (Currently on Ftle nth D.B.BureauJ
Telephone No. Title
*IMPORTANT: tf BOX "a" is CHECKED, this certificate is COMPLETE. Mail it directly to the employer.
!f 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 111. TO BE COMPLETED BY WORKERS' COMPENSATION BOARD (Only If Box "b" of Part (( has been checked}
I ~ State of New York
WORKERS' COMPENSATION BOARD
There is on file with the Workers' Compensation Board, Certificates of Insurance indicating that the above-named e
has complied with the Disability Benefits Law with respect to all of his/ her employees.
DISABILITY BENEFITS BUREAU
Date By
Telephone No. Title -
THE WORKERS' COMPENSATION BOARD EMPLOYS AND SERVES PEOPLE WfrH DISABILITIES WITHOUT DISCRIMINATION
I~r
~B-120.1 (10-94)
:...
Irs+'
STATE OF NEW YORK
' WORKERS' COMPENSATION BOARD
~` 180 LIVtNGSTON STREET
BROOKLYN, N. Y. 11248
lr
CDMPlIAI11CE WITH .ptSABIlITY BENEFITS.lAW
(Pursuaat to Section 220, subd. 8 of the Diaability tjenefits Lsw)
11r
EMPLOYER EMPLOYER'S U: I. RECi15TRAT10N NUMBER
LOCATION OF OPERATIONS
(HOME OR MAIN OFFICE)
OPERATIONS•TO BEGIN ON OR ABOUT:
There are on 51e with the Workers' Compensation Board, documents indicating that the above-named employer
. leas complied with the Disability Benefits Law with respect to all of his or her employees, in the following
manner:
a ~ By approved self-insurance pursuant to Sec. 211, sabd. 3 of the Disability Benefits Law.
a By a combination of approved self-insurance pursuant to Sec. 211, subd. 3 of the Disability.
'~ Benefts Law and insurance with authorized insurance carriers}.
rr
f
f;.
f
~:
.. Date By
irr
Title
~r.
D&155 [2~4n1
state orate emialns stateoracae~nrn~
rr, too e~oeaway
Mgnands 113 State Street 180 tJvinDston Street 125 Main Street .. 175 Fulton Avenue
BUFFALO 14203 HEMPSTEAD 11550 130 Maln Street w. East Weshkipton Street
ROCHESTER 14614 SYRACUSE t3202
ALBANY 12241 BINGHAMTON 13901 BR0010.YN 11248
STATE OF NEW YORK
""'+ WORKERS' COMPENSATION BOARD Tt-us AGENCY EMP~ors AND sERVEs
PEOPLE WITH DISABILITIES WIT110UT'
_ DISCRIMINATK)N:
STATEMENT THAT APPLICANT DOES NOT REQUIRE
WORKERS' COMPENSATION OR DiSABiLIlY BENEF?3 ~;CttlERAGE
• OFFICE AT:
BARBARA C. DEINHAADT
CI1/Uti1NOMAN
APPLICANT'S NAME APPLICANT'S HOME ADDRESS
BUSINESS OR TRADE NAME, IF DIFFERENT FROM ABOVE 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
'
_
IShing that
Section 220, subd. 8 of the Disability Benefits Law, makes the following statement for the purpase-of-establ
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) commenced (bj 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
nat a corporation.
^ t do not need workers' compensation because:
^ 1 have disability benefits insurance (certificate attached).
^ I do not need disability benefits insurance because status is Individual owner or partner with no employees and not a
corporation.
^ 1 do not need disability benefits insurance because:
.Date Signed By
(signature of epplkanQ
Telephone No. Trtle
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 'rf, after investigation, it is
ensation and/or disability benefits coverage for the work referred
kers' com
h
p
ave wor
found that the applicant is required to
to in the above application.
WORKERS' COMPENSATION BOARD
Oate By
Telephone No. Title
gARBARAPATTON
CHAIRIMOM~AN
STATE OF NEW YORK
WORKERS' COMPENSATION BOARD
t80 LIVINCiSTON STREET
BROOKLYN. NY 11248
Office of~ .the Secretary •
...
THIS AGENCY EMPLOYS ANO SERVES
PEOpIE WI'TII OISABIL171ES WITHOUT
• 015CRIMINATION.
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:
Pursuant to Section 50~, subdivision 3 of the Workers' Compensation
Law.
.Pursuant 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)
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.•
STATUS CONFIRMID
by .
IN WITNESS WHEREOF, I have
hereunto set my hand and affixed the seal
of the Workers' Compensation Board this
. day of 19
.y
• 'Secretary. to the Board
Y.~
~"' SECTION 00850 -DRAWING INDEX
Contract No. 12-012 -General Construction
1 Title Sheet
2 Plan and Profile
3 Details
4 Easement Plans
-END OF SECTION-
k
lir
DRAWING INDEX 00850-1
it
SECTION 01100 -SUMMARY
PART 1 -GENERAL
L 1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes the following:
1. Work covered by the Contract Documents.
2. Type of the Contract.
3. Use of premises.
4. Work restrictions.
- 1.3 WORK COVERED BY CONTRACT DOCUMENTS
A. Project Identification: Roberts Road Sewer Improvements.
1. Project Location: Town of Wappinger, NY.
B. Owner: Town of Wappinger, 20 Middlebush Road, Wappingers Falls, NY 12590.
C. Owner's Representative: Supervisor, Town of Wappinger, 20 Middlebush Road, Wappingers
Falls, NY 12590.
D. Engineer: Morris Associates, PLLC, 9 Elks Lane, Poughkeepsie, NY 12601.
E. The Work consists of the following:
1. The Work includes: Construction of a gravity sewer and related work.
1.4 TYPE OF CONTRACT
A. Project will be constructed under a single prime contract.
1.5 USE OF PREMISES
A. General: Contractor shall have full use of premises for construction operations, including use of
Project site, during construction period. Contractor's use of premises is limited only by Owner's
right to perform work or to retain other contractors on portions of Project.
1. Contractor shall confine construction operations to the limits of Towns easements, Town
right-of--ways and Town owned parcels.
SLf MMARY O l 100 - 1
1.6 WORK RESTRICTIONS
A. On-Site Work Hours: Work shall be performed during normal business working hours of 7:00
a.m. to 4:00 p.m., Monday through Friday and no work shall be performed on Town Holidays
~"" or Saturdays or Sundays, unless otherwise agreed to by the Owner.
B. Existing Utility Interruptions: Do not interrupt utilities serving facilities unless permitted under
fir. the following conditions and then only after arranging to provide temporary utility services
according to requirements indicated:
~, 1. Notify Engineer and Owner not less than two (2) days in advance of proposed utility
interruptions.
2. Do not proceed with utility interruptions without Engineer's and Owner's written
permission.
PART 2 -PRODUCTS (Not Used)
PART 3 -EXECUTION (Not Used)
END OF SECTION 01100
~r.
SUMMARY 01100 - 2
it
~r
t
flir
SECTION 01210 -ALLOWANCES
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes administrative and procedural requirements governing allowances.
~ 1. Certain items are specified in the Contract Documents by allowances. Allowances have
been established in lieu of additional requirements and to defer selection of actual
materials and equipment to a later date when additional information is available for
'~' evaluation. If necessary, additional requirements will be issued by Change Order.
B. Types of allowances include the following:
its 1. Testing and inspecting allowances.
2. Contingency allowances.
zi
C. Related Sections include the following:
I . Division 1 Section "Contract Modification Procedures" for procedures for submitting and
handling Change Orders for allowances.
2. Division I Section "Quality Requirements" for procedures governing the use of
allowances for testing and inspecting.
3. Divisions 2 through I6 Sections for items of Work covered by allowances.
1.3 SUBMITTALS
A. Submit proposals for purchase of products or systems included in allowances, in the form
specified for Change Orders.
B. Submit invoices to show actual cost of testing services for use in fulfillment of each allowance.
C. Submit invoices, delivery slips and other supporting data to show actual quantities and costs for
use in fulfillment of each allowance.
~„ D. Coordinate and process submittals for allowance items in same manner as for other portions of
~- the Work.
,. 1.4 COORDINATION
A. Coordinate allowance items with other portions of the Work.
1r
ALLOWANCES 01210 - 1
~ 1.5 CONTINGENCY ALLOWANCES
A. Use the contingency allowance only as directed by Engineer for Owner's purposes and only by
,,, Change Orders that indicate amounts to be charged to the allowance.
B. Contractor's overhead, profit, and related costs for products and equipment ordered by Owner
under the contingency allowance are included in the allowance and are not part of the Contract
Sum. These costs include delivery, installation, taxes, insurance, equipment rental, and similar
costs.
~"' C. Change Orders authorizing use of funds from the contingency allowance will include
Contractor's related costs and reasonable overhead and profit margins.
D. At Project closeout, credit unused amounts remaining in the contingency allowance to Owner
by Change Order.
1.6 TESTING AND INSPECTING ALLOWANCES
A. Testing and inspecting allowances include the cost of engaging testing agencies, actual tests and
inspections, and reporting results.
B. The allowance does not include incidental labor required to assist the testing agency or costs for
retesting if previous tests and inspections result in failure. The cost for incidental labor to assist
the testing agency shall be included in the Contract Sum.
C. Costs of services not required by the Contract Documents are not included in the allowance.
D. At Project closeout, credit unused amounts remaining in the testing and inspecting allowance to
Owner by Change Order.
PART 2 -PRODUCTS (Not Used)
PART 3 -EXECUTION
3.1 EXAMINATION
A. Examine products covered by an allowance promptly on delivery for damage or defects. Return
damaged or defective products to manufacturer for replacement.
3.2 PREPARATION
A. Coordinate materials and their installation for each allowance with related materials and
installations to ensure that each allowance item is completely integrated and interfaced with
related work.
~r
ALLOWANCES 01210. - 2
rr
3.3 SCHEDULE OF ALLOWANCES
A. Contract No. 12-012 -General Construction
1. Allowance No. 1: Include $5,000.00 for testing services as specified in Division 2
"Earthwork" and Division 2 "Hot-Mix Asphalt Paving".
2. Allowance No. 2: Include a contingency allowance of $20,000 for use according to
Owner's instructions.
END OF SECTION 01210
ALLOWANCES 01210 - 3
W;
'~ 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 other Division 1 Specification Sections, apply to this Section.
1.2 SLJMMARY
A. This Section specifies administrative and procedural requirements for handling and processing
Contract modifications.
B. Related Sections include the following:
1. Division 1 Section "Allowances" for procedural requirements for handling and
processing allowances.
2. Division 1 Section "Unit Prices" for administrative requirements for using unit prices.
3. Division 1 Section "Product Requirements" for administrative procedures for handling
requests for substitutions made after Contract award.
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.
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
~r 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 10 days 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.
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 indication of the effect of the change on 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.
CONTRACT MODIFICATION PROCEDURES 01250 - 1
it
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 indication of the effect of the change on 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.
D. The Engineer may require an updated Contractors Construction Schedule, at no additional cost
to the Owner, if the change requires modification to the Contract Time.
r
1.5 ALLOWANCES
1. Allowance Adjustment: To adjust allowance amounts, base each Change Order proposal
on the difference between actual cost and the allowance.
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 DIlZECTIVE
A. Construction Change Directive: Engineer may issue a written Construction Change Directive.
Construction Change Directive instructs Contractor to proceed with a change in the Work, for
subsequent inclusion in a Change Order.
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.
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 Used)
PART 3 -EXECUTION (Not Used)
~;,,,, END OF SECTION 01250
CONTRACT MODIFICATION PROCEDURES 01250 - 2
rr
rr
i
~r
SECTION 01270 -UNIT PRICES
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes administrative and procedural requirements for unit prices.
B. Related Sections include the following:
1. Division 1 Section "Contract Modification Procedures" for procedures for submitting and
handling Change Orders.
2. Division 2 Section "Earthwork" for procedures for measurement and payment for rock
excavation.
3. Division 2 Section "Earthwork" for procedures for measurement and payment for
authorized additional excavation.
4. Division 2 Section "Lift Station Abandonment" for procedures for measurement and
payment for lift station abandonment.
1.3 DEFINITIONS
A. Unit price is an amount proposed by bidders, stated on the Bid Form, as a price per unit of
measurement for materials or services added to or deducted from the Contract Sum by
appropriate modification, if estimated quantities of Work required by the Contract Documents
are increased or decreased.
1.4 PROCEDURES
A. Unit prices include all necessary material, plus cost for delivery, installation, insurance,
applicable taxes, overhead, and profit.
B. Measurement and Payment: Refer to individual Specification Sections for work that requires
establishment of unit prices. Methods of measurement and payment for unit prices are specified
in those Sections.
C. List of Unit Prices: A list of unit prices is included in Part 3. Specification Sections referenced
in the schedule contain requirements for materials described under each unit price.
C"'7
UNIT PRICES 01270 - 1
+rr
PART 2 -PRODUCTS (Not Used)
PART3-EXECUTION
3.1 LIST OF UNIT PRICES
A. Unit Price -Authorized Additional Excavation
1. Description: Authorized additional excavation according to Division 2 Section
"Earthwork".
2. Unit of Measurement: Cubic yards of material excavated below subgrade elevations or
beyond indicated lines and dimensions as directed by Engineer, measured in original
position.
B. Unit Price -Rock Excavation:
1. Description: Rock excavation according to Division 2 Section "Earthwork".
2. Unit of Measurement: Cubic yards of rock excavated, measured in place.
C. Unit Price -Lift Station Abandonment:
1. Description: Lift Station Abandonment according to Division 2 Section "Lift Station
Abandonment ".
2. Unit of Measurement: Number of lift stations abandoned.
END OF SECTION 01270
rr
UNIT PRICES 01270 - 2
r.
t`
~r
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 other 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.
B. Related Sections include the following:
1. Division 1 Section "Allowances" for procedural requirements governing handling and
processing of allowances.
2. Division 1 Section "Contract Modification Procedures" for administrative procedures for
handling changes to the Contract.
3. Division 1 Section "Unit Prices" for administrative requirements governing use of unit
prices.
4. Division 1 Section "Construction Progress Documentation" for administrative
requirements governing preparation and submittal of Contractor's Construction Schedule
and Submittals Schedule.
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
r.
PAYMENT PROCEDURES 01290 - 1
trr
irr Payment. Applications for Payment will not be processed for payment until the Schedule
of Values is acceptable to the Engineer.
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.
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.
2. Arrange the Schedule of Values in tabular form with sepazate 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 sepazate 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.
~` Tiiclude 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
{x Change Directives result in a change in the Contract Sum.
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 Owper.
PAYMENT PROCEDURES 01290 - 2
~Yr
~,,, 1. Initial Application for Payment, Application for Payment at time of Substantial
Completion, and fmal Application for Payment involve additional requirements.
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, or similar forms acceptable to the Engineer, 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
~r. 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.
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.
it
PAYMENT PROCEDURES
01290 - 3
r
r.
H. Application for Payment at Substantial Completion: After issuing the Certificate 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.
I. 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 fmal 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.
PART 2 -PRODUCTS (Not Used)
PART 3 -EXECUTION (Not Used)
END OF SECTION 01290
PAYMENT PROCEDURES 01290 - 4
it
~r
iltr
SECTION 01310 -PROJECT MANAGEMENT AND COORDINATION
PART1-GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other 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.
B. Related Sections include the following:
1. Division 1 Section "Construction Progress Documentation" for preparing and submitting
,,,,, Contractor's Construction Schedule.
2. Division 1 Section "Execution Requirements".
3. Division 1 Section "Closeout Procedures" for coordinating Contract closeout.
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.
1. Prepare similar memoranda for Owner and separate contractors if coordination of their
Work is required.
r 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:
PROJECT MANAGEMENT AND COORDINATION 01310 - 1
1. Preparation of Contractor's Construction Schedule.
2. Prepazation 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 adjusUnent 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, including the
following:
a. Tentative construction schedule.
b. Phasing.
c. Critical work sequencing and long-lead items.
w
d. Designation of key personnel and their duties.
e. Procedures for processing field decisions and Change Orders.
£ Procedures for requests for interpretations (RFIs).
`~" g. Procedures for testing and inspecting.
h. Procedures for processing Applications for Payment.
i. Distribution of the Contract Documents.
r• j. Submittal procedures.
k. Preparation of Record Documents.
1. Use of the premises and existing building.
~, m. Work restrictions.
n. Owner's occupancy requirements.
o. Responsibility for temporary facilities and controls.
p. Construction waste management and recycling.
q. Parking availability.
k
r. Office, work, and storage areas.
s. Equipment deliveries and priorities.
t. First aid.
u. Security.
v. Progress cleanuig.
~" w. Working hours.
B. Progress Meetings:
~+ 1. There will be bi-weekly progress meetings at the project site (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.
2. 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.
~rr
PROJECT MANAGEMENT AND COORDINATION 01310 - 2
iirr
~r 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.
1. Quality and work standards.
m. Status of correction of deficient items.
°` n. Field observations.
o. Requests for interpretations (RFIs).
p. Status of proposal requests.
w. q. Pending changes.
r. Status of Change Orders.
s. Pending claims and disputes.
+~.. t. Documentation of information for payment requests.
PART 2 -PRODUCTS (Not Used)
PART 3 -EXECUTION (Not Used)
END OF SECTION 01310
ii.
PROJECT MANAGEMENT AND COORDINATION
~.
01310 - 3
S
SECTION 01320 -CONSTRUCTION PROGRESS DOCUMENTATION
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes administrative and procedural requirements for documenting the progress
of construction during performance of the Work, including the following:
1. Contractor's Construction Schedule.
2. Daily construction reports.
3. Field conditions reports.
B. Related Sections include the following:
1. Division 1 Section "Payment Procedures" for submitting the Schedule of Values.
2. Division 1 Section "Submittal Procedures" for submitting schedules and reports.
3. Division 1 Section "Photographic Documentation" for submitting construction
photographs.
1.3 SUBMITTALS
A. Contractor's Construction Schedule: Submit two (2) opaque copies of initial schedule, large
enough to show entire schedule for entire construction period.
1. The General Contractor must provide construction schedule updates to indicate changes
to anticipated durations, delivery schedules and other factors that impact completion at
least once monthly. Schedules must be submitted with each payment application.
Payment applications for contractor will not be processed until the schedule updates are
received by the Engineer.
B. Daily Construction Reports: Submit two (2) copies at weekly intervals.
C. Field Conditions Report: Submit two (2) copies at time of discovery of differing conditions.
~ 1.4 COORDINATION
A. Coordinate preparation and processing of schedules and reports with performance of
~' construction activities and with scheduling and reporting of separate contractors.
B. Coordinate Contractor's Construction Schedule with the Schedule of Values, list of
it subcontracts, Submittals Schedule, progress reports, payment requests, and other required
schedules and reports.
rr
CONSTRUCTION PROGRESS DOCUMENTATION 01320 - 1
rtr
~•- 1. Secure time commitments for performing critical elements of the Work from parties
involved.
2. Coordinate each construction activity in the network with other activities and schedule
~. them in proper sequence.
PART2-PRODUCTS
2.1 CONTRACTOR'S CONSTRUCTION SCHEDULE, GENERAL
A. Procedures: Comply with procedures contained in AGC's "Construction Planning &
Scheduling."
B. Time Frame: Extend schedule from date established for the Notice to Proceed to date of Final
Completion.
1. Contract completion date shall not be changed by submission of a schedule that shows an
early completion date, unless specifically authorized by Change Order.
C. Activities: Comply with the following:
1. Activity Duration: Define activities so no activity is longer than 20 days, unless
specifically allowed by Engineer.
2. Procurement Activities: Include procurement process activities for long lead items and
major items, requiring a cycle of more than 60 days, as separate activities in schedule.
Procurement cycle activities include, but are not limited to, submittals, approvals,
purchasing, fabrication, and delivery.
3. Submittal Review Time: Include review and resubmittal times indicated in Division 1
Section "Submittal Procedures" in schedule.
4. Startup and Testing Time: Include time for startup and testing.
5. Substantial Completion: Indicate completion in advance of date established for
Substantial Completion, and allow time for Engineer's administrative procedures
necessary for certification of Substantial Completion.
D. Constraints: Include constraints and work restrictions indicated in the Contract Documents and
as follows in schedule, and show how the sequence of the Work is affected.
1. Phasing: Arrange list of activities on schedule by phase.
2. Work under More Than One Contract: Include a separate activity for each contract.
3. Work Stages: Indicate important stages of construction for each major portion of the
Work.
E. Computer Software: Prepare schedules using a program that has been developed specifically to
manage construction schedules.
w
2.2 REPORTS
""' A. Daily Construction Reports: Prepare a daily construction report recording the following
information concerning events at Project site:
it
CONSTRUCTION PROGRESS DOCUMENTATION 01320 - 2
Vr
iYr
~r
1. List of subcontractors at Project site.
2. List of separate contractors at Project site.
3. Approximate count of personnel at Project site.
4. Equipment at Project site.
5. Material deliveries.
6. High and low temperatures and general weather conditions.
7. Accidents.
8. Meetings and significant decisions.
9. Unusual events (refer to special reports).
10. Stoppages, delays, shortages, and losses.
11. Meter readings and similar recordings.
12. Emergency procedures.
13. Orders and requests of authorities having jurisdiction.
14. Change Orders received and implemented.
15. Construction Change Directives received and implemented.
16. Services connected and disconnected.,
17. Equipment or system tests and startups.
18. Partial Completions and occupancies.
19. Substantial Completions authorized.
B. Field Condition Reports: Immediately on discovery of a difference between field conditions
and the Contract Documents, prepare and submit a detailed report. Submit with a request for
interpretation. Include a detailed description of the differing conditions, together with
recommendations for changing the Contract Documents.
PART 3 -EXECUTION (Not Used)
END OF SECTION 01320
CONSTRUCTION PROGRESS DOCUMENTATION 01320 - 3
it
SECTION 01322 -PHOTOGRAPHIC DOCUMENTATION
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. The General Contractor shall be responsible for providing photographic documentation as
specified herein.
B. This Section includes administrative and procedural requirements for the following:
1. Preconstruction photographs.
2. Periodic construction photographs.
3. Final Completion construction photographs.
C. 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.
1.3 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. 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. 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, 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.
rr d. Name of Contractor.
e. Date photograph was taken if not date stamped by camera.
f. Description of vantage point, indicating location, direction (by compass point)
~r
PHOTOGRAPHIC DOCUMENTATION 01322 - 1
it
i
i
~r 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. Identify electronic media with date photographs were
~` taken. Submit images that have same aspect ratio as the sensor, uncropped.
1.4 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.
1.5 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 without obscuring shadows.
1.6 USAGE RIGHTS
A. Obtain and transfer copyright usage rights from photographer to Owner for unlimited
reproduction of photographic documentation.
PART2-PRODUCTS
2.1 PHOTOGRAPHIC MEDIA
A. Photographic Film: 35 mm, medium speed (ISO 100-200).
B. Digital Images: Provide images in uncompressed TIFF format, 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.
Yrr
PHOTOGRAPHIC DOCUMENTATION 01322 - 2
f
~.
ifir
rr 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.
r.
1. Date and Time: Include date and time in filename for each image.
,,,, 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 date.
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
ir. ~-
PHOTOGRAPHIC DOCUMENTATION 01322 - 3
~r
Yn
'" SECTION 01330 -SUBMITTAL PROCEDURES
w
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes administrative and procedural requirements for submitting Shop
Drawings, Product Data, Samples, and other submittals.
B. Related Sections include the following:
1. Division 1 Section "Payment Procedures" for submitting Applications for Payment and
the Schedule of Values.
2. Division 1 Section "Construction Progress Documentation" for submitting schedules and
reports.
3. Division 1 Section "Photographic Documentation" for submitting construction
photographs.
4. Division 1 Section "Quality Requirements" for submitting test and inspection reports.
5. Division 1 Section "Closeout Procedures" for submitting warranties.
6. Division 1 Section "Project Record Documents" for submitting Record Drawings, Record
Specifications, and Record Product Data.
7. Divisions 2 through 16 Sections for specific requirements for submittals in those
Sections.
1.3 DEFINITIONS
A. Action Submittals: Written and graphic information that requires Engineer's responsive action.
B. Informational Submittals: Written information that does not require Engineer's responsive
action. Submittals maybe rejected for not complying with requirements.
1.4 SUBMITTAL PROCEDURES
A. General: Electronic copies of CAD Drawings of the Contract Drawings will not be provided by
Engineer for Contractor's use in preparing submittals.
B. Coordination: Coordinate preparation and processing of submittals with performance of
construction activities.
1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other
submittals, and related activities that require sequential activity.
SUBMITTAL PROCEDURES 01330 - 1
2. Coordinate transmittal of different types of submittals for related parts of the Work so
processing will not be delayed because of need to review submittals concurrently for
coordination.
a. Engineer reserves the right to withhold action on a submittal requiring
coordination with other submittals until related submittals are received.
C. Submittals Schedule: Comply with requirements in Division 1 Section "Construction Progress
Documentation" for list of submittals and time requirements for scheduled performance of
related construction activities.
D. Processing Time: Allow enough time for submittal review, including time for resubinittals, as
follows. Time for review shall commence on Engineer's receipt of submittal. No extension of
the Contract Time will be authorized because of failure to transmit submittals enough in
advance of the Work to permit processing, including resubmittals.
1. Initial Review: Allow 15 days for initial review of each submittal. Allow additional time
if coordination with subsequent submittals is required. Engineer will advise Contractor
when a submittal being processed must be delayed for coordination.
2. Intermediate Review: If intermediate submittal is necessary, process it in same manner
as initial submittal.
3. Resubmittal Review: Allow 15 days for review of each resubmittal.
4. Sequential Review: Where sequential review of submittals by Engineer's consultants,
Owner, or other parties is indicated, allow 21 days for initial review of each submittal.
E. Identification: Place a permanent label or title block on each submittal for identification.
1. Indicate name of firm or entity that prepared each submittal on label or title block.
2. Provide a space approximately 6 by 8 inches on label or beside title block to record
Contractor's review and approval markings and action taken by Engineer.
3. Include the following information on label for processing and recording action taken:
a. Project name.
b. Date.
c. Name and address of Engineer.
d. Name and address of Contractor.
e. Naive and address of subcontractor.
f. Name and address of supplier.
g. Name of manufacturer.
h. Submittal number or other unique identifier, including revision identifier.
1) Engineer will assign a submittal number at the time of initial review.
Resubmittals shall include an alphabetic suffix (eg: first resubmittal
"number-A", second resubmittal "number -B", etc.)
i. Number and title of appropriate Specification Section.
j. Drawing number and detail references, as appropriate.
~ k. Location(s) where product is to be installed, as appropriate.
1. Other necessary identification.
F. Deviations: Highlight or otherwise specifically identify deviations from the Contract
Documents on submittals.
i~r
SUBMITTAL PROCEDURES 01330 - 2
ir.
G. Additional Copies: Unless additional copies are required for final submittal, and unless
Engineer observes noncompliance with provisions in the Contract Documents, initial submittal
may serve as final submittal.
H. Transmittal: Package each submittal individually and appropriately for transmittal and
handling. Transmit each submittal using a transmittal form. Engineer will return submittals to
the Contractor, without review, received from sources other than Contractor.
I. Resubmittals: Make resubmittals in same form and number of copies as initial submittal.
1. Note date and content of previous submittal.
2. Note date and content of revision in label or title block and clearly indicate extent of
revision.
3. Resubmit submittals until they are marked "No Exception Taken" or Make Corrections
Noted"
J. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers,
fabricators, installers, authorities having jurisdiction, and others as necessary for performance of
construction activities.
K. Use for Construction: Use only final submittals with mark indicating "No Exception Taken" or
Make Corrections Noted" by Engineer.
PART 2 -PRODUCTS
2.1 ACTION SUBMITTALS
A. General: Prepare and submit Action Submittals required by individual Specification Sections.
B. Product Data: Collect information into a single submittal for each element of construction and
type of product or equipment.
1. If information must be specially prepared for submittal because standard printed data are
not suitable for use, submit as Shop Drawings, not as Product Data.
2. Mark each copy of each submittal to show which products and options are applicable.
3. Include the following information, as applicable:
a. Manufacturer's written recommendations.
j~, b. Manufacturer's product specifications.
c. Manufacturer's installation instructions.
d. Standard color charts.
e. Manufacturer's catalog cuts.
~ f. Wiring diagrams showing factory-installed wiring.
g. Printed performance curves.
h. Operational range diagrams.
i. Mill reports.
j. Standard product operation and maintenance manuals.
k. Compliance with specified referenced standards.
~ 1. Testing by recognized testing agency.
m. Application of testing agency labels and seals.
n. Notation of coordination requirements.
rr
SUBMITTAL PROCEDURES 01330 - 3
~r
C
a. Dimensions.
b. Identification of products.
c. Fabrication and installation drawings.
d. Roughing-in and setting diagrams.
e. Wiring diagrams showing field-installed wiring, including power, signal, and
control wiring.
f. Shopwork manufacturing instructions.
g. Templates and patterns.
h. Schedules.
i. Design calculations.
j. Compliance with specified standards.
k. Notation of coordination requirements.
1. Notation of dunensions established by field measurement.
m. Relationship to adjoining construction clearly indicated.
n. Seal and signature of professional engineer if specified.
o. Wiring Diagrams: Differentiate between manufacturer-installed and field-installed
wiring.
D
E.
4. Submit Product Data before or concurrent with Samples.
5. Number of Copies: Submit three copies of Product Data, unless otherwise indicated.
Engineer will return two copies. Mark up and retain one returned copy as a Project
Record Document.
Shop Drawings: Prepare Project-specific information, drawn accurately to scale. Do not base
Shop Drawings on reproductions of the Contract Documents or standard printed data.
1. Preparation: Fully illustrate requirements in the Contract Documents. Include the
following information, as applicable:
2. Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop
Drawings on sheets at least 8-1/2 by 11 inches but no larger than 24 by 36 inches.
3. Number of Copies: Submit 5 opaque copies of each submittal. Engineer will retain 2
copies; remainder will be returned.
Contractor's Construction Schedule: Comply with requirements specified in Division 1 Section
"Construction Progress Documentation".
Application for Payment: Comply with requirements specified in Division 1 Section "Payment
Procedures."
F. Schedule of Values: Comply with requirements specified in Division 1 Section "Payment
Procedures."
G. Subcontract List: Prepare a written summary identifying individuals or firms proposed for each
portion of the Work, including those who are to furnish products or equipment fabricated to a
special design. Include the following information in tabular form:
1. Name, address, and telephone number of entity performing subcontract or supplying
products.
2. Number and title of related Specification Section(s) covered by subcontract.
3. Drawing number and detail references, as appropriate, covered by subcontract.
4. Number of Copies: Submit 7 copies of subcontractor list, unless otherwise indicated.
Engineer will return 4 copies.
SUBMITTAL PROCEDURES
01330 - 4
ir.
2.2 INFORMATIONAL SUBMITTALS
~"" A. General: Prepare and submit Informational Submittals required by other Specification Sections.
1. Number of Copies: Submit 3 copies of each submittal, unless otherwise indicated.
Engineer will not return copies.
2. Certificates and Certifications: Provide a notarized statement that includes signature of
entity responsible for preparing certification. Certificates and certifications shall be
signed by an officer or other individual authorized to sign documents on behalf of that
entity.
3. Test and Inspection Reports: Comply with requirements specified in Division 1 Section
"Quality Requirements."
B. Contractor's Construction Schedule: Comply with requirements specified in Division 1 Section
"Construction Progress Documentation."
C. Qualification Data: Prepare written information that demonstrates capabilities and experience
of firm or person. Include lists of completed projects with project names and addresses, names
""' and addresses of Engineers and owners, and other information specified.
D. Welding Certificates: Prepare written certification that welding procedures and personnel
comply with requirements in the Contract Documents. Submit record of Welding Procedure
Specification (WPS) and Procedure Qualification Record (PQR) on AWS forms. Include
names of firms and personnel certified.
E. Installer Certificates: Prepare written statements on manufacturer's letterhead certifying that
Installer complies with requirements in the Contract Documents and, where required, is
authorized by manufacturer for this specific Project.
F. Manufacturer Certificates: Prepare written statements on manufacturer's letterhead certifying
that manufacturer complies with requirements in the Contract Documents. Include evidence of
~" manufacturing experience where required.
G. Product Certificates: Prepare written statements on manufacturer's letterhead certifying that
product complies with requirements in the Contract Documents.
H. Material Certificates: Prepare written statements on manufacturer's letterhead certifying that
material complies with requirements in the Contract Documents.
I. Material Test Reports: Prepare reports written by a qualified testing agency, on testing agency's
standard form, indicating and interpreting test results of material for compliance with
requirements in the Contract Documents.
Product Test Reports: Prepare written reports indicating current product produced by
manufacturer complies with requirements in the Contract Documents. Base reports on
evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or
on comprehensive tests performed by a qualified testing agency.
K. Schedule of Tests and Inspections: Comply with requirements specified in Division 1 Section
"Quality Requirements."
L. Preconstruction Test Reports: Prepare reports written by a qualified testing agency, on testing
agency's standard form, indicating and interpreting results of tests performed before installation
1 of product, for compliance with performance requirements in the Contract Documents.
SUBMITTAL PROCEDURES 01330 - 5
Wr
Yr
M. Compatibility Test Reports: Prepare reports written by a qualified testing agency, on testing
~ agency's standard form, indicating and interpreting results of compatibility tests performed
before installation of product. Include written recommendations for primers and substrate
preparation needed for adhesion.
N. Field Test Reports: Prepare reports written by a qualified testing agency, on testing agency's
standard form, indicating and interpreting results of field tests performed either during
installation of product or after product is installed in its final location, for compliance with
~' requirements in the Contract Documents.
O. Maintenance Data: Prepare written and graphic instructions and procedures for operation and
~' normal maintenance of products and equipment. Comply with requirements specified in
Division 1 Section "Operation and Maintenance Data."
P. Design Data: Prepare written and graphic information, including, but not limited to,
performance and design criteria, list of applicable codes and regulations, and calculations.
Include list of assumptions and other performance and design criteria and a summary of loads.
Include load diagrams if applicable. Provide name and version of software, if any, used for
calculations. Include page numbers.
Q. Manufacturer's Instructions: Prepare written or published information that documents
`" manufacturer's recommendations, guidelines, and procedures for installing or operating a
product or equipment. Include name of product and name, address, and telephone number of
manufacturer. Include the following, as applicable:
1. Preparation of substrates.
2. Required substrate tolerances.
+~• 3. Sequence of installation or erection.
4. Required installation tolerances.
5. Required adjustments.
r,,, 6. Recommendations for cleaning and protection.
R. Manufacturer's Field Reports: Prepare written information documenting factory-authorized
service representative's tests and inspections. Include the following, as applicable:
1. Name, address, and telephone number of factory-authorized service representative
making report.
2. Statement on condition of substrates and their acceptability for installation of product.
3. Statement that products at Project site comply with requirements.
4. Summary of installation procedures being followed, whether they comply with
requirements and, if not, what corrective action was taken.
5. Results of operational and other tests and a statement of whether observed performance
complies with requirements.
6. Statement whether conditions, products, and installation will affect warranty.
7. Other required items indicated in individual Specification Sections.
S. Insurance Certificates and Bonds: Prepare written information indicating current status of
insurance or bonding coverage. Include name of entity covered by insurance or bond, limits of
coverage, amounts of deductibles, if any, and term of the coverage.
~ T. Construction Photographs: Comply with requirements specified in Division 1 Section "
Photographic Documentation."
~.
SUBMITTAL PROCEDURES 01330 - 6
rr
PART 3 -EXECUTION
R
it
3.1 CONTRACTOR'S REVIEW
~"" A. Review each submittal and check for coordination with other Work of the Contract and for
compliance with the Contract Documents. Note corrections and field dimensions. Mark with
approval stamp before submitting to Engineer.
B. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project name
and location, submittal number, Specification Section title and number, name of reviewer, date
~,,, of Contractor's approval, and statement certifying that submittal has been reviewed, checked,
and approved for compliance with the Contract Documents.
3.2 ENGINEER'S ACTION
A. General: Engineer will not review submittals that do not bear Contractor's approval stamp and
will return them without action.
B. Action Submittals: Engineer will review each submittal, make marks to indicate corrections or
modifications required, and return it. Engineer will stamp each submittal with an action stamp
and will mark stamp appropriately to indicate action taken, as follows:
1. "No Exception Taken"
2. "Make Corrections Noted"
3. "Revise and resubmit"
4. "Rejected"
5. "Submit Specified Item"
C. Informational Submittals: Engineer will review each submittal and will not return it, or will
return it if it does not comply with requirements. Engineer will forward each submittal to
~`" a ro riate
PP P party.
D. Partial submittals are not acceptable, will be considered nonresponsive, and will be returned
without review.
E. Submittals not required by the Contract Documents may not be reviewed and maybe discarded.
END OF SECTION 01330
SUBMITTAL PROCEDURES 01330 - 7
~r
SECTION 01400 -QUALITY REQUIIZEMENTS
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes administrative and procedural requirements for quality assurance and
quality control.
B. Testing and inspecting services are required to verify compliance with requirements specified or
indicated. These services do not relieve Contractor of responsibility for compliance with the
i` Contract Document requirements.
1. Specific quality-assurance and -control requirements for individual construction activities
are specified in the Sections that specify those activities. Requirements in those Sections
may also cover production of standard products.
2. Specified tests, inspections, and related actions do not limit Contractor's other quality-
assurance and -control procedures that facilitate compliance with the Contract Document
requirements.
3. Requirements for Contractor to provide quality-assurance and -control services required
by Engineer, Owner, or authorities having jurisdiction are not limited by provisions of
this Section.
C. Related Sections include the following:
1. Division 1 Section "Allowances" for testing and inspecting allowances.
2. Division 1 Section "Cutting and Patching" for repair and restoration of construction
disturbed by testing and inspecting activities.
3. Divisions 2 through 16 Sections for specific test and inspection requirements.
1.3 DEFINITIONS
A. Quality-Assurance Services: Activities, actions, and procedures performed before and during
execution of the Work to guard against defects and deficiencies and substantiate that proposed
construction will comply with requirements.
B. Quality-Control Services: Tests, inspections, procedures, and related actions during and after
execution of the Work to evaluate that actual products incorporated into the Work and
completed construction comply with requirements. Services do not include contract
enforcement activities performed by Engineer.
~r.
QUALITY REQUIlZEMENTS 01400 - 1
r
~" C. Preconstruction Testing: Tests and inspections that are performed specifically for the Project
before products and materials are incorporated into the Work to verify performance or
{: compliance with specified criteria.
D. Product Testing: Tests and inspections that are performed by an NRTL, an NVLAP, or a testing
agency qualified to conduct product testing and acceptable to authorities having jurisdiction, to
~,~,,, establish product performance and compliance with industry standards.
E. Source Quality-Control Testing: Tests and inspections that are performed at the source, i.e.,
plant, mill, factory, or shop.
F. Field Quality-Control Testing: Tests and inspections that are performed on-site for installation
of the Work and for completed Work.
G. Testing Agency: An entity engaged to perform specific tests, inspections, or both. Testing
laboratory shall mean the same as testing agency.
H. Installer/Applicator/Erector: Contractor or another entity engaged by Contractor as an
employee, Subcontractor, or Sub-subcontractor, to perform a particular construction operation,
`,,,, including installation, erection, application, and similar operations.
1. Using a term such as "carpentry" does not imply that certain construction activities must
be performed by accredited or unionized individuals of a corresponding generic name,
such as "carpenter." It also does not imply that requirements specified apply exclusively
to tradespeople of the corresponding generic name.
`"' I. Experienced: When used with an entity, "experienced" means having successfully completed a
minimum of five previous projects similar in size and scope to this Project; being familiar with
special requirements indicated; and having complied with requirements of authorities having
jurisdiction.
1.4 CONFLICTING REQUIREMENTS
A. General If compliance with two or more standards is specified and the standards establish
different or conflicting requirements for minimum quantities or quality levels, comply with the
.. most stringent requirement. Refer uncertainties and requirements that are different, but
apparently equal, to Engineer for a decision before proceeding.
r' B. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be
the minimum provided or performed. The actual installation may comply exactly with the
minimum quantity or quality specified, or it may exceed the minimum within reasonable limits.
~ To comply with these requirements, indicated numeric values are minimum or maximum, as
appropriate, for the context of requirements. Refer uncertainties to Engineer for a decision
before proceeding.
1.5 SUBMITTALS
A. Reports: Prepare and submit certified written reports that include the following:
QUALITY REQUIREMENTS 01400 - 2
1
i-
1. Date of issue.
2. Project title and number.
3. Name, address, and telephone number of testing agency.
Mr 4. Dates and locations of samples and tests or inspections.
5. Names of individuals making tests and inspections.
6. Description of the Work and test and inspection method.
~,,,, 7. Identification of product and Specification Section.
8. Complete test or inspection data.
9. Test and inspection results.
10. Record of temperature and weather conditions at time of sample taking and testing and
inspecting.
11. Name and signature of laboratory inspector.
B. Permits, Licenses, and Certificates: For Owner's records, submit copies of permits, licenses,
certifications, inspection reports, releases, jurisdictional settlements, notices, receipts for fee
payments, judgments, correspondence, records, and similar documents, established for
compliance with standards and regulations bearing on performance of the Work.
1.6 QUALITY ASSURANCE
A. General: Qualifications paragraphs in this Article establish the minimum qualification levels
required; individual Specification Sections specify additional requirements.
B. Installer Qualifications: A firm or individual experienced in installing, erecting, or assembling
work similar in material, design, and extent to that indicated for this Project, whose work has
~"' resulted in construction with a record of successful in-service performance.
C. Manufacturer Qualifications: A fum experienced in manufacturing products or systems similar
~• to those indicated for this Project and with a record of successful in-service performance, as
well as sufficient production capacity to produce required units.
,,, D. Fabricator Qualifications: A firm experienced in producing products similar to those indicated
for this Project and with a record of successful in-service performance, as well as sufficient
production capacity to produce required units.
E. Professional Engineer Qualifications: A professional engineer who is legally qualified to
practice in jurisdiction where Project is located and who is experienced in providing
engineering services of the kind indicated. Engineering services are defined as those performed
for installations of the system, assembly, or product that are similar to those indicated for this
Project in material, design, and extent.
F. Testing Agency Qualifications: An NRTL, an NVLAP, or an independent agency with the
experience and capability to conduct testing and inspecting indicated, as documented according
to ASTM E 548; and with additional qualifications specified in individual Sections; and where
r~ required by authorities having jurisdiction, that is acceptable to authorities.
1. NRTL: A nationally recognized testing laboratory according to 29 CFR 1910.7.
~, 2. NVLAP: A testing agency accredited according to NIST's National Voluntary
Laboratory Accreditation Program.
QUALITY REQUIlZEMENTS 01400 - 3
rrr
it
G. Factory-Authorized Service Representative Qualifications: An authorized representative of
manufacturer who is trained and approved by manufacturer to inspect installation of
manufacturer's products that are similar in material, design, and extent to those indicated for this
~l,,, Project.
H. Mockups: Before installing portions of the Work requiring mockups, build mockups for each
form of construction and finish required to comply with the following requirements, using
materials indicated for the completed Work:
1. Build mockups in location and of size indicated or, if not indicated, as directed by
Engineer.
2. Notify Engineer seven days in advance of dates and times when mockups will be
constructed.
3. Demonstrate the proposed range of aesthetic effects and workmanship.
4. Obtain Engineer's approval of mockups before starting work, fabrication, or construction.
a. Allow seven days for initial review and each re-review of each mockup.
5. Maintain mockups during construction in an undisturbed condition as a standard for
judging the completed Work.
6. Demolish and remove mockups when directed, unless otherwise indicated.
1.7 QUALITY CONTROL
A. Tests and inspections not explicitly assigned to Owner are Contractor's responsibility. Unless
otherwise indicated, provide quality-control services specified and those required by authorities
having jurisdiction. Perform quality-control services required of Contractor by authorities
having jurisdiction, whether specified or not.
1. Where services are indicated as Contractor's responsibility, engage a qualified testing
agency acceptable to the Owner to perform these quality-control services.
2. Notify testing agencies at least 24 hours in advance of time when Work that requires
testing or inspecting will be performed.
3. Where quality-control services are indicated as Contractor's responsibility, submit a
certified written report, in duplicate, of each quality-control service.
4. Testing and inspecting requested by Contractor and not required by the Contract
Documents are Contractor's responsibility.
5. Submit additional copies of each written report directly to authorities having jurisdiction,
when they so direct.
B. Manufacturer's Field Services: Where indicated, engage a factory-authorized service
representative to inspect field-assembled components and equipment installation, including
service connections. Report results in writing as specified in Division 1 Section "Submittal
Procedures."
C. Retesting/Reinspecting: Regardless of whether original tests or inspections were Contractor's
responsibility, provide quality-control services, including retesting and reinspecting, for
construction that replaced Work that failed to comply with the Contract Documents.
D. Testing Agency Responsibilities: Cooperate with Engineer and Contractor in performance of
duties. Provide qualified personnel to perform required tests and inspections.
r.
QUALITY REQUIREMENTS 01400 - 4
I`r
`.
1. Notify Engineer and Contractor promptly of irregularities or deficiencies observed in the
Work during performance of its services.
2. Determine the location from which test samples will be taken and in which in-situ tests
are conducted.
3. Conduct and interpret tests and inspections and state in each report whether tested and
inspected work complies with or deviates from requirements.
4. Submit a certified written report, in duplicate, of each test, inspection, and similar
quality-control service through Contractor.
5. Do not release, revoke, alter, or increase the Contract Document requirements or approve
or accept any portion of the Work.
6. Do not perform any duties of Contractor.
E. Associated Services: Cooperate with agencies performing required tests, inspections, and
similar quality-control services, and provide reasonable auxiliary services as requested. Notify
agency sufficiently in advance of operations to permit assigmnent of personnel. Provide the
following:
1. Access to the Work.
2. Incidental labor and facilities necessary to facilitate tests and inspections.
3. Adequate quantities of representative samples of materials that require testing and
inspecting. Assist agency in obtaining samples.
4. Facilities for storage and field curing of test samples.
5. Delivery of samples to testing agencies.
6. Preliminary design mix proposed for use for material mixes that require control by testing
agency.
7. Security and protection for samples and for testing and inspecting equipment at Project
site.
F. Coordination: Coordinate sequence of activities to accommodate required quality-assurance
~ and -control services with a minimum of delay and to avoid necessity of removing and
replacing construction to accommodate testing and inspecting.
~,, 1. Schedule times for tests, inspections, obtaining samples, and similar activities.
~, PART 2 -PRODUCTS (Not Used)
PART 3 -EXECUTION
3.1 TEST AND INSPECTION LOG
A. Prepare a record of tests and inspections. Include the following:
1. Date test or inspection was conducted.
2. Description of the Work tested or inspected.
3. Date test or inspection results were transmitted to Engineer.
4. Identification of testing agency or special inspector conducting test or inspection.
it
QUALITY REQUIREMENTS 01400 - 5
it
B. Maintain log at Project site. Post changes and modifications as they occur. Provide access to
test and inspection log for Engineer's reference during normal working hours.
3.2 REPAIIZ AND PROTECTION
A. General: On completion of testing, inspecting, sample taking, and similar services, repair
damaged construction and restore substrates and fmishes.
1. Comply with the Contract Document requirements for Division 1 Section "Cutting and
Patching."
B. Protect construction exposed by or for quality-control service activities.
C. Repair and protection are Contractor's responsibility, regardless of the assignment of
responsibility for quality-control services.
END OF SECTION 01400
QUALITY REQUIREMENTS 01400 - 6
lr
SECTION 01420 -REFERENCES
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections, apply to this Section.
1.2 DEFINITIONS
A. General: Basic Contract definitions are included in the Conditions of the Contract.
B. "Directed": A command or instruction by Engineer. Other terms including "requested,"
"authorized," "selected," "approved," "required," and "permitted" have the same meaning as
"directed."
C. "Indicated": Requirements expressed by graphic representations or in written form on
Drawings, in Specifications, and in other Contract Documents. Other terms including "shown,"
"noted," "scheduled," and "specified" have the same meaning as "indicated."
D. "Regulations": Laws, ordinances, statutes, and lawful orders issued by authorities having
`,. jurisdiction, and rules, conventions, and agreements within the construction industry that control
performance of the Work.
E. "Furnish": Supply and deliver to Project site, ready for unloading, unpacking, assembly,
installation, and similar operations.
r• F. "Install": Operations at Project site including unloading, temporarily storing, unpacking,
~"` assemblin erectin lacin anchorin a 1 in , workin to dimension finishin curin ,
g, g~ P g, g~ PP Y g g ~ g, g
protecting, cleaning, and similar operations.
~' G. "Provide": Furnish and install, complete and ready for the intended use.
1.3 INDUSTRY STANDARDS
A. Applicability of Standards: Unless the Contract Documents include more stringent
requirements, applicable construction industry standards have the same force and effect as if
bound or copied directly into the Contract Documents to the extent referenced. Such standards
are made a part of the Contract Documents by reference.
B. Publication Dates: Comply with standards in effect as of date of the Contract Documents,
unless otherwise indicated.
C. Copies of Standards: Each entity engaged in construction on Project should be familiar with
industry standards applicable to its construction activity. Copies of applicable standards are not
bound with the Contract Documents.
~r
REFERENCES 01420 - 1
~,. 1. Where copies of standards are needed to perform a required construction activity, obtain
copies directly from publication source.
1.4 ABBREVIATIONS AND ACRONYMS
A. Industry Organizations: Where abbreviations and acronyms are used ui Specifications or other
Contract Documents, they shall mean the recognized name of the entities indicated in Gale
Research's "Encyclopedia of Associations" or in Columbia Books' "National Trade &
Professional Associations of the U.S."
PART 2 -PRODUCTS (Not Used)
PART 3 -EXECUTION (Not Used)
END OF SECTION 01420
r.
REFERENCES
01420 - 2
ar
i!w
SECTION 01500 -TEMPORARY FACIL,IT'IES AND CONTROLS
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes requirements for temporary utilities, support facilities, and security and
protection facilities.
B. Related Sections include the following:
1. Division 1 Section "Summary" for limitations on utility interruptions and other work
restrictions.
2. Division 1 Section "Execution Requirements" for progress cleaning requirements.
3. Divisions 2 through 16 Sections for temporary heat, ventilation, and humidity
requirements for products in those Sections.
1.3 USE CHARGES
A. General: Cost or use charges for temporary facilities shall be included in the Contract Sum.
Allow other entities to use temporary services and facilities without cost, including, but not
limited to, Engineer, testing agencies, and authorities having jurisdiction.
1.4 PROJECT CONDITIONS
A. Temporary Use of Permanent Facilities: Installer of each permanent service shall assume
responsibility for operation, maintenance, and protection of each permanent service during its
use as a construction facility before Owner's acceptance, regardless of previously assigned
responsibilities.
1.5 QUALITY ASSURANCE
A. Electric Service: Comply with NECA, NEMA, and UL standards and regulations for temporary
electric service. Install service to comply with NFPA 70.
B. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each
temporary utility before use. Obtain required certifications and permits.
r
irr
TEMPORARY FACILITIES AND CONTROLS 01500 - 1
r
Wr PART 2 -PRODUCTS
2.1 TEMPORARY FACILITIES
A. Field Offices, General: Contractor is not required to erect, furnish and maintain a field office
during the period of construction. However, the Contractor or his authorized agent shall be
~""' present at all times while the Work is in progress and readily accessible copies of both the
Contract Documents and the latest accepted shop drawings shall be available in the field.
B. Storage and Fabrication Sheds: Provide sheds sized, furnished, and equipped to accommodate
materials and equipment for construction operations.
2.2 EQUIPMENT
A. Fire Extinguishers: Portable, UL rated; with class and extinguishing agent as required by
locations and classes of fire exposures.
PART 3 -EXECUTION
3.1 INSTALLATION, GENERAL
A. Locate facilities where they will serve Project adequately and result in minimum interference
with performance of the Work. Relocate and modify facilities as required by progress of the
Work.
B ~ Provide each facility ready for use when needed to avoid delay. Do not remove until facilities
are no longer needed or are replaced by authorized use of completed permanent facilities.
3.2 TEMPORARY UTII,ITY INSTALLATION
'' A. General: Install temporary service or connect to existing service.
1. Arrange with utility company, Owner, and existing users for time when service can be
interrupted, if necessary, to make connections for temporary services.
B. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking water for use of
4 construction personnel. Comply with authorities having jurisdiction for type, number, location,
operation, and maintenance of fixtures and facilities.
C. Heating and Cooling: Provide temporary heating and cooling required by construction activities
for curing or drying of completed installations or for protecting installed construction from
~' adverse effects of low temperatures or to protect damage to existing facilities. Select equipment
that will not have a harmful effect on completed installations or elements being installed.
D. Electric Power Service: Provide electric power service and distribution system of sufficient
size, capacity, and power characteristics required for construction operations.
TEMPORARY FACILITIES AND CONTROLS 01500 - 2
Yir
`. E. Lighting: Provide temporary lighting with local switching that provides adequate illumination
for construction operations, observations, inspections, and traffic conditions.
1. Install and operate temporary lighting that fulfills security and protection requirements
without operating entire system.
3.3 SUPPORT FACILITIES INSTALLATION
A. General: Comply with the following:
1. Maintain support facilities until near Substantial Completion. Remove before Substantial
Completion. Personnel remaining after Substantial Completion will be permitted to use
permanent facilities, under conditions acceptable to Owner.
B. Traffic Controls: Comply with requirements of authorities having jurisdiction.
1. Protect existing site improvements to remain including curbs, pavement, and utilities.
2. Maintain access for fire-fighting equipment.
C. Parking: Provide temporary parking areas for construction personnel
D. Dewatering Facilities and Drains: Comply with requirements of authorities having jurisdiction.
Maintain Project site, excavations, and construction free of water.
1. Dispose of rainwater in a lawful manner that will not result in flooding Project or
adjoining properties nor endanger permanent Work or temporary facilities.
2. Remove snow and ice as required to minimize accumulations.
E. Waste Disposal Facilities: Provide waste-collection containers in sizes adequate to handle
waste from construction operations. Comply with requirements of authorities having
jurisdiction. Comply with Division 1 Section "Execution Requirements" for progress cleaning
- requirements.
3.4 SECURITY AND PROTECTION FACII.,ITIES INSTALLATION
w
A. Protection of Existing Facilities: Protect existing vegetation, equipment, structures, utilities,
and other improvements at Project site and on adjacent properties, except those indicated to be
removed or altered. Repair damage to existing facilities.
B. Environmental Protection: Provide protection, operate temporary facilities, and conduct
construction in ways and by methods that comply with environmental regulations and that
minimize possible air, waterway, and subsoil contamination or pollution or other undesirable
effects.
1. Comply with work restrictions specified in Division 1 Section "Summary."
C. Temporary Erosion and Sedimentation Control: Comply with requirements specified in
Division 2 Section "Erosion Control."
TEMPORARY FACILITIES AND CONTROLS 01500 - 3
~r
lw
D. Stormwater Control: Comply with authorities having jurisdiction. Provide barriers in and
around excavations and subgrade construction to prevent flooding by runoff of stormwater from
heavy rains.
E. Tree and Plant Protection: Install temporary fencing located outside the drip line of trees to
protect vegetation from damage from construction operations. Protect tree root systems from
damage, flooding, and erosion.
F. Barricades, Warning Signs, and Lights: Comply with requirements of authorities having
jurisdiction for erecting structurally adequate barricades, including warning signs and lighting.
3.5 OPERATION, TERMINATION, AND REMOVAL
A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and
abuse, limit availability of temporary facilities to essential and intended uses.
B. Maintenance: Maintain facilities in good operating condition until removal.
1. Maintain operation of temporary enclosures, heating, cooling, humidity control,
ventilation, and similar facilities on a 24-hour basis where required to achieve indicated
results and to avoid possibility of damage.
C. Termination and Removal: Remove each temporary facility when need for its service has
ended, when it has been replaced by authorized use of a permanent facility, or no later than
Substantial Completion. Complete or, if necessary, restore permanent construction that may
have been delayed because of interference with temporary facility. Repair damaged Work,
clean exposed surfaces, and replace construction that cannot be satisfactorily repaired.
END OF SECTION 01500
TEMPORARY FACILITIES AND CONTROLS 01500 - 4
r
~"` SECTION 01600 -PRODUCT REQUIREMENTS
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and
other Division 1 Specification Sections, apply to this Section.
1,2 SUMMARY
A. This Section includes administrative and procedural requirements for selection of products for use in
Project; product delivery, storage, and handling; manufacturers' standard warranties on products; special
warranties; product substitutions; and comparable products.
B. Related Sections include the following:
1. Division 1 Section "Allowances" for products selected under an allowance.
2. Division 1 Section "References" for applicable industry standards for products specified.
3. Division 1 Section "Closeout Procedures" for submitting warranties for Contract closeout.
4. Divisions 2 through 16 Sections for specific requirements for warranties on products and
installations specified to be warranted.
1.3 DEFINITIONS
A. Products: Items purchased for incorporating into the Work, whether purchased for Project or taken from
previously purchased stock. The term "product" includes the terms "material," "equipment," "system,"
and terms of similar intent.
1. Named Products: Items identified by manufacturer's product name, including make or model
number or other designation shown or listed in manufacturer's published product literature, that is
current as of date of the Contract Documents.
2. New Products: Items that have not previously been incorporated into another project or facility.
Products salvaged or recycled from other projects are not considered new products.
3. Comparable Product: Product that is demonstrated and approved through submittal process, or
where indicated as a product substitution, to have the indicated qualities related to type, function,
dimension, in-service performance, physical properties, appearance, and other characteristics that
equal or exceed those of specified product.
B. Substitutions: Changes in products, materials, equipment, and methods of construction from those
required by the Contract Documents and proposed by Contractor.
C. Basis-of-Design Product Specification: Where a specific manufacturer's product is named and
accompanied by the words "basis of design," including make or model number or other designation, to
establish the significant qualities related to type, function, dimension, in-service performance, physical
properties, appearance, and other characteristics for purposes of evaluating comparable products of
other named manufacturers.
r.
PRODUCT REQUIREMENTS 01600 - 1
i~
1.4 SUBMITTALS
A. Product List: Submit a list, in tabular from, showing, specified products. Include generic names of
products required. Include manufacturer's name and proprietary product names for each product.
1. Coordinate product list with Contractor's Construction Schedule and the Submittals Schedule.
2. Form: Tabulate information for each product under the following column headings:
a. Specification Section number and title.
b. Generic name used in the Contract Documents.
c. Proprietary name, model number, and similar designations.
d. Manufacturer's name and address.
e. Supplier's name and address.
f. Installer's name and address.
g. Projected delivery date or time span of delivery period.
h. Identification of items that require early submittal approval for scheduled delivery date.
3. Completed List: Within 60 days after date of the Notice to Proceed, submit 3 copies of
completed product list. Include a written explanation for omissions of data and for variations
from Contract requirements.
4. Engineer's Action: Engineer will respond in writing to Contractor within 15 days of receipt of
completed product list. Engineer's response will include a list of unacceptable product selections
and a brief explanation of reasons for this action. Engineer's response, or lack of response, does
not constitute a waiver of requirement to comply with the Contract Documents.
B. Substitution Requests: Submit three copies of each request for consideration. Identify product or
~ fabrication or installation method to be replaced. Include Specification Section number and title and
Drawing numbers and titles.
1. Substitution Request Form: Use form provided at end of Section.
2. Documentation: Show compliance with requirements for substitutions and the following, as
~" applicable:
a. Statement indicating why specified material or product cannot be provided.
b. Coordination information, including a list of changes or modifications needed to other
parts of the Work and to construction performed by Owner and separate contractors, that
will be necessary to accommodate proposed substitution.
c. Detailed comparison of significant qualities of proposed substitution with those of the
Work specified. Significant qualities may include attributes such as performance, weight,
size, durability, visual effect, and specific features and requirements indicated.
d. Product Data, including drawings and descriptions of products and fabrication and
installation procedures.
e. Samples, where applicable or requested.
f. List of similar installations for completed projects with project names and addresses and
names and addresses of engineers and owners.
g. Material test reports from a qualified testing agency indicating and interpreting test results
for compliance with requirements indicated.
h. Research/evaluation reports evidencing compliance with building code in effect for
Project, from a model code organization acceptable to authorities having jurisdiction.
i. Detailed comparison of Contractor's Construction Schedule using proposed substitution
with products specified for the Work, including effect on the overall Contract Time. If
specified product or method of construction cannot be provided within the Contract Time,
PRODUCT REQUIREMENTS 01600 - 2
it
iir
j~,r, include letter from manufacturer, on manufacturer's letterhead, stating lack of availability
or delays in delivery.
j. Cost information, including a proposal of change, if any, in the Contract Sum.
k. Contractor's certification that proposed substitution complies with requirements in the
Contract Documents and is appropriate for applications indicated.
1. Contractor's waiver of rights to additional payment or time that may subsequently become
necessary because of failure of proposed substitution to produce indicated results.
3. Engineer's Action: If necessary, Engineer will request additional information or documentation
for evaluation within 7 days of receipt of a request for substitution. Engineer will notify
~" Contractor of acceptance or rejection of proposed substitution within 15 days of receipt of
request, or 7 days of receipt of additional information or documentation, whichever is later.
a. Form of Acceptance: Change Order.
b. Use product specified if Engineer cannot make a decision on use of a proposed substitution
within time allocated.
C. Comparable Product Requests: Submit three copies of each request for consideration. Identify product
or fabrication or installation method to be replaced. Include Specification Section number and title and
Drawing numbers and titles.
1. Engineer's Action: If necessary, Engineer will request additional information or documentation
for evaluation within one week of receipt of a comparable product request. Engineer will notify
„" Contractor of approval or rejection of proposed comparable product request within 15 days of
receipt of request, or 7 days of receipt of additional information or documentation, whichever is
later.
a. Form of Approval: As specified in Division 1 Section "Submittal Procedures."
b. Use product specified if Engineer cannot make a decision on use of a comparable product
,,, request within time allocated.
D. Basis-of-Design Product Specification Submittal: Comply with requirements in Division 1 Section
"Submittal Procedures." Show compliance with requirements.
1.5 QUALITY ASSURANCE
A. Compatibility of Options: If Contractor is given option of selecting between two or more products for
use on Project, product selected shall be compatible with products previously selected, even if
previously selected products were also options.
Each contractor is responsible for providing products and construction methods compatible with
products and construction methods of other contractors.
If a dispute arises between contractors over concurrently selectable but incompatible products,
Engineer will determine which products shall be used.
1.6 PRODUCT DELIVERY, STORAGE, AND HANDLING
A. Deliver, store, and handle products using means and methods that will prevent damage, deterioration,
and loss, including theft. Comply with manufacturer's written instructions.
~r
PRODUCT REQUIREMENTS 01600 - 3
rr
B. Delivery and Handling:
1. Schedule delivery to minimize long-term storage at Project site and to prevent overcrowding of
construction spaces.
2. Coordinate delivery with installation time to ensure minimum holding time for items that are
flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses.
3. Deliver products to Project site in an undamaged condition in manufacturer's original sealed
container or other packaging system, complete with labels and instructions for handling, storing,
unpacking, protecting, and installing.
4. Inspect products on delivery to ensure compliance with the Contract Documents and to ensure
that products are undamaged and properly protected.
C. Storage:
1. Store products to allow for inspection and measurement of quantity or counting of units.
2. Store materials in a manner that will not endanger Project structure.
3. Store products that are subject to damage by the elements, under cover in a weathertight
enclosure above ground, with ventilation adequate to prevent condensation.
4. Store cementitious products and materials on elevated platforms.
5. Store foam plastic from exposure to sunlight, except to extent necessary for period of installation
and concealment.
6. Comply with product manufacturer's written instructions for temperature, humidity, ventilation,
and weather-protection requirements for storage.
7. Protect stored products from damage and liquids from freezing.
1.7 PRODUCT WARRANTIES
A. Warranties specified in other Sections shall be in addition to, and run concurrent with, other warranties
required by the Contract Documents. Manufacturer's disclaimers and limitations on product warranties
~.. do not relieve Contractor of obligations under requirements of the Contract Documents.
1. Manufacturer's Warranty: Preprinted written warranty published by individual manufacturer for a
particular product and specifically endorsed by manufacturer to Owner.
2. Special Warranty: Written warranty required by or incorporated into the Contract Documents,
either to extend time limit provided by manufacturer's warranty or to provide more rights for
Owner.
B. Special Warranties: Prepare a written document that contains appropriate terms and identification,
ready for execution. Submit a draft for approval before final execution.
1. Manufacturer's Standard Form: Modified to include Project-specific information and properly
executed.
2. Specified Form: When specified forms are included with the Specifications, prepare a written
document using appropriate form properly executed.
3. Refer to Divisions 2 through 16 Sections for specific content requirements and particular
requirements for submitting special warranties.
C. Submittal Time: Comply with requirements in Division 1 Section "Closeout Procedures."
it
PRODUCT REQUIREMENTS 01600 - 4
PART 2 -PRODUCTS
2.1 PRODUCT SELECTION PROCEDURES
A. General Product Requirements: Provide products that comply with the Contract Documents, that are
undamaged and, unless otherwise indicated, that are new at time of installation.
1. Provide products complete with accessories, trim, finish, fasteners, and other items needed for a
complete installation and indicated use and effect.
2. Standard Products: If available, and unless custom products or nonstandard options are specified,
provide standard products of types that have been produced and used successfully in similar
situations on other projects.
3. Owner reserves the right to limit selection to products with warranties not in conflict with
requirements of the Contract Documents.
4. Where products are accompanied by the term "as selected," Engineer will make selection.
5. Where products are accompanied by the term "match sample," sample to be matched is
Engineer's.
6. Descriptive, performance, and reference standard requirements in the Specifications establish
"salient characteristics" of products.
7. Or Equal: Where products are specified by name and accompanied by the term "or equal" or "or
approved equal" or "or equivalent" or "or approved," comply with provisions in Part 2
"Comparable Products" Article to obtain approval for use of an unnamed product.
B. Product Selection Procedures:
1. Product: Where Specifications name a single product and manufacturer, provide the named
product that complies with requirements.
2. Manufacturer/Source: Where Specifications name a single manufacturer or source, provide a
product by the named manufacturer or source that complies with requirements.
3. Products: Where Specifications include a list of names of both products and manufacturers,
provide one of the products listed that complies with requirements.
4. Manufacturers: Where Specifications include a list of manufacturers' names, provide a product
by one of the manufacturers listed that complies with requirements.
5. Available Products: Where Specifications include a list of names of both products and
manufacturers, provide one of the products listed, or an unnamed product, that complies with
~ requirements. Comply with provisions in Part 2 "Comparable Products" Article for consideration
of an unnamed product.
6. Available Manufacturers: Where Specifications include a list of manufacturers, provide a
,,, product by one of the manufacturers listed, or an unnamed manufacturer, that complies with
requirements. Comply with provisions in Part 2 "Comparable Products" Article for consideration
of an unnamed product.
7. Product Options: Where Specifications indicate that sizes, profiles, and dimensional
requirements on Drawings are based on a specific product or system, provide the specified
product or system. Comply with provisions in Part 2 "Product Substitutions" Article for
consideration of an unnamed product or system.
~"` 8. Basis-of-Design Product: Where Specifications name a product and include a list of
manufacturers, provide the specified product or a comparable product by one of the other named
manufacturers. Drawings and Specifications indicate sizes, profiles, dimensions, and other
characteristics that are based on the product named. Comply with provisions in Part 2
it
PRODUCT REQUIREMENTS 01600 - 5
i1r
"Comparable Products" Article for consideration of an unnamed product by the other named
manufacturers.
9. Visual Matching Specification: Where Specifications require matching an established Sample,
select a product that complies with requirements and matches Engineer's sample. Engineer's
ilrr decision will be final on whether a proposed product matches.
a. If no product available within specified category matches and complies with other
specified requirements, comply with provisions in Part 2 "Product Substitutions" Article
for proposal of product.
10. Visual Selection Specification: Where Specifications include the phrase "as selected from
~" manufacturer's colors, patterns, textures" or a similar phrase, select a product that complies with
other specified requirements.
'~" a. Standard Range: Where Specifications include the phrase "standard range of colors,
patterns, textures" or similar phrase, Engineer will select color, pattern, density, or texture
from manufacturer's product line that does not include premium items.
b. Full Range: Where Specifications include the phrase "full range of colors, patterns,
textures" or similar phrase, Engineer will select color, pattern, density, or texture from
manufacturer's product line that includes both standard and premium items.
2.2 PRODUCT SUBSTITUTIONS
A. Timing: Engineer will consider requests for substitution if received within 60 days after the Notice to
Proceed. Requests received after that time may be considered or rejected at discretion of Engineer.
B. Conditions: Engineer will consider Contractor's request for substitution when the following conditions
are satisfied. If the following conditions are not satisfied, Engineer will return requests without action,
except to record noncompliance with these requirements:
1. Requested substitution offers Owner a substantial advantage in cost, time, energy conservation, or
other considerations, after deducting additional responsibilities Owner must assume. Owner's
additional responsibilities may include compensation to Engineer for redesign and evaluation
services, increased cost of other construction by Owner, and similar considerations.
2. Requested substitution does not require extensive revisions to the Contract Documents.
3. Requested substitution is consistent with the Contract Documents and will produce indicated
results.
4. Substitution request is fully documented and properly submitted.
5. Requested substitution will not adversely affect Contractor's Construction Schedule.
6. Requested substitution has received necessary approvals of authorities having jurisdiction.
7. Requested substitution is compatible with other portions of the Work.
8. Requested substitution has been coordinated with other portions of the Work.
9. Requested substitution provides specified warranty.
10. If requested substitution involves more than one contractor, requested substitution has been
coordinated with other portions of the Work, is uniform and consistent, is compatible with other
products, and is acceptable to all contractors involved.
r
PRODUCT REQUIREMENTS 01600 - 6
w
2.3 COMPARABLE PRODUCTS
fir
A. Conditions: Engineer will consider Contractor's request for comparable product when the following
conditions are satisfied. If the following conditions are not satisfied, Engineer will return requests
without action, except to record noncompliance with these requirements:
1. Evidence that the proposed product does not require extensive revisions to the Contract
Documents, that it is consistent with the Contract Documents and will produce the indicated
results, and that it is compatible with other portions of the Work.
2. Detailed comparison of significant qualities of proposed product with those named in the
Specifications. Significant qualities include attributes such as performance, weight, size,
durability, visual effect, and specific features and requirements indicated.
3. Evidence that proposed product provides specified warranty.
4. List of similar installations for completed projects with project names and addresses and names
and addresses of engineers and owners, if requested.
5. Samples, if requested.
2.4 EXECUTION (Not Used)
END OF SECTION 01600
r.
PRODUCT REQUIREMENTS 01600 - 7
~ ~ Advancement
o/ Constn~atior
T~'n°'°~r SUBSTITUTION
~. REQUEST
__ (After the Bidding Phase)
Project: Substitution Request Number:
iYr
From:
To: Date:
fir
A/E Project Number:
Re: Contract For:
Specification Title: Description:
Section: Page: Article/Paragraph:
Proposed Substitution:
Manufacturer: Address: Phone:
Trade Name: Model No.:
Installer: Address: Phone:
History: ^ New product ^ 2-5 years old ^ 5-10 yrs old ^ More than 10 years old
Differences between proposed substitution and specified product:
^ Point-by-point comparative data attached -REQUIRED BY A/E
T
Reason for not providing specified item:
•r.
it
it
Similar Installation:
Project: .
Address:
Proposed substitution affects other parts of Work:
Architect:
Owner:
Date Installed:
^ No ^ Yes; explain
Savings to Owner for accepting substitution:
($ 1.
Proposed substitution changes Contract Time: ^ No ^ Yes [Add] [Deduct] da s.
Y
Supporting Data Attached: ^ Drawings ^ Product Data ^ Samples ^ Tests ^ Reports ^
Copyright 1996, Construction Specification Institute, Page of September 1996
601 Madison Street, Alexandria, VA 22314-1791 CSI Form 13.1A
f:
SUBSTITUTION
~ REQUEST
(Continued)
The Undersigned certifies:
• Proposed substitution has been fully investigated and determined to be equal or superior in all respects to specified product.
• Same warranty will be furnished for proposed substitution as for specified product.
• Same maintenance service and source of replacement parts, as applicable, is available.
• Proposed substitution will have no adverse effect on other trades and will not affect or delay progress schedule.
• Cost data as stated above is complete. Claims for additional costs related to accepted substitution which may subsequently become
apparent are to be waived.
• Proposed substitution does not affect dimensions and functional clearances.
• Payment will be made for changes to building design, including AB design, detailing, and construction costs caused by the
substitution.
• Coordination, installation, and changes in the Work as necessary for accepted substitution will be complete in all respects.
Submitted by:
Signed by:
Firm:
Address:
Telephone:
Attachments:
A/E's REVIEW AND ACTION
^ Substitution approved -Make submittals in accordance with Specification Section 01330.
^ Substitution approved as noted -Make submittals in accordance with Specification Section 01330.
^ Substitution rejected -Use specified materials.
^ Substitution Request received too late -Use specified materials.
Signed by: Date:
Additional Comments: ^ Contractor ^ Subcontractor ^ Supplier ^ Manufacturer ^ A/E ^
Copyright 1996, Construction Specification Institute, Page of September 1996
601 Madison Street, Alexandria, VA 22314-1791 CSI Form 13.1A
t
Illlr
SECTION 01700 -EXECUTION REQUIREMENTS
PART 1 -GENERAL
r
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes general procedural requirements governing execution of the Work
including, but not limited to, the following:
1. Construction layout.
2. General installation of products.
3. Progress cleaning.
4. Protection of installed construction.
5. Correction of the Work.
B. Related Sections include the following:
1. Division 1 Section "Project Management and Coordination" for procedures for
coordinating field engineering with other construction activities.
2. Division 1 Section "Cutting and Patching" for procedural requirements for cutting and
patching necessary for the installation or performance of other components of the Work.
3. Division 1 Section "Closeout Procedures" for recording of Owner-accepted deviations
from indicated lines and levels, and final cleaning.
PART 2 -PRODUCTS (Not Used)
PART 3 -EXECUTION
3.1 EXAMINATION
A. Existing Conditions: The existence and location of site improvements, utilities, and other
construction indicated as existing are not guaranteed. Before beginning work, investigate and
~ verify the existence and location of mechanical and electrical systems and other construction
affecting the Work.
1. Before construction, verify the location and points of connection of utility services.
ri B. Existing Utilities: The existence and location of underground and other utilities and
~,,,~ construction indicated as existing are not guaranteed. Before beginning sitework, investigate
and verify the existence and location of underground utilities and other construction affecting
the Work.
r
EXECUTION REQUIREMENTS 01700 - 1
~r
it
1. Before construction, verify the location and invert elevation at points of connection of
sanitary sewer, storm sewer, and water-service piping; and underground electrical
services.
2. Furnish location data for work related to Project that must be performed by public
rr utilities serving Project site.
a. Acceptance of Conditions: Examine substrates, areas, and conditions, with
Installer or Applicator present where indicated, for compliance with requirements
~„ for installation tolerances and other conditions affecting performance.
3. Verify compatibility with and suitability of substrates, including compatibility with
existing finishes or primers.
4. Examine roughing-in for mechanical and electrical systems to verify actual locations of
connections before equipment and fixture installation.
5. Examine walls, floors, and roofs for suitable conditions where products and systems are
to be installed.
~` 6. Proceed with installation only after unsatisfactory conditions have been corrected.
_ Proceeding with the Work indicates acceptance of surfaces and conditions.
3.2 PREPARATION
r. A. Existing Utility Information: Furnish information to local utility that is necessary to adjust,
move, or relocate existing utility structures, utility poles, lines, services, or other utility
appurtenances located in or affected by construction. Coordinate with authorities having
~„ jurisdiction.
B. Field Measurements: Take field measurements as required to fit the Work properly. Recheck
measurements before installing each product. Where portions of the Work are indicated to fit to
other construction, verify dimensions of other construction by field measurements before
fabrication. Coordinate fabrication schedule with construction progress to avoid delaying the
Work.
C. Space Requirements: Verify space requirements and dimensions of items shown
diagrammatically on Drawings.
r.
D. Review of Contract Documents and Field Conditions: Immediately on discovery of the need for
clarification of the Contract Documents, submit a request for information to Engineer. Include
~,,, a detailed description of problem encountered, together with recommendations for changing the
Contract Documents.
3.3 CONSTRUCTION LAYOUT
A. Verification: Before proceeding to lay out the Work, verify layout information shown on
~' Drawings, in relation to the property survey and existing benchmarks. If discrepancies are
discovered, notify Engineer promptly.
B. General: Lay out the Work using accepted surveying practices.
1. Establish benchmarks and control points to set lines and levels as needed to locate each
~~, element of Project.
2. Establish dimensions within tolerances indicated. Do not scale Drawings to obtain
required dimensions.
3. Inform installers of lines and levels to which they must comply.
EXECUTION REQUIREMENTS 01700 - 2
~>
4. Check the location, level and plumb, of every major element as the Work progresses.
5. Notify Engineer when deviations from required lines and levels exceed allowable
tolerances.
6. Close site surveys with an error of closure equal to or less than the standard established
by authorities having jurisdiction.
C. Site Improvements: Locate and lay out site improvements, including pavements, grading, fill
~,
and topsoil placement, utility slopes, and invert elevations.
D. Building Lines and Levels: Locate and lay out control lines and levels for structures, building
foundations, column grids, and floor levels, including those required for mechanical and
ir. electrical work. Transfer survey markings and elevations for use with control lines and levels.
Level foundations and piers from two or more locations.
3.4 INSTALLATION
A. General: Locate the Work and components of the Work accurately, in correct alignment and
elevation, as indicated.
1. Make vertical work plumb and make horizontal work level.
2. Where space is limited, install components to maximize space available for maintenance
and ease of removal for replacement.
3. Conceal pipes, ducts, and wiring in fmished areas, unless otherwise indicated.
4. Maintain maximum headroom clearance.
B. Comply with manufacturer's written instructions and recommendations for installing products in
applications indicated.
C. Install products at the time and under conditions that will ensure the best possible results.
Maintain conditions required for product performance until Substantial Completion.
D. Conduct construction operations so no part of the Work is subjected to damaging operations or
loading in excess of that expected during normal conditions of occupancy.
E. Tools and Equipment: Do not use tools or equipment that produce harmful noise levels.
F. Templates: Obtain and distribute to the parties involved templates for work specified to be
factory prepared and field installed. Check Shop Drawings of other work to confirm that
adequate provisions are made for locating and installing products to comply with indicated
requirements.
G. Anchors and Fasteners: Provide anchors and fasteners as required to anchor each component
securely in place, accurately located and aligned with other portions of the Work.
1. Mounting Heights: Where mounting heights are not indicated, mount components at
heights directed by Engineer.
2. Allow for building movement, including thermal expansion and contraction.
3. Coordinate installation of anchorages. Furnish setting drawings, templates, and
.directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and
items with integral anchors, that are to be embedded in concrete or masonry. Deliver
such items to Project site in time for installation.
it
EXECUTION REQUIIZEMENTS 01700 - 3
it
~:
i
it
H. Joints: Make joints of uniform width. Where joint locations in exposed work are not indicated,
arrange joints for the best visual effect. Fit exposed connections together to form hairline joints.
I. Hazardous Materials: Use products, cleaners, and installation materials that are not considered
hazardous.
3.5 PROGRESS CLEANING
A. General: Clean Project site and work areas daily, including common areas. Coordinate
progress cleaning for joint-use areas where more than one installer has worked. Enforce
.. requirements strictly. Dispose of materials lawfully.
1. Comply with requirements in NFPA 241 for removal of combustible waste materials and
~ debris.
2. Do not hold materials more than 7 days during normal weather or 3 days if the
temperature is expected to rise above 80 deg F.
3. Containerize hazardous and unsanitary waste materials separately from other waste.
r.
Mark containers appropriately and dispose of legally, according to regulations.
B. Site: Maintain Project site free of waste materials and debris.
it
C. Work Areas: Clean areas where work is in progress to the level of cleanliness necessary for
proper execution of the Work.
rr
1. Remove liquid spills promptly.
2. Where dust would impair proper execution of the Work, broom-clean or vacuum the
entire work area, as appropriate.
D. Installed Work: Keep installed work clean. Clean installed surfaces according to written
instructions of manufacturer or fabricator of product installed, using only cleaning materials
r.
specifically recommended. If specific cleaning materials are not recommended, use cleaning
materials that are not hazardous to health or property and that will not damage exposed surfaces.
`~"` E. Concealed Spaces: Remove debris from concealed spaces before enclosing the space.
F. Exposed Surfaces in Finished Areas: Clean exposed surfaces and protect as necessary to ensure
w freedom from damage and deterioration at time of Substantial Completion.
G. Waste Disposal: Burying or burning waste materials on-site will not be permitted. Washing
`,,,, waste materials down sewers or into waterways will not be permitted.
H. During handling and installation, clean and protect construction in progress and adjoining
x materials already in place. Apply protective covering where required to ensure protection from
~` damage or deterioration at Substantial Completion.
I. Clean and provide maintenance on completed construction as frequently as necessary through
~" the remainder of the construction period. Adjust and lubricate operable components to ensure
operability without damaging effects.
~ J. Limiting Exposures: Supervise construction operations to assure that no part of the
construction, completed or in progress, is subject to harmful, dangerous, damaging, or otherwise
deleterious exposure during the construction period.
Itir
EXECUTION REQUIItEMENTS 01700 - 4
flit
w
F
+`.
®r.
t
+r.
i.
i~w
3.6 PROTECTION OF INSTALLED CONSTRUCTION
A. Provide final protection Substantiall Completionthat ensure installed Work is without damage
or deterioration at time of
B. Comply with manufacturer's written instructions for temperature and relative humidity.
3,7 CORRECTION OF THE WORK
A. Repair or remove and replace defective construction. Restore damaged substrates and finishes.
Comply with requirements in Division 1 Section Cutting and Patching."
1. Repairing includes replacing defective parts, refinishing damaged surfaces, touching up
with matching materials, and properly adjusting operating equipment.
B. Restore permanent facilities used during construction to their specified condition.
C. Remove and replace damaged surfaces that are exposed to view if surfaces cannot be repaired
without visible evidence of repair.
D. Repair components that do not operate properly. Remove and replace operating components
that cannot be repaired.
E. Remove and replace chipped, scratched, and broken glass or reflective surfaces.
END OF SECTION 01700
EXECUTION REQUIlZEMENTS
01700 - 5
it
Ir
SECTION 01731 -CUTTING AND PATCHING
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes procedural requirements for cutting and patching.
B. Related Sections include the following:
1. Divisions 2 through 16 Sections for specific requirements and limitations applicable to
cutting and patching individual parts of the Work.
1.3 DEFINITIONS
A. Cutting: Removal of in-place construction necessary to permit installation or performance of
other Work.
B. Patching: Fitting and repair work required to restore surfaces to original conditions after
installation or performance of other Work.
1.4 QUALITY ASSiJRANCE
A. Structural Elements: Do not cut and patch structural elements in a manner that could change
their load-carrying capacity or load-deflection ratio.
B. Operational Elements: Do not cut and patch operating elements and related components in a
manner that results in reducing their capacity to perform as intended or that results in increased
maintenance or decreased operational life or safety.
C. Miscellaneous Elements: Do not cut and patch miscellaneous elements or related components
in a manner that could change their load-carrying capacity, that results in reducing their
capacity to perform as intended, or that results in increased maintenance or decreased
operational life or safety.
D. Visual Requirements: Do not cut and patch construction in a manner that results in visual
evidence of cutting and patching. Do not cut and patch construction exposed on the exterior or
in occupied spaces in a manner that would, in Engineer's opinion, reduce the building's aesthetic
qualities. Remove and replace construction that has been cut and patched in a visually
unsatisfactory manner.
CUTTING AND PATCHING 01731 - 1
Ir
~"'' PART 2 -PRODUCTS
2.1 MATERIALS
A. General: Comply with requirements specified in other Sections.
B. In-Place Materials: Use materials identical to in-place materials. For exposed surfaces, use
materials that visually match in-place adjacent surfaces to the fullest extent possible.
1. If identical materials are unavailable or cannot be used, use materials that, when installed,
will match the visual and functional performance of in-place materials.
PART 3 -EXECUTION
3.1 EXAMINATION
A. Examine surfaces to be cut and patched and conditions under which cutting and patching are to
be performed.
1. Compatibility: Before patching, verify compatibility with and suitability of substrates,
including compatibility with in-place finishes or primers.
2. Proceed with installation only after unsafe or unsatisfactory conditions have been
corrected.
3 2 PREPARATION
A. Temporary Support: Provide temporary support of Work to be cut.
B. Protection: Protect in-place construction during cutting and patching to prevent damage.
Provide protection from adverse weather conditions for portions of Project that might be
exposed during cutting and patching operations.
C. Adjoining Areas: Avoid interference with use of adjoining areas or interruption of free passage
to adjoining areas.
D. Existing Utility Services and Mechanical/Electrical Systems: Where existing services/systems
are required to be removed, relocated, or abandoned, bypass such services/systems before
cutting to minimize interruption to occupied areas.
3.3 PERFORMANCE
A. General: Employ skilled workers to perform cutting and patching. Proceed with cutting and
patching at the earliest feasible time, and complete without delay.
~"' 1. Cut in-place construction to provide for installation of other components or performance
of other construction, and subsequently patch as required to restore surfaces to their
original condition.
~r.
CUTTING AND PATCHING 01731 - 2
lirr
~"' B. Cutting: Cut in-place construction by sawing, drilling, breaking, chipping, grinding, and similar
operations, including excavation, using methods least likely to damage elements retained or
adjoining construction. If possible, review proposed procedures with original Installer; comply
ir. with original Installer's written recommendations.
1. In general, use hand or small power tools designed for sawing and grinding, not
hammering and chopping. Cut holes and slots as small as possible, neatly to size
required, and with minimum disturbance of adjacent surfaces. Temporarily cover
openings when not in use.
2. Finished Surfaces: Cut or drill from the exposed or finished side into concealed surfaces.
3. Concrete/Masonry: Cut using a cutting machine, such as an abrasive saw or a diamond-
core drill.
4. Excavating and Backfilling: Comply with requirements in applicable Division 2 Sections
where required by cutting and patching operations.
5. Mechanical and Electrical Services: Cut off pipe or conduit in walls or partitions to be
removed. Cap, valve, or plug and seal remaining portion of pipe or conduit to prevent
entrance of moisture or other foreign matter after cutting.
6. Proceed with patching after construction operations requiring cutting are complete.
C. Patching: Patch construction by filling, repairing, refmishing, closing up, and similar operations
following performance of other Work. Patch with durable seams that are as invisible as
possible. Provide materials and comply with installation requirements specified in other
Sections.
1. Inspection: Where feasible, test and inspect patched areas after completion to
demonstrate integrity of installation.
2. Exposed Finishes: Restore exposed finishes of patched areas and extend finish
restoration into retained adjoining construction in a manner that will eliminate evidence
of patching and refinishing.
a. Clean piping, conduit, and similar features before applying paint or other finishing
materials.
b. Restore damaged pipe covering to its original condition.
3. Exterior Building Enclosure: Patch components in a manner that restores enclosure to a
weathertight condition.
D. Cleaning: Clean areas and spaces where cutting and patching are performed. Completely
remove paint, mortar, oils, putty, and similar materials.
END OF SECTION 01731
ir.
CUTTING AND PATCHING 01731 - 3
ids
ilw
SECTION 01770 -CLOSEOUT PROCEDURES
PART 1 -GENERAL
L 1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections, apply to this Section.
1.2 SUIVIl~IARY
A. This Section includes administrative and procedural requirements for contract closeout,
including, but not limited to, the following:
1. Inspection procedures.
2. Warranties.
~ 3. Final cleaning.
B. Related Sections include the following:
1. Division 1 Section "Payment Procedures" for requirements for Applications for Payment
for Substantial and Final Completion.
2. Division 1 Section "Photographic Documentation" for submitting Final Completion
construction photographs and negatives.
3. Division 1 Section "Execution Requirements" for progress cleaning of Project site.
4. Division 1 Section "Project Record Documents" for submitting Record Drawings, Record
Specifications, and Record Product Data.
5. Divisions 2 through 16 Sections for specific closeout and special cleaning requirements
for the Work in those Sections.
1.3 SUBSTANTIAL COMPLETION
A. Preliminary Procedures: Before requesting inspection for determining date of Substantial
Completion, complete the following. List items below that are incomplete in request.
1. Prepare a list of items to be completed and corrected (punch list), the value of items on
the list, and reasons why the Work is not complete.
2. Advise Owner of pending insurance changeover requirements.
3. Submit specific warranties, workmanship bonds, maintenance service agreements, final
certifications, and similar documents.
4. Obtain and submit releases permitting Owner unrestricted use of the Work and access to
services and utilities. Include occupancy permits, operating certificates, and similar
releases.
5. Deliver tools, spare parts, extra materials, and similar items to location designated by
~"' Owner. Label with manufacturer's name and model number where applicable.
6. Complete startup testing of systems.
7. Submit test/adjust/balance records.
ire.
CLOSEOUT PROCEDURES 01770 - 1
~,
,,, 8. Terminate and remove temporary facilities from Project site, along with mockups,
construction tools, and similar elements.
9. Advise Owner of changeover in heat and other utilities.
10. Submit changeover information related to Owner's occupancy, use, operation, and
i.
maintenance.
11. Complete final cleaning requirements, including touchup painting.
12. Touch up and otherwise repair and restore marred exposed fmishes to eliminate visual
defects.
B. Inspection: Submit a written request for inspection for Substantial Completion. On receipt of
~"' request, Engineer will either proceed with inspection or notify Contractor of unfulfilled
requirements. Engineer will prepare the Certificate of Substantial Completion after inspection
or will notify Contractor of items, either on Contractor's list or additional items identified by
ir. Engineer, that must be completed or corrected before certificate will be issued.
1. Reinspection: Request reinspection when the Work identified in previous inspections as
~,,,, incomplete is completed or corrected.
2. Results of completed inspection will form the basis of requirements for Final
Completion.
1.4 FINAL COMPLETION
A. Preliminary Procedures: Before requesting final inspection for determining date of Final
Completion, complete the following:
1. Submit a fmal Application for Payment according to Division 1 Section "Payment
Procedures."
2. Submit certified copy of Engineer's Substantial Completion inspection list of items to be
completed or corrected (punch list), endorsed and dated by Engineer. The certified copy
of the list shall state that each item has been completed or otherwise resolved for
acceptance.
3. Submit evidence of final, continuing insurance coverage complying with insurance
requirements.
4. Instruct Owner's personnel in operation, adjustment, and maintenance of products,
equipment, and systems.
5. Prepare and submit Project Record Documents, operation and maintenance manuals,
Final Completion construction photographs and photographic negatives, damage or
settlement surveys, property surveys, and similar final record information.
B. Inspection: Submit a written request for final inspection for acceptance. On receipt of request,
Engineer will either proceed with inspection or notify Contractor of unfulfilled requirements.
j- Engineer will prepare a final Certificate for Payment after inspection or will notify Contractor
of construction that must be completed or corrected before certificate will be issued.
1. Reinspection: Request reinspection when the Work identified in previous inspections as
incomplete is completed or corrected.
~.
~r
CLOSEOUT PROCEDURES 01770 - 2
~w
~,,, 1.5 LIST OF INCOMPLETE ITEMS (PUNCH LIST)
A. Preparation: Submit three copies of list. Include name and identification of each space and area
affected by construction operations for incomplete items and items needing correction
including, if necessary, areas disturbed by Contractor that are outside the limits of construction.
1. Organize list of spaces in sequential order, starting with exterior areas first and
+~"" proceeding from lowest floor to highest floor.
2. Organize items applying to each space by major element
3. Include the following information at the top of each page:
a. Project name.
b. Date.
c. Name of Engineer.
d. Name of Contractor.
e. Page number.
1.6 WARRANTIES
'~"' A. Submittal Time: Submit written warranties on request of Engineer for designated portions of
the Work where commencement of warranties other than date of Substantial Completion is
indicated.
~..
B. Partial Occupancy: Submit properly executed warranties within 15 days of completion of
designated portions of the Work that are completed and occupied or used by Owner during
rt. construction period by separate agreement with Contractor.
C. Organize warranty documents into an orderly sequence based on the table of contents of the
Contract Documents.
1. Bind warranties and bonds in heavy-duty, 3-ring, vinyl-covered, loose-leaf binders,
thickness as necessary to accommodate contents, and sized to receive 8-1/2-by-1l-inch
paper.
2. Provide heavy paper dividers with plastic-covered tabs for each separate warranty. Mark
tab to identify the product or installation. Provide a typed description of the product or
installation, including the name of the product and the name, address, and telephone
number of Installer.
3. Identify each binder on the front and spine with the typed or printed title
"WARRANTIES," Project name, and name of Contractor.
D. Provide additional copies of each warranty to include in operation and maintenance manuals.
ire
CLOSEOUT PROCEDURES 01770 - 3
Ilr
x
~r
PART2-PRODUCTS
2.1 MATERIALS
A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or
fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially
hazardous to health or property or that might damage finished surfaces.
PART 3 -EXECUTION
I~r 3.1 FINAL CLEANING
A. General: Provide final cleaning. Conduct cleaning and waste-removal operations to comply
,,, with local laws and ordinances and Federal and local environmental and antipollution
regulations.
B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each
surface or unit to condition expected in an average commercial building cleaning and
maintenance program. Comply with manufacturer's written instructions.
~"" 1. Complete the following cleaning operations before requesting inspection for certification
of Substantial Completion for entire Project or for a portion of Project:
~ a. Clean Project site, yard, and grounds, in areas disturbed by construction activities,
including landscape development areas, of rubbish, waste material, litter, and other
foreign substances.
b. Sweep paved azeas broom clean. Remove petrochemical spills, stains, and other
foreign deposits.
c. Rake grounds that are neither planted nor paved to a smooth, even-textured
surface.
d. Remove tools, construction equipment, machinery, and surplus material from
Project site.
` e. Remove snow and ice to provide safe access to building.
~"' f. Clean exposed exterior and interior hard-surfaced finishes to a dirt-free condition,
free of stains, films, and similaz foreign substances. Avoid disturbing natural
weathering of exterior surfaces. Restore reflective surfaces to their original
condition.
g. Remove debris and surface dust from limited access spaces, including roofs,
plenums, shafts, trenches, equipment vaults, manholes, attics, and similar spaces.
h. Sweep concrete floors broom clean in unoccupied spaces.
i. Clean transparent materials, including mirrors and glass in doors and windows.
Remove glazing compounds and other noticeable, vision-obscuring materials.
Replace chipped or broken glass and other damaged transparent materials. Polish
mirrors and glass, taking care not to scratch surfaces.
j. Remove labels that are not permanent.
k. Touch up and otherwise repair and restore marred, exposed fmishes and surfaces.
Replace finishes and surfaces that cannot be satisfactorily repaired or restored or
that already show evidence of repair or restoration.
CLOSEOUT PROCEDURES 01770 - 4
1) Do not paint over "UL" and similar labels, including mechanical and
electrical nameplates.
1. Wipe surfaces of mechanical and electrical equipment and similar equipment.
Remove excess lubrication, paint and mortar droppings, and other foreign
substances.
m. Replace parts subject to unusual operating conditions.
n. Clean plumbing fixtures to a sanitary condition, free of stains, including stains
resulting from water exposure.
o. Replace disposable air filters and clean permanent air filters. Clean exposed
surfaces of diffusers, registers, and grills.
p. Clean ducts, blowers, and coils if units were operated without filters during
construction.
q. Clean light fixtures, lamps, globes, and reflectors to function with full efficiency.
Replace burned-out bulbs, and those noticeably dimmed by hours of use, and
defective and noisy starters in fluorescent and mercury vapor fixtures to comply
with requirements for new fixtures.
r. Leave Project clean and ready for occupancy.
C. Comply with safety standards for cleaning. Do not burn waste materials. Do not bury debris or
excess materials on Owner's property. Do not discharge volatile, harmful, or dangerous
materials into drainage systems. Remove waste materials from Project site and dispose of
lawfully.
END OF SECTION 01770
CLOSEOUT PROCEDURES 01770 - 5
SECTION 01781 -PROJECT RECORD DOCUMENTS
i
~.
PART1-GENERAL
~ 1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
~"' Conditions and other Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes administrative and procedural requirements for Project Record
Documents, including the following:
1. Record Drawings.
2. Record Product Data.
B. Related Sections include the following:
1. Division 1 Section "Closeout Procedures" for general closeout procedures.
2. Divisions 2 through 16 Sections for specific requirements for Project Record Documents
of the Work in those Sections.
1.3 SUBMITTALS
A. Record Drawings: Comply with the following:
1. Number of Copies: Submit one set(s) of marked-up Record Prints. Engineer will review
whether general scope of changes, additional information recorded, and quality of
drafting are acceptable. Engineer will return unacceptable Record Prints to the
Contractor for revision and resubmittal.
B. Record Product Data: Submit one copy of each Product Data submittal.
1. Where Record Product Data is required as part of operation and maintenance manuals,
submit marked-up Product Data as an insert in manual instead of submittal as Record
Product Data.
PART 2 -PRODUCTS
2.1 RECORD DRAWINGS
A. Record Prints: Maintain one set of blue- or black-line white prints of the Contract Drawings
and Shop Drawings.
PROJECT RECORD DOCUMENTS 01781 - 1
(rr
~, 1. Preparation: Mark Record Prints to show the actual installation where installation varies
from that shown originally. Require individual or entity who obtained record data,
whether individual or entity is Installer, subcontractor, or similar entity, to prepare the
marked-up Record Prints.
a. Give particular attention to information on concealed elements that would be
difficult to identify or measure and record later.
b. Accurately record information in an understandable drawing technique.
c. Record data as soon as possible after obtaining it. Record and check the markup
before enclosing concealed installations.
2. Content: Types of items requiring marking include, but are not limited to, the following:
a. Dimensional changes to Drawings.
b. Revisions to details shown on Drawings.
c. Depths of foundations below first floor.
d. Locations and depths of underground utilities.
e. Revisions to routing of piping and conduits.
f. Revisions to electrical circuitry.
g. Actual equipment locations.
h. Duct size and routing.
i. Locations of concealed internal utilities.
j. Changes made by Change Order or Construction Change Directive.
k. Changes made following Engineer's written orders.
1. Details not on the original Contract Drawings.
m. Field records for variable and concealed conditions.
n. Record information on the Work that is shown only schematically.
3. Mark the Contract Drawings or Shop Drawings, whichever is most capable of showing
actual physical conditions, completely and accurately. If Shop Drawings are marked,
show cross-reference on the Contract Drawings.
4. Mark record sets with erasable, red-colored pencil. Use other colors to distinguish
between changes for different categories of the Work at same location.
5. Mark important additional information that was either shown schematically or omitted
from original Drawings.
6. Note Construction Change Directive numbers, alternate numbers, Change Order
numbers, and similar identification, where applicable.
B. Format: Identify and date each Record Drawing; include the designation "PROJECT RECORD
DRAWING" in a prominent location.
I. Record Prints: Organize Record Prints and newly prepared Record Drawings into
manageable sets. Bind each set with durable paper cover sheets. Include identification
on cover sheets.
2. Identification: As follows:
a. Project name.
b. Date.
c. Designation "PROJECT RECORD DRAWINGS."
d. Name of Engineer.
e. Name of Contractor.
rr
PROJECT RECORD DOCUMENTS 01781 - 2
Yr
ir.
wr. 2.2 RECORD PRODUCT DATA
A. Preparation: Mark Product Data to indicate the actual product installation where installation
varies substantially from that indicated in Product Data submittal.
1. Give particular attention to information on concealed products and installations that
cannot be readily identified and recorded later.
2. Include significant changes in the product delivered to Project site and changes in
manufacturer's written instructions for installation.
3. Note related Change Orders and Record Drawings where applicable.
2.3 MISCELLANEOUS RECORD SUBMITTALS
A. Assemble miscellaneous records required by other Specification Sections for miscellaneous
record keeping and submittal in connection with actual performance of the Work. Bind or file
miscellaneous records and identify each, ready for continued use and reference.
PART 3 -EXECUTION
3.1 RECORDING AND MAINTENANCE
r.
A. Recording: Maintain one copy of each submittal during the construction period for Project
Record Document purposes. Post changes and modifications to Project Record Documents as
~,. they occur; do not wait until the end of Project.
B. Maintenance of Record Documents and Samples: Store Record Documents and Samples in the
field office apart from the Contract Documents used for construction. Do not use Project
Record Documents for construction purposes. Maintain Record Documents in good order and
in a clean, dry, legible condition, protected from deterioration and loss. Provide access to
Project Record Documents for Engineer's reference during normal working hours.
END OF SECTION 01781
. PROJECT RECORD DOCUMENTS 01781 - 3
Ire
fir.
~ SECTION 02225 -CONTROLLED DENSITY FILL
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 ready-mix Controlled Density Fill (CDF) for the following
applications:
1. Beddings and encasements for piping.
r 2. General backfill applications for trenches.
B. Related Sections include the following:
1. Section 02300 -Earthwork
C. Definitions:
.. 1. Ready-mix Controlled Density Fill (CDF) is used as an alternative to compacted soil
and is also known as controlled low strength material, or flowable fill.
2. Controlled Density Fill may be either machine or hand tool excavatable depending on
the chosen compressive strength for the project.
1.3 SUBMITTALS
A. Submit manufacturer's Stable-Air Generator Admixture product data, installation
T instructions, and recommendations for material use.
i
it
B. Test and Performance Data:
1. Controlled Density Fill shall have a compressive strength of 100 psi according to
ASTM C39 at 28 days after placement. Submit complete mix design.
2. Controlled Density Fill shall have a minimal subsidence and bleed water which is
measured as a Final Bleeding of less than 2.0% (retains 98.0% of original height after
placement, approximately'/4" per foot of depth) as measured in Section 10 of ASTM
C940 "Standard Test Method for Expansion and Bleeding of Freshly Mixed Grouts
for Pre-placed Aggregate Concrete in the Laboratory".
3. Controlled Density Fill shall have a unit weight of 90 - 125 pcf.
CONTROLLED DENSITY FILL
~r.
02225-1
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\02225 CONTROLLED
DENSITY FILL.doc
~,
rr
~"' PART 2 -PRODUCTS AND MATERIALS
2.1 PRODUCTS
i.
A. Air Entraining Admixture:
1. Grace Construction Products, "DARAFILL"
2. Masterbuilders Technologies, "RHEOCELL - RHEOFILL"
i
2.2
MATERIALS
p,. Portland Cement: ASTM C150
1i.
B. Aggregate: ASTM C33
~"'' C. Fly Ash: ASTM C618, Class C or F
D. Water: Clean potable
2.3 MIXTURE
, Mix design shall produce a consistency that will result in a flowable product at
A
,r .
the time of placement which does not require manual means to move it into
place.
`.
B. Provide mix with a fresh unit weight between 90 - 125 pcf and a compressive
strength of 100 psi when measured 28 days after placement.
~ C. Controlled Density Fill shall have an in-place yield of 98% of the design yield.
D. Entrained air content: 20 - 30%.
PAR T 3 -EXECUTION
3.1 EXAMINATION
A. Examine conditions of substrates or other conditions under which the work is to
be performed and notify the Engineer of circumstances detrimental to proper
placement of the material.
,,, 3.2 PLACEMENT
A. Secure piping, conduits, and other items to be encased to prevent movement
during placement of the Controlled Density Fill.
3.3 PLACEMENT
G CONTROLLED DENSITY FILL 02225-2
E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\02225 CONTROLLED
DENSITY FILL.doc
err
~r
A. Protect Controlled Density Fill from traffic or overlay materials until sufficient
strength has been achieved for further construction operations.
END OF SECTION 02225
wr
CONTROLLED DENSITY FILL 02225-3
E:\documents\T Wappinger\a W20I2\W2I205 Roberts Rd Pump Station\Specifications\02225 CONTROLLED
DENSITY FILL.doc
~>
Ir
SECTION 02230 -SITE CLEARING
lr
PART 1 -GENERAL
L 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. Protecting existing trees, shrubs, groundcovers, plants and grass to remain.
2. Removing existing trees and grass.
3. Clearing and grubbing.
4. Stripping and stockpiling topsoil.
5. Removing above- and below-grade site improvements.
6. Disconnecting, capping or sealing, and abandoning site utilities in place and removing
site utilities.
7. Temporary erosion and sedimentation control measures.
B. Related Sections include the following:
1. Division 1 Section "Temporary Facilities and Controls" for temporary utilities, temporary
construction and support facilities, temporary security and protection facilities, and
temporary erosion and sedimentation control procedures.
2. Division 1 Section "Execution Requirements" for verifying utility locations and for
recording field measurements.
3. Division 2 Section "Earthwork" for soil materials, excavating, backfilling, and site
grading.
4. Division 2 Section "Lawns and Grasses "for finish grading including preparing and
placing planting soil mixes and testing of topsoil material.
1.3 DEFINITIONS
~'"" A. Topsoil: Natural or cultivated surface-soil layer containing organic matter and sand, silt, and
clay particles; friable, pervious, and black or a darker shade of brown, gray, or red than
underlying subsoil; reasonably free of subsoil, clay lumps, gravel, and other objects more than 2
rr inches in diameter; and free of subsoil and weeds, roots, toxic materials, or other nonsoil
materials.
B. Tree Protection Zone: Area surrounding individual trees or groups of trees to be protected
during construction, and defined by the drip line of individual trees or the perimeter drip line of
groups of trees, unless otherwise indicated.
i~r
SITE CLEARING 02230 - 1
`r
w.
rr.
<:
1.4 MATERIAL OWNERSHIP
A. Except for stripped topsoil or other materials indicated to remain Owner's property, cleared
materials shall become Contractor's property and shall be removed from Project site.
1.5 SUBMITTALS
A. Photographs or videotape, sufficiently detailed, of existing conditions of trees and plantings,
adjoining construction, and site improvements that might be misconstrued as damage caused by
site clearing.
B. Record drawings, according to Division 1 Section "Project Record Documents," identifying and
accurately locating capped utilities and other subsurface structural, electrical, and mechanical
conditions.
1.6 PROJECT CONDITIONS
A. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied
or used facilities during site-clearing operations.
1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities
without permission from Owner and authorities having jurisdiction.
2. Provide alternate routes around closed or obstructed traffic ways if required by authorities
having jurisdiction.
B. Utility Locator Service: Notify utility locator service for area where Project is located before
site clearing.
C. Do not commence site clearing operations until temporary erosion and sedimentation control
measures are in place.
PART 2 -PRODUCTS (Not Applicable}
PART 3 -EXECUTION
3.1 PREPARATION
A. Protect and maintain benchmarks and survey control points from disturbance during
construction.
B. Locate and clearly flag trees and vegetation to remain or to be relocated.
C. Protect existing site improvements to remain from damage during construction.
1. Restore damaged improvements to their original condition, as acceptable to Owner.
SITE CLEARING 02230 - 2
ire
r
3.2 TEMPORARY EROSION AND SEDIMENTATION CONTROL
tb
A. Provide temporary erosion and sedimentation control measures in accordance with New York
State Standards and Specifications for Erosion and Sediment Control to prevent soil erosion and
discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways,
+~r
according to requirements of authorities having jurisdiction.
B. Temporary erosion and sediment control measures shall be installed prior to site disturbance.
~r
C. Inspect, repair, and maintain erosion and sedimentation control measures during construction
until permanent vegetation has been established.
Yr
D. Pavement and sidewalks in all work areas shall be broom cleaned at the end of each work day.
yr, E. Remove erosion and sedimentation controls and restore and stabilize areas disturbed during
removal.
3.3 TREE PROTECTION
A. Erect and maintain temporary fencing around tree protection zones before starting site clearing.
~"" Remove fence when construction is complete.
1. Do not store construction materials, debris, or excavated material within fenced area.
i~r 2. Do not permit vehicles, equipment, or foot traffic within fenced area.
3. Maintain fenced area free of weeds and trash.
,,,,, B. Do not excavate within tree protection zones, unless otherwise indicated.
C. Where excavation for new construction is required within tree protection zones, hand clear and
excavate to minimize damage to root systems. Use narrow-tine spading forks, comb soil to
~` expose roots, and cleanly cut roots as close to excavation as possible.
1. Cover exposed roots with burlap and water regularly.
~"" 2. Temporarily support and protect roots from damage until they are permanently redirected
and covered with soil.
3. Coat cut faces of roots snore than 1-1/2 inches in diameter with an emulsified asphalt or
ar other approved coating formulated for use on damaged plant tissues.
4. Backfill with soil as soon as possible.
D. Repair or replace trees and vegetation indicated to remain that are damaged by construction
operations, in a manner approved by Engineer.
1. Employ an arborist, licensed in jurisdiction where Project is located, to submit details of
proposed repairs and to repair damage to trees and shrubs.
2. Replace trees that cannot be repaired and restored to full-growth status, as determined by
Engineer.
3.4 UTILITIES
A. Locate, identify, disconnect, and seal or cap off utilities indicated to be removed.
~.
'' SITE CLEARING 02230 - 3
in
1. Arrange with utility companies and Owner to shut off indicated utilities.
'~ B. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others
unless permitted under the following conditions and then only after arranging to provide
temporary utility services according to requirements indicated:
1. Notify Owner and Engineer not less than two days in advance of proposed utility
interruptions.
2. Do not proceed with utility interruptions without Engineer's written permission.
C. Excavate for and remove underground utilities indicated to be removed.
3.5 CLEARING AND GRUBBING
A. Remove obstructions, trees, shrubs, grass, and other vegetation to permit installation of new
construction.
1. Do not remove trees, shrubs, and other vegetation indicated to remain or to be relocated.
2. Cut minor roots and branches of trees indicated to remain in a clean and careful maimer
where such roots and branches obstruct installation of new construction.
3. Grind stumps and remove roots, obstructions, and debris extending to a depth of 18
inches below exposed subgrade.
4. Use only hand methods for grubbung within tree protection zone.
5. Chip removed tree branches and dispose of off site.
B. Fill depressions caused by clearing and grubbing operations with satisfactory soil material
unless further excavation or earthwork is indicated.
1. Place fill material in horizontal layers not exceeding a loose depth of 8 inches, and
compact each layer to a density equal to adjacent original ground.
3.6 TOPSOIL STRIl'PING
A. Remove sod and grass before stripping topsoil.
B. Strip topsoil to whatever depths are encountered in a manner to prevent intermingling with
underlying subsoil or other waste materials.
Remove subsoil and nonsoil materials from topsoil, including trash, debris, weeds, roots,
and other waste materials.
C. Stockpile topsoil materials away from edge of excavations without intermixing with subsoil.
Grade and shape stockpiles to drain surface water. Cover to prevent windblown dust.
1. Limit height of topsoil stockpiles to 72 inches.
2. Do not stockpile topsoil within tree protection zones.
3. Dispose of excess topsoil as specified for waste material disposal.
4. Stockpile surplus topsoil to allow for respreading deeper topsoil.
SITE CLEARING 02230 - 4
ilrr
3.7 SITE IMPROVEMENTS
A. Remove existing above- and below-grade improvements as indicated and as necessary to
facilitate new construction.
B. Remove slabs, paving, curbs, gutters, and aggregate base as indicated.
1. Unless existing full-depth joints coincide with line of demolition, neatly saw-cut length
of existing pavement to remain before removing existing pavement. Saw-cut faces
vertically.
2. Paint cut ends of steel reinforcement in concrete to remain to prevent corrosion.
3.8 DISPOSAL
A. Disposal: Remove surplus soil material, unsuitable topsoil, obstructions, demolished materials,
and waste materials including trash and debris, and legally dispose of them off Owner's
property.
END OF SECTION 02230
11r
rs
~w
SITE CLEARING 02230 - 5
~r
fr.
SECTION 02240 - DEWATERING
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 construction dewatering.
'~""" ~ B. Related Sections include the following:
1. Division 1 Section "Temporary Facilities and Controls" for temporary utilities and
r. support facilities.
2. Division 2 Section "Excavation Support and Protection."
3. Division 2 Section "Earthwork" for excavating, backfilling, site grading and for site
,,~ utilities.
1.3 PERFORMANCE REQUIREMENTS
A. Dewatering Performance: Design, furnish, install, test, operate, monitor, and maintain
dewatering system of sufficient scope, size, and capacity to control ground-water flow into
excavations and permit construction to proceed on dry, stable subgrades.
I. Maintain dewatering operations to ensure erosion control, stability of excavations and
constructed slopes, that excavation does not flood, and that damage to subgrades and
permanent structures is prevented.
2. Prevent surface water from entering excavations by grading, dikes, or other means.
3. Accomplish dewatering without damaging existing buildings adjacent to excavation.
4. Remove dewatering system if no longer needed.
1.4 QUALITY ASSURANCE
A. Regulatory Requirements: Comply with water disposal requirements of authorities having
jurisdiction.
1.5 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.
Y~r
DEWATERING
02240 - 1
Ir
~r
it B. Project-Site Information:
1. Make test borings and conduct other exploratory operations necessary for dewatering.
C. Survey adjacent structures and improvements, employing a qualified professional engineer or
land surveyor, establishing exact elevations at fixed points to act as benchmarks. Clearly
`' identify benchmarks and record existing elevations.
~r.
1. During dewatering, regularly resurvey benchmarks, maintaining an accurate log of
surveyed elevations for comparison with original elevations. Promptly notify Engineer if
~" changes in elevations occur or if cracks, sags, or other damage is evident in adjacent
construction.
PART 2 -PRODUCTS (Not Used)
PART 3 -EXECUTION
~` 3.1 PREPARATION
A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by
+w settlement, lateral movement, undermining, washout, and other hazards created by dewatering
operations.
i. 1. Prevent surface water-and subsurface or ground water from entering excavations, from
ponding on prepared subgrades, and from flooding site and surrounding area.
2. Protect subgrades and foundation soils from softening and damage by rain or water
accumulation.
B. Install dewatering system to ensure minimum interference with roads, streets, walks, and other
`' adjacent occupied and used facilities.
1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities
'- without permission from Owner and authorities having jurisdiction. Provide alternate
wr routes around closed or obstructed traffic ways if required by authorities having
jurisdiction.
3.2 INSTALLATION
A. Install dewatering system utilizing wells, well points, or similar methods complete with pump
equipment, standby power and pumps, filter material gradation, valves, appurtenances, water
disposal, and surface-water controls.
I . Operation shall be properly filter protected to prevent the loss of fine soil particles during
pumping operations.
B. Before excavating below ground-water level, place system into operation to lower water to
specified levels. Operate system continuously until drains, sewers, and structures have been
constructed and fill materials have been placed, or until dewatering is no longer required.
iwr
DEWATERING 02240 - 2
!r
ii
~,,, C. Provide an adequate system to lower and control ground water to permit excavation,
construction of structures, and placement of fill materials on dry subgrades. Install sufficient
dewatering equipment to drain water-bearing strata above and below bottom of foundations,
drains, sewers, and other excavations.
1. Do not permit open-sump pumping that leads to loss of fines, soil piping, subgrade
softening, and slope instability.
D. Reduce hydrostatic head in water-bearing strata below subgrade elevations of foundations,
drains, sewers, and other excavations.
1. Maintain piezometric water level a minimum of 24 inches below surface of excavation.
,,,,, E. Dispose of water removed by dewatering in a manner that avoids endangering public health,
property, and portions of work under construction or completed. Dispose of water in a manner
that avoids inconvenience to others. Provide sumps, sedimentation tanks, and other flow-
control devices as required by authorities having jurisdiction.
F. Provide standby equipment on-site, installed and available for immediate operation, to maintain
dewatering on continuous basis if any part of system becomes inadequate or fails. If dewatering
~`" requirements are not satisfied due to inadequacy or failure of dewatering system, restore
damaged structures and foundation soils at no additional expense to Owner.
1. Remove dewatering system from Project site on completion of dewatering. Plug or fill
well holes with sand or cut off and cap wells a minimum of 36 inches below overlying
construction.
G. Damages: Promptly repair damages to adjacent facilities caused by dewatering operations.
3.3 OBSERVATION WELLS
A. Provide, take measurements, and maintain observation wells or piezometers to verify that
groundwater levels have been adequately lowered.
1. Install piezometers at different levels in the ground to verify that no perched water levels
exist
B. Observe and record daily elevation of ground water and piezometeic water levels in observation
wells.
C. Repair or replace, within 24 hours, observation wells that become inactive, damaged, or
destroyed. Suspend construction activities in areas where observation wells are not functioning
properly until reliable observations can be made. Add or remove water from observation-well
risers to demonstrate that observation wells are functioning properly.
1. Fill observation wells, remove piezometers, and fill holes when dewatering is completed.
END OF SECTION 02240
~Ir
DEWATERING
02240 - 3
Jir
SECTION 02260 -EXCAVATION SUPPORT AND PROTECTION
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 temporary excavation support and protection systems.
~" B. Related Sections include the following:
1. Division 1 Section "Temporary Facilities and Controls" for temporary utilities and
support facilities.
2. Division 2 Section "Dewatering" for dewatering excavations.
3. Division 2 Section "Earthwork" for excavating and backfilling and for existing utilities.
1.3 PERFORMANCE REQUIREMENTS
A. Design, furnish, install, monitor, and maintain excavation support and protection system
capable of supporting excavation sidewalls and of resisting soil and hydrostatic pressure and
superimposed and construction loads.
1. Provide professional engineering services needed to assume engineering responsibility,
including preparation of Shop Drawings and a comprehensive engineering analysis by a
qualified professional engineer.
2. Prevent surface water from entering excavations by grading, dikes, or other means.
3. Install excavation support and protection systems without damaging existing buildings,
pavements, and other improvements adjacent to excavation.
1.4 SUBMITTALS
A. Shop Drawings for Information: Prepared by or under the supervision of a qualified
professional engineer for excavation support and protection systems.
L Include Shop Drawings signed and sealed by the qualified professional engineer
responsible for their preparation.
B. Qualification Data: For Installer and professional engineer.
C. Photographs or videotape, sufFciently detailed, of existing conditions of adjoining construction
and site improvements that might be misconstrued as damage caused by the absence of, the
installation of, or the performance of excavation support and protection systems.
ir.
EXCAVATION SUPPORT AND PROTECTION 02260 - 1
i~r
r
~,,, 1.5 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.
B. Survey adjacent structures and improvements, employing a qualified professional engineer or
~"' land surveyor; establish exact elevations at fixed points to act as benchmarks. Clearly identify
benchmarks and record existing elevations.
1. During installation of excavation support and protection systems, regularly resurvey
benchmarks, maintaining an accurate log of surveyed elevations and positions for
comparison with original elevations and positions. Promptly notify Engineer if changes
in elevations or positions occur or if cracks, sags, or other damage is evident in adjacent
construction.
PART 2 -PRODUCTS (NOT APPLICABLE)
PART3-EXECUTION
3.1 PREPARATION
A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by
settlement, lateral movement, undermining, washout, and other hazards that could develop
during excavation support and protection system operations.
1. Shore, support, and protect utilities encountered.
B. Install excavation support and protection systems to ensure minimum interference with roads,
streets, walks, and other adjacent occupied and used facilities.
1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities
without permission from Owner and authorities having jurisdiction. Provide alternate
w~ routes around closed or obstructed traffic ways if required by authorities having
jurisdiction.
C. Locate excavation support and protection systems clear of permanent construction so that
forming and finishing of concrete surfaces is not impeded.
D. Monitor excavation support and protection systems daily during excavation progress and for as
long as excavation remains open. Promptly correct bulges, breakage, or other evidence of
movement to ensure that excavation support and protection systems remain stable.
E. Promptly repair damages to adjacent facilities caused by installing excavation support and
protection systems.
EXCAVATION SUPPORT AND PROTECTION 02260 - 2
t:;
3.2 REMOVAL AND REPAIRS
A. Remove excavation support and protection systems when construction has progressed
sufficiently to support excavation and bear soil and hydrostatic pressures. Remove in stages to
avoid disturbing underlying soils or damaging structures, pavements, facilities, and utilities.
I. Repair or replace, as approved by Engineer, adjacent work damaged or displaced by
removuig excavation support and protection systems.
END OF SECTION 02260
EXCAVATION SUPPORT AND PROTECTION 02260 - 3
r SECTION 02300 -EARTHWORK
PART1-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. Preparing subgrades.
2. Excavating and backfilling for structures.
3. Drainage course for slabs-on-grade and precast concrete structures.
4. Subbase course for asphalt paving.
` 5. Excavating and backfilling for utility trenches.
1.3 UNIT PRICES
A. Unit prices for earthwork are included in Division 1 Section "Unit Prices."
B. Rock Measurement: Volume of rock actually removed, measured in original position, but not to
exceed the following. Unit prices for rock excavation include replacement with approved
materials.
1. 24 inches outside of concrete forms other than at footings.
Z. 12 inches outside of concrete forms at footings.
3. 6 inches outside of minimum required dimensions of concrete cast against grade.
4. 12 inches beneath bottom of concrete slabs-on-grade.
5. 6 inches beneath pipe in trenches, and 21 inches wider than pipe.
6. 24 inches from outside of precast concrete vault walls.
C. Authorized Additional Excavation Measurement: Volume of material excavated below
subgrade elevations or beyond indicated lines and dimensions as directed by Engineer,
measured in original position. Unit prices for authorized additional excavation include
replacement with crushed stone on a layer of geotextile (Amoco 2006 or equivalent) as directed.
1.4 ALLOWANCES
A. Allowance No. 1 for the testing services included in Division 1 "Allowances" for compaction
testing.
1.5 DEFINITIONS
`„ A. Backfill: Soil material or controlled density fill used to fill an excavation.
EARTHWORK 02300 - 1
1. Initial Backfill: Backfill placed beside and over pipe in a trench, including haunches to
~• support sides of pipe.
2. Final Backfill: Backfill placed over initial backfill to fill a trench.
B. Bedding Course: Course placed over the excavated subgrade in a trench before laying pipe.
C. Borrow Soil: Satisfactory soil imported from off-site for use as fill or backfill.
D. Drainage Course: Course supporting the slab-on-grade that also minimizes upward capillary
flow of pore water.
~"' E. Excavation: Removal of material encountered above subgrade elevations and to lines and
dimensions indicated.
1. Authorized Additional Excavation: Excavation below subgrade elevations or beyond
indicated lines and dimensions as directed by Engineer. Authorized additional
excavation and replacement material will be paid for according to Contract provisions for
unit prices.
2. Bulk Excavation: Excavation more than 10 feet in width and more than 30 feet in length.
3. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated
lines and dimensions without direction by Engineer. Unauthorized excavation, as well as
remedial work directed by Engineer, shall be without additional compensation.
F. Fill: Soil materials used to raise existing grades.
G. Rock: Rock material in beds, ledges, unstratified masses, conglomerate deposits, and boulders
of rock material that exceed 1 cu. yd. for bulk excavation or 3/4 cu. yd. for footing, trench, and
pit excavation 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. Excavation of Footings, Trenches, and Pits: 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 flywheel power with bucket-curling force of not less than 28,090
lbf and stick-crowd force of not less than 18,650 lbf; measured according to SAE J-1179
(ratings are based on Caterpillar's "Model No. 320CL").
2. Bulk Excavation: Late-model, track-mounted loader; rated at not less than 210-hp
flywheel power and developing a minimum of 48,510-1bf breakout force with ageneral-
purpose bare bucket; measured according to SAE J-732 (ratings are based on Caterpillar's
"Model No. 973C").
H. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical
and electrical appurtenances, or other man-made stationary features constructed above or below
the ground surface.
I. Subbase Course: Course placed between the subgrade and hot-mix asphalt pavement, or course
trr placed between the subgrade and a cement concrete pavement or a cement concrete or hot-mix
asphalt walk.
J. Subgrade: Surface or elevation remaining after completing excavation, or top surface of a fill or
backfill immediately below subbase, drainage fill, or topsoil materials.
ir.
EARTHWORK 02300 - 2
~r
~1r
K. Utilities: On-site underground pipes, conduits, ducts, and cables, as well as underground
~ services within buildings.
it 1.6 SUBMITTALS
A. Product Data: For the following:
1. Each type of plastic warning tape.
B. Material Test Reports: From a qualified testing agency indicating and interpreting test results
for compliance of the following with requirements indicated:
1. Classification according to ASTM D 2487 of each on-site and borrow soil material
proposed for fill and backfill.
2. Laboratory compaction curve according to ASTM D 1557 for each on-site and borrow
soil material proposed for fill and backfill.
C. Blasting Plan: For record purposes; approved by authorities having jurisdiction.
D. Seismic Survey Report: For record purposes; from seismic survey agency.
E. Preexcavation Photographs or Videotape: Show existing conditions of adjoining construction
and site improvements, including finish surfaces, that might be misconstrued as damage caused
by earthwork operations. Submit before earthwork begins.
1.7 QUALITY ASSURANCE
A. Blasting: Comply with applicable requirements in NFPA 495, "Explosive Materials Code," and
prepare a blasting plan reporting the following:
1. Types of explosive and sizes of charge to be used in each area of rock removal, types of
blasting mats, sequence of blasting operations, and procedures that will prevent damage
to site improvements and structures on Project site and adjacent properties.
2. Seismographic monitoring during blasting operations.
1.8 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.
r.
EARTHWORK 02300 - 3
s
i~r
rr
rr
PART 2 -PRODUCTS
2.1 SOIL MATERIALS
A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not
available from excavations.
B. Satisfactory Soils: ASTM D 2487 Soil Classification Groups GW, GP, GM, SW, SP, and SM,
or a combination of these groups; well graded, free of rock or gravel larger than 1-1/2 inches in
any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter.
C. Unsatisfactory Soils: Soil Classification Groups GC, SC, CL, ML, OL, CH, MH, OH, and PT
according to ASTM D 2487, or a combination of these groups.
1. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of
optimum moisture content at time of compaction.
D. Subbase Material: NYSDOT Item 304.12, Type 2 Subbase Course.
E. Controlled Fill: Naturally or artificially graded mixture of sand, natural or crushed stone or
gravel conforming to NYSDOT Item 304.12, Type 2; free of debris, waste, frozen or organic
materials and other deleterious matter.
F. Embedment Material:
1. Unpaved areas -Satisfactory soils.
2. Paved areas -Subbase material.
G. Stone Filling: NYSDOT Item 620.03 Light Stone Fill
H. Drainage Course: Subbase material.
I. Sand: ASTM C 33; fine aggregate, natural, or manufactured sand.
J. Crushed Stone: NYSDOT Item 703-02, Coarse Aggregate, Crushed Stone, Size Designation #2.
r" 2.2 ACCESSORIES
A. Warning Tape: Acid- and alkali-resistant polyethylene film warning tape manufactured for
marking and identifying underground utilities, 6 inches wide and 4 mils thick, continuously
inscribed with a description of the utility; (with metallic core encased in a protective jacket for
corrosion protection, detectable by metal detector when tape is buried up to 30 inches deep
when used over non-metallic duct or pipe); colored as follows:
1. Red: Electric.
2. Yellow: Gas, oil, steam, and dangerous materials.
3. Orange: Telephone and other communications.
4. Blue: Water systems.
5. Green: Sewer systems.
~r
EARTHWORK 02300 - 4
r.
it
PART 3 -EXECUTION
g
3.1 PREPARATION
r. A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by
settlement, lateral movement, undermining, washout, and other hazards created by earthwork
operations.
B. Preparation of subgrade for earthwork operations including removal of vegetation, topsoil,
debris, obstructions, and deleterious materials from ground surface is specified in Division 2
Section "Site Clearing."
C. Protect and maintain erosion and sedimentation controls, which are specified in Division 2
~,,, Section "Site Clearing," during earthwork operations.
D. Provide protective insulating materials to protect subgrades and foundation soils against
;,~ freezing temperatures or frost.
3.2 DEWATERING
A. Prevent surface water and ground water from entering excavations, from ponding on prepared
subgrades, and from flooding Project site and surrounding area.
B. Protect subgrades from softening, undermining, washout, and damage by rain or water
accumulation.
1. Reroute surface water runoff away from excavated areas. Do not allow .water to
accumulate in excavations. Do not use excavated trenches as temporary drainage ditches.
2. Install a dewatering system to keep subgrades dry and convey ground water away from
excavations. Maintain until dewatering is no longer required.
i"" 3.3 EXPLOSNES
A. Explosives: Obtain written permission from authorities having jurisdiction before bringing
'r. explosives to Project site or using explosives on Project site.
1. Perform blasting without damaging adjacent structures, properly, or site improvements.
~, 2. Perform blasting without weakening the bearing capacity of rock subgrade and with the
least-practicable disturbance to rock to remain.
3.4 EXCAVATION, GENERAL
A. Classified Excavation: Excavate to subgrade elevations. Material to be excavated will be
classified as earth and rock. Do not excavate rock until it has been classified and cross
sectioned by Engineer. The Contract Sum will be adjusted for rock excavation according to unit
prices included in the Contract Documents. Changes in the Contract time may be authorized for
rock excavation.
EARTHWORK 02300 - 5
r.
11r
z~ 1. Earth excavation includes excavating pavements and obstructions visible on surface;
underground structures, utilities, and other items indicated to be removed; together with
soil, boulders, and other materials not classified as rock or unauthorized excavation.
a. Intermittent drilling; blasting, if permitted; ram hammering; or ripping of material
not classified as rock excavation is earth excavation.
2. Rock excavation includes removal and disposal of rock. Remove rock to lines and
subgrade elevations indicated to permit installation of permanent construction without
exceeding excavation limits specified.
3.5 EXCAVATION FOR STRUCTURES
A. Excavate to indicated elevations and dimensions within a tolerance of plus or minus 1 inch. If
applicable, extend excavations a sufficient distance from structures for placing and removing
concrete formwork, for installing services and other construction, and for inspections.
1. Excavation for Underground Tanks, Basins, and Mechanical or Electrical Utility
Structures: Excavate to elevations and dimensions indicated within a tolerance of plus or
minus 1 inch. Do not disturb bottom of excavations intended as bearing surfaces.
3.6 EXCAVATION FOR UTILITY TRENCHES
A. Excavate trenches to indicated gradients, lines, depths, and elevations.
1. Beyond building perimeter, excavate trenches to allow installation of top of pipe below
frost line.
B. Excavate trenches to uniform widths to provide the following clearance on each side of pipe or
conduit. Excavate trench walls vertically from trench bottom to 12 inches higher than top of
{,, pipe or conduit, unless otherwise indicated.
C. Trench Bottoms: Excavate trenches 6 inches deeper than bottom of pipe elevation to allow for
,,,, bedding course. Hand excavate for bell of pipe.
3.7 SUBGRADE INSPECTION
A. Notify Engineer when excavations have reached required subgrade.
B. If Engineer determines that unsatisfactory soil is present, continue excavation and replace with
crushed stone on a layer of geotextile (Amoco 2006 or equivalent) as directed.
C. Authorized additional excavation and replacement material will be paid for according to
Contract provisions for unit prices.
D. Reconstruct subgrades damaged by freezing temperatures, frost, rain, accumulated water, or
construction activities, as directed by Engineer, without additional compensation.
3.8 UNAUTHORIZED EXCAVATION
A. Fill unauthorized excavations under other construction or utility pipe as directed by Engineer.
ir.
EARTHWORK 02300 - 6
~.
3.9 STORAGE OF SOII., MATERIALS
~r
A. Stockpile borrow soil materials and excavated satisfactory soil materials without intermixing.
Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust.
1. Stockpile soil materials away from edge of excavations. Do not store within drip line of
remaining trees.
it
3.10 BACKFILL
'~" A. Place and compact backfill in excavations promptly, but not before completing the following:
1. Construction below finish grade including, where applicable, subdrainage, dampproofing,
i~r waterproofing, and peruneter insulation.
2. Surveying locations of underground utilities for Record Documents.
3. Removing concrete formwork.
~,. 4. Removing trash and debris.
5. Removing temporary shoring and bracing, and sheeting.
6. Installing permanent or temporary horizontal bracing on horizontally supported walls.
B. Place backfill on subgrades free of mud, frost, snow, or ice.
C. Backfill of Structures: Place and compact controlled fill. Controlled fill shall extend away
~'" from the structure a distance equal to two-thirds the height of the fill being placed, or to
sheeting, if installed.
3.11 UTILITY TRENCH BACKFILL
,,, A. Place backfill on subgrades free of mud, frost, snow, or ice.
B. Place and compact bedding course on trench bottoms and where indicated. Shape bedding
course to provide continuous support for bells, joints, and barrels of pipes and for joints,
fittings, and bodies of conduits.
C. Place and compact initial backfill of embedment material to a height of 12 inches over the
utility pipe or conduit, unless otherwise shown or specified.
1. Carefully compact initial backfill under pipe haunches and compact evenly up on both
sides and along the full length of utility piping or conduit to avoid damage or
displacement of piping or conduit. Coordinate backfilling with utilities testing.
~, D. Place and compact final backfill of satisfactory soil to final subgrade elevation.
E. Install warning tape directly above utilities, 12 inches below finished grade, except 6 inches
,~ below subgrade under pavements and slabs.
F. Backfill pipes, where shown on the drawings, with controlled density fill as specified in
Division 2 Section "Controlled Density Fill".
iw
1r
EARTHWORK 02300 - 7
i-
rr
3.12
~r
A
SOIL FlI.L
Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so fill
material will bond with existing material.
B. Place and compact as fill material in layers to required elevations. Use satisfactory soil
material.
C. Place soil fill on subgrades free of mud, frost, snow, or ice.
3.13 SOIL MOISTURE CONTROL
A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill soil layer before
compaction to within 2 percent of optimum moisture content.
1. Do not place backfill or fill soil material on surfaces that are muddy, frozen, or contain
frost or ice.
2. Remove and replace, or scarify and air dry otherwise satisfactory soil material that
exceeds optimum moisture content by 2 percent and is too wet to compact to specified
dry unit weight.
3.14 COMPACTION OF SOII, BACKFILLS AND FILLS
A. Place backfill and fill soil materials in layers not more than 8 inches in loose depth for material
compacted by heavy compaction equipment, and not more than 4 inches in loose depth for
~;i,,, material compacted by hand-operated tampers.
B. Place backfill and fill soil materials evenly on all sides of structures to required elevations, and
uniformly along the full length of each structure.
C. Compact soil materials to not less than the following percentages of maximum dry unit weight
according to ASTM D 1557, modified proctor:
1. Under structures, building slabs, steps, and pavements, scarify and recompact top 12
inches of existing subgrade and each layer of backfill or fill soil material at 95 percent.
2. Under walkways, scarify and recompact top 6 inches below subgrade and compact each
layer of backfill or fill soil material at 95 percent.
3. Under lawn or unpaved areas, scarify and recompact top 6 inches below subgrade and
compact each layer of backfill or fill soil material at 90 percent.
3.15 GRADING
A. General: Uniformly grade areas to a smooth surface, free of irregular surface changes. Comply
with compaction requirements and grade to cross sections, lines, and elevations indicated.
Wr
1. Provide a smooth transition between adjacent existing grades and new grades.
?` 2. Cut out soft spots, fill low spots, and trim high spots to comply with required surface
~• tolerances.
B. Site Grading: Slope grades to direct water away from buildings and to prevent ponding. Finish
,,, subgrades to required elevations within the following tolerances:
EARTHWORK 02300 - 8
x
r.
Yn
1. Lawn or Unpaved Areas: Plus or minus 1 inch.
~,~„ 2. Walks: Plus or minus 1 inch.
3. Pavements: Plus or minus 1/2 inch.
3.16 SUBBASE COURSES
A. Place subbase course on subgrades free of mud, frost, snow, or ice.
B. On prepared subgrade, place subbase course under pavements and walks as follows:
1. Place subbase course under hot-mix asphalt pavement.
~- 2. Shape subbase course to required crown elevations and cross-slope grades.
3. Place subbase course 6 inches or less in compacted thickness in a single layer.
4. Place subbase course that exceeds 6 inches in compacted thickness in layers of equal
~, thickness, with no compacted layer more than 6 inches thick or less than 3 inches thick.
5. Compact subbase course at optimum moisture content to required grades, lines, cross
sections, and thickness to not less than 95 percent of maximum dry unit weight according
r,,, to ASTM D 1557, modified proctor.
3.17 DRAINAGE COURSE
A. Place drainage course on subgrades free of mud, frost, snow, or ice.
B. On prepared subgrade, place and compact drainage course under cast-in-place concrete slabs-
on-grade and precast concrete structures as follows:
1. Place drainage course 6 inches or less in compacted thickness in a single layer.
2. Place drainage course that exceeds 6 inches in compacted thickness in layers of equal
thickness, with no compacted layer more than 6 inches thick or less than 3 inches thick.
3. Compact each layer of drainage course to required cross sections and thicknesses to not
less than 95 percent of maximum dry unit weight according to ASTM D 1557, modified
proctor.
3.18 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.
B. Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with
1r subsequent earthwork only after test results for previously completed work comply with
requirements.
C. When testing agency reports that subgrades, fills, or backfills have not achieved degree of
compaction specified, scarify and moisten or aerate, or remove and replace soil to depth
required; recompact and retest until specified compaction is obtained.
3.19 PROTECTION
~' A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep
free of trash and debris.
~r
EARTHWORK 02300 - 9
~.
B. Repair and reestablish grades to specified tolerances where completed or partially completed
surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent
construction operations or weather conditions.
~,,, 1. Scarify or remove and replace soil material to depth as directed by Engineer; reshape and
recompact.
C. Where settling occurs before Project correction period elapses, remove finished surfacing,
backfill with additional soil material, compact, and reconstruct surfacing.
1. Restore appearance, quality, and condition of finished surfacing to match adjacent work,
°~"" and eliminate evidence of restoration to greatest extent possible.
3.20 DISPOSAL OF SURPLUS AND WASTE MATERIALS
A. Disposal: Remove surplus satisfactory soil, rock and waste material, including unsatisfactory
soil, trash, and debris, and legally dispose of it off Owner's property.
END OF SECTION 02300
+~r
EARTHWORK 02300 - 10
SECTION 02530 -SANITARY SEWERAGE
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 exterior gravity-flow, nonpressure sanitary sewerage piping, with the
following components:
1. Precast concrete manholes.
2. Inflow protection inserts
1.3 DEFINITIONS
A. PE: Polyethylene plastic.
B. PP: Polypropylene plastic.
C. PVC: Polyvinyl chloride plastic.
1.4 PERFORMANCE REQUIREMENTS
A. Gravity-Flow, Nonpressure, Drainage-Piping Pressure Rating: 10-foot head of water.
1.5 SUBMITTALS
A. Product Data: For the following:
1. Piping.
2. Inflow protection inserts
B. Shop Drawings: For the following:
1. Manholes: Include plans, elevations, sections, details, and frames and covers.
C. Field quality-control test reports.
1.6 DELNERY, STORAGE, AND HANDLING
A. Do not store plastic pipe and fittings in direct sunlight.
SANITARY SEWERAGE 02530 - 1
I''' B. Protect pipe, pipe fittings, and seals from dirt and damage.
C. Handle manholes according to manufacturer's written rigging instructions.
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.
2. Manufacturers: Subject to compliance with requirements, provide products by one of the
manufacturers specified.
2.2 PIPING MATERIALS
A. Refer to Part 3 "Piping Applications" Article for applications of pipe, fitting, and joining
materials.
2.3 PVC PIPE AND FITTINGS
A. PVC Sewer Pipe and Fittings, NPS 15 and Smaller: ASTM D 3034, SDR 35, with bell-and-
spigot ends for gasketed joints with ASTM F 477, elastomeric seals, color: green.
2.4 MANHOLES
A. Designed Precast Concrete Manholes: ASTM C 913; designed according to ASTM C 890 for
A-16 (ASSHTO HS20-44), heavy-traffic, structural loading; of depth, shape, and dimensions
indicated, with provision for sealant joints.
1. Joint Sealant: ASTM C 990, bitumen or butyl rubber.
2. Resilient Pipe Connectors: ASTM C 923, cast or fitted into manhole walls, for each pipe
connection.
3. Steps: ASTM A 615/A 615M, deformed, 1/Z-inch steel reinforcing rods encased in
ASTM D 4101, PP, wide enough to allow worker to place both feet on 1 step and
j11i, designed to prevent lateral slippage off of step. Cast or anchor steps into sidewalk at 12-
inch intervals.
4. Grade Rings: Reinforced-concrete rings, 6- to 9-inch total thickness, to match diameter
E
of manhole frame and cover.
5. Protective Coating: Plant applied water based, fiber reinforced, emulsified-asphalt damp
proofing; 15-mil minimum thickness applied to exterior, below grade surfaces..
6. Manhole Frames and Covers: Neenah Foundry, Inc. Model R-1642 (24") or Model R-
1557 (30") or equivalent for built-up manholes; Neenah Foundry, Inc. Model R-6078
(30") or equivalent for cast-in-slab conditions. All lids to be heavy duty. Include
indented top design with lettering cast into cover, using wording "SANITARY SEWER".
ilrr
SANITARY SEWERAGE 02530 - 2
Include countersunk stainless steel tamper-proof bolts in lid as locking device, where
indicated on the drawings.
it a. Material: ASTM A 48/A 48M, Class 35 gray iron, unless otherwise indicated.
2.5 CONCRETE
A. General: Cast-in-place concrete according to ACI 318/318R, ACI 350R, and the following:
1. Cement: ASTM C 150, Type II.
2. Fine Aggregate: ASTM C 33, sand.
3. Coarse Aggregate: ASTM C 33, crushed gravel.
4. Water: Potable.
B. Manhole Channels and Benches: Factory or field formed from concrete. Portland cement
design mix, 4000 psi minimum, with 0.45 maximum water/cementitious materials ratio.
Include channels and benches in manholes.
1. Channels: Concrete invert, formed to same width as connected piping, with height of
vertical sides to three-fourths of pipe diameter. Form curved channels with smooth,
uniform radius and slope.
2. Benches: Concrete, sloped to drain into channel.
2.6 INFLOW PROTECTION INSERTS
A. Available Manufacturers:
1. FRW Industries.
B. Size: To fit manhole frame and lids as installed.
irr
C. Insert Body: Acrylonitrile Butadiene Styrene plastic that meets Federal Standard LP1183 and
ASTM D256, D638, D790, D792, D785 D648. Thickness shall be between 3/32inches and
6/32 inches. A 1" wide polyester lifting strap shall be attached to the body by means of a 3/16
inch stainless steel rivet.
D. Gasket: Factory installed closed cell neoprene. The gasket adhesive and the gasket material
shall be suitable for either wet or dry conditions of use.
E. Relief Valve: Medium density polyethylene body, designed to relieve pressure at 1 p.s.i. or
less, leak down rate of not more than 10 gallons/24 hours, easily removable.
2.7 MISCELLANEOUS MATERIALS
A. Paint: SSPC-Paint 16.
r
SANITARY SEWERAGE 02530 - 3
t~.
PART 3 -EXECUTION
3.1 EARTHWORK
A. Excavating, trenching, and backfilling are specified in Division 2 Section "Earthwork."
3.2 PIPING APPLICATIONS
A. Buried Gravity-Flow, Nonpressure Sewer Piping, Depth of bury up to 14 feet: Use the
following pipe materials for each size range:
1. NPS 10 and smaller: PVC sewer pipe and fittings, SDR 35, gaskets, and gasketed joints.
2. NPS 12 and NPS 15: PVC sewer pipe and fittings, SDR 35, gaskets, and gasketed joints.
3.3 PIPING INSTALLATION
A. General Locations and Arrangements: Drawing plans and details indicate general location and
arrangement of underground sanitary sewerage piping. Location and arrangement of piping
layout take design considerations into account. Install piping as indicated, to extent practical.
Where specific installation is not indicated, follow piping manufacturer's written instructions.
B. Install piping beginning at low point, true to grades and alignment indicated with unbroken
continuity of invert. Place bell ends of piping facing upstream. Install gaskets, seals, sleeves,
and couplings according to manufacturer's written instructions for using lubricants, cements,
and other installation requirements.
C. Install manholes for changes in direction, unless fittings are indicated. Use fittings for branch
connections, unless direct tap into existing sewer is indicated. Service connections shall utilize
wye fittings for connection to sewer main.
D. Install proper size increasers, reducers, and couplings where different sizes or materials of pipes
and fittings are connected. Reducing size of piping in direction of flow is prohibited.
E. Tunneling: Install pipe under streets or other obstructions that cannot be disturbed by tunneling,
jacking, or combination of both.
F. Install gravity-flow, nonpressure, piping according to the following:
1. Install piping pitched down in direction of flow, at slope indicated.
2. Install piping with 48-inch minimum cover.
~,,, 3. Install PVC sewer piping according to ASTM D 2321 and ASTM F 1668.
G. Clear interior of piping and manholes of dirt and superfluous material as work progresses.
Maintain swab or drag in piping, and pull past each joint as it is completed. Place plug in end of
incomplete piping at end of day and when work stops.
irr
SANITARY SEWERAGE 02530 - 4
~r
3.4 PIPE JOINT CONSTRUCTION
A. Basic piping joint construction is specified in Division 2 Section "Piped Utilities -Basic
,,, Materials and Methods." Where specific joint construction is not indicated, follow piping
manufacturer's written instructions.
B. Join gravity-flow, nonpressure, drainage piping according to the following:
1. Join PVC sewer piping according to ASTM D 2321 and ASTM D 3034 for elastomeric-
seal joints or ASTM D 3034 for elastomeric-gasket joints.
3.5 MANHOLE INSTALLATION
A. General: Install manholes complete with appurtenances and accessories indicated.
B. Install precast concrete manhole sections with sealants according to ASTM C 891.
C. Form continuous concrete channels and benches between inlets and outlet.
D. Set tops of frames and covers flush with finished surface of manholes that occur in pavements.
Set tops 4 inches above finished surface elsewhere, unless otherwise indicated.
E. Install inflow protection inserts in all manholes located in paved areas.
F. At completion of work provide the Owner with locking keys to tamper-proof manhole lids.
3.6 CONCRETE PLACEMENT
A. Place cast-in-place concrete according to ACI 318/318R.
3.7 PAINTING
r.
A. Clean and prepare concrete manhole surfaces for field touch-up painting. Remove loose
efflorescence, chalk, dust, grease, oils, and release agents. Roughen surface as required to
remove glaze. Paint the following concrete surfaces as recommended by paint manufacturer:
1. Precast Concrete Manholes: All exterior.
3.8 IDENTIFICATION
A. Materials and their installation are specified in Division 2 Section "Earthwork." Arrange for
installation of green warning tapes directly over piping and at outside edges of underground
manholes.
1. Use detectable warning tape over ferrous piping.
2. Use detectable warning tape over nonferrous piping and over edges of underground
manholes.
~r
~ SANITARY SEWERAGE 02530 - 5
Yr
~' 3.9 FIELD QUALITY CONTROL
A. All pipe lines and structures shall be made as watertight as possible.
B. Sewers shall not be tested until at least 30 days after installation and backfill.
C. Inspect interior of piping and manholes to determine whether line displacement or other damage
has occurred.
1. Submit separate report for each system inspection.
2. Defects requiring correction include the following:
a. Alignment: Less than full diameter of inside of pipe is visible between structures.
b. Deflection: Flexible piping with deflection that prevents passage of ball or
cylinder of size not less than 95 percent of piping diameter.
c. Crushed, broken, cracked, or otherwise damaged piping or manholes.
d. Infiltration: Water leakage into piping or manholes.
e. Exfiltration: Water leakage from or around piping or manholes.
3. Replace defective piping or manholes using new materials, and repeat inspections until
defects are within sllowances specified.
4. Reinspect and repeat procedure until results are satisfactory.
D. Test new piping systems, and parts of existing systems that have been altered, extended, or
repaired, for leaks and defects.
1. Test completed piping systems according to requirements of authorities having
jurisdiction and the requirements herein.
2. Schedule tests and inspections by authorities having jurisdiction with at least 48 hours'
advance notice.
3. Submit separate report for each test.
4. Deflection Tests: Test PVC piping to insure passage of ball or cylinder of size not less
than 95 percent of piping diameter.
a. The test shall be conducted without the use of mechanical pulling devices.
fr. b. If deflection exceeds 5%, the failing pipe section shall be removed and replaced
and the test repeated.
5. Air Tests: Test sanitary sewerage according to requirements of authorities having
jurisdiction and the following, if groundwater levels are below the invert of the sewer
being tested:
a. Test plastic gravity sewer piping according to ASTM F 1417.
6. Hydrostatic Tests: Test sanitary sewerage according to requirements of authorities
having jurisdiction and the following if groundwater levels are above the invert of the
sewer being tested:
a. Close openings in system and fill with water.
rr
SANITARY SEWERAGE 02530 - 6
r.
it
t.
~.
b. The hydrostatic test shall be performed with a minimum positive head of 2 feet
above the top of the crown of the pipe, or the existing groundwater levels,
whichever is higher
c. Purge air and refill with water.
d. Disconnect water supply.
e. Allowable leakage is maximum of 100 gal./inch of nominal pipe size per mile of
pipe, during 24-hour period.
7. Manholes: Perform air test according to ASTM C 1244.
E. Leaks and loss in test pressure constitute defects that must be repaired.
F. Replace leaking piping using new materials, and repeat testing until leakage is within
allowances specified.
3.10 CLEANING
' A. Clean interior of piping and manholes of dirt and superfluous material.
END OF SECTION 02530
r-~
SANITARY SEWERAGE 02530 - 7
SECTION 02535 -LIFT STATION ABANDONMENT
PART1-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. Connecting new sewer pipe to existing manhole #l.
2. Plugging existing manhole # 1 outlet.
3. Abandonment of the existing lift station, sewer pipe and force main.
4. Pumping sewage (as necessary to prevent overflow or spillage) during construction and
until new sewer pipe is connected to existing manhole # 1.
1.3 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
1.4 UNIT PRICES
A. Unit prices for lift station abandonment are included in Division 1 Section "Unit Prices."
B. Lift station abandonment measurement: Number of lift stations actually abandoned. Unit
prices for lift station abandonment include permit costs/fees, coordination with owner, locating
existing lift station components, plugging of existing manhole # 1 outlet, pumping sewage,
removal of existing sewer pipe from existing manhole # 1 to lift station, removal of lift station
and all components, disconnection of existing electrical service including coordination with
utility company, abandonment of existing force main, reconstruction of existing manhole #1
trough and bench to direct flow to new sewer pipe, all required excavation and backfill and
cleanup of any sewage overflow or spillage.
PART 2 -PRODUCTS (Not Applicable)
PART 3 -EXECUTION
3.1 CONSTRUCTION
A. Coordinate all work with the owner.
w.
LIFT STATION ABANDONMENT 02535 - 1
err
w.
B. The Owner shall have first right of refusal for lift station equipment removed.
~` C. Contractor shall be responsible for obtaining all required permits to abandon the existing lift
station and shall pay all costs associated with those permits.
~"' D. All work shall be in accordance with the requirements of the authority having jurisdiction.
E. Contractor shall plug existing manhole # 1 outlet with watertight seal.
4-
F. Contractor shall pump sewage as often as necessary to prevent overflow or spillage. Any
overflow or spillage shall be immediately cleaned up by the Contractor and immediately
~,,, reported to the Engineer and the authority having jurisdiction.
G. Contractor shall remove existing sewer pipe from existing manhole #1 to lift station and lift
` station in its entirety, including any appurtenances, and dispose of them legally offsite.
i..
H. Existing force main pipe shall be removed to a point five (5) feet from the existing lift station.
Remaining force main shall be abandoned in place. Contractor shall cut discharge end of force
""" main flush to interior of receiving manhole wall and plug discharge end of force main with
concrete.
I. Backfill all excavations with satisfactory soil, compacted in 9 inch lifts.
~,,,, 3.2 SEWER CONNNECTION
A. Make final connection of new sewer to existing manhole #1 only after the Engineer indicates
that the new sewer main is able to accept flow.
END OF SECTION 02270
.r
LIFT STATION ABANDONMENT 02535 - 2
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.
lrr
~frr
1.2 SUMMARY
A. This Section includes the following:
1. Hot-mix asphalt paving.
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 ALLOWANCES ,
A. Allowance No. 1 for the testing services included in Division 1 "Allowances" for compaction
testing.
1.5 QUALITY ASSURANCE
A. Manufacturer Qualifications: Manufacturer shall be registered with and approved by authorities
having jurisdiction or the DOT of the state in which Project is located.
B. Regulatory Requirements: Comply with Standard Specifications, Construction and Materials of
the New York State Department of Transportation (NYSDOT) for asphalt paving work.
C. Asphalt-Paving Publication: Comply with AI MS-22, "Construction of Hot Mix Asphalt
Pavements," unless more stringent requirements are indicated.
1.6 PROJECT CONDITIONS
A. Enviromnental Limitations: Do not apply asphalt materials if subgrade is wet or excessively
damp or if the following conditions are not met:
HOT-M1X ASPHALT PAVING
02741 - 1
rr
~` 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
4
placement.
~"". 3. Asphalt Surface Course: Minimum surface temperature of 60 deg F at time of placement.
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.
~.
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..
lr
HOT-MIX ASPHALT PAVING 02741 - 2
i
~':
fir
~"" 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.
3.2 HOT-MIX ASPHALT PLACING
W
A. Machine place hot-mix asphalt on prepazed 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.
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 strips of a lesser
width are required.
C. Promptly correct surface irregularities in paving course behind paver. Use 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.
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:
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.
E. Protection: After final rolling, do not permit vehicular traffic on pavement until it has cooled
and hardened.
F. Erect barricades to protect paving from traffic until mixture has cooled enough not to become
marked.
HOT-MIX ASPHALT PAVING
02741 - 3
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.
r
w.
3.5 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.
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.
3.6 DISPOSAL
A. Except for material indicated to be recycled, remove excavated materials from Project site and
legally dispose of them in anEPA-approved landfill.
END OF SECTION 02741
HOT-MIX ASPHALT PAVING
02741 - 4
3
('
c.
r
SECTION 02920 -LAWNS AND GRASSES
PART I -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 for unpaved areas disturbed during construction:
1. Seeding.
2. Lawn renovation.
1.3 DEFINITIONS
A. Finish Grade: Elevation of finished surface of planting soil.
B. Manufactured Soil: Soil produced off-site by homogeneously blending mineral soils or sand
with stabilized organic soil amendments to produce topsoil or planting soil.
C. Planting Soil: Native or imported topsoil, manufactured topsoil, or surface soil modified to
become topsoil; mixed with soil amendments.
D. Subgrade: Surface or elevation of subsoil remaining after completing excavation, or top surface
of a fill or backfill immediately beneath planting soil.
1.4 SUBMITTALS
A. Product Data: For each type of product indicated.
B. Certification of Grass Seed: From seed vendor for each grass-seed monostand or mixture
stating the botanical and common name and percentage by weight of each species and variety,
and percentage of purity, germination, and weed seed. Include the year of production and date
of packaging.
1.5 QUALITY ASSURANCE
A. Installer Qualifications: A qualified landscape installer whose work has resulted in successful
lawn establishment.
~Mr
!r
LAWNS AND GRASSES
02920 - 1
~r
1.6 DELNERY, STORAGE, AND HANDLING
A. Seed: Deliver seed in original sealed, labeled, and undamaged containers.
1.7 SCHEDULING
A. Weather Limitations: Proceed with planting only when existing and forecasted weather
conditions permit.
1.8 LAWN MAINTENANCE
A. Begin maintenance immediately after each area is planted and continue until acceptable lawn is
established, but for not less than the following periods:
1. Seeded Lawns: 60 days from date of Substantial Completion.
a. When full maintenance period has not elapsed before end of planting season, or if
lawn is not fully established, continue maintenance during next planting season.
B. Maintain and establish lawn by watering, fertilizing, weeding, mowing, trimming, replanting,
and other operations. Roll, regrade, and replant bare or eroded areas and remulch to produce a
uniformly smooth lawn.
1. In areas where mulch has been disturbed by wind or maintenance operations, add new
mulch. Anchor as required to prevent displacement.
C. Watering: Provide and maintain temporary piping, hoses, and lawn-watering equipment to
j` convey water from sources and to keep lawn uniformly moist to a depth of 4 inches.
1. Schedule watering to prevent wilting, puddling, erosion, and displacement of seed or
mulch. Lay out temporary watering system to avoid walking over muddy or newly
planted areas.
2. Water lawn at a minimum rate of 1 inch per week.
~"' D. Mow lawn as soon as top growth is tall enough to cut. Remove no more than 40 percent of
• grass-leaf growth in initial or subsequent mowings. Do not delay mowing until grass blades
~. bend over and become matted. Do not mow when grass is wet.
PART2-PRODUCTS
2.1 SEED
~" A. Grass Seed: Fresh, clean, dry, new-crop seed complying with AOSA's "Journal of Seed
Technology; Rules for Testing Seeds" for purity and germination tolerances.
~- B. Seed Species: Seed of grass species as follows, with not less than 95 percent germination, not
less than 85 percent pure seed, and not more than 0.5 percent weed seed:
IYr
LAWNS AND GRASSES 02920 - 2
rr
+ir
ii.
1. Sun and Partial Shade: Proportioned by weight as follows:
a. 70 percent Kentucky bluegrass.
b. 10 percent chewings fescue.
c. 20 percent perenial ryegrass.
~,,, d. Or approved equivalents.
2.2 TOPSOIL
A. Topsoil: ASTM D 5268, pH range of 5.5 to 7, a minimum of 2 percent organic material
content; free of stones 1 inch or larger in any dimension and other extraneous materials harmful
to plant growth.
1. Topsoil Source: Reuse surface soil stockpiled on-site. Verify suitability of stockpiled
surface soil to produce topsoil. Clean surface soil of roots, plants, sod, stones, clay
lumps, and other extraneous materials harmful to plant growth.
a. Supplement with imported or manufactured topsoil from off-site sources when
quantities are insufficient. Obtain topsoil displaced from naturally well-drained
construction or mining sites where topsoil occurs at least 4 inches deep; do not
obtain from agricultural land, bogs or marshes.
2.3 FERTILIZER:
A. Commercial Fertilizer: Commercial-grade complete starter fertilizer of neutral character,
consisting of fast- and slow-release nitrogen, 50 percent derived from natural organic sources of
urea formaldehyde, phosphorous, and potassium in the following composition:
1. Composition: 1 lb/1000 sq. ft. of actual nitrogen, 4 percent phosphorous, and 2 percent
potassium, by weight.
2.4 MULCHES
A. Straw Mulch: Provide air-dry, clean, mildew- and seed-free, salt hay or threshed straw of
wheat, rye, oats, or barley.
B. Fiber Mulch: Biodegradable, dyed-wood, cellulose-fiber mulch; nontoxic; free of plant-growth
or germination inhibitors; with maximum moisture content of 15 percent and a pH range of 4.5
to 6.5.
LAWNS AND GRASSES 02920 - 3
ter
is
fir.
E
~" PART 3 -EXECUTION
3.1 EXAMINATION
A. Examine areas to receive lawns and grass for compliance with requirements and other
conditions affecting performance. Proceed with installation only after unsatisfactory conditions
have been corrected.
3.2 PREPARATION
A. Protect structures, utilities, sidewalks, pavements, and other facilities, trees, shrubs, and
plantings from damage caused by planting operations.
1. Protect adjacent and adjoining areas from hydroseeding overspray.
B. Provide erosion-control measures to prevent erosion or displacement of soils and discharge of
soil-bearing water runoff or airborne dust to adjacent properties and walkways.
3.3 LAWN PREPARATION
A. Limit lawn subgrade preparation to areas to be planted.
B. Newly Graded Subgrades: Loosen subgrade to a minimum depth of 4 inches. Remove stones
larger than 2 inch in any dimension and sticks, roots, rubbish, and other extraneous matter and
legally dispose of them off Owner's property.
1. Thoroughly blend planting soil mix off-site before spreading or spread topsoil, apply soil
amendments and fertilizer on surface, and thoroughly blend planting soil mix.
a. Delay mixing fertilizer with planting soil if planting will not proceed within a few
days.
b. Mix lime with dry soil before mixing fertilizer.
2. Spread planting soil mix to a depth of 4 inches but not less than required to meet finish
grades after light rolling and natural settlement. Do not spread if planting soil or
subgrade is frozen, muddy, or excessively wet.
C. Unchanged Subgrades: If lawns are to be planted in areas unaltered or undisturbed by
excavating, grading, or surface soil stripping operations, prepare surface soil as follows:
~. 1. Remove existing grass, vegetation, and turf. Do not mix into surface soil.
2. Loosen surface soil to a depth of at least of 6 inches. Apply soil amendments and
fertilizers according to planting soil mix proportions and mix thoroughly into top 4 inches
of soil. Till soil to a homogeneous mixture of fine texture.
3. Remove stones larger than 2 inches in any dimension and sticks, roots, trash, and other
extraneous matter.
4. Legally dispose of waste material, including grass, vegetation, and turf, off Owner's
properly.
LAWNS AND GRASSES 02920 - 4
iY~.
3Yr
"' D. Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose, uniformly
fine texture. Grade to within plus or minus 1/2 inch of finish elevation. Roll and rake, remove
ridges, and fill depressions to meet finish grades. Limit fine grading to areas that can be planted
~r in the immediate future.
E. Moisten prepared lawn areas before planting if soil is dry. Water thoroughly and allow surface
to dry before planting. Do not create muddy soil.
F. Restore areas if eroded or otherwise disturbed after finish grading and before planting.
3.4 SEEDING
A. Sow seed with spreader or seeding machine. Do not broadcast or drop seed when wind velocity
exceeds 5 mph. Evenly distribute seed by sowing equal quantities in two directions at right
angles to each other.
1. Do not use wet seed or seed that is moldy or otherwise damaged.
B. Sow seed at the rate of 5 pounds per 1,000 sf.
C. Rake seed lightly into top 1/8 inch of topsoil, roll lightly, and water with fine spray.
D. Protect seeded areas with slopes not exceeding 1:6 by spreading straw mulch. Spread uniformly
at a minimum rate of 2 tons/acre to form a continuous blanket 1-1/2 inches in loose depth over
seeded areas. Spread by hand, blower, or other suitable equipment.
3.5 HYDROSEEDING
A. Hydroseeding: Mix specified seed, fertilizer, and fiber mulch in water, using equipment
specifically designed for hydroseed application. Continue mixing until uniformly blended into
homogeneous slurry suitable for hydraulic application.
1. Apply slurry uniformly to all areas to be seeded in a one-step process. Apply mulch at a
minimum rate of 1500-1b/acre dry weight but not less than the rate required to obtain
specified seed-sowing rate. -
3.6 LAWN RENOVATION
A. Renovate existing lawn.
B. Renovate existing lawn damaged by Contractor's operations, such as storage of materials or
equipment and movement of vehicles.
1. Reestablish lawn where settlement or washouts occur or where minor regrading is
required.
C. Remove sod and vegetation from diseased or unsatisfactory lawn areas; do not bury in soil.
iy
LAWNS AND GRASSES 02920 - 5
~.
"' D. Remove topsoil containing foreign materials resulting from Contractor's operations, including
oil drippings, fuel spills, stone, gravel, and other construction materials, and replace with new
topsoil.
ilrr
E. Mow, dethatch, core aerate, and rake existing lawn.
F. Remove weeds before seeding. Where weeds are extensive, apply selective herbicides as
required. Do not use pre-emergence herbicides.
G. Remove waste and foreign materials, including weeds, soil cores, grass, vegetation, and turf,
and legally dispose of them off Owner's property.
H. Till stripped, bare, and compacted areas thoroughly to a soil depth of 6 inches.
1~.
I. Apply soil amendments and initial fertilizers required for establishing new lawns and mix
' thoroughly into top 4 inches of existing soil. Provide new planting soil to fill low spots and
iYr meet finish grades.
J. Apply seed and protect with straw mulch as required for new lawns.
K. Water newly planted areas and keep moist until new lawn is established.
3.7 SATISFACTORY LAWNS
A. Satisfactory Seeded Lawn: At end of maintenance period, a healthy, uniform, close stand of
grass has been established, free of weeds and surface irregularities, with coverage exceeding 90
percent over any 10 sq. ft. and bare spots not exceeding 5 by 5 inches.
B. Reestablish lawns that do not comply with requirements and continue maintenance until lawns
are satisfactory.
3.8 CLEANUP AND PROTECTION
A. Promptly remove soil and debris created by lawn work from paved areas. Clean wheels of
~"' vehicles before leaving site to avoid tracking soil onto roads, walks, or other paved areas.
B. Erect barricades and warning signs as required to protect newly planted areas from traffic.
Maintain barricades throughout maintenance period and remove after lawn is established.
C. Remove erosion-control measures after grass establishment period.
END OF SECTION 02920
LAWNS AND GRASSES 02920 - 6
w..