198
CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS Southeast Stair Tower Renovations Centerway Parking Facility Prepared for: CORNING INTOWN DISTRICT MANAGEMENT ASSOCIATION 114 Pine Street, Suite 202 Corning, NY 14830 Prepared by: LARSON DESIGN GROUP 1 West Market Street, 3 rd Floor, Suite 301 Corning, NY 14830 April 22, 2013 LDG Project No. 6897-013

CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Page 1: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS Southeast Stair Tower Renovations Centerway Parking Facility Prepared for:

CORNING INTOWN DISTRICT MANAGEMENT ASSOCIATION 114 Pine Street, Suite 202 Corning, NY 14830 Prepared by:

LARSON DESIGN GROUP 1 West Market Street, 3rd Floor, Suite 301 Corning, NY 14830 April 22, 2013 LDG Project No. 6897-013

Page 2: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers
Page 3: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

1.1

TABLE OF CONTENTS Information for Bidders ....................................................................................................................... 1.2 -1.4

Bid Package ..................................................................................................................................... 2.1 - 2.11

Agreement Package .......................................................................................................................... 3.1 - 3.9

General Conditions .......................................................................................................................... 4.1 - 4.17

Supplemental General Conditions ................................................................................................... 5.1 - 5.91

Technical Specifications ............................................................................................................... Appendix A

Page 4: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

1.2

INFORMATION FOR BIDDERS BIDS will be received by Corning Intown District Management Association (CIDMA) dba Corning’s Gaffer District and hereafter referred to as the “OWNER” at 114 Pine Street, Suite 202, Corning, NY 14830 until 1:00 PM on May 10, 2013, and then, at said office, bids will be publicly opened and read aloud. Each BID must be submitted in a sealed envelope, addressed to:

CIDMA/Corning’s Gaffer District 114 Pine Street, Suite 202 Corning, NY 14830

Each sealed envelope containing a BID must be plainly marked on the outside as “BID for the Southeast Stair Tower Renovations Centerway Parking Facility” and the envelope should bear on the outside the name of the BIDDER, his address, his license number, if applicable, 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 to the CIDMA/Corning’s Gaffer District at 114 Pine Street, Suite 202, Corning, NY 14830. All BIDS must be made on the required BID form. All blank spaces for BID prices must be filled in, in ink or typewritten, and the BID form must be fully completed and executed when submitted. Only one copy of the BID form is required. A copy of the Contract Documents will be available to the public for inspection beginning 9:00 AM, prevailing time, on April 22, 2013 at the following locations:

CIDMA/Corning’s Gaffer District 114 Pine Street, Suite 202 Corning, NY 14830

Corning City Hall Department of Public Works 1 Nasser Civic Center Plaza Corning, NY 14830 Larson Design Group 1 West Market Street, Suite 301 Corning, NY 14830 Larson Design Group 1000 Commerce Park Drive, Suite 201 Williamsport, PA 17701

Sets of the Construction Drawings and Project Manual must be obtained from the following website: http://bidplans.larsondesigngroup.com. Bidding Documents will be available April 22, 2013, after 9:00 AM on the website. Interested parties are required to register on the website for the ability to view and/or acquire construction drawings and project manual for this project. It is the responsibility of any person or organization interested in a hard copy of the Bidding Documents to pay all costs associated with printing and shipping. Cost for a hard copy of the Bidding Documents is $50.00 plus shipping. Contact the Engineer, Larson Design Group, 1000 Commerce Park Drive, Suite 201, Williamsport, PA 17701, phone number 570-323-6603 between the hours 8:00 a.m. and 5:00 p.m., Monday through Friday, to obtain a hard copy or with any questions pertaining to access and use of the website. Hard copies of the bidding documents will be available for review only at the above locations during normal business hours.

Page 5: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

1.3

A Pre Bid Meeting will be held at the Job Site, Centerway Parking Facility, 2 West Tioga Avenue, Corning, NY 14830 at 10:30 AM, April 29, 2013. Attendance is highly recommended. For quality assurance, the Bidder/General Contractor shall have successfully completed a minimum of five previous projects similar in size and scope to this project and with a record of successful in-service performance. The General Contractor shall also provide proof of the experience and references. All RFI’s should be submitted to the Engineer through the bid plans site or by email to the Engineer: Larson Design Group, Attn: Matthew Williamson ([email protected]) All RFI’s must be received by the Engineer by 5:00 PM, Monday, May 6, 2013, to be considered. The OWNER may waive any informalities or minor defects 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 the time and date specified shall not be considered. No BIDDER may withdraw a BID within 60 days after the actual date of the opening thereof. Should there be reasons why the contract cannot be awarded within the specified period; the time may be extended by mutual agreement between the OWNER and the BIDDER. BIDDERS must satisfy themselves of the accuracy of the estimated quantities in the BID Schedule by examination of the site and a review of the drawings and specifications including ADDENDA. After BIDS have been submitted, the BIDDER shall not assert that there was misunderstanding concerning the quantities of WORK or of the nature of the WORK to be done. The OWNER shall provide to BIDDERS prior to Bidding, all information which is pertinent to, and delineates and describes, the land owned and rights-of-way acquired or to be acquired. The CONTRACT DOCUMENTS contain the provisions required for the construction of the PROJECT. Information obtained from an officer, agent, or employee of the OWNER or any other person shall not affect the risks or obligations assumed by the CONTRACTOR or relieve him from fulfilling any of the conditions of the contract. Each BID must be accompanied by a BID bond payable to the OWNER for five percent (5%) of the total amount of the BID. As soon as the Agreement is executed, the bonds of the two remaining unsuccessful BIDDERS will be returned. The BID BOND of the successful BIDDER will be retained until the payment BOND and performance BOND have been executed and approved, after which it will be returned. A certified check may be used in lieu of a BID BOND. A performance BOND and a payment BOND, each in the amount of 100% of the CONTRACT PRICE, with a corporate surety approved by the OWNER, will be required for the faithful performance of the contract. Attorneys-in-fact who sign BID BONDS or payment BONDS and performance BONDS must file with each BOND a certified and effective dated copy of their power of attorney. The party to whom the contract is awarded will be required to execute the Agreement and obtain the performance BOND and payment BOND within ten (10) calendar days from the date when NOTICE OF AWARD is delivered to the BIDDER. The NOTICE OF AWARD shall be accompanied by the necessary Agreement and BOND forms. In case of failure of the BIDDER to execute the Agreement, the OWNER may at his option consider the BIDDER in default, in which case the BID BOND accompanying the proposal shall become the property of the OWNER. The OWNER within ten (10) days of receipt of acceptable performance BOND, payment BOND, and Agreement signed by the party to whom the Agreement was awarded shall sign the Agreement and return to such party an executed duplicate of the Agreement. Should the OWNER not execute the Agreement within

Page 6: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

1.4

such period, the BIDDER may by WRITTEN NOTICE withdraw his signed Agreement. Such notice of withdrawal shall be effective upon receipt of the notice by the OWNER. The NOTICE TO PROCEED shall be issued within ten (10) days of the execution of the Agreement by the OWNER. Should there be reasons why the NOTICE TO PROCEED cannot be issued within such period; the time may be extended by mutual agreement between the OWNER and CONTRACTOR. If the NOTICE TO PROCEED has not been issued within the ten (10) day period or within the period mutually agreed upon, the CONTRACTOR may terminate the Agreement without further liability on the part of either party. The OWNER may make such investigations as he deems necessary to determine the ability of the BIDDER to perform the WORK, and the BIDDER shall furnish the OWNER all such information and data for this purpose as the OWNER may request. The OWNER reserves the right to reject any BID if the evidence submitted by, or investigation of, such BIDDER fails to satisfy the OWNER that such BIDDER is properly qualified to carry out the obligations of the Agreement and to complete the WORK contemplated therein. A conditional or qualified BID will not be accepted. Bid award will be based upon the bidder with the lowest grand total on the bid sheet for the Base Bid or for the Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers given on the screening questionnaire.

All applicable laws, ordinances, and rules and regulations of all authorities having jurisdiction over construction of the PROJECT shall apply to the contract throughout. Each BIDDER is responsible for inspecting the site and for reading and being thoroughly familiar with the CONTRACT DOCUMENT. The failure or omission of any BIDDER to do any of the foregoing shall in no way relieve any BIDDER from any obligation in respect to his BID. Further, the BIDDER agrees to abide by the requirements under Executive Order No. 11246, as amended, including specifically the provisions of the equal opportunity clause set forth in the SUPPLEMENTAL GENERAL CONDITIONS. The low BIDDER shall supply the names and addresses of major material SUPPLIERS and SUBCONTRACTORS when requested to do so by the OWNER.

Page 7: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

2.1

BID PACKAGE

TABLE OF CONTENTS Bid ...................................................................................................................................................... 2.2 - 2.3

Bid Schedule .............................................................................................................................................. 2.4

Bid Bond ................................................................................................................................................... 2.5

Certification of Bidder Regarding Equal Employment Opportunity ......................................................... 2.6

Non-Collusive Bidding Certification ................................................................................................. 2.7 - 2.8

Statement of Bidders Qualifications ................................................................................................ 2.9 - 2.10

Waiver of Immunity ................................................................................................................................ 2.11

Page 8: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

2.2

B I D Proposal of ______________________________ (hereinafter called “BIDDER”), organized and existing under the laws of the State of New York doing business as _____________________* to Corning Intown District Management Association dba Corning’s Gaffer District (hereinafter called “OWNER”). In compliance with your Advertisement for Bids, BIDDER hereby proposes to perform all WORK for the “Southeast Stair Tower Renovations Centerway Parking Facility” in strict accordance with the CONTRACT DOCUMENTS, within the time set forth therein, and at the prices stated below. By submission of this BID, each BIDDER certifies, and in the case of a joint BID each party thereto certifies as to his own organization, that this BID has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this BID with any other BIDDER or with any competitor. The BIDDER may commence WORK under this contract after receiving the NOTICE TO PROCEED and no sooner than May 28, 2013, to fully complete the project by August 23, 2013. BIDDER further agrees to pay as liquidated damages, the sum of $400.00 for each consecutive calendar day thereafter that WORK has not been completed as provided in Section 15 of the General Conditions in the project specifications.

BIDDER acknowledges receipt of the following ADDENDUM:

* Insert "a corporation", "a partnership", or "an individual" as applicable. TOTAL OF BASE BID ............................................................................................ $__________________ TOTAL OF BASE BID WRITTEN IN WORDS______________________________________________ Dollars And Cents TOTAL OF ADD ALTERNATE #1 BID ................................................................. $__________________ TOTAL OF ADD ALTERNATE #1 WRITTEN IN WORDS___________________________________ Dollars And Cents

Page 9: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

2.3

Respectfully submitted: Name of Bidder: ________________________________ Signature: _____________________________________ Date: __________________________ ______________________________________________ Name & Title of Signer ______________________________________________ ______________________________________________ Address Telephone No.__________________________________ License No. (if applicable)__________________________________ (SEAL - if BID is by a corporation) ATTEST______________________________________

Page 10: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

2.4

BID SCHEDULE

SOUTHEAST STAIR TOWER RENOVATIONS CENTERWAY PARKING FACILITY

The Unit Prices will be used to negotiate Change Orders should the OWNER desire to increase or decrease the Scope of the Project. All Change Orders shall be executed on the Document provided in Section 3. Unit price bids are to include all labor, supervision, equipment, and materials to perform the work indicated. Bidder agrees to perform all work described in the Contract Documents for the following unit prices:

ITEM NO. DESCRIPTION TOTAL

Base Bid

Includes all work as indicated in the Bidding Documents

Add Alternate

#1

This Alternate is to include painting all exposed metal surfaces of the stair pans, stingers, railings, beams, and columns in the indicated stair tower.

Page 11: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

2.5

BID BOND

KNOW ALL MEN BY THESE PRESENT, that we, the undersigned, _________________________ as Principal, and ________________________ as Surety, are hereby held and firmly bound unto the Corning Intown District Management Association as OWNER in the penal sum of $_________________ for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed, this _________ day of __________________, 2013. The Condition of the above obligation is such that whereas the Principal has submitted to the OWNER a certain BID, attached hereto and hereby made a part hereof to enter into a contract in writing, for the Southeast Stair Tower Renovations Centerway Parking Facility. NOW, THEREFORE, (a) If said BID shall be rejected, or (b) If said BID shall be accepted and the Principal shall execute and deliver a contract in the Form of

Contract attached hereto (properly completed in accordance with said BID) and shall furnish a BOND for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said BID.

Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood as agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal 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 be in no way impaired or affected by any extension of the time within which the OWNER may accept such BID; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. _________________________________________(.L.S.) Principal _________________________________________ Surety By: ______________________________________ IMPORTANT - Surety companies executing BONDS must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is.

Page 12: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

2.6

U.S. Department of Housing and Urban Development

CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY

INSTRUCTIONS This certification is required pursuant to Executive Order 11246 (30 F.R. 12319-25). The implementing rules and regulations provide that any bidder or prospective contractor, or any of their proposed subcontractors, shall state as an initial part of the bid or negotiations or the contract whether it has participated in any previous contractor subcontract subject to the equal opportunity clause; and, if so, whether it has filed all compliance reports due under applicable instructions. Where the certification indicates that the bidder has not filed a compliance report due under applicable instructions, such bidder shall be required to submit a compliance report within seven calendar days after bid opening. No contract shall be awarded unless such report is submitted.

CERTIFICATION BY BIDDER

NAME AND ADDRESS OF BIDDER (Include ZIP Code) Bidder has participated in a previous contract or subcontract subject to the Equal Opportunity Clause.

Yes No

Compliance reports were required to be filed in connection with contract or subcontract

Yes No

Bidder has filed all compliance reports due under applicable instructions, including SF-100

Yes No None Required

Have you ever been or are you being considered for sanction due to violation of Executive Order 11246, as amended?

Yes No

NAME AND TITLE OF SIGNER (Please type) SIGNATURE DATE

Replaces Form HUD-238.CD-1, which is Obsolete HUD-950.1

Page 13: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

2.7

NON-COLLUSIVE BIDDING CERTIFICATION 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.

(Signed) _________________________________________________________________________ (Title) __________________________________________________________________________ (Date)__________________________________________________________________________ Subscribed and sworn to before me this ________ day of __________________ , 2013. Title _______________________________________ My commission expires: ________________________ NOTE: If Bidder is a Corporation, the corporate name and title of officer signing must be stated.

Page 14: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

2.8

Please Complete Information Requested Below: The P.O. Address of the Bidder is: Federal Identification No. _________________ _______________________________________________Street _______________________________________________City, State & Zip _______________________________________________Phone Number (include area code) If a Corporation: Name of: President ___________________________Address:___________________________________ Secretary ___________________________Address:___________________________________ Treasurer ___________________________ Address:__________________________________ If a Firm: Name of: President ___________________________Address:___________________________________ Secretary ___________________________Address:___________________________________ Treasurer ___________________________ Address:__________________________________

Page 15: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

2.9

STATEMENT OF BIDDER'S QUALIFICATIONS

All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires.

1. Name of Bidder.

2. Permanent main office address.

3. When organized.

4. If a corporation, where incorporated.

5. How many years have you been engaged in the contracting business under your present firm or trade name?

6. Contracts on hand: (Schedule these, showing amount of each contract and the appropriate

anticipated dates of completion.)

7. General character of work performed by your company.

8. Have you ever failed to complete any work awarded to you? If so, where and why?

9. Have you ever defaulted on a contract?

If so, where and why?

10. List the more important projects recently completed by your company, stating the approximate cost for each, and the month and year completed.

11. List your major equipment available for this contract.

12. Experience in construction work similar in importance to this project.

13. Background and experience of the principal members of your organization including the

officers.

14. Credit available: $

15. Give Bank reference:

16. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER?

17. The undersigned hereby authorizes and requests any person, firm, or corporation to furnish

any information requested by the OWNER, in verification of the recitals comprising this Statement of Bidder's Qualifications.

Page 16: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

2.10

Dated at ____________________ this _________ day of ____________, 2013. ____________________________________________ (Name of Bidder) By___________________________________________ Title_________________________________________ State of ______________________________________ County of_____________________________________ _________________________________________being duly sworn deposes and says that he is _________________________________________of _________________________________________ (Name of Organization) and that the answers to the foregoing questions and all statements there contained are true and correct. Subscribed and sworn to before me this _____________ day of ____________________, 2013. ________________________________________________ (Notary Public) My commission expires _________________________

Page 17: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

2.11

WAIVER OF IMMUNITY The Contractor and/or Vendor and/or Supplier hereby agrees to the provisions of Sections 103 and 103-a and 103-b of the General Municipal Law which requires that upon the refusal of a person, when called before a Grand Jury, head of a State Department, temporary State Commission or other State Agency, head of a City Department, or other City Agency, which is empowered to compel the attendance of witnesses and examine them under oath, to testify concerning any transaction or contract had with the State, any Political Subdivision thereof, a Public Authority or with any Public Department, Agency or Official of the State or of any Political subdivision thereof or of a Public Authority, or to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question concerning such transaction:

(a) Such person, and any firm, partnership or corporation of which he is a member, partner, director or officer shall be disqualified from thereafter selling to or submitting bids to or receiving awards from or entering into any contracts with any Municipal Corporation or any Public Department, Agency or Official thereof, for goods, work, or services, for a period of five years after such refusal and

(b) Any contract made with any Municipal Corporation or any Public Department, Agency or

Official thereof, since the effective date of this law by such person, and by any Firm, Partnership or Corporation of which he is a Member, Partner, Director, or Officer may be canceled or terminated by the Municipal Corporation's cancellation or termination but any monies owing by the Municipal Corporation for goods delivered or work done prior to the cancellation or termination shall be paid.

Date: ____________________________________ _________________________________________ (Signature)

Page 18: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

THIS PAGE INTENTIONALLY BLANK

Page 19: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

3.1

AGREEMENT PACKAGE

TABLE OF CONTENTS Notice of Award ....................................................................................................................................... 3.2

Performance Bond ............................................................................................................................. 3.3 - 3.4

Payment Bond ................................................................................................................................... 3.5 - 3.6

Agreement ......................................................................................................................................... 3.7 - 3.9

Notice to Proceed ................................................................................................................................... 3.10

NOTE:

The following documents are inserted for informational purposes only. The actual document the winning BIDDER will be required to fill out will be similar to these documents and will be sent to the winning BIDDER by the OWNER.

Page 20: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

3.2

NOTICE OF AWARD

To:

PROJECT Description: SOUTHEAST STAIR TOWER RENOVATIONS CENTERWAY PARKING FACILITY. The OWNER has considered the BID submitted by you for the above described WORK in response to its Advertisement for BIDS dated ___________________2013, and Information for Bidders, You are hereby notified that your BASE BID has been accepted for items in the amount of $_______________ You are required by the Information for Bidders to execute the Agreement and furnish the required CONTRACTOR’S Performance BOND, Payment BOND, and certificates of insurance within ten (10) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said BONDS within ten (10) days from the date of this Notice, the OWNER will be entitled to consider all your rights arising out of the OWNER's acceptance of your BID as abandoned and as a forfeiture of your BID BOND. The OWNER will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER. Dated this the __________day of ______________________, 2013. OWNER Corning Intown District Management Association/Corning’s Gaffer District BY ________________________________

TITLE ________________________________ ACCEPTANCE OF NOTICE Receipt of the above NOTICE OF AWARD is hereby acknowledged by _____________________________________________ this the ________ day of__________________, 2013. By __________________________________________

Title_________________________________________

Page 21: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

3.3

PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENT; THAT _______________________________________________________________________________ (Name of Contractor) ________________________________________________________________________________ (Address of Contractor) ________________________________________________________________________________ (Corporation, Partnership or Individual) Hereinafter called Principal AND _________________________________________________________________________________ (Name of Surety) Hereinafter called Surety, are held and firmly bound unto Corning Intown District Management Association dba Corning’s Gaffer District 114 Pine Street, Suite 202 Corning, NY 14830 Hereinafter called the OWNER, in the penal sum of ___________________________________________________ Dollars, $(_____________) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract

with the OWNER, __________dated the ____________ day of __________ 2013, a copy of which is hereto

attached and made a part hereof for the construction of:

SOUTHEAST STAIR TOWER RENOVATIONS CENTERWAY PARKING FACILITY

NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the OWNER, 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 save harmless the OWNER from all costs and damages which it 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 void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the WORK to be performed there under or the SPECIFICATIONS accompanying the same shall in any way affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the term of the contract or to the WORK or to the SPECIFICATIONS. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied.

Page 22: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

3.4

IN WITNESS WHEREOF, this instrument is executed in (3) counterparts, each one of which shall be deemed an original, this, the _______________day of, ________________ 2013. ATTEST: ______________________________________ Principal ____________________________________ By _________________________________ (Principal) Secretary (SEAL) _____________________________________ ____________________________________ Witness as to Principal (Address) _____________________________________ ____________________________________ (Address) (Surety) ATTEST: _____________________________________ (Surety) Secretary (SEAL) ___________________________________ Bv___________________________________ (Witness as to Surety) (Attorney-in-Fact) ___________________________________ _____________________________________________ (Address) (Address)

NOTE: Date of BOND must not be prior to date of Contract. If CONTRACTOR is Partnership, all partners shall execute BOND. IMPORTANT: Surety companies executing BONDS must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the PROJECT is located.

Page 23: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

3.5

PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS; THAT ________________________________________________________________________________ (Name of Contractor) ________________________________________________________________________________ (Address of Contractor) a_______________________________________________________________________________ (Corporation, Partnership or Individual) Hereinafter called Principal AND ________________________________________________________________________________ (Name of Surety) Hereinafter called Surety, are held and firmly bound unto__________________________________ Corning Intown District Management Association dba Corning’s Gaffer District 114 Pine Street, Suite 202 Corning, NY 14830 Hereinafter called the OWNER, in the penal sum of ___________________________________________Dollars, $(_________) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severalty, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the OWNER, __________________dated the ___________ day of ____________ 2013, a copy of which is hereto attached and made a part hereof for the construction of: SOUTHEAST STAIR TOWER RENOVATIONS CENTERWAY PARKING FACILITY NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, SUBCONTRACTORS, and corporations furnishing materials for or performing labor in the prosecution of the WORK provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such WORK, and all insurance premiums on said WORK, and for all labor performed in such WORK whether by SUBCONTRACTOR or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the WORK to be performed there under or the SPECIFICATIONS accompanying the same shall in any way affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the term of the contract or to the WORK or to the SPECIFICATIONS. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder whose claim may be unsatisfied.

Page 24: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

3.6

IN WITNESS WHEREOF, this instrument is executed in (3) counterparts, each one of which shall be deemed an original, this, the _______________ day of ________________, 2013. ATTEST: _______________________________________ Principal _____________________________________ (Principal) Secretary (SEAL) By: _____________________________________ _______________________________________ (Address) _______________________________________ _____________________________________ Witness as to Principal _____________________________________ (Address) _____________________________________

____________________________________ (Surety) ATTEST: By:__________________________________ Attorney-in-Fact _____________________________________ ____________________________________ Witness as to Surety (Address) _____________________________________ ____________________________________ (Address) _____________________________________

NOTE: Date of BOND must not be prior to date of Contract. If CONTRACTOR is Partnership, all partners shall execute BOND. IMPORTANT: Surety companies executing BONDS must appear on the Treasury Departments most current list (Circular 570 as amended) and be authorized to transact business in the State where the PROJECT is located.

Page 25: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

3.7

AGREEMENT This AGREEMENT, made this the day of , 2013, by and between the Corning Intown District Management Association dba Corning’s Gaffer District, hereinafter called the “OWNER” and ______________________________ doing business as a corporation hereinafter called “CONTRACTOR”. WITNESSED: That for and in consideration of the payments and agreements hereinafter mentioned:

1. The CONTRACTOR will commence and complete the project called the SOUTHEAST STAIR TOWER RENOVATIONS CENTERWAY PARKING FACILITY.

2. The CONTRACTOR will furnish all of the material, supplies, tools, equipment, labor and other services necessary for the construction and completion of the PROJECT described herein.

3. The CONTRACTOR will commence the work no sooner than May 28, 2013. And will be substantial complete by August 23, 2013.

4. The CONTRACTOR agrees to perform all of the WORK described in the CONTRACT DOCUMENTS and comply with the terms therein for the sum of $____________ or as shown in the BID schedule.

5. The terms "CONTRACT DOCUMENTS" means and includes the following: (A) Advertisement for BIDS (B) Information for BIDDERS (C) BID (D) BID CERTIFICATION (E) WAIVER OF IMMUNITY (F) EQUAL EMPLOYMENT CERTIFICATION (G) Non Collusion Certification (H) Bidder’s Qualifications (I) BID BOND (J) Agreement (K) General Condition (L) SUPPLEMENTAL GENERAL CONDITIONS (M) Payment BOND (N) Performance BOND (O) NOTICE OF AWARD (P) NOTICE TO PROCEED (Q) CHANGE ORDER (R) SPECIFICATIONS and PLANS prepared and issued by

Larson Design Group

6. The OWNER will pay to the CONTRACTOR, in the manner and at such times as set forth in the General Conditions, such amounts as required by the CONTRACT DOCUMENTS.

7. This Agreement shall be binding upon all parties hereto and their respective heirs, executors,

administrators, successors, and assigns.

Page 26: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

3.8

BID SCHEDULE

SOUTHEAST STAIR TOWER RENOVATIONS CENTERWAY PARKING FACILITY

The Unit Prices will be used to negotiate Change Orders should the OWNER desire to increase or decrease the Scope of the Project. All Change Orders shall be executed on the Document provided in Section 3. Unit price bids are to include all labor, supervision, equipment, and materials to perform the work indicated. Bidder agrees to perform all work described in the Contract Documents for the following unit prices:

ITEM NO. DESCRIPTION TOTAL

Base Bid

Includes all work as indicated in the Bidding Documents

Add Alternate

#1

This Alternate is to include painting all exposed metal surfaces of the stair pans, stingers, railings, beams, and columns in the indicated stair tower.

Page 27: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

3.9

IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed, by their duly authorized officials, this Agreement in (3) of counterparts, each of which shall be deemed an original, on the date first above written. OWNER: Corning Intown District Management Association/Corning’s Gaffer District By: ___________________________________________ Name: ___________________________________________ (please type or sign w/ blue ink) Title: ___________________________________________ (SEAL) ATTEST: ___________________________________________ Name ___________________________________________ (please type or sign w/ blue ink) Title ___________________________________________ CONTRACTOR: ___________________________________________ By: ___________________________________________ Name ___________________________________________ (please type or sign w/ blue ink) Address ___________________________________________

___________________________________________ (SEAL) ATTEST: ___________________________________________ Name ___________________________________________ (please type or sign w/ blue ink) Title ___________________________________________

Page 28: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

3.10

NOTICE TO PROCEED Date: To: Att: Re: SOUTHEAST STAIR TOWER RENOVATIONS CENTERWAY PARKING FACILITY You are hereby notified to commence WORK in accordance with the Agreement dated ___________ on or before ___________ and you are to have substantially completed the WORK by ___________. The date of completion of all WORK shall be August 23, 2013. Corning Intown District Management Association/Corning’s Gaffer District Owner By: Sandie Wilson Title: Director of Administration & Operations ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED is hereby acknowledged by ________________________________________ this the _________ day of ______________, 2013. By _____________________________________ Title ___________________________________

Page 29: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

4.1

GENERAL CONDITIONS

TABLE OF CONTENTS

1. DEFINITIONS ............................................................................................................................. 4.2

2. ADDITIONAL INSTRUCTIONS & DETAIL DRAWINGS ...................................................... 4.3

3. SCHEDULES, REPORTS & RECORDS .................................................................................... 4.4

4. DRAWINGS & SPECIFICATIONS ............................................................................................ 4.4

5. SHOP DRAWINGS ..................................................................................................................... 4.4

6. MATERIALS, SERVICES & FACILITIES ................................................................................ 4.5

7. INSPECTION & TESTING ......................................................................................................... 4.5

8. SUBSTITUTIONS ....................................................................................................................... 4.6

9. PATENTS .................................................................................................................................... 4.6

10. PERMITS, REGULATIONS ....................................................................................................... 4.6

11. PROTECTION OF WORK, PROPERTY, & PERSONS ............................................................ 4.7

12. SUPERVISION BY CONTRACTOR ......................................................................................... 4.7

13. CHANGES IN WORK ................................................................................................................ 4.7

14. CHANGES IN CONTRACT PRICE ........................................................................................... 4.8

15. TIME FOR COMPLETION & LIQUIDATED DAMAGES ..................................................... 4.10

16. SUSPENSION OF WORK, TERMINATION & DELAY ........................................................ 4.10

17. PAYMENTS TO CONTRACTOR ............................................................................................ 4.11

18. ACCEPTANCE OF FINAL PAYMENT AS RELEASE .......................................................... 4.13

19. INSURANCE ............................................................................................................................. 4.13

20. CONTRACT SECURITY .......................................................................................................... 4.14

21. ASSIGNMENTS ........................................................................................................................ 4.15

22. INDEMNIFICATION ................................................................................................................ 4.15

23. SEPARATE CONTRACTS ...................................................................................................... 4.15

24. SUBCONTRACTING ............................................................................................................... 4.16

25. GUARANTEE ........................................................................................................................... 4.16

26. ARBITRATION ......................................................................................................................... 4.17

27. TAXES ....................................................................................................................................... 4.17

28. COMPLIANCE .......................................................................................................................... 4.17

Page 30: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

4.2

1. DEFINITIONS

1.1 Wherever used in the CONTRACT DOCUMENTS the following terms shall have the meanings indicated which shall be applicable to both the singular and plural thereof:

1.2 ADDENDA - Written or graphic instruments issued prior to the receipt of Bids which modify

or interpret the CONTRACT DOCUMENTS, DRAWINGS, AND SPECIFICATIONS, by additions, deletions, clarifications, or corrections.

1.3 BID - The offer or proposal of the BIDDER submitted on the prescribed form setting forth the

prices for the WORK to be performed.

1.4 BIDDER - Any person, firm, or corporation submitting a BID for the WORK.

1.5 BONDS - Bid, Performance, and Payment Bonds, and other instruments of security, furnished by the CONTRACTOR and his surety in accordance with the CONTRACT DOCUMENTS.

1.6 CHANGE ORDER - A written order to the CONTRACTOR after the acceptance of the

Agreement has been signed authorizing an addition, deletion, or revision in the WORK within the scope of the CONTRACT DOCUMENTS or authorizing an adjustment in the CONTRACT PRICE or CONTRACT TIME.

1.7 CONTRACT DOCUMENTS - The contract, including Advertisement For Bids, Information

for Bidders, BID, Bid Bond, Agreement, Payment Bond, Performance Bond, NOTICE OF AWARD, NOTICE TO PROCEED, CHANGE ORDER, DRAWINGS, SPECIFICATIONS, AND ADDENDA.

1.8 CONTRACT PRICE - The total monies payable to the CONTRACTOR under the terms and

conditions of the CONTRACT DOCUMENTS.

1.9 CONTRACT TIME - The number of calendar days stated in the CONTRACT DOCUMENTS for the completion of the WORK.

1.10 CONTRACTOR - The person, firm, or corporation with whom the OWNER has executed the

Agreement.

1.11 DRAWINGS - 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.

1.12 ENGINEER - The person, firm, or corporation named as such in the CONTRACT

DOCUMENTS.

1.13 FIELD ORDER - A written order effecting a change in the WORK not involving an adjustment in the CONTRACT PRICE or an extension of the CONTRACT TIME, issued by the ENGINEER to the CONTRACTOR during construction.

1.14 NOTICE OF AWARD - The written notice, of the acceptance of the BID, from the

OWNER to the successful BIDDER.

1.15 NOTICE TO PROCEED - Written communication issued by the OWNER to the CONTRACTOR authorizing him to proceed with the WORK and establishing the date of commencement of the WORK.

Page 31: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

4.3

1.16 OWNER - A public or quasi-public body or authority, corporation, association, partnership,

or individual for whom the WORK is to be performed.

1.17 PROJECT - The undertaking to be performed as provided in the CONTRACT DOCUMENTS.

1.18 RESIDENT PROJECT REPRESENTATIVE - The authorized representative of the OWNER

who is assigned to the PROJECT site or any part thereof.

1.19 SHOP DRAWINGS - All drawings, diagrams, illustrations, brochures, schedules, or other data which are prepared by the CONTRACTOR, a SUBCONTRACTOR, manufacturer,

SUPPLIER or Distributor, which illustrate how specific portions of the WORK shall be fabricated or installed.

1.20 SPECIFICATIONS - A part of the CONTRACT DOCUMENTS consisting of written

descriptions of a technical nature of materials, equipment, construction systems, standards, and workmanship.

1.21 SUBCONTRACTOR - An individual, firm or corporation having a direct contract with the

CONTRACTOR or with any SUBCONTRACTOR for the performance of a part of the WORK at the site.

1.22 SUBSTANTIAL COMPLETION - 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 it is intended.

1.23 SUPPLEMENTAL GENERAL CONDITIONS - Modifications to General Conditions

required by a Federal agency for participation in the PROJECT and approved by the agency in writing prior to inclusion in the CONTRACT DOCUMENTS, or such requirements that may be imposed by applicable state laws.

1.24 SUPPLIER - Any person or organization who supplies materials or equipment for the

WORK, including that fabricated to a special design, but who does not perform labor at the site.

1.25 WORK - 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.

1.26 WRITTEN NOTICE - 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 this last given address, or delivered in person to said party or his authorized representative on the WORK.

2. ADDITIONAL INSTRUCTIONS & DETAIL DRAWINGS

2.1 The CONTRACTOR may be furnished additional instructions and detail drawings, by the OWNER or his Representative, as necessary to carry out the WORK required by the CONTRACT DOCUMENTS.

2.2 The additional drawings and instructions thus supplied will become a part of the

CONTRACT DOCUMENTS. The CONTRACTOR shall carry out the WORK in

Page 32: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

4.4

accordance with the additional detail drawings and instructions. 3. SCHEDULES, REPORTS & RECORDS

3.1 The CONTRACTOR may commence work no sooner than May 28, 2013but anytime thereafter that is convenient with his schedule. However, the project must be fully complete by August 23, 2013. The owner, at his discretion, may assess liquidated damages for any end date later than those noted here.

3.2 Contractor may bill on a monthly basis. 3.3 At the discretion of the owner, any payment request that is over 90 days old since the work

was done may be rejected.

3.4 All unsafe or hazardous conditions must be reported to the owner as soon as they become known.

4. DRAWINGS & SPECIFICATIONS

4.1 The intent of the DRAWINGS and SPECIFICATIONS is for the CONTRACTOR to familiarize himself with the labor, materials, tools, equipment, and transportation necessary for the proper execution of the WORK in accordance with the CONTRACT DOCUMENTS and all incidental work necessary to complete the PROJECT in an acceptable manner, ready for use, occupancy or operation by the OWNER.

4.2 In case of conflict between the DRAWINGS and SPECIFICATIONS, the SPECIFICATIONS

shall govern. Figure dimensions on DRAWINGS shall govern over scale dimensions, and detailed DRAWINGS shall govern over general DRAWINGS.

4.3 Any discrepancies found between the DRAWINGS and SPECIFICATIONS and site

conditions or any inconsistencies or ambiguities in the DRAWINGS or SPECIFICATIONS shall be immediately reported to the OWNER or his representative, in writing, who shall promptly correct such inconsistencies or ambiguities in writing. WORK done by the CONTRACTOR after his discovery of such discrepancies, inconsistencies or ambiguities shall be done at the CONTRACTOR's risk.

5. SHOP DRAWINGS

5.1 The CONTRACTOR shall provide SHOP DRAWINGS as may be necessary for the

prosecution of the WORK as required by the CONTRACT DOCUMENTS. The OWNER or his representative shall promptly review all SHOP DRAWINGS. Regardless of any information contained in the SHOP DRAWINGS, the contract specifications and drawing requirements must be followed, and are not waived or superseded in any way by anything appearing in the submittal. The review of any SHOP DRAWING which deviates from the requirement of the CONTRACT DOCUMENTS shall be evidenced by the CHANGE ORDER.

5.2 When submitted for the OWNER or his representative's review, SHOP DRAWINGS shall

bear the CONTRACTOR'S certification that he has reviewed, checked and approved the SHOP DRAWINGS and that they are in conformance with the requirements of the CONTRACT DOCUMENTS.

5.3 Portions of the WORK requiring a SHOP DRAWING or sample submission shall not begin

until the SHOP DRAWING or submission has been reviewed by the OWNER or his

Page 33: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

4.5

representative. A copy of each SHOP DRAWING and/or sample shall be kept in good order by the CONTRACTOR at the site and shall be available to the OWNER or his representative throughout the duration of the project.

6. MATERIALS, SERVICES & FACILITIES

6.1 It is understood that, except as otherwise specifically stated in the CONTRACT DOCUMENTS, the CONTRACTOR shall provide and pay for all materials, labor, tools, equipment, water, light, power, transportation, supervision, temporary construction of any nature, and all other services and facilities of any nature whatsoever necessary to execute, complete, and deliver the WORK within the specified time.

6.2 Materials and equipment shall be so stored as to insure the preservation of their quality and

fitness for the WORK. Stored materials and equipment to be incorporated in the WORK shall be located so as to facilitate prompt inspection.

6.3 Manufactured articles, materials and equipment shall be applied, installed, connected, erected,

used, cleaned and conditioned as directed by the manufacturer.

6.4 Materials, supplies and equipment shall be in accordance with samples submitted by the CONTRACTOR and approved by the OWNER or his representative.

6.5 Materials, supplies or equipment to be incorporated into the WORK shall not be purchased by

the CONTRACTOR or the SUBCONTRACTOR subject to a chattel mortgage or under a conditional sales contract or other agreement by which an interest is retained by the seller.

7. INSPECTION & TESTING

7.1 All materials and equipment used in the construction of the PROJECT shall be subject to adequate inspection and testing in accordance with generally accepted standards, as required and defined in the CONTRACT DOCUMENTS.

7.2 The OWNER shall provide all inspection and testing services not required by the

CONTRACT DOCUMENTS.

7.3 The CONTRACTOR shall provide at his expense the testing and inspection services required by the CONTRACT DOCUMENTS.

7.4 If the CONTRACT DOCUMENTS, laws, ordinances, rules, regulations or orders of any

public authority having jurisdiction require any WORK to specifically be inspected, tested, or approved by someone other than the CONTRACTOR, the CONTRACTOR will give the OWNER or his representative timely notice of readiness. The CONTRACTOR will then furnish the OWNER or his representative the required certificates of inspection, testing or approval.

7.5 Inspections, tests or approvals by the OWNER or his representative or others shall not relieve

the CONTRACTOR from his obligations to perform the WORK in accordance with the requirements of the CONTRACT DOCUMENTS.

7.6 The OWNER or his representative will at all times have access to the WORK. In addition,

authorized representatives and agents of any participating Federal or state agency shall be permitted to inspect all work, materials, payrolls, records of personnel, invoices of materials, and other relevant data and records. The CONTRACTOR will provide proper facilities for such access and observation of the WORK and also for any inspection or testing thereof.

Page 34: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

4.6

7.7 If any WORK is covered contrary to the written instructions of the OWNER or his

representative it must, if requested by the OWNER or his representative, be uncovered for his observation and replaced at the CONTRACTOR'S expense.

7.8 If the OWNER or his representative considers it necessary or advisable that covered WORK

be inspected or tested by others, the CONTRACTOR, at the OWNER or his representative's request, will uncover, expose or otherwise make available for observation, inspection or testing as the OWNER or his representative may require, that portion of the WORK in question, furnishing all necessary labor, materials, tools, and equipment. If it is found that such WORK is defective, the CONTRACTOR will bear all the expenses of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction. If, however, such WORK is not found to be defective, the CONTRACTOR will be allowed an increase in the CONTRACT PRICE or an extension of the CONTRACT TIME, or both, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction and an appropriate CHANGE ORDER shall be issued.

8. SUBSTITUTIONS

8.1 Whenever a material, article or piece of equipment is identified on the DRAWINGS or SPECIFICATIONS by reference to brand name or catalog number, it shall be understood that this is referenced for the purpose of defining the performance or other prominent requirements and that other products of equal capacities, equality and function shall be considered. The CONTRACTOR may recommend the substitution of any material, article, or piece of equipment of equal substance and function for those referred to in the CONTRACT DOCUMENTS by reference to brand name or catalog number, and if, in the opinion of the OWNER or his representative, such material, article, or piece of equipment is of equal substance and function to that specified, the OWNER or his representative may approve its substitution and use by the CONTRACTOR. Any cost differential shall be deductible from the CONTRACT PRICE and the CONTRACT DOCUMENTS shall be appropriately modified by CHANGE ORDER. The CONTRACTOR warrants that if substitutes are approved, no major changes in the function or general design of the PROJECT will result. Incidental charges or extra component parts required to accommodate the substitute will be made by the CONTRACTOR without change in the CONTRACT PRICE or CONTRACT TIME.

9. PATENTS

9.1 The CONTRACTOR shall pay all applicable royalties and license fees. He shall defend all suits or claims for infringement of any patent rights and save the OWNER harmless from loss on account thereof. If the CONTRACTOR has reason to believe that the design, process, or product specified is an infringement of a patent, he shall be responsible for such loss unless he promptly gives such information to the OWNER or his representative.

10. PERMITS & REGULATIONS

10.1 Permits and licenses of a temporary nature necessary for the prosecution of the WORK shall be

secured and paid for by the CONTRACTOR unless otherwise stated in the SUPPLEMENTAL GENERAL CONDITIONS. Permits, licenses and easements for permanent structures or permanent changes in existing facilities shall be secured and paid for by the OWNER, unless otherwise specified. The CONTRACTOR shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the WORK as drawn and specified. If the CONTRACTOR observes that the CONTRACT DOCUMENTS are at variance therewith, he shall promptly notify the OWNER or his representative in writing, and any

Page 35: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

4.7

necessary changes shall be adjusted as provided in Section 13, CHANGES IN WORK. 11. PROTECTION OF WORK, PROPERTY AND PERSONS

11.1 The CONTRACTOR will be responsible for initiating, maintaining and supervising all safety

precautions and programs in connection with the WORK. He will take all necessary precautions for the safety of, and will provide the necessary protection to prevent damage, injury or loss to all employees on the WORK and other persons who may be affected thereby, all the WORK and all materials or equipment to be incorporated therein, whether in storage on or off the site, and other property at the site or adjacent thereto, including trees, shrubs, lawn, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction.

11.2 The CONTRACTOR will comply with all applicable laws, ordinances, rules, regulations and

orders of any public body having jurisdiction. He will erect and maintain, as required by the conditions and progress of the WORK, all necessary safeguards for safety and protection. He will notify owners of adjacent utilities when prosecution of the WORK may affect them. The CONTRACTOR will remedy all damage, injury or loss to any property caused, directly or indirectly, in whole or in part, by the CONTRACTOR, and SUBCONTRACTOR or anyone directly or indirectly employed by either of them or anyone for whose acts any of them be liable, except damage or loss attributable to the fault of the CONTRACT DOCUMENTS or to the acts or omissions of the OWNER or his representative or anyone employed by either of them or anyone for whose acts either of them may be liable, or not attributable, directly or indirectly, in whole or in part, to the fault or negligence of the CONTRACTOR.

11.3 In emergencies affecting the safety of persons or the WORK or property at the site or adjacent

thereto, the CONTRACTOR, without special instruction or authorization from the OWNER or his representative, shall act to prevent threatened damage, injury or loss. He will give the OWNER or his representative prompt WRITTEN NOTICE of any significant changes in the WORK or deviations from the CONTRACT DOCUMENTS caused thereby, and a CHANGE ORDER shall thereupon be issued covering the charges and deviations involved.

12. SUPERVISION BY CONTRACTOR

12.1 The CONTRACTOR will supervise and direct the WORK. He will be solely responsible for the means, methods, techniques, sequences and procedures of construction. The CONTRACTOR will employ and maintain on the WORK a qualified supervisor or superintendent who shall have been designated in writing by the CONTRACTOR as the CONTRACTOR'S representative at the site. The supervisor shall have full authority to act on behalf of the CONTRACTOR and all communications given to the supervisor shall be as binding as if given to the CONTRACTOR. The supervisor shall be present on the site at all times as required to perform adequate supervision and coordination of the WORK.

13. CHANGES IN WORK

13.1 The OWNER may at any time, as the need arises, order changes within the scope of the WORK without invalidating the Agreement. If such changes increase or decrease the amount due under the CONTRACT DOCUMENTS, or in the time required for performance of the WORK, an equitable adjustment shall be authorized by CHANGE ORDER.

13.2 The OWNER or his representative, also, may at any time, by issuing a FIELD ORDER, make

changes in the details of the WORK. The CONTRACTOR shall proceed with the performance of any changes in the WORK so ordered by the OWNER'S representative, unless the CONTRACTOR believes that such FIELD ORDER entitles him to a change in

Page 36: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

4.8

CONTRACT PRICE or time, or both, in which event he shall give the OWNER or his representative WRITTEN NOTICE thereof within seven (7) days after the receipt of the ordered change. Thereafter the CONTRACTOR shall document the basis for the change in CONTRACT PRICE or time within thirty (30) days. The CONTRACTOR shall not execute such changes pending the receipt of an executed CHANGE ORDER or further instruction from the OWNER.

14. CHANGES IN CONTRACT PRICE

14.1 The value of any change shall be determined by one or more of the following methods:

a. By prices specifically named in the SPECIFICATIONS or PROPOSALS. This method shall be used for any overruns and underruns less than 25%.

b. By acceptance of agreed unit prices based on estimated cost plus overhead and profit

as applicable. c. By estimate of the actual cost of labor and materials plus overhead and profit, cost to

be determined as the WORK progresses.

d. By actual cost of labor and materials plus overhead and profit, cost to be determined as the WORK progresses.

e. By estimate of the value as deductible from the approved detailed estimate.

14.2 Overhead shall be defined as an allowance to compensate for all costs, charges and expenses,

direct or indirect, except for the actual cost of labor to include, but not be limited to insurance (other than as mentioned in Paragraph 157) bond or bonds, field and office supervisors and assistants above the level of foreman, use of small tools and minor equipment, incidental job burdens, general office expenses, etc.

14.3 Actual cost of labor and material shall be defined as the amount paid for the following items,

to the extent determined reasonable and necessary:

Item 1 - Cost of materials delivered to the job site for incorporation into the CONTRACT WORK.

Item 2 - Wages paid to workmen and foremen and wage supplements paid to labor organizations in accordance with current labor agreements.

Item 3 - Premiums or taxes paid by the CONTRACTOR for worker’s compensation insurance, unemployment insurance, FICA tax and other payroll taxes as required by law, net of actual and anticipated refunds and rebates.

Item 4 - Sales taxes paid as required by law.

Item 5-Allowance for use of construction equipment (exclusive of hand tools and minor equipment), as approved for use by the OWNER or his representative. The rate on self-owned equipment used for periods of under one week will be the Rental Rate Blue Book for Construction Equipment or Nelsen/Dataquest, Inc. published rate. Equipment used for periods of 5 consecutive days or more will be billed at a rate equal to 45% of the published monthly rate. Allowance for operating costs (fuel and maintenance) shall be the Blue Book rate. In the alternative, the OWNER or his representative may approve for reimbursement at a rate representing the allowable costs or ownership. Self owned equipment is defined to

Page 37: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

4.9

include equipment rented from controlled or affiliated companies. Rented equipment will be paid for at the actual rental cost. Gasoline, oil and grease required for operation and maintenance will be paid for at the actual cost. When, in the opinion of the CONTRACTOR, and as approved by the OWNER or his representative, suitable equipment is not available on the site, the moving of said, equipment to and from the site will be paid for at actual cost.

14.4 Regardless of the method used to determine the value of any change, the CONTRACTOR

will be required to submit evidence satisfactory to the OWNER to substantiate each and every item that constitutes his proposal of the value of the change. The amounts allowed for overhead and profit shall not exceed the applicable percentages as established in the two following paragraphs.

14.5 If the WORK is done directly by the CONTRACTOR, overhead in an amount of 10% may be

added if method (b), (c), or (d) is used, and to the cost of the labor and materials plus overhead there may be added 10% for profit. The percentages for overhead and profit may vary according to the nature, extent and complexity of the WORK involved, but in no case shall exceed the percentages set forth in this paragraph. No percentages for overhead and profit will be allowed on payroll taxes or on the premium portion of overtime pay.

14.6 If the WORK done by a SUBCONTRACTOR, SUBCONTRACTOR'S overhead in the

amount of 5% may be added to cost of labor and materials if method (b), (c) or (d) is used and to the cost of labor and materials plus overhead there may be added 10% for the SUBCONTRACTOR'S combined overhead and profit. No percentage for overhead and profit will be allowed on payroll taxes or on the premium portion of overtime pay.

14.7 In computing the value of a CHANGE ORDER which involves additions and deductions of

WORK and the added WORK exceeds the omitted WORK, overhead and profit shall be computed on the amount by which the cost of additional labor and materials exceeds the cost of the omitted labor and material, except no additional overhead and profit shall be allowed on value of WORK determined by method (a).

14.8 In computing the value of a CHANGE ORDER which involves deductions and additions of

WORK and the omitted WORK exceeds the added WORK, the CONTRACTOR will be allowed to retain the overhead and profit on the amount which the omitted WORK exceeds the added WORK, except that no overhead and profit shall be retained on value of WORK determined by method (a).

14.9 The CONTRACTOR may retain overhead and profit on a CHANGE ORDER which involves

deduction only, except that no overhead and profit shall be considered on value of WORK determined by method (a).

14.10 For overruns and underruns exceeding 15% of estimated quantities, the OWNER will review

the unit price bid and negotiate a new price if appropriate.

14.11 CHANGE ORDERS will be issued for overruns and underruns which change a single quantity by 15% or $25,000, or which cumulatively change CONTRACT AMOUNT by both 15% and $25,000.

14.12 Any CHANGE ORDER(S) which substantially alter(s) the scope and/or quantities of the project from the bid amount shall require prior approval by the appropriate funding

agency.

Page 38: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

4.10

15. TIME FOR COMPLETION & LIQUIDATED DAMAGES

15.1 The date of beginning and the time for completion of the WORK are essential conditions of the CONTRACT DOCUMENTS and the WORK embraced shall be commenced on a date specified in the NOTICE TO PROCEED.

15.2 The CONTRACTOR will proceed with the work at such rate of progress to insure full

completion within the CONTRACT TIME. It is expressly understood and agreed, by and between the CONTRACTOR and the OWNER, that the CONTRACT TIME for the completion of the WORK described herein is a reasonable time, taking into consideration the average climatic and economic conditions and other factors prevailing in the locality of the WORK.

15.3 If the CONTRACTOR shall fail to complete the WORK within the CONTRACT TIME, or

extension of time granted by the OWNER, then the CONTRACTOR will pay to the OWNER the amount for liquidated damages as specified in the BID for each calendar day that the CONTRACTOR shall be in default after the time stipulated in the CONTRACT DOCUMENTS.

15.4 The CONTRACTOR shall not be charged with liquidated damages or any excess cost when

the delay in completion of the WORK is due to the following, and the CONTRACTOR has promptly given WRITTEN NOTICE of such delay to the OWNER or his representative:

15.4.1 Any performance, priority or allocation order duly issued by the OWNER.

15.4.2 Any unforeseeable causes beyond the control and without the fault or negligence of

the CONTRACTOR, including but not restricted to, acts of God, or of the public enemy, acts of the OWNER, acts of another CONTRACTOR in the performance of a contract with the OWNER, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and abnormal and unforeseeable weather; and

15.4.3 Any delays of SUBCONTRACTORS occasioned by any of the causes specified in

paragraphs 15.4.1 and 15.4.2 of this article. 16. SUSPENSION OF WORK, TERMINATION & DELAY

16.1 The OWNER may suspend the WORK or any portion thereof for a period of not more than ninety days or such further time as agreed upon by the CONTRACTOR, by WRITTEN NOTICE to the CONTRACTOR. Notice shall fix the date on which WORK will be resumed. The CONTRACTOR will be allowed an increase in the CONTRACT PRICE or an extension of the CONTRACT TIME, or both, directly attributable to any suspension.

16.2 If the CONTRACTOR is adjudged a bankrupt or insolvent, or if he makes a general

assignment for the benefit of his creditors, or if a trustee or receiver is appointed for the CONTRACTOR or for any of his property, or if he files a petition to take advantage of any debtor's act, or to reorganize under the bankruptcy or other applicable laws, or if he repeatedly fails to supply sufficient skilled workmen or suitable materials or equipment, or if he repeatedly fails to make prompt payments to SUBCONTRACTORS for labor, materials or equipment or if he disregards laws, ordinances, rules, regulations or orders of any public body having jurisdiction of the WORK or if he disregards the authority of the OWNER or his representative, or if he otherwise violates any provision of the CONTRACT DOCUMENTS, then the OWNER may, without prejudice to any other right or remedy and after giving the CONTRACTOR and his surety a minimum of ten (10) days from delivery of a WRITTEN NOTICE, terminate the services of the CONTRACTOR and take possession of all materials,

Page 39: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

4.11

equipment, tools, construction equipment and machinery thereon owned by the CONTRACTOR, and finish the WORK by whatever method he may deem expedient.

16.3 Where the CONTRACTOR'S services have been so terminated by the OWNER, said

termination shall not affect any right of the OWNER against the CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of monies due the CONTRACTOR from the OWNER shall not release the CONTRACTOR from compliance with the CONTRACT DOCUMENTS.

16.4 Ten (10) days after the delivery of a WRITTEN NOTICE to the CONTRACTOR by the

OWNER or his representative, the OWNER may, without cause and without prejudice to any other right or remedy, elect to abandon the PROJECT and terminate the CONTRACT. In such case, the CONTRACTOR shall be paid for all work satisfactorily executed and any expense reasonably incurred plus a reasonable profit.

16.5 If, through no act or fault of the CONTRACTOR, the WORK is suspended for a period of

more than ninety (90) days by the OWNER or under an order of court or other public authority, or the OWNER or his representative fails to act on any request for payment within thirty (30) days after it is submitted, or the OWNER fails to pay the CONTRACTOR substantially the sum approved by the OWNER or his representative or awarded by arbitrators within thirty (30) days of its approval and presentation, then the CONTRACTOR may, after ten (10) days from his delivery of a WRITTEN NOTICE to the OWNER or his representative, terminate the CONTRACT and recover from the OWNER payment for all WORK satisfactorily executed and all expenses reasonably incurred. In addition and in lieu of terminating the CONTRACT, if the OWNER or his representative has failed to act on a request for payment or if the OWNER has failed to make any payment as aforesaid, the CONTRACTOR may, upon ten (10) days WRITTEN NOTICE to the OWNER or his representative, stop the WORK until he has been paid all amounts then due, in which event and upon resumption of the WORK, CHANGE ORDERS shall be issued for adjusting the CONTRACT PRICE or extending the CONTRACT TIME or both to compensate for the costs and delays directly attributable to the stoppage of work.

16.6 If the performance of all or any portion of the WORK is suspended, delayed, or interrupted as

a result of a failure of the OWNER or his representative to act within the time specified in the CONTRACT DOCUMENTS, or if no time is specified, within a reasonable time, an adjustment in the CONTRACT PRICE or an extension of the CONTRACT TIME, or both, shall be made by a written CHANGE ORDER to compensate the CONTRACTOR for the costs and delays necessarily caused by such failure of the OWNER or his representative.

17. PAYMENTS TO CONTRACTORS

17.1 At least ten (10) days before each progress payment falls due (but not more often than once a month), the CONTRACTOR will submit to the OWNER or his representative a partial payment estimate filled out and signed by the CONTRACTOR covering the WORK performed during the period covered by the partial payment estimate and supported by such data as the OWNER or his representative may reasonably require.

If payment is requested on the basis of materials and equipment not incorporated in the WORK but delivered and suitably stored at or near the site, the partial payment estimate shall also be accompanied by such supporting data, satisfactory to the OWNER, as will establish the OWNER'S title to the material and equipment and protect his interest therein, including applicable insurance thereon.

Page 40: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

4.12

The OWNER's representative will, within ten (10) days after receipt of each partial payment estimate, either indicate in writing his approval of payment and present the partial payment estimate for payment or return the partial payment estimate to the CONTRACTOR indicating in writing his reasons for refusing to approve its payment. In the latter case, the CONTRACTOR may make the necessary corrections and resubmit the partial payment estimate. The OWNER will, within forty five (45) days of presentation to him of an approved partial payment estimate, pay the CONTRACTOR a progress payment on the basis of the approved partial payment estimate. The OWNER shall retain ten percent (10%) of the amount of each payment until final completion and acceptance of all WORK covered by the CONTRACT DOCUMENTS. When the WORK is substantially complete (operational or beneficial occupancy), the retained amount may be further reduced below five percent (5%) to only that amount necessary to assure completion. On completion and acceptance by the OWNER of a part of the WORK on which the price is stated separately in the CONTRACT DOCUMENTS, payment may be made in full, including retained percentages, less authorized deductions.

17.2 The request for payment may also include an allowance for the cost of such major materials and equipment which are suitably stored either at or near the site.

17.3 Prior to substantial completion, the OWNER, with the concurrence of the CONTRACTOR,

may use any completed or substantially completed portions of the WORK. Such use shall not constitute an acceptance of such portions of the WORK.

17.4 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 have been caused by agents or employees of the OWNER.

17.5 Upon completion and acceptance of the WORK, the OWNER or his representative shall issue

a certificate attached to the final payment request that the WORK has been accepted by him under the conditions of the CONTRACT DOCUMENTS. The entire balance found to be due the CONTRACTOR, including the retained percentages, but accepting such sums as may be lawfully retained by the OWNER, shall be paid to the CONTRACTOR within forty five (45) days of the completion and acceptance of the WORK.

17.6 The CONTRACTOR shall indemnify and save the OWNER or the OWNER'S agents

harmless from all claims growing out of the lawful demands of SUBCONTRACTORS, laborers, workmen, mechanics, materialmen, and furnishers of machinery and parts thereof, equipment, tools, and all supplies, expended in the furtherance of the performance of the WORK. The CONTRACTOR shall, at the OWNER'S request, furnish satisfactory evidence that all obligations of the nature described above have been paid, discharged, or waived. If the CONTRACTOR fails to do so, then the OWNER may, after having notified the CONTRACTOR, either pay unpaid bills or withhold from the CONTRACTOR'S unpaid compensation a sum of money deemed reasonably sufficient to pay any and all such lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged, whereupon payment to the CONTRACTOR shall be resumed in accordance with the terms of the CONTRACT DOCUMENTS, but in no event shall the provisions of this sentence be construed so as to impose any obligations upon the OWNER to either the CONTRACTOR, his Surety, or any third party. In paying any unpaid bills of the CONTRACTOR, any payment so made by the OWNER shall be considered as a payment made under the CONTRACT DOCUMENTS by the OWNER to the CONTRACTOR and the OWNER shall not be liable to the CONTRACTOR for any such payments made in good faith.

Page 41: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

4.13

18. ACCEPTANCE OF FINAL PAYMENT AS RELEASE

18.1 The acceptance by the CONTRACTOR of final payment shall be and shall operate as a release to the OWNER of all claims and all liability to the CONTRACTOR other than claims in stated amounts as may be specifically excepted by the CONTRACTOR for all things done or furnished in connection with this WORK and for every act and neglect of the OWNER and others relating to or arising out of this WORK. Any payment, however, final or otherwise, shall not release the CONTRACTOR or his Sureties from any obligations under the CONTRACT DOCUMENTS or the Performance BOND or Payment BONDS.

19. INSURANCE

19.1 The CONTRACTOR shall purchase and maintain such insurance as will protect him from claims set forth below which may arise out of or result from the CONTRACTOR'S execution of the WORK, whether such execution be by himself or by a SUBCONTRACTOR or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable:

19.1.1 Claims under Workers’ Compensation, disability benefit and other similar employee

benefit acts;

19.1.2 Claims for damages because of bodily injury, occupational sickness or disease, or death of his employees;

19.1.3 Claims for damages because of bodily injury, sickness or disease, or death of any

person other than his employees;

19.1.4 Claims for damages insured by usual personal injury liability coverage which are sustained (1) by any person as a result of an offense directly or indirectly related to the employment of such person by the CONTRACTOR, or (2) by another person; and

19.1.5 Claims for damages because of injury to or destruction of tangible property,

including loss of use resulting there from.

19.1.6 Claims for damages because of bodily injury, death of a person or property damage arising out of ownership, maintenance or use of a motor vehicle; and

19.1.7 Claims involving contractual liability insurance applicable to the CONTRACTOR'S

obligations under this CONTRACT.

19.2 Certificates of Insurance acceptable to the OWNER shall be filed with the OWNER prior to commencement of the WORK. These Certificates shall contain a provision that coverage afforded under the policies will not be canceled unless at least fifteen (15) days prior WRITTEN NOTICE has been given to the OWNER. The OWNER shall be named as additional insured in all policies.

19.3 The CONTRACTOR shall procure and maintain, at his own expense, during the CONTRACT TIME, liability insurance as hereinafter specified:

19.3.1 The CONTRACTOR shall acquire and maintain commercial general liability

insurance, including contractual liability, completed operations, broad form property damage, personal injury and XCU (Explosion, Collapse, Underground)

coverage written with a single limit and shall not be reduced by unpaid claims of not

Page 42: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

4.14

less than one million dollars ($1,000,000) per occurrence and a two million dollar ($2,000,000) general aggregate and completed operations aggregate. The policy shall name the OWNER, CONTRACTOR, ENGINEER and any subsidiaries and affiliated companies of each as additional insured. The policy shall include a waiver of subrogation by the CONTRACTOR, CONTRACTOR'S insurance carrier, the OWNER and the OWNER'S insurance company.

19.3.2 The CONTRACTOR shall acquire and maintain business auto liability insurance

written with a single limit, and shall not be reduced by unpaid claims of not less than one million dollars ($1,000,000) for any one accident or loss, including hired or non-owned auto liability. The policy shall name the OWNER, CONTRACTOR, ENGINEER and any subsidiaries and affiliated companies of each as additional insured. The policy shall include a waiver of subrogation by the CONTRACTOR, CONTRACTOR'S insurance carrier, the OWNER and the OWNER'S insurance company.

19.3.3 The CONTRACTOR shall maintain Umbrella and Excess Liability Coverage over

General Liability; Auto and Worker’s Compensation in the amount of one million dollars $1,000,000.

19.4 The CONTRACTOR shall procure and maintain, at his own expense, during the

CONTRACT TIME, in accordance with the provisions of the laws of the state in which the work is performed, Workers Compensation Insurance, including occupational disease provisions, for all of his employees at the site of the PROJECT and in case any work is sublet, the CONTRACTOR shall require such SUBCONTRACTOR similarly to provide Workers Compensation Insurance, including occupational disease provisions for all of the latter's employees unless such employees are covered by the protection afforded by the CONTRACTOR. In case any class of employees engaged in hazardous work under this CONTRACT at the site of the PROJECT is not protected under Workers Compensation statute, the CONTRACTOR shall provide, and shall cause each SUBCONTRACTOR to provide, adequate and suitable insurance for the protection of his employees not otherwise protected.

19.5 The CONTRACTOR shall secure, if applicable, "All Risk" type Builder's Risk Insurance for

WORK to be performed. Unless specifically authorized by the OWNER, the amount of such insurance shall not be less than the CONTRACT PRICE totaled in the BID. The policy shall cover not less than the losses due to fire, explosion, hail, lightning, vandalism, malicious mischief, wind, collapse, riot, aircraft, and smoke during the CONTRACT TIME, and until the WORK is accepted by the OWNER. The policy shall name as the insured the CONTRACTOR, the ENGINEER, and the OWNER. The policy shall include a waiver of subrogation by the CONTRACTOR, CONTRACTOR'S insurance carrier, the OWNER and the OWNER'S insurance company.

20. CONTRACT SECURITY

20.1 The CONTRACTOR shall within ten (10) days after the receipt of the NOTICE OF AWARD furnish the OWNER with a Performance BOND and a Payment BOND in penal sums equal to the amount of the CONTRACT PRICE, conditioned upon the performance by the CONTRACTOR of all undertakings, covenants, terms, conditions and agreements 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 and

a corporate bonding company licensed to transact such business in the state in which the WORK is to be performed and named on the current list of "Surety Companies Acceptable on

Page 43: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

4.15

Federal Bonds" as published in the Treasury Department Circular Number 570. The expense of these BONDS shall be borne by the CONTRACTOR. If at any time a surety on any such BOND is declared a bankrupt or loses its right to do business in the state in which the WORK is to be performed or is removed from the list of surety Companies accepted on Federal BONDS, CONTRACTOR shall within ten (10) days after NOTICE from the OWNER to do so, substitute an acceptable BOND (or BONDS) in such form and sum and signed by such other surety or sureties as may be satisfactory to the OWNER. The premiums on such BOND shall be paid by the CONTRACTOR. No further payments shall be deemed due nor shall be made until the new surety or sureties shall have furnished an acceptable BOND to the OWNER.

21. ASSIGNMENTS

21.1 Neither the CONTRACTOR nor the OWNER shall sell, transfer, assign or otherwise dispose of the CONTRACT or any portion thereof, or of his right, title or interest therein, or his obligations there under, without written consent of the other party.

22. INDEMNIFICATION

22.1 The CONTRACTOR will defend, indemnify, and hold harmless the OWNER and the

ENGINEER and their agents and employees from and against all claims, damages, losses and expenses including reasonable attorney's fees arising out of or resulting from the performance of the WORK, provided that any such claims, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or the injury to or destruction of tangible property including the loss of use resulting there from; and is caused in whole or in part by any negligent or willful act or omission of the CONTRACTOR, or SUBCONTRACTOR, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable.

22.2 In any and all claims against the OWNER or the ENGINEER, or any of their agents or

employees, by an employee of the CONTRACTOR, any SUBCONTRACTOR, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the CONTRACTOR or any SUBCONTRACTOR under Workers' Compensation acts, disability benefit acts or other employee benefits acts.

22.3 The obligation of the CONTRACTOR under this paragraph shall not extend to the liability of

the ENGINEER, his agents or employees arising out of the preparation or approval of maps, DRAWINGS, opinions, reports, surveys, CHANGE ORDERS, designs or SPECIFICATIONS.

23. SEPARATE CONTRACTS

23.1 The OWNER reserves the right to let other contracts in connection with the PROJECT. The CONTRACTOR shall afford other CONTRACTORS reasonable opportunity for the introduction and storage of their materials and the execution of their WORK, and shall properly connect and coordinate his WORK with theirs. If the proper execution or results of any part of the CONTRACTOR'S WORK depends upon the WORK of any other CONTRACTOR, the CONTRACTOR shall inspect and promptly report to the ENGINEER any defects in such WORK that render it unsuitable for such proper execution and results.

23.2 The OWNER may perform additional WORK related to the PROJECT by himself, or he may

let other contracts containing provisions similar to these. The CONTRACTOR will afford the

Page 44: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

4.16

other CONTRACTORS who are parties to such Contracts (or the OWNER, if he is performing the additional WORK himself), reasonable opportunity for the introduction and storage of materials and equipment and the execution of WORK, and shall properly connect and coordinate his WORK with theirs.

23.3 If the performance of additional WORK by other CONTRACTORS or the OWNER is not

noted the CONTRACT DOCUMENTS prior to the execution of the CONTRACT, written notice thereof shall be given to the CONTRACTOR prior to starting any such additional WORK. If the CONTRACTOR believes that the performance of such additional WORK by the OWNER or others involves him in additional expense or entities him to an extension of the CONTRACT TIME, he may make a claim therefore as provided in Sections 14 and 15.

24. SUBCONTRACTING

24.1 The CONTRACTOR may utilize the services of specialty SUBCONTRACTORS on those parts of the WORK which, under normal contracting practices, are performed by specialty SUBCONTRACTORS.

24.2 The CONTRACTOR shall not award WORK to SUBCONTRACTOR(S), in excess of fifty

percent (50%) of the CONTRACT PRICE, without prior written approval of the OWNER.

24.3 The CONTRACTOR shall be fully responsible to the OWNER for the acts and omissions of his SUBCONTRACTORS, and of persons either directly or indirectly employed by the SUBCONTRACTOR, as he is for the acts and omissions of persons directly employed by him.

24.4 The CONTRACTOR shall cause appropriate provisions to be inserted in all subcontracts

relative to the WORK to bind SUBCONTRACTORS to the CONTRACTOR by the terms of the CONTRACT DOCUMENTS insofar as applicable to the WORK of SUBCONTRACTORS and to give the CONTRACTOR the same power as regards terminating any subcontract that the OWNER may exercise over the CONTRACTOR under any provision of the CONTRACT DOCUMENTS.

24.5 Nothing contained in this CONTRACT shall create any contractual relation between any SUBCONTRACTOR and the OWNER.

25. GUARANTEE

25.1 The CONTRACTOR shall guarantee all materials and equipment furnished and WORK performed for a period of one (1) year from the date of SUBSTANTIAL COMPLETION. The CONTRACTOR warrants and guarantees for a period of one (1) year from the date of SUBSTANTIAL COMPLETION of the system that the completed system is free from all defects due to faulty materials or workmanship and the CONTRACTOR shall promptly make such corrections as may be necessary by reason of such defects including the repairs of any damage to other parts of the system resulting from such defects. The OWNER will give notice of observed defects with reasonable promptness. In the event that the CONTRACTOR should fail to make such repairs, adjustments, or other WORK that may be made necessary by such defects, the OWNER may do so and charge the CONTRACTOR the cost thereby incurred. The Performance BOND shall remain in full force and effect through the guarantee period.

Page 45: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

4.17

26. ARBITRATION

26.1 Any dispute under this AGREEMENT will be resolved in the New York State Supreme Court of Steuben County.

26.2 Notice of demand for arbitration shall be filed in writing with the other party to the

CONTRACT DOCUMENTS and with the American Arbitration Association, and a copy shall be filed with the ENGINEER. Demand for arbitration shall in no event be made on any claim, dispute or other matter in question which would be barred by the applicable statute of limitations.

26.3 The CONTRACTOR will carry on the WORK and maintain the progress schedule during any

arbitration proceedings, unless otherwise mutually agreed in writing. 27. TAXES

27.1 The Owner is a municipality and is not subject to Sales Tax. 28. COMPLIANCE

28.1 The work proposed in this CONTRACT complies with all current Federal, State and Municipal Building Codes, regulations and laws, to the best of the owner’s knowledge. Should the CONTRACTOR find any non-compliance, he would follow the stipulations of General Conditions Section 10.

ALL WORK SHALL BE COMPLETED IN COMPLIANCE WITH THE PREVAILING New York STATE UNIFORM FIRE PREVENTION AND BUILDING CODE AND ALL AMENDMENTS THERETO.

Page 46: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

THIS PAGE INTENTIONALLY BLANK

Page 47: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

5.1

SUPPLEMENTAL GENERAL CONDITIONS

TABLE OF CONTENTS

Change Order ............................................................................................................................................ 5.2

Certificate of Substantial Completion .............................................................................................. 5.3 – 5.4

Consent of Surety for Final Payment ......................................................................................................... 5.5

Final Waiver of Lien ................................................................................................................................. 5.6

Affidavit of Release of Liens ..................................................................................................................... 5.7

Punch List ................................................................................................................................................. 5.8

Wage Rates ..................................................................................................................................... 5.9 – 5.91

Page 48: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

5.2

CHANGE ORDER

CHANGE ORDER NO.______________________ DATE__________________________________ OWNER'S PROJECT NO. ___________________ ENGINEER'S PROJECT NO. 6897-013 PROJECT: Southeast Stair Tower Renovations Centerway Parking Facility OWNER: Corning Intown District Management Association/Corning’s Gaffer District CONTRACTOR____________________________ CONTRACT DATE_______________________ TO: CONTRACTOR The following changes are hereby made to the Contract Documents: ENCLOSURES: The changes result in the following adjustment of Contract Price and Time: Contract Price Prior To This Change Order ________________ Net (Increase) (Decrease) Resulting From this Change Order _______________ Current Contract Price Including This Change Order _______________ Contract Time Prior to This Change Order _______________ Net (increase) (Decrease) Resulting From This Change Order _________________ Current Contract Time Including This Change Order ___________________ Requested By Owner: Corning Intown District Management Association/Corning’s Gaffer District By: ____________________________________ Date: _______________________________ Accepted By Contractor: By: ____________________________________ Date: _______________________________ Reviewed by Engineer/Architect: By: ____________________________________ Date: _______________________________

Page 49: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

5.3

CERTIFICATE OF SUBSTANTIAL COMPLETION

TO: Corning Intown District Management Association/Corning’s Gaffer District OWNER Date of Substantial Completion: ________________ Project Title: Southeast Stair Tower

Renovations Centerway Parking Facility

Project or Specified Part Shall Include: Project No.: 6897-013

__________________________________________ Location: Corning, NY

__________________________________________ Owner: Corning Intown District Management Association/Corning’s Gaffer District

__________________________________________

__________________________________________ Contractor: _______________________

__________________________________________ Contract For: _______________________

__________________________________________ Contract Date: _______________________

The Work performed under this contract has been inspected by authorized representatives of the Owner, Contractor, and Engineer-Architect, and the Project (or specified part of the Project, as indicated above) is hereby declared to be substantially completed on the above date. ****************************************************************************** DEFINITION OF SUBSTANTIAL COMPLETION The date of substantial completion of a project or specified area of a project is the date when the construction is sufficiently completed, in accordance with the contract documents, as modified by any change orders agreed to by the parties, so that the Owner can occupy or utilize the project or specified area of the project for the use for which it was intended. ****************************************************************************** A tentative list of items to be completed or corrected is appended hereto. This list may not be exhaustive, and the failure to include an item on it does not alter the responsibility of the Contractor to complete all the Work in accordance with the contract documents. LARSON DESIGN GROUP BY____________________________________ ENGINEER AUTHORIZED REPRESENTATIVE DATE____________________ The Contractor accepts the above Certificate of Substantial Completion and agrees to complete and correct the items on the tentative list within the time indicated. ___________________________________ BY____________________________________ CONTRACTOR AUTHORIZED REPRESENTATIVE DATE____________________

Page 50: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

5.4

The Owner accepts the project or specified area of the project as substantially complete and will assume full possession of the project or specified area of the project at______________ (time), on_______________ (date). The responsibility for heat, utilities, security, and insurance under the contract documents shall be as set forth under "Remarks" below. _________________________________________ BY________________________ DIRECTOR OF ADMINISTRATION & OPERATIONS AUTHORIZED REPRESENTATIVE DATE____________________ REMARKS: (Attach additional sheet, if necessary.)

Page 51: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

5.5

CONSENT OF SURETY FOR FINAL PAYMENT Project Name: SOUTHEAST STAIR TOWER RENOVATIONS CENTERWAY PARKING FACILITY Location: CORNING, NY Project No: 6897-013 Contract No ______________________________________ Type of Contract___________________________________________________________________ Amount of Contract______________________________________________________________ In accordance with the provisions of the above named contract between the OWNER and the Contractor, the following named surety: On the Payment Bond of the following named Contractor: Hereby approves of final payment to the Contractor, and further agrees that said final payment to the Contractor shall not relieve the Surety Company named herein of any of its obligations to the following named OWNER as set forth in said Surety company's bond: IN WITNESS WHEREOF, the Surety Company has hereunto set its hand and seal this ________ day of _________________, 2013. ______________________________________ (Name of Surety Company) ______________________________________ (Sign. of Authorized Representative) (Affix corporate seal here)

Page 52: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

5.6

FINAL WAIVER OF LIEN To All Whom It May Concern: WHEREAS, the undersigned has been employed by (A)_________________________________ ______________________________________________________________________________ to furnish labor and materials for (B)________________________________________________ _________________________________________________________________________work, under contract (C)_______________________________________________________________ for the improvement of the premises described as (D) Centerway Parking Facility in the City of Corning, County of Steuben, State of New York of which Corning Intown District Management Association/Corning’s Gaffer District is the Owner. NOW THEREFORE, this ________________ day of ______________________, 2013. for and in consideration of the sum of (E)____________________________________________ Dollars paid simultaneously herewith, the receipt whereof is hereby acknowledged by the undersigned, the undersigned does hereby waive and release any lien rights to, or claim of lien with respect to and on said above-described premises, and the improvements thereon, and on the moneys or other considerations due or to become due from the owner, or account of labor, services, material, fixtures, apparatus or machinery heretofore or which may hereafter be furnished by the undersigned to or for the above-described premises by virtue of said contract. (F)_______________________________________(SEAL) (Name of sole ownership, corporation or partnership) (Affix corporate Seal here) ________________________________(SEAL) ___________________________________________ (Signature of Authorized Representative) TITLE:_____________________________________

INSTRUCTIONS FOR FINAL WAIVER Person or firm with whom you agreed to furnish either labor, services, materials, or any combination thereof.

Fill in nature and extent of work; strike the word labor or the word materials it not in your contract.

If you have more than one contract on the same premises, describe the contract by number (if available), date, and extent of work.

Furnish an accurate enough description of the improvement and location of the premises so that it can be distinguished from any other property.

Amount shown should be the amount actually received and equal to total amount of contract as adjusted.

If waiver is for a corporation, corporate name should be used, corporate seal affixed, and title of officer signing waiver should be set forth; if waiver is for a partnership, the partnership name should be used and partner should sign and designate himself as partner.

Page 53: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

5.7

AFFIDAVIT OF RELEASE OF LIENS TO ALL WHOM IT MAY CONCERN: WHEREAS, the undersigned has been employed by ___________________________________ ______________________________________________________________________________ to furnish labor and materials for _________________________________________________________ _________________________________________________________________________work under a contract_________________________________________________________________ for the improvement of the property described as Centerway Parking Facility in the City of Corning of Steuben County of New York State of which Corning Intown District Management Association/Corning’s Gaffer District is the Owner. NOW, THEREFORE, this ____________ day of ______________________, 2013. The undersigned, as the Contractor for the above-named Contract hereby certifies that to the best of his knowledge, information and belief, except as listed below, the Releases or Waivers of Lien attached hereto include the Contractor, all Subcontractors, all suppliers of materials and equipment, and all performers of Work, labor or services, who have liens against any property of the Owner arising in any manner out of the performance of the Contract referenced above. EXCEPTIONS: (if none, write "NONE". If required by the Owner, the Contractor shall furnish bond satisfactory to the Owner for each exception). ATTACHMENTS: 1 . Contractor's Release or Waiver of Liens, conditional upon receipt of final payment. 2. Separate Releases or Waivers of Liens for Subcontractors and material and equipment

suppliers. __________________________________________________(SEAL) CONTRACTOR (Name of sole ownership, corporation or partnership) __________________________________________________(SEAL) (Signature of Authorized Representative) TITLE:___________________________________________________ (Affix corporate seal here)

Page 54: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

5.8

PUNCH LIST

Corning Intown District Management Association 114 Pine Street, Suite 202 Corning, NY 14830 CONTRACT___________________ Project: SOUTHEAST STAIR TOWER RENOVATIONS CENTERWAY PARKING FACILITY Client/Project No.: 6897-013 Location: Corning, NY Date ___________________________ Inspection was conducted at above project by_______________________________________________ at _______________ o'clock this date. ATTENDANCE: Contractor - Owner Engineer Contractor _______________________ Design _________________________________ Owner ___________________________ Staff Spec. ________________________________ __________________________________ Job Supervisor _____________________________ The following items are to be corrected or completed to comply with the contract documents: ______________________________________________________________________________ TYPE OF INSPECTION (CHECK) FINAL 1 YEAR. GUAR. GUAR. ______________________________________________________________________________ NO. ITEM ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ DISTRIBUTION: 1. Project Manager 2. Contractor’s Representative 3. Resident Project Representative 4. File

Page 55: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

5.9

STATE WAGE RATES

Page 56: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

PREVAILING WAGE SCHEDULE FOR ARTICLE 8 PUBLIC WORK PROJECT Attached is the current schedule(s) of the prevailing wage rates and prevailing hourlysupplements 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, postedon the 1st business day of each month, and future copies of the annual determination areavailable on the Department's website www.labor.state.ny.us. Updated PDF copies ofyour schedule can be accessed by entering your assigned PRC# at the proper location onthe website. It is the responsibility of the contracting agency or its agent to annex and make part, theattached schedule, to the specifications for this project, when it is advertised for bids and /orto forward said schedules to the successful bidder(s), immediately upon receipt, in order toinsure the proper payment of wages. Please refer to the "General Provisions of Laws Covering Workers on Public WorkContracts" provided with this schedule, for the specific details relating to otherresponsibilities of the Department of Jurisdiction. Upon completion or cancellation of this project, enter the required information and mail ORfax this form to the office shown at the bottom of this notice, OR fill out the electronicversion 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 [email protected]

Andrew M. Cuomo, Governor Peter M. Rivera, Commissioner

CIDMA/Corning Gaffer District Matthew Williamson, Construction AdministratorLarson Design Group1000 Commerce Park DriveWilliamsport PA 17701

Schedule Year 2012 through 2013Date Requested 04/17/2013PRC# 2013003579

Location Centerway Parking GarageProject ID#Project Type The stair pans and infill concrete will be replaced in the Southeast Stair Tower of the Centerway Parking

Facility in Corning NY

5.10

Page 57: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

5.11

Page 58: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

General Provisions of Laws Covering Workers on Article 8 Public Work Contracts Introduction The Labor Law requires public work contractors and subcontractors to pay laborers, workers, or mechanics employed inthe performance of a public work contract not less than the prevailing rate of wage and supplements (fringe benefits) in thelocality 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 workcontract. The Department of Jurisdiction (Contracting Agency) awarding a public work contract MUST obtain a Prevailing RateSchedule listing the hourly rates of wages and supplements due the workers to be employed on a public work project.This schedule may be obtained by completing and forwarding a "Request for wage and Supplement Information" form (PW39) to the Bureau of Public Work. The Prevailing Rate Schedule MUST be included in the specifications for the contract tobe 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 thefollowing information to the Bureau: the name and address of the contractor, the date the contract was let and theapproximate dollar value of the contract. To facilitate compliance with this provision of the Labor Law, a copy of theDepartment'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 ofany public work project. The Department's PW 200 form is provided for that purpose. Both the PW 16 and PW 200 forms are available for completion online. Hours No laborer, worker, or mechanic in the employ of a contractor or subcontractor engaged in the performance of any publicwork project shall be permitted to work more than eight hours in any day or more than five days in any week, except incases of extraordinary emergency. The contractor and the Department of Jurisdiction (Contracting Agency) may apply tothe Bureau of Public Work for a dispensation permitting workers to work additional hours or days per week on a particularpublic 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 workproject shall be not less than those listed in the current Prevailing Rate Schedule for the locality where the work isperformed. If a prime contractor on a public work project has not been provided with a Prevailing Rate Schedule, thecontractor must notify the Department of Jurisdiction (Contracting Agency) who in turn must request an original PrevailingRate Schedule form the Bureau of Public Work. Requests may be submitted by: mail to NYSDOL, Bureau of Public Work,State Office Bldg. Campus, Bldg. 12, Rm. 130, Albany, NY 12240; Fax to Bureau of Public Work (518) 485-1870; orelectronically at the NYSDOL website www.labor.state.ny.us. Upon receiving the original schedule, the Department of Jurisdiction (Contracting Agency) is REQUIRED to providecomplete copies to all prime contractors who in turn MUST, by law, provide copies of all applicable county schedules toeach subcontractor and obtain from each subcontractor, an affidavit certifying such schedules were received. If the originalschedule expired, the contractor may obtain a copy of the new annual determination from the NYSDOL websitewww.labor.state.ny.us. The Commissioner of Labor makes an annual determination of the prevailing rates. This determination is in effect fromJuly 1st through June 30th of the following year. The annual determination is available on the NYSDOL websitewww.labor.state.ny.us. Payrolls and Payroll Records Every contractor and subcontractor MUST keep original payrolls or transcripts subscribed and affirmed as true underpenalty of perjury. Payrolls must be maintained for at least three (3) years from the project's date of completion. At aminimum, payrolls must show the following information for each person employed on a public work project: Name,Address, Last 4 Digits of Social Security Number, Classification(s) in which the worker was employed, Hourly wage rate(s)paid, Supplements paid or provided, and Daily and weekly number of hours worked in each classification.

5.12

Page 59: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

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, subscribedand affirmed as true under penalty of perjury. The Department of Jurisdiction (Contracting Agency) shall collect, reviewfor 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 recordssworn to as their validity and accuracy for public work and private work. Payroll records include, by are not limited to timecards, work description sheets, proof that supplements were provided, cancelled payroll checks and payrolls. Failure toprovide the requested information within the allotted ten (10) days will result in the withholding of up to 25% of thecontract, not to exceed $100,000.00. If the contractor or subcontractor does not maintain a place of business in New YorkState and the amount of the contract exceeds $25,000.00, payroll records and certifications must be kept on the projectworksite. The prime contractor is responsible for any underpayments of prevailing wages or supplements by any subcontractor. All contractors or their subcontractors shall provide to their subcontractors a copy of the Prevailing Rate Schedulespecified in the public work contract as well as any subsequently issued schedules. A failure to provide these schedulesby 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 scheduleand any subsequently issued schedules, shall provide to such contractor a verified statement attesting that thesubcontractor has received the Prevailing Rate Schedule and will pay or provide the applicable rates of wages andsupplements 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 newdetermination has been received by a given contractor. Care should be taken to review the rates for obvious errors. Anycorrections should be brought to the Department's attention immediately. It is the responsibility of the public workcontractor to use the proper rates. If there is a question on the proper classification to be used, please call the districtoffice located nearest the project. Any errors in the annual determination will be corrected and posted to the NYSDOLwebsite 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 thecolumn of rates. These are the dates for which a given set of rates is effective. To the extent possible, the Departmentposts rates in its possession that cover periods of time beyond the July 1st to June 30th time frame covered by aparticular annual determination. Rates that extend beyond that instant time period are informational ONLY and may beupdated in future annual determinations that actually cover the then appropriate July 1st to June 30th time period. Withholding of Payments When a complaint is filed with the Commissioner of Labor alleging the failure of a contractor or subcontractor to pay orprovide the prevailing wages or supplements, or when the Commissioner of Labor believes that unpaid wages orsupplements may be due, payments on the public work contract shall be withheld from the prime contractor in a sufficientamount to satisfy the alleged unpaid wages and supplements, including interest and civil penalty, pending a finaldetermination. When the Bureau of Public Work finds that a contractor or subcontractor on a public work project failed to pay or providethe requisite prevailing wages or supplements, the Bureau is authorized by Sections 220-b and 235.2 of the Labor Law toso 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 suchcontract the amount indicated by the Bureau as sufficient to satisfy the unpaid wages and supplements, including interestand any civil penalty that may be assessed by the Commissioner of Labor. The withholding continues until there is a finaldetermination of the underpayment by the Commissioner of Labor or by the court in the event a legal proceeding isinstituted for review of the determination of the Commissioner of Labor. The Department of Jurisdiction (Contracting Agency) shall comply with this order of the Commissioner of Labor or of thecourt 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 workproject. The prevailing wage schedule must be encased in, or constructed of, materials capable of withstanding adverseweather 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, oneach job site.

5.13

Page 60: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Every employer providing workers. compensation insurance and disability benefits must post notices of such coverage inthe 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, oremployment 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 noticesfurnished by the NYS Department of Labor. Apprentices Employees cannot be paid apprentice rates unless they are individually registered in a program registered with the NYSCommissioner of Labor. The allowable ratio of apprentices to journeyworkers in any craft classification can be no greaterthan the statewide building trade ratios promulgated by the Department of Labor and included with the Prevailing RateSchedule. An employee listed on a payroll as an apprentice who is not registered as above or is performing work outsidethe classification of work for which the apprentice is indentured, must be paid the prevailing journeyworker's wage rate forthe classification of work the employee is actually performing. NYSDOL Labor Law, Article 8, Section 220-3, require that only apprentices individually registered with the NYSDepartment of Labor may be paid apprenticeship rates on a public work project. No other Federal or State Agency ofoffice 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 ofEmployability Development / Apprenticeship Training, State Office Bldg. Campus, Bldg. 12, Albany, NY 12240 or by Faxto NYSDOL Apprenticeship Training (518) 457-7154. All requests for verification must include the name and socialsecurity number of the person for whom the information is requested. The only conclusive proof of individual apprentice registration is written verification from the NYSDOL ApprenticeshipTraining Albany Central office. Neither Federal nor State Apprenticeship Training offices outside of Albany can provideconclusive registration information. It should be noted that the existence of a registered apprenticeship program is not conclusive proof that any person isregistered in that program. Furthermore, the existence or possession of wallet cards, identification cards, or copies ofstate 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 tosection 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 workcontract 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 successorwithin any consecutive six (6) year period.

- There is any willful determination that involves the falsification of payroll records or the kickback of wages orsupplements.

Criminal Sanctions Willful violations of the Prevailing Wage Law (Article 8 of the Labor Law) may be a felony punishable by fine orimprisonment 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, nationalorigin, sex, disability or marital status. No contractor, subcontractor nor any person acting on its behalf, shall by reason of race, creed, color, disability, sex ornational origin discriminate against any citizen of the State of New York who is qualified and available to perform the workto 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 intimidateany employee on account of race, creed, color, disability, sex, or national origin (NYS Labor Law, Article 8, Section 220-e(b) ).

5.14

Page 61: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

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 eachcalendar 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 thereundermay be forfeited for a second or any subsequent violation of the terms or conditions of the anti-discrimination sections ofthe 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 ofemployment, or employment training centers notices furnished by the State Division of Human Rights. Workers' Compensation In accordance with Section 142 of the State Finance Law, the contractor shall maintain coverage during the life of thecontract for the benefit of such employees as required by the provisions of the New York State Workers' CompensationLaw. A contractor who is awarded a public work contract must provide proof of workers' compensation coverage prior to beingallowed to begin work. The insurance policy must be issued by a company authorized to provide workers' compensation coverage in New YorkState. Proof of coverage must be on form C-105.2 (Certificate of Workers' Compensation Insurance) and must name thisagency 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 companyauthorized to write workers' compensation coverage in this state. The coverage must be listed under item 3A of theinformation page. The contractor must maintain proof that subcontractors doing work covered under this contract secured and maintained aworkers' 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 inthe 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 noticesfurnished by the New York State Department of Labor.

5.15

Page 62: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Notice of Contract Award New York State Labor Law, Article 8, Section 220.3a requires that certain informationregarding 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 completedfor EACH prime contractor on the above referenced project. Upon notifying the successful bidder(s) of this contract, enter the required information andmail OR fax this form to the office shown at the bottom of this notice, OR fill out theelectronic version via the NYSDOL website.

Contractor InformationAll information must be supplied

Federal Employer Identification Number:

Name:

Address:

aaa

City: State: Zip:

Contract Type:

[ ] (01) General Construction[ ] (02) Heating/Ventilation[ ] (03) Electrical[ ] (04) Plumbing[ ] (05) Other :

Amount of Contract: $ Approximate Starting Date: - - - - /- - - - / Approximate Completion Date: - - - - /- - - - /

Phone: (518) 457-5589 Fax: (518) 485-1870 W. Averell Harriman State Office Campus, Bldg. 12, Room 130, Albany, NY 12240

www.labor.state.ny.us. PW 16 [email protected]

Andrew M. Cuomo, Governor Peter M. Rivera, Commissioner

CIDMA/Corning Gaffer District Matthew Williamson, Construction AdministratorLarson Design Group1000 Commerce Park DriveWilliamsport PA 17701

Schedule Year 2012 through 2013Date Requested 04/17/2013PRC# 2013003579

Location Centerway Parking GarageProject ID#Project Type The stair pans and infill concrete will be replaced in the Southeast Stair Tower of the Centerway Parking

Facility in Corning NY

5.16

Page 63: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

5.17

Page 64: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

IMPORTANT NOTICE

FOR

CONTRACTORS & CONTRACTING AGENCIES

Social Security Numbers on Certified Payrolls

The Department of Labor is cognizant of the concerns of the potential for misuse or inadvertent disclosure of social security numbers. Identity theft is a growing problem and we are sympathetic to contractors’ concerns with regard to inclusion of this information on payrolls if another identifier will suffice. For these reasons, the substitution of the use of the last four digits of the social security number on certified payrolls submitted to contracting agencies on public work projects is now acceptable to the Department of Labor.

NOTE: This change does not affect the Department’s ability to request and receive the entire social security number from employers during the course of its public work / prevailing wage investigations.

5.18

Page 65: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

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 itsrelevance to State agencies and public benefit corporations engaged in construction orreconstruction contracts, maintenance and repair, and announces the recently-enactedincrease to the percentage of the dollar value of such contracts that must be deposited intothe Fund. This item also describes the roles of the following entities with respect to theFund:

- New York State Department of Labor (DOL),- The Office of the State of Comptroller (OSC), and- State agencies and public benefit corporations.

2. Background and Statutory References:

DOL uses the Fund to enforce the State's Labor Law as it relates to contracts forconstruction or reconstruction, maintenance and repair, as defined in subdivision two ofSection 220 of the Labor Law. State agencies and public benefit corporations participatingin such contracts are required to make payments to the Fund.

Chapter 511 of the Laws of 1995 (as amended by Chapter 513 of the Laws of 1997,Chapter 655 of the Laws of 1999, Chapter 376 of the Laws of 2003 and Chapter 407 of theLaws of 2005) established the Fund.

3. Procedures and Agency Responsibilities:

The Fund is supported by transfers and deposits based on the value of contracts forconstruction and reconstruction, maintenance and repair, as defined in subdivision two ofSection 220 of the Labor Law, into which all State agencies and public benefit corporationsenter.

Chapter 407 of the Laws of 2005 increased the amount required to be provided to this fundto .10 of one-percent of the total cost of each such contract, to be calculated at the timeagencies 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.

5.19

Page 66: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

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 themonth, including contract amendments, and then DOL will bill agencies the appropriateassessment monthly. An agency may then make a determination if any of the billedcontracts are exempt and so note on the bill submitted back to DOL. For any instancewhere an agency is unsure if a contract is or is not exempt, they can call the Bureau ofPublic Work at the number noted below for a determination. Payment by check or journalvoucher is due to DOL within thirty days from the date of the billing. DOL will verify theamounts and forward them to OSC for processing.

For those contracts which are not approved or administered by the Comptroller, monthlyreports and payments for deposit into the Public Work Enforcement Fund must be providedto the Administrative Finance Bureau at the DOL within 30 days of the end of each monthor 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 ordecrease to original contract and the adjustment in thePWEF charge); and

- Brief description of the work to be performed under eachcontract.

Checks and Journal Vouchers, payable to the "New York State Department of Labor"should be sent to:

Department of Labor

Administrative Finance Bureau-PWEF UnitBuilding 12, Room 464

State Office CampusAlbany, NY 12240

Any questions regarding billing should be directed to NYSDOL's Administrative FinanceBureau-PWEF Unit at (518) 457-3624 and any questions regarding Public Work Contractsshould be directed to the Bureau of Public Work at (518) 457-5589.

5.20

Page 67: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

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 1-866-435-1499 or email us at: [email protected] .

5.21

Page 68: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

New York State Department of Labor Required Notice under Article 25-B of the Labor Law

ATTENTION ALL EMPLOYEES, CONTRACTORS AND SUBCONTRACTORS:

YOU ARE COVERED BY THE CONSTRUCTION INDUSTRY FAIR PLAY ACT

The law says that you are an employee unless: • You are free from direction and control in performing your job AND • You perform work that is not part of the usual work done by the business that hired you AND • You have an independently established business Your employer cannot consider you to be an independent contractor unless all three of these facts apply to your work.

IT IS AGAINST THE LAW FOR AN EMPLOYER TO MISCLASSIFY EMPLOYEES AS INDEPENDENT CONTRACTORS OR PAY EMPLOYEES OFF-THE-BOOKS.

Employee rights. If you are an employee:

• You are entitled to state and federal worker protections such as o unemployment benefits, if unemployed through no fault of your own, able to work, and

otherwise qualified o workers’ compensation benefits for on-the-job injuries o payment for wages earned, minimum wage, and overtime (under certain conditions) o prevailing wages on public work projects o the provisions of the National Labor Relations Act and o a safe work environment

• It is a violation of this law for employers to retaliate against anyone who asserts their rights under the law. Retaliation subjects an employer to civil penalties, a private lawsuit or both.

Independent Contractors: If you are an independent contractor:

• You must pay all taxes required by New York State and Federal Law. Penalties for paying off-the-books or improperly treating employees as independent contractors:

• Civil Penalty First Offense: up to $2,500 per employee.

Subsequent Offense(s): up to $5,000 per employee.

• Criminal Penalty First Offense: Misdemeanor - up to 30 days in jail, up to a $25,000 fine and debarment from performing Public Work for up to one year. Subsequent Offense(s): Misdemeanor - up to 60 days in jail, up to a $50,000 fine and debarment from performing Public Work for up to 5 years.

If you have questions about your employment status or believe that your employer may have violated your rights and you want to file a complaint, call the Department of Labor at 1(866)435-1499 or send an email to [email protected]. All complaints of fraud and violations are taken seriously and you can remain anonymous. Employer Name: IA 999 (09/10)

5.22

Page 69: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

(11.11)

WORKER NOTIFICATION

(Labor Law §220, paragraph a of subdivision 3-a)

Effective February 24, 2008

This provision is an addition to the existing prevailing wage rate

law, Labor Law §220, paragraph a of subdivision 3-a. It requires

contractors and subcontractors to provide written notice to all

laborers, workers or mechanics of the prevailing wage rate for

their particular job classification on each pay stub*. It also requires

contractors and subcontractors to post a notice at the beginning of

the performance of every public work contract on each job site that

includes the telephone number and address for the Department of

Labor and a statement informing laborers, workers or mechanics of

their right to contact the Department of Labor if he/she is not

receiving the proper prevailing rate of wages and/or supplements

for his/her particular job classification. The required notification

will be provided with each wage schedule, may be downloaded

from our website www.labor.state.ny.us or made available upon

request by contacting the Bureau of Public Work at 518-457-5589.

* In the event that the required information will not fit on the pay stub, an accompanying sheet or attachment of the information will suffice.

5.23

Page 70: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

New York State Department of Labor Bureau of Public Work

Attention Employees THIS IS A: PUBLIC WORK

PROJECTIf 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 the Labor Laws of 2007:

These wages are set by law and must be posted at the work site. They can also be found at: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

(518) 457-2744(607) 721-8005 (716) 847-7159 (516) 228-3915 (212) 775-3568 (845) 568-5287

PatchogueRochester 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)

5.24

Page 71: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

5.25

Page 72: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

(03.12) Page 1 of 2

OSHA 10-hour Construction

Safety and Health Course – S1537-A

Effective July 18, 2008

This provision is an addition to the existing prevailing wage rate

law, Labor Law §220, section 220-h. It requires that on all public

work projects of at least $250,000.00, all laborers, workers and

mechanics working on the site, be certified as having successfully

completed the OSHA 10-hour construction safety and health course.

It further requires that the advertised bids and contracts for every

public work contract of at least $250,000.00, contain a provision of

this requirement.

The OSHA 10 Legislation only applies to workers

on a public work project that are required, under

Article 8, to receive the prevailing wage.

NOTE:

5.26

Page 73: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

(03.12) Page 2 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: [email protected] (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: [email protected] (732) 235-9455 https://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:[email protected] (716) 829-2125 http://www.smbs.buffalo.edu/CENTERS/trc/schedule_OSHA.php Keene State College Manchester, NH Leslie Singleton e-mail: [email protected] (800) 449-6742 www.keene.edu/courses/print/courses_osha.cfm

3. List of trainers and training schedules for OSHA outreach training at:

www.OutreachTrainers.org

5.27

Page 74: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Page 1 of 1

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.

5.28

Page 75: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

5.29

Page 76: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

PW30R-Notice (03.11) NYSDOL Bureau of Public Work 1 of 1

IMPORTANT INFORMATION

Regarding Use of Form PW30R

“Employer Registration for Use of 4 Day / 10 Hour Work Schedule”

To use the ‘4 Day / 10 Hour Work Schedule’:

There MUST be a Dispensation of Hours (PW30) in place on the project

AND

You MUST register your intent to work 4 / 10 hour days, by

completing the PW30R Form.

REMEMBER…

The ‘4 Day / 10 Hour Work Schedule’ applies ONLY to Job Classifications and Counties listed on the PW30R Form.

Do not write in any additional Classifications or Counties.

(Please note : For each Job Classification check the individual wage

schedule for specific details regarding their 4/10 hour day posting.)

5.30

Page 77: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

PW30R-Instructions (03.11) NYSDOL Bureau of Public Work 1 of 1

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 – Bldg.12 – Rm.130, Albany, NY 12240 -OR -

• Fax the completed PW30R form (3 pages) to: NYSDOL Bureau of Public Work at (518)485-1870

Instructions for Completing Form PW30R

“Employer Registration for Use of 4 Day / 10 Hour Work Schedule”

Before completing Form PW30R check to be sure …

• There is a Dispensation of Hours in place on the project.

• The 4 Day / 10 Hour Work Schedule applies to the Job Classifications you will be using.

• The 4 Day / 10 Hour Work Schedule applies to the County / Counties where the work will take place.

5.31

Page 78: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

PW-30R (08 -12)

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

Date :

Name:

Title:

Company Name:

City: State:

Fax Number: Email Address:

Contractor Information

Address:

Zip Code:

Project PRC#:

Exact Location of Project:

Project Information

Requestor Information

Project Name/Type:

(If you are Subcontractor) Prime Contractor Name:

Contact Person:

FEIN:

Phone Number

Phone No: Fax No: Email:

1 of 4

County:

Job Classification(s) to Work 4/10 Schedule: (Choose all that apply on Job Classification Checklist - Pages 2 & 3) *** Do not write in any additional Classifications or Counties***

Before completing Form PW30R check to be sure … There is a Dispensation of Hours in place on the project. The 4 Day / 10 Hour Work Schedule applies to the Job Classifications you will be using. The 4 Day / 10 Hour Work Schedule applies to the County / Counties where the work will take place.

Please Type or Print the Requested Information

When completed … Mail to NYSDOL Bureau of Public Work, SOBC, Bldg. 12, Rm.130, Albany, NY 12240 -or- Fax to NYSDOL Bureau of Public Work at (518) 485-1870

Employer Registration for Use of 4 Day / 10 Hour Work Schedule

5.32

Page 79: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Job Classification Checklist (Place a checkmark by all classifications that will be using the 4/10 schedule)

*** Do not write in any additional Classifications or Counties***

Job Classification Tag # Applicable Counties Check Box

Carpenter - Building 1042 Clinton, Essex, Franklin

Carpenter - Building 370Albany, Fulton, Greene, Montgomery, Rensselaer, Schenectady, Schoharie

Carpenter - Building 370Z2 Hamilton, Warren, Washington

Carpenter - Building 370Z3 Saratoga

Carpenter - Heavy&Highway 370Saratoga Saratoga

Carpenter - Heavy&Highway 370/1042H/H Clinton, Essex, Franklin, Hamilton

Carpenter - Heavy&Highway 370H/HAlbany, Fulton, Montgomery, Rensselaer, Schenectady, Schoharie, Warren, Washington

Carpenter - Building 85 Livingston, Monroe, Ontario, Wayne, Wyoming

Carpenter - Building 281B Cayuga, Seneca, Yates

Carpenter - Heavy/Highway 281HH Cayuga, Seneca, Yates

Carpenter - Building/Heavy&Highway 280 Genesee, Niagara, Orleans, Wyoming

Carpenter - Building/Heavy&Highway 9 Erie, Cattaraugus

Carpenter - Heavy&Highway 66h Allegany, Chautauqua, Cattaraugus

Carpenter - Building 66 Allegany, Chautauqua, Cattaraugus

Carpenter - Building 277 CST Cortland, Schuyler, 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 277CDO Chenango, Delaware, Otsego

Carpenter - Heavy/Highway 277oneidah Herkimer, Madison, Oneida

Carpenter - Heavy/Highway 277h Os Oswego

Electrician 25m Nassau, Suffolk

Electrician 43Cayuga, Chenango, Cortland, Herkimer, Madison, Oneida, Onondaga, Oswego, Otsego, Tompkins, Wayne

Electrician840Teledata and 840 Z1 Cayuga, Onondaga, Ontario, Seneca, Wayne, Yates

PW-30R (08-12) 2 of 4NYSDOL Bureau of Public Work

5.33

Page 80: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Job Classification Checklist (Place a checkmark by all classifications that will be using the 4/10 schedule)

*** Do not write in any additional Classifications or Counties***

Job Classification Tag # Applicable Counties Check Box

Electrician 86 Genesee, Livingston, Monroe, Ontario, Orleans, Wayne, Wyoming

Electrician 910 Clinton, Essex, Franklin, Jefferson, Lewis, St. Lawrence

Electrician Lineman 1049Line/Gas Nassau, Suffolk

Electrician Lineman 1249a

Albany, Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Rensselaer, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Sullivan, Tioga, Tompkins, Ulster, Warren, Washington, Wayne, Wyoming, Yates

Elevator Constructor 138Columbia, Delaware, Dutchess, Greene, Orange, Putnam, Rockland, Sullivan, Ulster, Westchester

Elevator Constructor 14Allegany, Cattaraugus, Chautauqua, Erie, Genesee, Niagara, Orleans, Wyoming

Elevator Constructor 27Chemung, Livingston, Monroe, Ontario, Schuyler, Seneca, Steuben, Wayne, Yates

Elevator Constructor 35

Albany, Clinton, Columbia, Essex, Franklin, Fulton, Greene, Hamiliton, Herkimer, Montgomery, Oneida, Otsego, Rensselaer, Saratoga, Schenectady, Schoharie, Warren, Washington

Elevator Constructor 62.1Broome, Cayuga, Chenango, Cortland, Delaware, Jefferson, Lewis, Madison, Oneida, Onondaga, Oswego, St. Lawrence, Tioga, Tompkins

Glazier 660Allegany, Cattaraugus, Chautaugua, Erie, Genesee, Niagara, Orleans, Wyoming

Glazier 660rAllegany, Cattaraugus, Chautaugua, Erie, Genesee, Niagara, Orleans, Wyoming

Glazier 677.1Jefferson, Lewis, Livingston, Monroe, Ontario, Seneca, St. Lawrence, Wayne, Yates

Glazier 667.Z-2 Cayuga, Cortland, Herkimer, Madison, Oneida, Onondaga, Oswego

Glazier 677z3Broome, Chemung, Chenango, Delaware, Otsego, Schuyler, Steuben, Tioga, Tompkins

Glazier 667r.2 Cayuga, Cortland, Herkimer, Madison, Oneida, Onondaga, Oswego

Insulator - Heat & Frost 30-Syracuse

Broome, Cayuga, Chemung, Chenango, Cortland, Herkimer, Jefferson, Lewis, Madison, Oneida, Onondaga, Oswego, Otsego, Schuyler, Seneca, St. Lawrence, Tioga, Tompkins

PW-30R (08 -12) 3 of 4NYSDOL Bureau of Public Work

5.34

Page 81: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Job Classification Checklist (Place a checkmark by all classifications that will be using the 4/10 schedule)

*** Do not write in any additional Classifications or Counties***

PW-30R (08 -12)

Job Classification Tag # Applicable Counties Check Box

Laborers - Residential Deconstruction, Demolition 601

Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Cortland, Delaware, Essex, Franklin, Genesee, Jefferson, Lewis, Livingston, Monroe, Onondaga, Ontario, Orleans, Oswego, Schuyler, Seneca, St. Lawrence, Steuben, Tioga, Tompkins, Warren, Wayne, Wyoming, Yates

Laborer - Building 621b Allegany, Cattaraugus, Chautauqua

Laborer - Residential 621r Allegany, Cattaraugus, Chautauqua

Mason - Building/Heavy&Highway 780 Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk

Operating Engineer - Heavy& Highway 832H

Allegany, Chemung, Genesee, Livingston, Monroe, Ontario, Schuyler, Steuben, Wayne, Yates

Operating Engineer - Heavy/Highway 137H/H Putnam, Westchester

Painter 178 B Broome, Chenango, Tioga

Painter 178 E Chemung, Schuyler, Steuben

Painter 178 O Delaware, Otsego

Painter 31Cayuga, Herkimer, Lewis, Madison, Oneida, Onondaga, Ontario, Oswego, Seneca

Painter 38.O Oswego

Painter 4-Buf,Nia,OleanAllegany, Cattaraugus, Chautauqua, Erie, Genesee, Livingston, Niagara, Orleans, Steuben, Wyoming

Painter 4-Jamestown Cattaraugus, Chautauqua

Painter 150 Livingston, Monroe, Ontario, Wayne, Yates

Sheetmetal Worker 46 Livingston, Monroe, Ontario, Seneca, Wayne, Yates

Teamster - Heavy&Highway 294h/hAlbany, Columbia, Fulton, Greene, Montgomery, Rensselaer, Saratoga, Schenectady, Schoharie, Warren, Washington

Teamster - Heavy&Highway 317a.hhAllegany, Cayuga, Cortland, Seneca, Steuben, Tompkins, Wayne, Yates

Teamster - Heavy&Highway 693.H/H Broome, Chenango, Delaware, Otsego, Tioga

Teamster - Building/Heavy&Highway 456 Putnam, Westchester

4 of 4NYSDOL Bureau of Public Work

5.35

Page 82: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

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 theattached Schedule of Prevailing Rates.

Classification It is the duty of the Commissioner of Labor to make the proper classification of workers taking into account whether the work is heavy andhighway, building, sewer and water, tunnel work, or residential, and to make a determination of wages and supplements to be paid orprovided. It is the responsibility of the public work contractor to use the proper rate. If there is a question on the proper classification to beused, please call the district office located nearest the project. District office locations and phone numbers are listed below. Prevailing Wage Schedules are issued separately for "General Construction Projects" and "Residential Construction Projects" on a county-by-county basis. General Construction Rates apply to projects such as: Buildings, Heavy & Highway, and Tunnel and Water & Sewer rates. Residential Construction Rates generally apply to construction, reconstruction, repair, alteration, or demolition of one family, two family, rowhousing, 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 foroccupations or locations not shown on the residential schedule must be obtained from the General Construction Rate Schedule. Pleasecontact the local Bureau of Public Work office before using Residential Rate Schedules, to ensure that the project meets the required criteria.

Paid Holidays Paid Holidays are days for which an eligible employee receives a regular day's pay, but is not required to perform work. If an employeeworks on a day listed as a paid holiday, this remuneration is in addition to payment of the required prevailing rate for the work actuallyperformed.

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 isovertime. However, the specific overtime requirements for each trade or occupation on a public work project may differ. Specific overtimerequirements 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 employeeactually performs work on such holidays. The applicable holidays are listed under HOLIDAYS: OVERTIME. The required rate of pay for these covered holidays can be found in theOVERTIME 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 ofsupplements is for each hour worked, some classifications require the payment or provision of supplements for each hour paid (includingpaid holidays on which no work is performed) and/or may require supplements to be paid or provided at a premium rate for premium hoursworked.

Effective Dates When you review the schedule for a particular occupation, your attention should be directed to the dates above the column of rates. Theseare 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 annualdetermination which takes effect on July 1 of each year. All contractors and subcontractors are required to pay the current prevailing ratesof wages and supplements. If you have any questions please contact the Bureau of Public Work or visit the New York State Department ofLabor website (www.labor.state.ny.us) for current wage rate information.

Apprentice Training Ratios The following are the allowable ratios of registered Apprentices to Journey-workers. For example, the ratio 1:1,1:3 indicates the allowable initial ratio is one Apprentice to one Journeyworker. The Journeyworker must be inplace on the project before an Apprentice is allowed. Then three additional Journeyworkers are needed before a second Apprentice isallowed. The last ratio repeats indefinitely. Therefore, three more Journeyworkers must be present before a third Apprentice can be hired,and so on. Please call Apprentice Training Central Office at (518) 457-6820 if you have any questions.

Title (Trade) Ratio

Boilermaker (Construction) 1:1,1:4

Boilermaker (Shop) 1:1,1:3

Carpenter (Bldg.,H&H, Pile Driver/Dockbuilder) 1:1,1:4

Carpenter (Residential) 1:1,1:3

Electrical (Outside) Lineman 1:1,1:2

Page 27

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579

5.36

Page 83: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Electrician (Inside) 1:1,1:3

Elevator/Escalator Construction & Modernizer 1:1,1:2

Glazier 1:1,1:3

Insulation & Asbestos Worker 1:1,1:3

Iron Worker 1:1,1:4

Laborer 1:1,1:3

Mason 1:1,1:4

Millwright 1:1,1:4

Op Engineer 1:1,1:5

Painter 1:1,1:3

Plumber & Steamfitter 1:1,1:3

Roofer 1:1,1:2

Sheet Metal Worker 1:1,1:3

Sprinkler Fitter 1:1,1:2

If you have any questions concerning the attached schedule or would like additional information, please contact the nearest BUREAU ofPUBLIC WORK District Office or write to:

New York State Department of Labor Bureau of Public Work State Office Campus, Bldg. 12 Albany, NY 12240

District Office Locations: Telephone # FAX #

Bureau of Public Work - Albany 518-457-2744 518-485-0240

Bureau of Public Work - Binghamton 607-721-8005 607-721-8004

Bureau of Public Work - Buffalo 716-847-7159 716-847-7650

Bureau of Public Work - Garden City 516-228-3915 516-794-3518

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

Page 28

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579

5.37

Page 84: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Steuben County General Construction

Asbestos Worker 04/01/2013

JOB DESCRIPTION Asbestos Worker DISTRICT 9ENTIRE COUNTIESAllegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Cortland, Erie, Genesee, Herkimer, Jefferson, Lewis,Livingston, Madison, Monroe, Niagara, Oneida, Onondaga, Ontario, Orleans, Oswego, Otsego, Schuyler, Seneca, St. Lawrence, Steuben,Tioga, Tompkins, Wayne, Wyoming, Yates

WAGESPer hour

07/01/2012

Asbestos WorkerRemoval &Abatement Only $ 32.00

Only for the removal of insulation materials from mechanical systems which are not going to be scrapped.

SUPPLEMENTAL BENEFITSPer hour paid

Journeyman $ 12.00

OVERTIME PAYSee (B, E, *Q, **T, V) on OVERTIME PAGE

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: 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 04/01/2013

JOB DESCRIPTION Boilermaker DISTRICT 3ENTIRE COUNTIESAllegany, Cattaraugus, Chautauqua, Chemung, Erie, Genesee, Livingston, Monroe, Niagara, Ontario, Orleans, Schuyler, Steuben, Wayne,Wyoming, Yates

WAGESPer hour: 07/01/2012

Boilermaker $ 29.64The wage rate will be 90% of the above for Maintenance work on boilers less than 100,000 pph.

SUPPLEMENTAL BENEFITSPer hour worked:

$ 24.30**

OVERTIME PAYSee (B, E, Q) on OVERTIME PAGE

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICESWages per hour:

1000 hour terms at the following percentage of Journeyman's wage:

1st 2nd 3rd 4th 5th 6th 7th 8th65% 65% 70% 75% 80% 85% 90% 95%Note - add $1.00 per hour to the wage rate for 1st through 6th term.

Supplemental Benefits per hour worked:

1st to 6th $ 23.30*7th to 8th 24.30**

Page 29

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579 Steuben County

5.38

Page 85: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

* Note - $22.41 of this amount to be paid at the same premium as the wages.** Note - $ 23.41 of this amount to be paid at the same premium as the wages.

3-7

Carpenter - Building 04/01/2013

JOB DESCRIPTION Carpenter - Building DISTRICT 2ENTIRE COUNTIESSteuben

PARTIAL COUNTIESAllegany: Only the Township of Alfred.

WAGESPer hour

BUILDING: 07/01/2012 06/01/2013Additional

Carpenter $25.00 $ 1.37Floor Coverer 25.00Carpet Layer 25.00Dry-Wall Applicator 25.00Piledriver(Bld)(SEE NOTE BELOW) 25.25*Hazardous Waste Worker** 26.50Diver-Wet-Day*** 61.25Diver-Dry-Day 26.00Dive Tender 26.00

*This rate applies in Steuben Co. only. It does not apply in Allegany Co..**Hazardous Site requiring protective gear.*****Diver rate applies to all hours worked on the day of the dive.

Depth pay for divers: 0' to 80' no additional fee81' to 100' Additional $0.50 per foot101' to 150' Additional $0.75 per foot151' and deeper Additional $1.25 per foot

Penetration pay for divers: 0 to 50' No additional fee51' to 100' Additional $0.75 per foot101' and deeper Additional $1.00 per foot

SUPPLEMENTAL BENEFITSPer hour worked 07/01/2012

Journeymen $ 17.34

OVERTIME PAYSee (B, E, Q) on OVERTIME PAGE

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICESAPPRENTICES:(1) year terms at the following percentage of Journeyman's wage. 1st. 2nd. 3rd. 4th. 50% 60% 70% 80%

SUPPLEMENTAL BENEFITS:Per hour worked: 07/01/2012

1st year Apprentice: $ 9.222nd year Apprentice: $ 9.223rd year Apprentice: $ 11.724th year Apprentice: $ 11.72

2-700

Carpenter - Building / Heavy&Highway 04/01/2013

JOB DESCRIPTION Carpenter - Building / Heavy&Highway DISTRICT 1

Page 30

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579 Steuben County

5.39

Page 86: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

ENTIRE COUNTIESAlbany, Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Erie, Essex,Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Niagara, Oneida,Onondaga, Ontario, Orleans, Oswego, Otsego, Rensselaer, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben,Sullivan, Tioga, Tompkins, Ulster, Warren, Washington, Wayne, Wyoming, Yates

WAGESWages per hour:

07/01/2012 07/01/2013 07/01/2014An Additional An Additional

Carpenter - ONLY forArtificial Turf/SyntheticSport Surface Installer $ 27.21 $ 0.80* $ 0.73*

Note - Does not include the operation of equipment. Please see Operating Engineers rates.

(*)To be allocated at a later date.

SUPPLEMENTAL BENEFITSPer hour Paid:

07/01/2012

Journeyman $ 18.09

OVERTIME PAYSee (B, E, Q) on OVERTIME PAGE

HOLIDAYPaid: See (2, 17) on HOLIDAY PAGEOvertime: See (5, 6, 16) on HOLIDAY PAGENotes:When a holiday falls upon a Saturday, it shall be observed on the preceding Friday. Whan a holiday falls upon a Sunday, it shall beobserved on the following Monday.An employee taking an unexcused day off the regularly scheduled day before or after a paid Holiday shall not receive Holiday pay.

REGISTERED APPRENTICESWages per hour:

One year terms at the following percentage of Journeyman's wage:1st 2nd 3rd 4th50% 60% 70% 80%

Supplemental Benefits per hour paid:07/01/2012

Carpenter1st year term $ 9.092nd year term 14.493rd year term 15.394th year term 16.29

1-42AtSS

Carpenter - Heavy&Highway 04/01/2013

JOB DESCRIPTION Carpenter - Heavy&Highway DISTRICT 2ENTIRE COUNTIESSteuben

WAGESPer hour

07/01/2012 07/01/2013Additional

Heavy/Highway:Carpenter $ 26.54 $ 1.50Certified Welder 27.79Piledriver 26.54Millwright (H/H) 28.04Diver Tender 27.54Diver ( Dry ) 27.54Diver ( Wet )** 62.50Hazardous Waste*** 28.54

**Depth pay for divers: 0' to 80' no additional feePage 31

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579 Steuben County

5.40

Page 87: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

81' to 100' additional $.50 per foot101' to 150' additional $0.75 per foot151' and deeper additional $1.25 per foot

Divers penetration pay 0' to 50' no additional fee51' to 100' additional $.75 per foot101' and deeper additional $1.00 per foot

***When an employee performs work on a hazardous waste site, that is State and/or Federally designated as such, and where relevant Stateand/or Federal regulations require employees to be furnished and those employees use or wear required forms of personal protection.

Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Friday, provided the project duration is more thanforty (40) hours.

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 WorkSchedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project.

SUPPLEMENTAL BENEFITSPer hour worked 07/01/2012

Journeymen $ 17.29

OVERTIME PAYSee (B, E, Q) on OVERTIME PAGE

HOLIDAYPaid: See (2, 17) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICES1 year terms at the following percentage of Journeymen's wage.

1st. 2nd. 3rd. 4th.50% 60% 70% 80%

SUPPLEMENTAL BENEFITS:Per hour worked 07/01/2011

1st term $9.092nd term 9.093rd term 11.594th term 11.59

2-277HH-Ste

Electrician 04/01/2013

JOB DESCRIPTION Electrician DISTRICT 2ENTIRE COUNTIESChemung, Steuben

PARTIAL COUNTIESAllegany: Only the townships of Allen, Almond, Alfred, Andover, Birdsall, Burns, Granger, Grove, Hume, Independence, Ward, Wellsville,West Almond, Willing, and that portion of Amity, Angelica, Belfast, Candeadea, and Scio that lie east of the Genesee River.Schuyler: Only the Townships of Dix, Montour, Orange, Reading and Tyrone.Tioga: Only the Townships of Barton and Nichols.

WAGESPer hour:

07/01/2012 06/03/2013

Electrician $ 32.00 $ 32.25Audio/Sound/Tele/Data $ 32.00 $ 32.25

An additional $2.00 per hour for work on towers, smoke stacks and Wind Turbine Generators over 100' high. An additional $1.00 per hour forwork over 35' high, shafts 25' deep and in tunnels 50' long under construction. An additional $3.00 per hour for work requiring OSHA definedClass A supplied air and $2.00 per hour for work requiring Class B supplied air or respiratory equipment.

SINGLE IRREGULAR WORK SHIFT:When an irregular work shift is mandated by the contracting agency thefollowing hourly rates apply:

Between the hoursof 4:30p.m and 1:00a.m 07/01/2012 06/03/2013

Page 32

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579 Steuben County

5.41

Page 88: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

eight hours constitutes $ 37.54 $ 37.83a work day.

Between the hours 07/01/2012 06/03/2013of 12:30a.m and 9:00a.m $ 42.05 $ 42.38eight hours constitutesa work day.

SUPPLEMENTAL BENEFITSPer hour worked.SEE NOTE *

07/01/2012 06/03/2013

Journeyman $19.25 plus 3% $19.85 plus 3%of gross wage of gross wage

NOTE * For all overtime hours the following portion of the listed supplement for journeymen is to be paid at the premium rate:

07/01/2012 06/03/2013$2.95 $3.25

OVERTIME PAYSee (B, *E, Q) on OVERTIME PAGE*NOTE Work performed on Saturday shall be paid at one and one-half of the hourly rate for the first ten hours and two times the hourly ratetherafter.

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (5, 6, 23) on HOLIDAY PAGE* Day before Christmas is excluded from the IF FALLS ON A WEEKEND clause.

REGISTERED APPRENTICES(1) year terms at the following percent of journeyman's wage.

1st 2nd 3rd 4th 5th40% 50% 60% 70% 80%

SUPPLEMENTAL BENEFITS:Per hour worked.SEE NOTE *

07/01/2012 06/03/2013

1st term $10.30 plus 3% $10.30 plus 3%of gross wage of gross wage

2nd term $14.78 plus 3% $15.08 plus 3%of gross wage of gross wage

3rd term $15.67 plus 3% $16.03 plus 3%of gross wage of gross wage

4th term $16.57 plus 3% $16.99 plus 3%of gross wage of gross wage

5th term $17.46 plus 3% $17.94 plus 3%of gross wage of gross wage

NOTE: * For apprentices 2nd through 5th terms for all overtime hours the following portion of listed supplement is to be paid at premium rate:

2nd term 50% of $ 2.953rd term 60% of $ 2.954th term 70% of $ 2.955th term 80% of $ 2.95

2-139

Elevator Constructor 04/01/2013

JOB DESCRIPTION Elevator Constructor DISTRICT 5ENTIRE COUNTIESChemung, Livingston, Monroe, Ontario, Schuyler, Seneca, Steuben, Wayne, Yates

Page 33

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579 Steuben County

5.42

Page 89: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

WAGESPer hour worked: 07/01/2012 01/01/2013

Elevator Constructor $42.575 $ 42.915Helper (70%) 29.80 30.04

** 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 WorkSchedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project.

SUPPLEMENTAL BENEFITSPer hour worked:

Elevator Constructor / Helper $ 23.835* $ 30.04*

*Add 6% of regular hourly rate for all hours worked

OVERTIME PAYSee (D, O) on OVERTIME PAGE

HOLIDAYPaid: See (5, 6, 16) on HOLIDAY PAGEOvertime: See (5, 6, 16) on HOLIDAY PAGE

REGISTERED APPRENTICES850 hour terms at the following percentage of journeyman's wage.

1st 2nd 3rd 4th 5th 6th 7th 8th50% 55% 65% 65% 70% 70% 80% 80%

Supplemental Benefits per hour worked:

07/01/2012 01/01/2013

Apprentices $ 23.835* $ 25.485*

*Add 6% of regular hourly rate for all hours worked5-27

Glazier 04/01/2013

JOB DESCRIPTION Glazier DISTRICT 5ENTIRE COUNTIESBroome, Chemung, Chenango, Delaware, Otsego, Schuyler, Steuben, Tioga, Tompkins

WAGESPer hour 07/01/2012

Glazier $ 22.60

Additional $.50 per hr for all swing stagework, belt work, open steel or scaffolding over 25' or more from ground, floor or roof levels.

** IMPORTANT NOTICE **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 '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 BENEFITSPer hour worked:

Journeyman $ 15.40

Page 34

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579 Steuben County

5.43

Page 90: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

OVERTIME PAYSee (B, E*, E2, Q**) on OVERTIME PAGE.

*Double time after 8 hours on Saturday.**Note: Emergency work on Sunday is 1 1/2 times the hourly rate.

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICES1000 hour terms at the following percentage of journeyman's wage.

1st. 2nd. 3rd. 4th. 5th. 6th. 7th. 8th.50% 55% 60% 65% 70% 75% 80% 90%

Supplemental Benefits per hour worked:

1st & 2nd terms $ 5.053rd & 4th terms 5.175th & 6th terms 5.317th & 8th terms 5.44

5-677z3

Insulator - Heat & Frost 04/01/2013

JOB DESCRIPTION Insulator - Heat & Frost DISTRICT 5ENTIRE COUNTIESLivingston, Monroe, Ontario, Orleans, Steuben, Wayne, Yates

PARTIAL COUNTIESGenesee: Only the Townships of Batavia, Bergen, Bethany, Byron, Elba, Leroy, Pavilion Stafford and City of Batavia.

WAGESPer hour 07/01/2012

Asbestos Worker $ 25.86Insulation Work (On mechanical systems only)

SUPPLEMENTAL BENEFITSPer hour worked:

Journeyman $ 18.41

OVERTIME PAYSee (B, E, *Q) on OVERTIME PAGE*Triple time for Labor Day if worked.

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICES(1) year terms at the following wage rates.

1st year $ 15.552nd year 15.783rd year 17.484th year 19.465th year 21.73

Supplemental Benefits per hour worked:

Appr. First 1000 Hours $ 8.14Appr. Rest of First year 9.99Appr. 2nd year 16.91Appr. 3rd year 17.91Appr. 4th year 17.91Appr. 5th year 17.91

5-26

Page 35

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579 Steuben County

5.44

Page 91: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Ironworker 04/01/2013

JOB DESCRIPTION Ironworker DISTRICT 3ENTIRE COUNTIESCattaraugus, Chautauqua

PARTIAL COUNTIESAllegany: Entire county except the Towns of Birdsall, Burns and Grove.Erie: All except the Town of Grand Island north of Whitehaven Road.Genesee: Only the Townships of Alabama, Alexander, Darien and PembrokeSteuben: Only the Townships of Canisteo, Freemont, Greenwood,Hartsville, Hornell, Hornellsville, Howard, Jasper, Troupsburg and WestUnionWyoming: Only the Townships of Arcade, Attica, Bennington, Eagle,Gainsville, Java, Orangeville, Pike, Sheldon, Warsaw and Wethersfield.

WAGESPer hour: 07/01/2012 05/01/2013 05/01/14

Additional AdditionalStructural $ 28.03 $ 1.10 $ 1.20Ornamental 28.03 1.10 1.20Layout 28.03 1.10 1.20Rodmen 28.03 1.10 1.20Reinforcing 28.03 1.10 1.20Welders 28.03 1.10 1.20Riggers & Mach. Movers 28.03 1.10 1.20Window Erector 25.68 1.10 1.20Fence Erector 26.60 1.10 1.20

SUPPLEMENTAL BENEFITSPer hour worked:

Fence erectors $ 21.67All others 23.17

OVERTIME PAYSee (B, E, Q) on OVERTIME PAGE

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICESWages per hour:

One year terms at the following wage:1st 2nd 3rd 4th

$ 16.00 $ 18.00 $ 20.00 $ 22.00

Supplemental benefits per hour worked:

1st 2nd 3rd 4th$ 9.28 $ 17.05 $ 18.17 $ 19.28

3-6

Ironworker 04/01/2013

JOB DESCRIPTION Ironworker DISTRICT 5ENTIRE COUNTIESChemung, Livingston, Monroe, Ontario, Yates

PARTIAL COUNTIESAllegany: Only the Townships of Birdsall, Burns, Grove and Middlesex.Genesee: Only the Townships of Batavia, Bergen, Bethany, Byron, Elba, LeRoy, Oakfield, Pavillion, Stafford.Orleans: Only the Townships of Albion, Barre, Carlton, Clarendon, Gaines, Kendall, Murray, and Village of Holley.Schuyler: Only the Townships of Dix, Orange, Reading and Tyron.Steuben: Only the Townships of Addison, Avoca, Bath , Bradford, Cameron, Campbell, Caton, Cohocton, Corning, Dansville, Erwin, Hornby,Lindley, Prattsburg, Pulteney, Rathbone, Thurston, Tuscarora, Urbana, Wayland, Wayne, Wheeler, Woodhull.Wayne: Only the Townships of Arcadia, Lyons, Macedon, Marion, Ontario, Palmyra, Sodus, Walworth, Willamson and Village of Newark.Wyoming: Only the Townships of Castile, Covington, Middlebury, Perry.

WAGESPer hour: 07/01/2012 05/01/2013 05/01/2014

Additional Additional

Structural $ 25.30 $ 1.10 $ 1.20Page 36

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579 Steuben County

5.45

Page 92: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Reinforcing 25.30 1.10 1.20Ornamental 25.30 1.10 1.20Fence Erector 25.30 1.10 1.20Welder 25.30 1.10 1.20Sheeter 25.55 1.10 1.20Stone Derrick Man 25.30 1.10 1.20Mach. Mov./Rigger 25.30 1.10 1.20Precast Concrete Erector 25.30 1.10 1.20Window/Curtainwall Erector 25.30 1.10 1.20Pre-Engineered Building 25.30 1.10 1.20

SUPPLEMENTAL BENEFITSPer hour worked:

Journeyman $ 22.59

OVERTIME PAYSee (B, E, Q) on OVERTIME PAGE

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICESOne year terms at the following rates of journeyman's wage.

1st. 2nd. 3rd. 4th.16.00 18.00 20.00 22.00

Supplemental Benefits per hour worked:

Appr. 1st year $ 9.00Appr. 2nd year 14.95Appr. 3rd year 15.80Appr. 4th year 16.65

5-33.1

Laborer - Building 04/01/2013

JOB DESCRIPTION Laborer - Building DISTRICT 2ENTIRE COUNTIESChemung, Steuben

PARTIAL COUNTIESSchuyler: Entire county except the Township of Catherine including the Village of Odessa.

WAGESGroup #1: Basic, Pipe Layers, Mortar Mixer, Concrete Vibrator, Power-driven Buggie, Well Point(actual Jet Man), Formsetter(curb), WagonDrill Operator, Demolition, Acetylene Burner and Blaster.

Group #2: Air tool operators

Group #3: Rockdrilling & Blasters

Group #4: Asbestos & Toxic Waste

WAGES: (per hour) 07/01/2012

Building Laborer:Group #1 $ 20.50Group #2 21.00Group #3 22.00Group #4 22.00

SUPPLEMENTAL BENEFITSPer hour worked

07/01/2012Journeyman $ 14.62

OVERTIME PAYSee (B, E, Q) on OVERTIME PAGE

HOLIDAYPaid: See (1) on HOLIDAY PAGE

Page 37

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579 Steuben County

5.46

Page 93: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Overtime: See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICES( 1000 ) Hour terms at the following percentage of journeyman'swage.1st 2nd 3rd 4th60% 70% 80% 90%

SUPPLEMENTAL BENEFITS: (per hour worked)

07/01/2012

1st Term $10.302nd Term 11.593rd Term 12.894th Term 13.83

2-785 (1358)

Laborer - Heavy&Highway 04/01/2013

JOB DESCRIPTION Laborer - Heavy&Highway DISTRICT 2ENTIRE COUNTIESChemung, Steuben

PARTIAL COUNTIESSchuyler: Entire county except the Township of Catherine including the Village of Odessa.

WAGESHeavy/Highway Laborer:

GROUP # A: Basic, Drill Helper, Flagman, Outboard and Hand Boats.

GROUP # B: Bull Float, Chain Saw, Concrete Aggregate Bin, Concrete Bootmen, Gin Buggy, Hand or Machine Vibrator, Jack Hammer,Mason Tender, Mortar Mixer, Pavement Breaker, Handlers of Steel Mesh, Small Generators for Laborers' Tools, Installation of BridgeDrainage Pipe, Pipe Layers, Vibrator Type Rollers, Tamper, Drill Doctor, Tail or Screw Operator on Asphalt Paver, Water Pump Operators(1-1/2" and Single Diaphragm), Nozzle (Asphalt, Gunite, Seeding, and Sand Blasting), Laborers on Chain Link Fence Erection, Rock Splitterand Power Unit, Pusher Type Concrete Saw and all other Gas, Electric, Oil and Air Tool Operators, Wrecking Laborer.

GROUP # C: Drilling equipment-only where a separate air compressor unit supplies power, Acetylene Torch Operators, Asphalt Raker andPowderman.

GROUP # D: Blasters, Form Setters, Stone or Granite Curb Setters.

GROUP # E: Hazardous Waste Removal, Asbestos/Lead Abatement/Removal.

SINGLE IRREGULAR WORK SHIFT: A single irregular work shift can start any time from 5:00pm to 1:00am. All employees working a singleirregular work shift on government mandated night work shall be paid an additional $1.75 per hour. This provision shall be effective for workbid on or after July 1,2002.

WAGES: (per hour)

07/01/2012

Heavy/Highway Laborer:GROUP # A $23.18GROUP # B 23.38GROUP # C 23.58GROUP # D 23.78GROUP # E 25.18

SUPPLEMENTAL BENEFITSPer hour worked

Journeyman 07/01/2012$ 16.66

OVERTIME PAYSee (B, E, Q) on OVERTIME PAGE

HOLIDAYPaid: See (5, 6) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGE

Page 38

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579 Steuben County

5.47

Page 94: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

REGISTERED APPRENTICES(1000) Hour terms at the following percentage of journeyman's rate.

1st 2nd 3rd 4th60% 70% 80% 90%

SUPPLEMENTAL BENEFITS:1st term $ 5.852nd term 6.353rd & 4th term 6.85

2-785 (1358)

Laborer - Tunnel 04/01/2013

JOB DESCRIPTION Laborer - Tunnel DISTRICT 2ENTIRE COUNTIESChemung, Steuben

PARTIAL COUNTIESSchuyler: Entire County except the Township of Catherine

WAGESA): Change House man.

B): Miners and all machine men, Safety Miner, All Shaft-work, Caisson work, Laborer, Pitdumpman, Chuck tender, Brakeman,Powderman,Drilling, Blowpipe, all Air Tools, Trigger Scaling, Mipper, Gunniting from Pot to Nozzle, Bit Grinder, Signal men, Concrete man,Shalid Driven Tunnells & Mixed Face and Soft Ground Liner Plate Tunnells in Free Air.

07/01/2012

A): $ 26.36B): $ 26.56Hazardous/ Waste Work $ 28.36

SUPPLEMENTAL BENEFITSPer Hour Worked:

07/01/2012$ 16.66

OVERTIME PAYSEE (B,E,Q) on OVERTIME PAGE

HOLIDAYPAID: SEE (5,6) on HOLIDAY PAGEOVERTIME: SEE (5,6) on HOLIDAY PAGE

REGISTERED APPRENTICES(1000) Hour terms at the following percentage of journeyman's rate.

1st 2nd 3rd 4th60% 70% 80% 90%

SUPPLEMENTAL BENEFITS:1st term $ 5.852nd term 6.353rd & 4th term 6.85

2-785T (CSS)

Lineman Electrician 04/01/2013

JOB DESCRIPTION Lineman Electrician DISTRICT 6ENTIRE COUNTIESAlbany, Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Dutchess,Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Niagara,Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Rensselaer, Rockland, Saratoga, Schenectady, Schoharie,Schuyler, Seneca, St. Lawrence, Steuben, Sullivan, Tioga, Tompkins, Ulster, Warren, Washington, Wayne, Wyoming, Yates

WAGESPer hour:

NOTE: Includes Teledata Work within Ten feet of High Voltage Transmission LinesPage 39

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579 Steuben County

5.48

Page 95: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Below rates applicable on all overhead and underground distribution and maintenance work, and all overhead and underground transmissionline work and the installation of fiber optic cable where no other construction trades are or have been involved. (14.01.01)

07/01/2012

Lineman /Techician $ 42.72Welder/Cable Splicer 42.72Digging Machine Operator 38.45Tractor Trailer Driver 36.31Groundman/Truck Driver 34.18Mechanic 1st Class 34.18Flagman 25.63

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 outsideelectrical work". (14.02.01A)

Lineman/Technician $ 42.72Cable Splicer pipe type cable 46.99Certified Welder pipe type 44.86Digging Machine Operator 38.45Tractor Trailer Driver 36.31Mechanic 1st Class 34.18Groundman/Truck Driver 34.18Flagman 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 andpipe type cable and installation of fiber optic cable. (14.02.01B)

Lineman/Technician/Welder $ 44.01Digging Machine Operator 39.61Tractor Trailer Driver 37.41Groundman/Truck Driver 35.21Mech. 1st Class 35.21Flagman 26.41Certified WelderPipe Type Cable 46.21Cable Splicer pipe type cable 48.41

Additional $1.00 per hour for entire crew when a helicopter is used.

Below rates applicable on all overhead and underground transmission line work & fiber optic cable where other construction trades are orhave been involved. This applies to transmission line work only, not other construction. (14.03.01)

Lineman/Tech./Welder $ 45.23Cable splicer 45.23Digging Machine Operator 40.71Tractor Trailer Driver 38.45Groundman/Truck Driver 36.18Mechanic 1st Class 36.18Flagman 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 WorkSchedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project.

SUPPLEMENTAL BENEFITSPer hour worked including holidays listed below:

The following SUPPLEMENTAL benefits apply to all classification categories of CONSTRUCTION, TRANSMISSION and DISTRIBUTION.

Page 40

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579 Steuben County

5.49

Page 96: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

$ 18.25 *plus 7.5% of

hourly wage paid

OVERTIME PAYSee (B, E, Q,) on OVERTIME PAGE. Double time for all emergency work designated by the Dept. of Jurisdiction.

NOTE: THE FOLLOWING RATES WILL APPLY ON ALL CONTRACTING AGENCY MANDATED SHIFTS OF AT LEAST FIVE ( 5 ) DAYSDURATION 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 %

HOLIDAYPaid See ( 5, 6, 8, 13, 25 ) on HOLIDAY PAGE plus Gov. of NYS Election Day.Overtime See ( 5, 6, 8, 13, 25 ) on HOLIDAY PAGE plus Gov. of NYS Election Day.

SUPPLEMENTS for holidays paid at straight time

REGISTERED APPRENTICES( 1000 ) hr terms at the following percentage of Journeyman's wage.1st 2nd 3rd 4th 5th 6th 7th60% 65% 70% 75% 80% 85% 90%

Supplemental Benefits per hour worked:

The following SUPPLEMENTAL benefits apply to all classification categories of CONSTRUCTION, TRANSMISSION and DISTRIBUTION.

$ 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 04/01/2013

JOB DESCRIPTION Lineman Electrician - Teledata DISTRICT 6ENTIRE COUNTIESAlbany, Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Dutchess,Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Niagara,Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Rensselaer, Rockland, Saratoga, Schenectady, Schoharie,Schuyler, Seneca, St. Lawrence, Steuben, Sullivan, Tioga, Tompkins, Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates

WAGESPer hour:

FOR WORK OUTSIDE BUILDING PROPERTY LINES.

07/01/2012 01/01/2013 01/01/2014

Cable Splicer $ 27.99 $ 28.55 $ 29.12Installer/Repairman 26.57 27.10 27.64Teledata Lineman 26.57 27.10 27.64Technician/Equip Oper 26.57 27.10 27.64Groundman 14.09 14.37 14.66

NOTE: EXCLUDES Teledata work within ten feet of High Voltage (600 volts and over) transmission lines. For this work please seeLINEMAN.

SUPPLEMENTAL BENEFITSPer 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.Page 41

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579 Steuben County

5.50

Page 97: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

OVERTIME PAYSee (B, E, Q) on OVERTIME PAGE

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (5, 6, 16) on HOLIDAY PAGE

6-1249LT - Teledata

Lineman Electrician - Traffic Signal Lighting 04/01/2013

JOB DESCRIPTION Lineman Electrician - Traffic Signal Lighting DISTRICT 6ENTIRE COUNTIESAlbany, Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Cortland, Delaware, Erie, Essex, Franklin,Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Niagara, Oneida, Onondaga,Ontario, Orleans, Oswego, Otsego, Rensselaer, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Sullivan,Tioga, Tompkins, Warren, Washington, Wayne, Wyoming, Yates

WAGESPer hour:

07/01/2012

Lineman/Technician $ 38.25Certified Welder 40.16Digging Mach 34.43Tractor trailer driver 32.51Groundman Truck Driver 30.60Mechanic 1st Class 30.60Flagman 22.95

Above rates applicable on all Lighting and Traffic Signal Systems with the installation, testing, operation, maintenance and repair of all trafficcontrol and illumination projects, traffic monitoring systems, road weather information systems and the installation of Fiber Optic Cable.

SUPPLEMENTAL BENEFITSPer 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 PAYSee (B, E, Q) on OVERTIME PAGE. Note* Double time for all emergency work designated by the Dept. of Jurisdiction

NOTE: THE FOLLOWING RATES WILL APPLY ON ALL CONTRACTING AGENCY MANDATED SHIFTS OF AT LEAST FIVE ( 5 ) DAYSDURATION WORKED BETWEEN THE HOURS LISTED BELOW:

1ST SHIFT 8:00 AM TO 4:30 PM REGULAR RATE2ND 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%

HOLIDAYPaid 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.

REGISTERED APPRENTICESWAGES: ( 1000 ) hour terms at the following percentage of Journeymans Wage.1st 2nd 3rd 4th 5th 6th 7th60% 65% 70% 75% 80% 85% 90%

SUPPLEMENTAL BENEFITS: Same as Journeyman/Technician.6-1249a-LT

Lineman Electrician - Tree Trimmer 04/01/2013

JOB DESCRIPTION Lineman Electrician - Tree Trimmer DISTRICT 6

Page 42

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579 Steuben County

5.51

Page 98: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

ENTIRE COUNTIESAlbany, Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Dutchess,Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Niagara,Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Rensselaer, Rockland, Saratoga, Schenectady, Schoharie,Schuyler, Seneca, St. Lawrence, Steuben, Sullivan, Tioga, Tompkins, Ulster, Warren, Washington, Wayne, Wyoming, Yates

WAGESPer hour:

Applies to line clearance, tree work and right-of-way preparation on all new or existing energized overhead or underground electrical,telephone and CATV lines. This also would include stump removal near underground energized electrical lines, including telephone andCATV lines.

07/01/2012

Tree Trimmer $ 22.08Equip Operator 19.48Mechanic 19.48Truck Driver 16.46Groundman 13.51Flag person 9.62

SUPPLEMENTAL BENEFITSPer hour worked:

$ 7.88 *plus 3% ofhourly 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 PAYSee (B, E, Q) on OVERTIME PAGE

HOLIDAYPaid: See (5, 6, 8, 15, 16, 25) on HOLIDAY PAGEOvertime: See (5, 6, 8, 15, 16, 25) on HOLIDAY PAGE

6-1249TT

Mason - Building 04/01/2013

JOB DESCRIPTION Mason - Building DISTRICT 5ENTIRE COUNTIESChemung, Schuyler, Steuben

PARTIAL COUNTIESAllegany: Only the Townships of Alfred, Almond, Andover and Burns.

WAGESPer Hour: 07/01/2012 07/01/2013 07/01/2014

Additional Additional

Building:Bricklayer $27.02 $ 1.45 $1.45Cement Mason 27.02 1.45 1.45Plasterer 27.02 1.45 1.45Tuck Pointer 27.02 1.45 1.45Stone Mason 27.02 1.45 1.45

SUPPLEMENTAL BENEFITS

Journeyman $ 18.08

OVERTIME PAYSee (B, B2, E, E2, Q) on OVERTIME PAGE

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICES(1) Year Terms at following wage.

Page 43

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579 Steuben County

5.52

Page 99: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

1st 2nd 3rd 4th$ 15.50 $ 16.90 $ 19.76 $ 22.69

Supplemental benefits per hour worked:1st 2nd 3rd 4th

$ 7.01 $ 10.13 $ 11.79 $ 13.375-3b - Co - Z2

Mason - Heavy&Highway 04/01/2013

JOB DESCRIPTION Mason - Heavy&Highway DISTRICT 5ENTIRE COUNTIESAllegany, Broome, Chautauqua, Chemung, Chenango, Cortland, Delaware, Genesee, Livingston, Monroe, Ontario, Orleans, Otsego,Schuyler, Seneca, Steuben, Tioga, Tompkins, Wayne, Wyoming, Yates

PARTIAL COUNTIESCattaraugus: Entire county except in the Township of Perrysburg and the Village of Gowanda only the Bricklayer classification applies.Erie: Only the Bricklayer classification applies.Niagara: Only the Bricklayer classification applies.

WAGESPer hour: 07/01/2012

Cement Mason $ 30.12Bricklayer 30.12

Add $1.00 per hour for work from swing stage or swing scaffold, including rolling scaffold suspended from bridges.

SUPPLEMENTAL BENEFITSPer hour worked:

Journeyman $ 19.16

OVERTIME PAYSee (B, B2, E, E2, Q) on OVERTIME PAGE

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICESWages per hour:

750 hour terms at the following percentage of Journeyman's wage:

1st 2nd 3rd 4th 5th 6th 7th 8th55% 60% 65% 70% 75% 80% 85% 90%

Supplemental benefits per hour worked:

All terms $ 19.165-3h

Mason - Tile Finisher 04/01/2013

JOB DESCRIPTION Mason - Tile Finisher DISTRICT 5ENTIRE COUNTIESAllegany, Broome, Chautauqua, Chemung, Chenango, Cortland, Delaware, Otsego, Schuyler, Steuben, Tioga, Tompkins

PARTIAL COUNTIESCattaraugus: With the exception of the Township of Perrysburg and the Village of Gowanda.

WAGESPer hourBuilding: 07/01/2012

Tile Finisher $ 24.69Marble, Slate, Terrazzo and Tile

Mason finisher 24.69

Page 44

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579 Steuben County

5.53

Page 100: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

SUPPLEMENTAL BENEFITSPer hour worked: $ 12.61

OVERTIME PAYSee (B, B2, E, E2, Q) on OVERTIME PAGE

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICES1st and 2nd term 1200 hours and 3rd term 1300 hours at the following percentage of rate.

1st 2nd 3rd55% 60% 80%

Supplemental Benefits1st 2nd 3rd

$ 8.43 $8.47 $11.235-3TF - Z2

Mason - Tile Setter 04/01/2013

JOB DESCRIPTION Mason - Tile Setter DISTRICT 5ENTIRE COUNTIESAllegany, Broome, Chautauqua, Chemung, Chenango, Cortland, Delaware, Otsego, Schuyler, Steuben, Tioga, Tompkins

PARTIAL COUNTIESCattaraugus: With the exception of the Township of Perrysburg and the Village of Gowanda.

WAGESPer hour: 07/01/2012 07/01/2013 07/01/2014

Additional Additional

Tile Setter: $ 28.28 $ 1.45 $ 1.45

Marble, Slate, Terrazzo and Tile

SUPPLEMENTAL BENEFITSPer hour worked: $13.62

OVERTIME PAYSee (B, B2, E, E2, Q) on OVERTIME PAGE

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICES(1) year terms at the following percentage of joureyman's rate.Terms

1st 2nd 3rd 4th55% 70% 80% 90%

Supplemental Benefits per hour worked:Terms

1st 2nd 3rd 4th$8.63 $ 8.76 $ 13.44 $ 13.53

5-3TS - Z2

Millwright 04/01/2013

JOB DESCRIPTION Millwright DISTRICT 2ENTIRE COUNTIESChemung, Schuyler, Steuben

WAGESPer hour

MILLRIGHTS: 07/01/2012 07/01/2013 07/01/2014Additional Additional

Page 45

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579 Steuben County

5.54

Page 101: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Journeyman $26.87 $1.10 $1.24Certified Welder 28.12Hazardous Waste Work 28.12

SUPPLEMENTAL BENEFITSPer hour worked 07/01/2012

Millright Journeyman $17.10

OVERTIME PAYSee (B, E, Q) on OVERTIME PAGE***NOTE:Saturday may be used as a make-up day and worked at the straight time rate of pay during a work week when conditions such asweather, power failure, fire or natural disaster prevent the performance of work on a regularly scheduled work day. If a make-up day isutilized, a minimum of eight hours must be scheduled.

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICES( 1 ) year terms at the following percentage of journeyman's wage.

1st 2nd 3rd 4th60% 70% 80% 90%

SUPPLEMENTAL BENEFITS: 07/01/2012

Millright Apprentice1st Tern $ 8.502nd Term 17.3553rd Term 18.624th Term 19.885

2-1163 Chemung

Operating Engineer - Building 04/01/2013

JOB DESCRIPTION Operating Engineer - Building DISTRICT 5ENTIRE COUNTIESAllegany, Chemung, Livingston, Monroe, Ontario, Schuyler, Steuben, Wayne, Yates

PARTIAL COUNTIESGenesee: Only that portion of the county that lies east of a line drawn down the center of Route 98, and the entirety of the City of Batavia.

WAGESCranes 1 - Up to & including 25 ton hydraulic cranes, all boom trucksCranes 2 - 26 to 250 ton capacity hydraulic & lattice boom cranes and all "Euro-type" mobile tower craneCranes 3 - 251 ton capacity and over hydraulic and lattice boom cranes.Cranes 4 - All tower cranes (when need to climb up)

CLASS 1: Air Tugger; All terrain telescoping material handler; Clamshell, Dragline, Shovel and similar machines over three-eighths cu.yd.capacity (Fact.rating); Carrier mounted backhoes that swing 360 degrees; Big Generator Plant Hoist (on steel erection); Bridge Crane (alltypes); Cableway; Caisson auger and similar type machine; Crane; Derrick; Dredge; Excavator all purpose hydraulically operated; Forklift(with Factory rating of Fifteen ft. or more of lift); Hoist (on steel erection); Hydraulic/Krupp Drill Type; Mucking Machines; Remote Controlledexcavator with attachments; Ross Carrier (and similar type); Three-Drum Hoist (when all three drums are in use).

CLASS 2: A-Frame Truck; Backfilling Machine; Backhoe - tractor mounted; Barber Green and similar type machines; Belt Crete and similartype machines; Bituminous spreading machine 3/8 yd. capacity or less (Factory Rating); Bulldozer; Carry-all type scraper; Compressors:Four (4) not to exceed 2000 CFM combined capacity; or three (3) or less with more than 1200 CFM but not to exceed 2000 CFM; ConcreteMixer; Concrete Placer; Concrete Pump; Dinky Locomotives (all types); Elevating Grader; Elevator; Fine Grade and Finish Rollers; FineGrade Machines (all kinds); Forklift with Factory rating of less than fifteen (15) feet of lift; Front End Loader; Gunite Pumping Machine; HighPressure Boiler; Hoist (1 or 2 drums); Maintenance Engineer (Mechanic); Mechanical Slurry Machine (all kinds); Mega Mixers and similartype machines; Motor Grader; Post Hole Digger; Pumps (regardless of motive power) no more than four (4) in number not to exceed twenty(20) inches in total capacity; Shot Crete Pumping Machine; Side Boom Tractor; Skid Steer Loader with attachments; Stoner Crusher;Tournadozer and similar types; Tournapull and similar types; Trenching Machines; Welder; Well Drill; Well Point System;EXCEPTION: Single electric pumps up to and including four(4) inches need not be manned.

CLASS 3: Any combination (Not to exceed three (3) pieces of equipment); Compressors - three (3) or less, or not to exceed 1200 CFMcombined capacity; Fireman; Longitudinal Float; Mechanical Heater; Pumps (regardless of motive power) No more than three (3) in number,not to exceed twelve (12) inches total capacity; Roller (Fill and Grade); Rubber Tired Tractor; Welding Machine or Mechanical Conveyor(over 12 ft. in length);EXCEPTION: Single gasoline driven welding machine to 300 amps need not be manned.

CLASS 4: Junior Engineers / OilersPage 46

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579 Steuben County

5.55

Page 102: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Operating Engineer Building

Per hour: 07/01/2012 01/01/2013 07/01/2013

Building:Crane 1 $ 28.61 $ 28.61 $ 29.36Crane 2 31.34 31.34 32.09Crane 3 32.12 32.12 32.87Crane 4 32.89 32.89 33.64

Master Mechanic 29.85 29.85 30.60CLASS # 1 28.61 28.61 29.36CLASS # 2 27.89 27.89 28.64CLASS # 3 25.50 25.50 26.25CLASS # 4 21.44 21.44 22.19

Maintenance, repair and renovation work on nuclear power plant paid 90% of above rates. The above rates do not cover hazardous wasteremoval work, See Heavy/Highway.

SUPPLEMENTAL BENEFITSPer hour worked:

07/01/2012 01/01/2013 07/01/2013

Journeyman $ 22.05 $ 22.55 $ 23.32

OVERTIME PAY See (B,E,E2,Q) on OVERTIME PAGE.

HOLIDAYPaid: See (5, 6) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICES(1) year terms at the following percentage of journeyman's wage.

1st term 60% of class 3 rate2nd term 65% of class 3 rate3rd term 75% of class 2 rate4th term 80% of class 1 rate

Supplemental Benefits per hour worked:$ 22.05 $ 22.55 $ 23.32

5-832B

Operating Engineer - Building - Excavating & Paving 04/01/2013

JOB DESCRIPTION Operating Engineer - Building - Excavating & Paving DISTRICT 5ENTIRE COUNTIESAllegany, Chemung, Livingston, Monroe, Ontario, Schuyler, Steuben, Wayne, Yates

PARTIAL COUNTIESGenesee: Only that portion of the county that lies east of a line drawn down the center of Route 98, and the entirety of the City of Batavia.

WAGESThe following rates apply to "Site Work" which may include site preparation and grading, underground work or paving, athleticfields,skateboard parks and all other work outside the footprint of any building.

CLASS A: All terrain telescoping material handler; Asphalt Paver; Automatic Fine Grader; Backhoe (Except Tractor Mounted, Rubber Tired);Blacktop Plant (Automated); Cableway; Caisson Auger; Central Mix Concrete Plant (Automated); Cherry Picker - over 5 ton capacity; Crane;Cranes and Derricks (steel erection); Dragline; Dual Drum Paver; Excavator-all purpose-Hydraulically operated; Front End Loader (4 c.y. andover); Hoist, Two or Three Drum; Hydro-Axe; Hydraulic/Krupp Drill Type; Pile Driver; Power Grader with elevating loader attachment; QuarryMaster (or equivalent); Remote controlled excavator with attachments; Shovel; Slip Form Paver (if a second man is needed, he shall be anoiler); Tractor Drawn Belt-Type Loader; Truck Crane; Tunnel Shovel;

Page 47

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579 Steuben County

5.56

Page 103: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

CLASS B: Articulated off road material Hauler; Backhoe (tractor mounted, Rubber Tired); Bituminous Spreader and Mixer; Blacktop Plant(non-automated); Boring Machine; Cage Hoist; Central Mix Plant (non-automated) and all concrete batching plants; Cherry Picker (5 tonsand under); Compressor (4 or less) exceeding 2,000 c.f.m. combined capacity; Concrete Paver over 16S; Concrete Pump; Crusher; DrillRigs (tractor mounted); Front-end Loader (under 4 c.y.); Hi-pressure Boiler (15 lbs. and over); Hoist, One Drum; Kolman Plant Loader andsimilar type loaders (if Employer requires another man to clean the screen or to maintain the equipment, he shall be an oiler); MaintenanceEngineer; Maintenance Grease Man; Mechanical Slurry Machine; Mixer for stabilized base self-propelled; Monorail Machine; Plant Engineer;Power Broom; Power Grader; Pump Crete, Ready Mix Concrete Plant; Road Widener; Roller (all above sub-grade); Side Boom; Skid SteerLoader with Attachments; Tractor Scraper; Tractor with Dozer and/or Pusher; Trencher; Winch.

CLASS C: Compressors: 4 not to exceed 2,000 c.f.m. combined capacity; or 3 or less with more than 1,200 c.f.m. but not to exceed 2,000c.f.m.; Compressors (any size but subject to other provisions for compressors), Dust Collectors, Generators, Welding Machines (four of anytype or combination); Concrete Pavement Spreaders and Finishers; Conveyor; Drill, Core; Drill, Well; Electric Pump used in conjunction withWell Point Systems; Farm Tractor with accessories; Fine Grade Machine; Fork Lift; Gunite Machine; Hammers-Hydraulic self-propelled;Locomotive; Post Hole Digger and Post Driver; Pumps, regardless of motive power, not more than 4 in number not to exceed 20" in totalcapacity; Submersible Electric Pumps when used in lieu of well Points; Tractor with towed accessories; Vibrator Compactor; Vibro Tamp;Well Point.

CLASS D: Compressor (any size, but subject to other provisions for compressors), Dust Collectors, Generator, Welding machines (three orless of any type or combination); Concrete Mixer (16S and under); Concrete Saw self propelled; Form Tamper; Mulching Machine; PowerHeaterman; Pumps regardless of motive power no more than 3 in number not to exceed 12" in total capacity; Revinius Widener; SteamCleaner; Tractor.

CLASS E: Junior Engineer

Per hour: 07/01/2012 01/01/2013 07/01/2013

Building Excavatingand Paving:Master Mechanic $ 27.63 $ 27.63 $ 28.38Class A 27.03 27.03 27.78Class B 26.60 26.60 27.35Class C 25.99 25.99 26.74Class D 22.90 22.90 23.65Class E 21.80 21.80 22.55

The above rates do not cover hazardous waste removal work, See Heavy/Highway.

SUPPLEMENTAL BENEFITSPer hour worked:

Journeyman $ 21.70 $ 22.20 $ 22.95

OVERTIME PAY See ( B, E, E2, Q ) on OVERTIME PAGE.

HOLIDAYPaid: See (5, 6) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICES(1) year terms at the following percentage of journeyman's wage.

1st term 60% of Class C rate2nd term 65% of Class C rate3rd term 75% of Class B rate4th term 80% of Class A rate

Supplemental Benefits per hour worked:

$ 21.70 $ 22.20 $ 22.955-832BEX

Operating Engineer - Heavy&Highway 04/01/2013

JOB DESCRIPTION Operating Engineer - Heavy&Highway DISTRICT 5ENTIRE COUNTIES

Page 48

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579 Steuben County

5.57

Page 104: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Allegany, Chemung, Livingston, Monroe, Ontario, Schuyler, Steuben, Wayne, Yates

PARTIAL COUNTIESGenesee: Only that portion of the county that lies east of a line drawn down the center of Route 98, and the entirety of the City of Batavia.

WAGES Crane 1: All tower cranes, including self erecting to be paid $4.00 per hour over Class A rate. Crane 2: All Lattice Boom Cranes: All other cranes with a manufacturer's rating of fifty (50) ton and over, to be paid $3.00 per hour overClass A rate. Crane 3: All hydraulic cranes and derricks with a manufacturer's rating of forty nine (49) ton and below, including boom trucks, to be paid$2.00 per hour over Class A rate.

Crane rates apply when a Certificate of Completence is required by the New York State Department fo Labor.

MASTER MECHANIC:

CLASS A: Asphalt Paver; Automated Concrete Spreader (CMI Type); Automatic Fine Grader; Backhoe (except tractor-mounted, rubbertired); Belt Placer (CMI Type); Blacktop Plant (Auto); Cableway; Caisson Auger; Central Mix Concrete Plant (Automated); Concrete CurbMachine (Self-Propelled, Slipform); Concrete Pump; Dragline; Dredge; Dual Drum Paver; Excavator (All Purpose-Hydraulically Operated)(Gradall or Similar); Fork Lift (Factory Rated 15 feet and Over); Front End Loader (4 cu. yd. and Over); Head Tower (Sauerman or Equal);Hoist (Two or Three Drum); Holland Loader; Horizontal Directional Drill and Power Ram type equipment; Maintenance Engineer; Mine Hoist;Mucking Machine or Mole; Overhead Crane (Gentry or Straddle Type); Pavement Breaker (self-propelled) Wertgen: PB-4 and similar type;Pavement Profiler over 105 horsepower; Pavement Rubbleizer; Pile Driver; Power Grader; Quad 9; Scraper; Shovel; Side Boom; Slip FormPaver (If a second man is needed, he shall be an Oiler); Tractor Drawn Belt-Type Loader; Truck or Trailer Mounted Log Chipper (Self Feederwith Loader); Tug Boat moving equipment or materials; Tunnel Shovel.

CLASS B: Backhoe (Tractor-Mounted, Rubber Tired); Bituminous Spreader & Mixer; Blacktop Plant (Non-automated); Blast or Rotary Drill(Truck or Tractor Mounted); Boring Machine; Cage Hoist; Central Mix Plant (Non Automated) and All Concrete Batching Plants;Compressors (4 or less) exceeding 2,000 c.f.m. combined capacity; Core Drill; Crusher; Diesel Power Unit; Drill Rigs hydraulic Krupp type);Drill Rigs (Tractor Mounted); Fork Lift (Factory rated under 15 feet); Front End Loader (Under 4 cu. yd.); Hoist (One Drum); HorizontalDirectional Drill Locator; Hydro-Axe; Hydro-Blaster (self-propelled, non-manually operated); 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; Log Skidder; Lubrication Engineer/Greaseman; Mixer (for stabilized base self-propelled); Monorail Machine; Pavement Profiler105 horsepower and under; Plant Engineer; Pump Crete; Ready Mix Concrete Plant; Refrigeration Equipment (for soil stabilization); RoadWidener; Roller (all above sub-grade); Sea Mule; Skid Steer Loader with attachments; Tractor with Dozer and/or Pusher; Trencher; TuggerHoist; Vacuum Blasting Machine (self-propelled, non-manually operated); Vacuum Truck; Vermeer Type Saw; Welder; Winch; Winch Cat.

CLASS C: A Frame Truck; Articulated Off Road Material Hauler; Aggregate Plant; Ballast Regulator (ride on); Cement and Bin Operator;Compressors (4 not to exceed 2,000 c.f.m. combined capacity: or 3 or less with more than 1,200 c.f.m. but not to exceed 2,000 c.f.m.);Compressors (any size but subject to other provisions for compressors), Dust Collectors, Generators, Pumps, Welding Machines, LightPlants (4 of any type or combination); Concrete Pavement Spreaders and Finishers; Concrete Saw, (self-propelled); Conveyor; DeckEquipment Operator (Marine); Electric Pump Used in Conjunction with well-point system; Farm Tractor with Accessories; Fine GradeMachine; Form Tamper; Grout Pump; Gunite Machine; Hammers (hydraulic-self propelled); Hydro-Spiker (ride-on); Hydraulic Pump (jackingsystem); Hydroblaster (low pressure cleaning); Light Plants; Mulching Machine; Oiler; Parapet Concrete or Pavement Grinder; Post HoleDigger & Post Driver; Power Broom (towed); Power Heaterman; Power Sweeper; Revinius Widener; Roller (grade & fill); Scarifier (ride-on);Shell Winder; Span-Saw (ride-on); Steam Cleaner; Submersible Electric Pump (when used in lieu of well point system); Tamper (ride-on);Tie Extractor (ride-on); Tie Handler (ride-on); Tie Inserter (ride-on); Tie Spacer (ride-on); Track Liner (ride-on); Tractor (with or Without towedaccessories); Vibratory Compactor; Vibro Tamp; Well Drill; Well Point.

Per hour: 07/01/2012

Crane 1 $ 39.11Crane 2 38.11Crane 3 37.11

Master Mechanic 36.37

CLASS A 35.11CLASS B 34.40CLASS C 31.54

Additional 2.50 per hr. for E.P.A. or D.E.C. certified toxic or hazardous waste work.

A single irregular work shift can start any time from 5:00 pm to 1:00 am.All employees who work a single irregular work shift on Governmental mandated night work shall be paid and additional $1.75 per hr.effective for work bid on or after September 01,2000.

** IMPORTANT NOTICE - EFFECTIVE 04/01/2009 **Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Friday.

Page 49

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579 Steuben County

5.58

Page 105: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

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 WorkSchedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project.

SUPPLEMENTAL BENEFITSPer hour worked:

Journeyman $ 22.73

OVERTIME PAYSee (B, E, Q) on OVERTIME PAGE

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICES(1000) hour terms at the following percentages.

1st term 60% of Class C2nd term 65% of Class C3rd term 70% of Class B4th Term 75% of Class A

Supplemental Benefits per hour worked:

$ 22.735-832H

Operating Engineer - Marine Construction 04/01/2013

JOB DESCRIPTION Operating Engineer - Marine Construction DISTRICT 4ENTIRE COUNTIESAlbany, Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware,Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Kings, Lewis, Livingston, Madison, Monroe,Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Queens, Rensselaer,Richmond, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Suffolk, Sullivan, Tioga, Tompkins,Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates

WAGESPer Hour:DREDGING OPERATIONS 07/01/2012CLASS AOperator, Leverman, $ 32.89Lead Dredgeman

CLASS A1 To conform to Operating EngineerDozer,Front Loader Prevailing Wage in locality where workOperator is being performed including benefits.

CLASS BSpider/Spill Barge Operator, $ 28.49Tug Operator(over1000hp),OperatorII, Fill Placer,Derrick Operator, Engineer,Chief Mate, Electrician,Chief Welder,Maintenance Engineer

Certified Welder, $ 26.84Boat Operator(licensed)

CLASS CDrag Barge Operator, $ 26.14Steward, Mate,Assistant Fill Placer,

Welder (please add)$ 0.06

Boat Operator $ 25.29

Page 50

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579 Steuben County

5.59

Page 106: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

CLASS DShoreman, Deckhand, $ 21.09Rodman, Scowman, Cook,Messman, Porter/Janitor

Oiler(please add)$ 0.09

SUPPLEMENTAL BENEFITSPer Hour:THE FOLLOWING SUPPLEMENTAL BENEFITS APPLY TO ALL CATEGORIES

07/01/2012All Classes A & B $ 8.45 plus 7%

of straight timewage overtime hoursadd $ 0.63

All Class C $ 8.10 plus 8%of straight timewage overtime hoursadd $ 0.48

All Class D $ 7.85 plus 8%of straight timewage overtime hoursadd $ 0.33

OVERTIME PAYSee (B, F, R) on OVERTIME PAGE

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (5, 6, 8, 15, 26) on HOLIDAY PAGE

4-25a-MarConst

Operating Engineer - Pipeline 04/01/2013

JOB DESCRIPTION Operating Engineer - Pipeline DISTRICT 5ENTIRE COUNTIESAllegany, Chemung, Livingston, Monroe, Ontario, Schuyler, Steuben, Wayne, Yates

PARTIAL COUNTIESGenesee: 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.

WAGESTower Cranes:

Will be manned by two (2) Class A operators who will receive $ 4.00 per hour over the Class A rate. Tower cranes to includestationary, rail mounted, truck or carrier mounted and crawler mounted, hydraulic or friction. For any mode of power, crew tobe assigned to crane upon start of erection and will be employed until crane is dismantled and shipped off job. A MaintenanceEngineer (Mechanic) will be employed to assist assembly, jacking of crane and disassembly. One operator is required on anyPotain HDT 80 self erecting mobile tower crane or similar.

Crane Rates: **Crane 1: All tower cranes, including self erecting to be paid $ 4.00 per hour over 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 $ 3.00per hour over Class A rate.Crane 3: All hydraulic cranes and derricks with a manufacturer's rating of 49 ton and below, including boom trucks, to be paid $2.00 per hour over Class A rate.

** Crane rates apply when a Certificate of Competence is required by the New York State Department of Labor.

Classification IBackhoes, Hydraulic Backhoes, Draglines, All cranes, Front end loaders - 4 c.y. and over, Caisson auger operator, Generator with vibratorypile hammers (a) if mounted on crane, Oiler will cover and receive Class I rate, if unattached from crane, a Class II engineer will be required.Truck or trailer mounted log chipper (self feeder), Tug operator, Mechanics, and Boom Truck w/100' and over (boom & jib).

Classification II

Page 51

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579 Steuben County

5.60

Page 107: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Hydraulic tractor mounted rubber tired backhoe, Trenching machine, Bulldozer, Rubber tired pay loader, Front end loader under 4 c.y., Roadcrossing boring machine, Side boom, Cherry pickers, Swing cranes, Hydrotamp or equivalent, Compressors over 500cfm, Starting engineer,Maintenance grease man, Well point or electric pumps used in connection with well point system, L.C.M. work boat operator, Sea Mule,Pump, Air compressor, Greaser and fuel truck men, Mechanic's helper, Oiler, Cleaning and doping machine, Welding machine, Vermeersaw, Skid steer loader, Forklift, Log skidder, Hydo axe, Boom truck w/ under 100' (boom & jib) and padding machine.

For any equipment not mentioned above refer to Heavy Highway rates.

Per hour: 07/01/2012 07/01/2013 07/01/2014

Master Mechanic* $ 36.29 $ 37.44 $ 38.59Class I* 35.03 36.18 37.33Class II* 34.32 35.47 36.62

* When an employee is required by Federal, State, Owner or Employer rules or regulations to wear any type of respiratory protection in theA, B, or C classifications for such respiratory equipment said employee shall receive his regular hourly rate plus $ 2.50 per hour premium.Paper dust masks are excluded from coverage in this section.

The following wage rates shall apply to the following work only:Small bore pipe (12 inch and under), all plastic pipe and fiber optic (distribution lines, commonly referred to as city or localwork) only.

Per Hour 07/01/2012 07/01/2013 07/01/2014

Small Bore Pipe $ 28.30 $ 29.59 $ 30.95

SUPPLEMENTAL BENEFITSPer hour worked:

Operator $ 22.65 $ 23.55 $ 24.45

Small Bore Pipe $ 16.40 $ 16.90 $ 17.40

OVERTIME PAYSee (B, E, Q) on OVERTIME PAGE

HOLIDAYPaid: See (5, 6) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGE

5-832P

Operating Engineer - Survey Crew 04/01/2013

JOB DESCRIPTION Operating Engineer - Survey Crew DISTRICT 6ENTIRE COUNTIESAlbany, 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 COUNTIESDutchess: : The Northern portion of the county from the Northern boundry line of the City of Poughkeepsie North.Genesee: Only that portion of the county that lies east of a line down the center of Route 98 to include all area that lies within the City ofBatavia

WAGESPer hour:

SURVEY CLASSIFICATIONS: Party Chief- One who directs a survey party. Instrument person- One who runs the instrument and assists theParty 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

Page 52

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579 Steuben County

5.61

Page 108: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Per hour worked:

Journeyman $ 21.75

OVERTIME PAYSee (B, E, Q) on OVERTIME PAGE

HOLIDAYPaid: See (5, 6) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICESWAGES: (1 yr. or 1000 hrs.) terms at the following wage rates.

1st year 60% $ 17.912nd year 70% 20.893rd year 80% 23.88

SUPPLEMENTAL BENEFITS:$ 21.75

6-545 D.H.H.

Operating Engineer - Survey Crew - Consulting Engineer 04/01/2013

JOB DESCRIPTION Operating Engineer - Survey Crew - Consulting Engineer DISTRICT 6ENTIRE COUNTIESAlbany, 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 COUNTIESDutchess: 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 lieswithin the City of Batavia.

WAGESPer hour:

Feasibility and preliminary design surveying, line and grade surveying for inspection or supervision of constructionwhen 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.

07/01/2012Survey Rates:Party Chief $ 32.62Instrument/Rodperson 29.85

Additional $3.00 per hr. for work in a Tunnel.Additional $2.50 per hr. for EPA or DEC certified toxic or hazardous waste work

SUPPLEMENTAL BENEFITSPer hour worked:

$ 21.75

OVERTIME PAYSee (B, E, Q) on OVERTIME PAGE

HOLIDAYPaid: See (5, 6) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGE

6-545 DCE

Operating Engineer - Tunnel 04/01/2013

JOB DESCRIPTION Operating Engineer - Tunnel DISTRICT 5ENTIRE COUNTIES

Page 53

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579 Steuben County

5.62

Page 109: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

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 COUNTIESDutchess: Northern part of Dutchess to the northern boundary line of the City of Poughkeepie then due east to Route 115 to Bedelt Roadthen east along Bedelt Road to VanWagner Road then north along VanWagner Road to Bower Road then east along Bower Road to Rte. 44east 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 theTown 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 overClass 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), HoistShaft; Hoist (two or three Drum); Mine Hoist; Maintenance Engineer (Shaft and Tunnel) ; Mine Hoist; Mucking Machine or Mole, OverheadCrane (Gantry or Straddle Type); Pile Driver; Power Grader; Remote Controlled Mole or Tunnel Mach.; Scraper; Shovel; Side Boom; SlipForm 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(Moleand Similar Types).

CLASS B: Automated Central Mix Concrete Plant; Backhoe Trac-Mtd, Rubber Tired); Backhoe (topside); Bitum. Spred. & Mixer, BlacktopPlant non-automated); Blast or Rotary Drill (Truck or Tractor Mounted); Boring Machine; Cage Hoist; Central Mix Plant(NonAutomated) andAll Concrete Batching Plants; Compressors (4 or less exceeding 2,000 c.f.m. combined capacity); Concrete Pump; Crusher; Diesel PowerUnit; 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 shallbe 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 Mule; 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 than1200 cfm. but not to exceed 2,000 cfm); Compressors (any size but subject to other provisions for compressors-Dust Collectors, Generators,Pumps, Welding Machines, Light Plants-4 of any type or combination); Concrete Pavement Spreaders and Finishers; Conveyor; Drill (core);Drill well; Elec Pump Used in Conjunction with Well Point System; Farm Tractor with Accessories; Fine Grade Machine; ForkLift (under 15ft); 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 Spacerand 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-anytype or combination); Concrete Saw (self propelled); Fireman; Form Tamper; Hydraulic Pump (jacking system); Light Plants; MulchingMachine; Oiler; Parapet Concrete or Pavement Grinder; Power Broome towed; Power Heaterman; Revinius Widener; Shell Winder; SteamCleaner and Tractor; Greaseman; Junior Engineer.

Per hour: 07/01/2012 07/01/2013 07/01/2014

Crane 1 $ 41.28 $ 42.48 $ 43.68

Crane 2 40.28 41.48 42.68

Crane 3 39.28 40.48 41.68

Master Mechanic 39.41 40.61 41.81

CLASS A 37.28 38.48 39.68

CLASS B 36.06 37.26 38.46

Page 54

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579 Steuben County

5.63

Page 110: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

CLASS C 33.27 34.47 35.67

CLASS D 30.26 31.46 32.66

SUPPLEMENTAL BENEFITSPer hour paid:Journeyman $ 22.75 $ 23.65 $ 24.55

OVERTIME PAYSee (B, B2, E, Q) on OVERTIME PAGE

HOLIDAYPaid: See (5, 6) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICES(1000) hours terms at the following percentages.

1st term 60% of Class D2nd term 65% of Class C3rd term 70% of Class B4th term 75% of Class A

Supplemental Benefits per hour paid:

$ 22.75 $ 23.65 $ 24.555-832TL.

Painter 04/01/2013

JOB DESCRIPTION Painter DISTRICT 3ENTIRE COUNTIESAllegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Cortland, Delaware, Erie, Genesee, Herkimer, Jefferson,Lewis, Livingston, Madison, Monroe, Niagara, Oneida, Onondaga, Ontario, Orleans, Oswego, Otsego, Schuyler, Seneca, St. Lawrence,Steuben, Tioga, Tompkins, Wayne, Wyoming, Yates

WAGESPer hour: 07/01/2012 05/01/2013 05/01/2014

Additional AdditionalBridge* $ 35.70 $ 2.00 $ 2.00Tunnel* 35.70 2.00 2.00Tank* 33.70 2.00 2.00

For Bridge Painting Contracts, ALL WORKERS on and off the bridge (including Flagmen) are to be paid Painter's Rate; the contract must beONLY for Bridge Painting.

* Note an additional $1.00 per hour is required when the contracting agency or project specification requires any shift to start prior to 6:00amor after 12:00 noon.

SUPPLEMENTAL BENEFITSPer hour worked:

$ 21.30

OVERTIME PAYExterior work only See ( B, E4*, F, R ) on OVERTIME PAGE.All other work See ( B, F, R ) on OVERTIME PAGE.

* Note - Saturday is payable at straight time if the employee misses work, except where a doctor's or hospital verification of illness isproduced Monday through Friday when work was available to the employee.

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICESWages per hour:

1000 hour terms at the following percentage of Journeyman's wage rate:1st 2nd 3rd 4th 5th 6th50% 55% 60% 65% 75% 85%

Supplemental benefits per hour worked:Page 55

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579 Steuben County

5.64

Page 111: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

1st & 2nd terms $ 3.073rd & 4th terms 5.075th & 6th terms 6.07

3-4-Bridge, Tunnel, Tank

Painter 04/01/2013

JOB DESCRIPTION Painter DISTRICT 3ENTIRE COUNTIESAllegany, Erie, Genesee, Niagara, Orleans, Wyoming

PARTIAL COUNTIESCattaraugus: Entire County except the Townships of Conewango, Leon, Napoli, New Albion, Randolph and South Valley.Chautauqua: Only the Townships of Awkright, Dunkirk, Hanover, Pomfret, Portland, Sheridan and Villenova.Livingston: Only the Townships of North Dansville, Nunda, Ossian,Portage, Sparta, Spring Water and West Sparta.Steuben: Only the Townships of Avoca, Canisteo, Cohocton, Dansville,Fremont, Greenwood, Hartsville, Hornellsville, Howard, Jasper,Prattsburg, Pulteney, Troupsburg, Tuscarora, Urbana, Wayland, Wayne, Woodhull, West Union, Wheeler, and the City of Hornell.

WAGESPer hour: 07/01/2012 05/01/2013 05/01/2014

Additional AdditionalBasic Rate (Brush & Roll) $ 24.68 $ 0.74 $ 1.04Spray painting, wallcovering 24.93 0.74 1.04Abrasive and hyroblasting 24.93 0.74 1.04Taping/DryWall Finisher 25.18 0.74 1.04Skeleton Steel* 25.43 0.74 1.04

* Skeleton Steel: No floors, walls or ceiling are constructed, including radio and television towers, flagpoles, smokestacks, cranes and theabatement of coatings with lead, asbestos and/or arsenic, etc.

** 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 WorkSchedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project.

SUPPLEMENTAL BENEFITSPer hour worked:

$ 19.86

OVERTIME PAYExterior work only See ( B, E4*, F, R ) on OVERTIME PAGE.All other work See ( B, F, R ) on OVERTIME PAGE.

*Note - Saturday is payable at straight time if the employee misses work, except where a doctor's or hospital verification of illness isproduced Monday through Friday when work was available to the employee.

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICESWages per hour:

Painter/Decorator: 1000 hour terms at the following percentage of Journeyman's Basic wage rate:1st 2nd 3rd 4th 5th 6th 7th 8th50% 55% 60% 65% 70% 75% 80% 90%Taper/Drywall Finisher: 1000 hour terms at the following percentage of Journeyman's Taper wage:1st 2nd 3rd 4th 5th 6th50% 55% 60% 65% 75% 85%

Supplemental benefits per hour worked:

Painter/Decorator and Taper/Drywall Finisher:1st & 2nd terms $ 2.073rd & 4th terms 5.07All other terms 6.07

3-4-Buf, Nia, Olean

Page 56

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579 Steuben County

5.65

Page 112: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Painter 04/01/2013

JOB DESCRIPTION Painter DISTRICT 2ENTIRE COUNTIESChemung, Schuyler

PARTIAL COUNTIESSteuben: Only the Townships of Addison, Bath, Bradford, Cameron, Campbell, Caton, Corning, Erwin, Hornby, Lindley, Rathbone andThurston.

WAGESPer hour

07/01/2012 5/1/13 5/1/14 5/1/15 5/1/16

Additl Additl Additl Additl

Brush, roll, taper $20.61 $ 0.72 $ 0.72 $ 0.72 $ 0.72*Spray Work/Spray Epoxy 21.61 $0.72 $0.72 $0.72 $0.72

(solvent base) 21.61Swing Chair or Swing Scaffold 21.61Steeplejack 22.61Sandblasting/Steam Cleaning 21.61Acid or High Pressure Water 21.61Paper or Vinyl Hangers 21.86Epoxy Brush or Roll 21.86

(solvent base)Drywall Machine Operator/Helper 22.61Structural Steel 21.86

SINGLE IRREGULAR WORK SHIFT:A single irregular work shift can start any time from 2:00pm to 1:00am.All employees who work a single irregular work shift on government mandatednight work shall be paid an additional $2.00 per hour.

*Spray rate does not apply to application of water-based coatings to walls.

** 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 WorkSchedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project.

SUPPLEMENTAL BENEFITSPer hour worked 07/01/2012

Journeymen $ 14.98

OVERTIME PAYSee (B, F, R) on OVERTIME PAGE

HOLIDAYHOLIDAY:Paid: See ( 1 ) on HOLIDAY PAGEOvertime: See (5,6) on HOLIDAY PAGE

REGISTERED APPRENTICESPAINTER APPRENTICES: (750) hour terms (A/B) at the following percentage of journeyman's wage. 1 A 1 B 2 A 2 B 3 A 3 B 4 A 4 B 50% 55% 60% 65% 70% 75% 80% 90%

GRANDFATHERED PAINTER APPRENTICES: Apprentices already indentured as of 5/1/20124000-5001 Hrs. 5001-6000 Hrs. 6001-7000 7001-8000 70% 75% 80% 90%

SUPPLEMENTAL BENEFITS:(per hour worked)07/01/2012

Painter Apprentice1st & 2nd Terms $2.023rd Term 5.02

Page 57

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579 Steuben County

5.66

Page 113: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

4th Term 6.022-178 E

Painter - Metal Polisher 04/01/2013

JOB DESCRIPTION Painter - Metal Polisher DISTRICT 9ENTIRE COUNTIESAlbany, Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware,Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Kings, Lewis, Livingston, Madison, Monroe,Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Queens, Rensselaer,Richmond, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Suffolk, Sullivan, Tioga, Tompkins,Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates

WAGES07/01/2012

Metal Polisher $ 26.11Metal Polisher** $ 27.02Metal Poilsher*** $ 29.61

**Note: Applies on New Construction & complete renovation*** Note: Applies when working on scaffolds over 34 feet.

SUPPLEMENTAL BENEFITSPer Hour: 07/01/2012

Journeyworker:All classification $ 12.92

OVERTIME PAYSee (B, E, Q, T) on OVERTIME PAGE

HOLIDAYPaid: See (5, 6, 11, 15, 16, 25, 26) on HOLIDAY PAGEOvertime: See (5, 6, 9, 11, 15, 16, 25, 26) on HOLIDAY PAGE

REGISTERED APPRENTICESWages per hour:One (1) year term at the following wage rates:

1st 2nd 3rd$13.50 $15.00 $18.00

Supplentals benefits:Per hour paid:

1st 2nd 3rd$10.27 $10.39 $10.63

9-8A/28A-MP

Plumber 04/01/2013

JOB DESCRIPTION Plumber DISTRICT 6ENTIRE COUNTIESChemung, Cortland, Onondaga, Schuyler, Tompkins

PARTIAL COUNTIESMadison: Only the Townships of Sullivan, Cazenovia and De Ruyter.Seneca: Only the Townships of Covert and Lodi.Steuben: Only the Townships of Addison, Bath, Bradford, Campbell, Canton, Corning, Erwin, Hornby, Lindley, Pulteney, Rathbone,Thurston, Tuscarora, Urbana and Wayne.Tioga: Only the Townships of Barton, Berkshire, Candor, Richford, Spencer, Nichols and Tioga.

WAGESPer hour: 07/01/2012

Plumber/Steamfitter $ 30.36Pipefitter/Welder/HVAC 30.36Refrigeration 30.36

*NOTE: THE FOLLOWING RATES WILL APPLY ON ALL CONTRACTING AGENCY MANDATED SHIFTS FOR AT LEAST FIVE (5) DAYSDURATION WORKED BETWEEN THE HOURS LISTED BELOW:

1st Shift 7:30 AM to 4:00 PM $ 30.36

Page 58

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579 Steuben County

5.67

Page 114: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

2nd Shift 4:00 PM to 12:00 Midnight ABOVE RATE PLUS 15%3rd Shift 12:00 Midnight to 7:30 AM ABOVE RATE PLUS 20%

SUPPLEMENTAL BENEFITSPer hour worked:

Journeyman $ 20.67

OVERTIME PAYTime & 1/2 for 9th & 10th hours Monday thru Friday and first 10 hours on Saturday. All other O.T. hours are double-time.

HOLIDAYOvertime: See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICESWages per hour: (1) year terms

1st - $15.18 2nd - $16.70 3rd - $18.22 4th - $21.25 5th - $25.81

Supplemental Benefits per hour worked:

1st - $9.90 2nd - $20.445 3rd - $20.47 4th - $20.52 5th - $20.595

6-267-SF

Plumber 04/01/2013

JOB DESCRIPTION Plumber DISTRICT 5ENTIRE COUNTIESLivingston, Monroe, Ontario, Yates

PARTIAL COUNTIESAllegany: Only the Townships of Alfred, Almond, Andover, Birdsall, Burns, Grove, Independence, Ward, Wellsville, W. Almond, Willing, Scioeast of RT. 19.Genesee: Only the Townships of Bergen, Bethany, Byron, Leroy, Pavillion and Stafford.Orleans: Only the Townships of Albion, Barre, Carlton, Clarendon, Gaines, Kendall and Murray.Seneca: Only the Townships of Fayette, Junius, Ovid, Romulus, Seneca Falls, Tyre, Varick and Waterloo.Steuben: Only the Townships of Avoca, Cameron, Canisteo, Cohocton, Dansville, Freemont, Greenwood, Harsville, Hornell, Hornellville,Howard, Jasper, Pulteney, Prattsburg, Rathbone, Troopsburg, Tuscarora, W. Union, Wayland, Wheeler and Woodhull.Wayne: Only the Townships of Arcadia (Newark), Galen (Clyde), Huron, Macedon, Marion, Lyons, Ontario, Palmyra, Rose, Sodus,Walworth and Williamson.

WAGESPer hour 07/01/2012 07/01/2013 07/01/2014

Additional Additional

Plumber $ 31.08 $ 1.00 $ 1.25Steamfitter 31.08 1.00 1.25

SUPPLEMENTAL BENEFITSPer hour worked:

Journeyman $ 18.58*

*NOTE-$ 2.00 of this amount must be paid at the same premium as the wage.

OVERTIME PAYSite work & New const. See (B*, E,E2,Q)on OVERTIME PAGE.

All other work See ( B*, E, Q )on OVERTIME PAGE.

*Time and one half for work on the day after Thanksgiving.

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICES

Page 59

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579 Steuben County

5.68

Page 115: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

(1) year terms at the following percent of Journeyman's wage.

1st. 2nd. 3rd. 4th. 5th.40% 50% 59% 66% 75%

Supplemental Benefits per hour worked:

Appr. 1st year $ 3.55Appr. 2nd, 3rd & 4th years 12.28Appr. all other years 13.28*

*NOTE-$ 1.00 of this amount must be paid at the same premium as the wage.5-13-SF

Roofer 04/01/2013

JOB DESCRIPTION Roofer DISTRICT 2ENTIRE COUNTIESBroome, Chemung, Chenango, Delaware, Otsego, Schoharie, Schuyler, Steuben, Tioga, Tompkins

WAGESPer hour: 07/01/2012 06/01/2013

*AdditionalRoofer/Waterproofer $ 23.22 $ 0.85Pitch 23.97 0.85

* To be allocated at a future date

SUPPLEMENTAL BENEFITSJourneyman

$ 13.62

OVERTIME PAYSee (B, E, Q) on OVERTIME PAGE

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICES( 1/2 ) year terms at the following percentage of journeyman's wage.

1st. 2nd. 3rd. 4th. 5th. 6th.60% 65% 70% 75% 80% 90%

SUPPLEMENTAL BENEFITS:Apprentices:

1st term $11.162nd term 11.463rd term 11.774th term 12.085th term 12.396th term 13.00

2-203elmi

Sheetmetal Worker 04/01/2013

JOB DESCRIPTION Sheetmetal Worker DISTRICT 2ENTIRE COUNTIESAllegany, Broome, Chemung, Delaware, Otsego, Schuyler, Steuben, Tioga, Tompkins

WAGESSINGLE IRREGULAR WORK SHIFT: A single irregular work shift can start any time from 4:30PM to 12:30AM. All journeymen who work asingle irregular work shift on government mandated night work shall be paid an additional $3.25 per hour. Apprentices rates to be calculatedat the appropriate percentage of journeymen rate.

WAGES:(per hour) 07/01/2012 5/01/2013Additional

Sheetmetal Worker $ 27.60 $ 0.80Polyresin Fiberglass 27.70

SUPPLEMENTAL BENEFITSPage 60

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579 Steuben County

5.69

Page 116: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Journeyman: $ 15.85

OVERTIME PAY See ( B*, E**, Q ) on OVERTIME PAGE.* time and one half the ninth and tenth hours then double time**time and one half for the first ten hours then double time

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICESAPPRENTICES:( 1/2 ) year terms at the following percentages of journeyman's wage.

1st 2nd 3rd 4th 5th 6th 7th 8th40% 45% 50% 55% 60% 65% 70% 80%

SUPPLEMENTAL BENEFITS: Apprentices:

1st term $ 1.032nd term $ 7.423rd term $ 12.564th term $ 12.655th term $ 12.736th term $ 12.817th term $ 12.898th term $ 13.06

2-112

Sprinkler Fitter 04/01/2013

JOB DESCRIPTION Sprinkler Fitter DISTRICT 1ENTIRE COUNTIESAlbany, Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Erie, Essex,Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Niagara, Oneida,Onondaga, Ontario, Orleans, Oswego, Otsego, Rensselaer, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben,Tioga, Tompkins, Warren, Washington, Wayne, Wyoming, Yates

WAGESPer hour

07/01/2012 01/01/2013Sprinkler $ 29.83 $ 29.83Fitter

SUPPLEMENTAL BENEFITSPer hour worked

Journeyman $ 20.37 $ 20.52

OVERTIME PAYSee (B, E, Q) on OVERTIME PAGE

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGENote: When a holiday falls on Sunday, the following Monday shall be considered a holiday and all work performed on either day shall be atthe double time rate. When a holiday falls on Saturday, the preceding Friday shall be considered a holiday and all work performed on eitherday shall be at the double time rate.

REGISTERED APPRENTICESWages 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$ 15.08 $ 15.08 $ 16.26 $ 17.77 $ 19.28 $ 20.79 $ 22.29 $ 23.80 $ 25.31 $ 26.82

Supplemental Benefits per hour worked07/01/2012 01/01/2013

Page 61

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579 Steuben County

5.70

Page 117: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

1st & 2nd Terms $ 8.60 $ 8.603rd Term 14.72 14.874th Term 14.76 14.915th Term 20.06 20.216th Term 20.10 20.257th Term 20.15 20.308th Term 20.19 20.349th Term 20.24 20.3910th Term 20.28 20.43

For Apprentices HIRED ON OR AFTER 04/01/2010:

One Half Year terms at the following wage

1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th$ 13.57 $ 15.08 $ 16.26 $ 17.77 $ 19.28 $ 20.79 $ 22.29 $ 23.80 $ 25.31 $ 26.82

Supplemental Benefits per hour worked07/01/2012 01/01/2013

1st Term $ 8.56 $ 8.562nd Term 8.60 8.603rd Term 14.72 14.874th Term 14.76 14.915th Term 15.31 15.466th Term 15.35 15.507th Term 15.40 15.558th Term 15.44 15.599th Term 15.49 15.6410th Term 15.53 15.68

1-669

Teamster - Building 04/01/2013

JOB DESCRIPTION Teamster - Building DISTRICT 2ENTIRE COUNTIESChemung, Schuyler

PARTIAL COUNTIESSteuben: Only the Townships of Addison, Corning, Bath, Hammondsport,Caton, Lindley, Tuscarora, Woodhull, Erwin, Rathbone, Cameron,Thurston, Campbell, Urbana, Hornby, Bradford and Wayne.Tioga: All townships west of Smithboro including the Town of Smithboro.

WAGESGROUP # A: Straight trucks, winch, transit mix on the site, road oilers, dump trucks, pick-ups, panel, water trucks, fuel trucks on the site(including nozzle).

GROUP # B: Low boy or Low boy trailer.

GROUP # C: Euclids or similar equipment.

WAGES: (per hour)07/01/2012

Building:All Groups $ 20.00

SUPPLEMENTAL BENEFITSSEE NOTE

07/01/12

$ 2.25 (for all hours worked)PLUS $ 3.00 (per hour)pension for the 1st 40 hrs.

OVERTIME PAYSee (B, E, Q) on OVERTIME PAGE

HOLIDAYPaid: See (5, 6, 16) on HOLIDAY PAGEOvertime: See (5, 6, 16) on HOLIDAY PAGE

2-529

Page 62

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579 Steuben County

5.71

Page 118: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Teamster - Building 04/01/2013

JOB DESCRIPTION Teamster - Building DISTRICT 6ENTIRE COUNTIESCayuga, Cortland, Seneca, Tompkins, Yates

PARTIAL COUNTIESAllegany: Only the Townships of Almond, Alfred, Burns and West Almond.Steuben: Only the Townships of Avoca, Canisteo, Cohocton, Dansville,Freemont, Greenwood, Hartsville, Hornell, Howard, Jasper,Prattsburg, Pulteney, Troupsburg, West Union and Wheeler.

WAGESPer hour:

GROUP 1: Warehousemen, Yardmen, Truck Helpers, Pickups, Panel Trucks, Flatboy Material Trucks (straight jobs), Single Axle DumpTrucks, Dumpsters, Material Checkers & Receivers, Greasers, Truck Tiremen, Mechanics Helpers & Parts Chasers.

GROUP 2: Tandems and Batch Trucks, Mechanics .

GROUP 3: Semi-Trailers, Low-boy Trucks, Asphalt Distributor Trucks, and Agitator, Mixer Trucks and dumpcrete type vehicles, TruckMechanic, Fuel Trucks.

GROUP 4: Specialized Earth Moving Equipment, Euclid type, or similar off-highway where not self-loading, Straddle (Ross) Carrier, & self-contained concrete mobile truck.

GROUP 5: Off-highway Tandem Back-Dump, Twin Engine Equipment & Double-Hitched Equipment where not self-loading.

07/01/2012Building:GROUPS #1 thru #4 $ 16.89GROUP #5 16.89

SUPPLEMENTAL BENEFITSPer hour worked:

$ 6.28

OVERTIME PAYSee (B, E, Q) on OVERTIME PAGE

HOLIDAYPaid: See (5, 6, 15) on HOLIDAY PAGEOvertime: See (5, 6, 15) on HOLIDAY PAGE

6-317AB

Teamster - Building / Heavy&Highway 04/01/2013

JOB DESCRIPTION Teamster - Building / Heavy&Highway DISTRICT 5ENTIRE COUNTIESLivingston, Monroe, Ontario, Wayne

PARTIAL COUNTIESGenesee: Only in the Townships of Oakfield, Elba, Batavia, Byron, Alexander, Bethany, Pavillion, Leroy, Stafford and Bergen.Orleans: Only in the Townships of Gaines, Carlton, Barre, Kendall, Murray, Clarendon, and Albion.Steuben: Only in the Township of Wayland.Wyoming: Only in the Townships of Attica, Orangeville, Wethersfield,Eagle, Genesee Falls, Castile, Gainesville, Perry, Warsaw, Middlebury, Covington and Pike.

WAGESPer hour 07/01/2012 07/01/2013

AdditionalHeavy/Highway:Group #1 $ 22.00 $ 1.15*Group #2 22.05 1.15*Group #3 22.10 1.15*Group #4 22.25 1.15*Group #5 22.40 1.15*

* To be allocated at a future date

There shall be a twelve (12) month carryover from the bid date of the posted proposal wage and fringe benefit rates. However, if the projectdocument contains multiyear rate schudules, the Employer shall be obligated to pay wage rates therein as they become effective.

Page 63

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579 Steuben County

5.72

Page 119: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Group #1: Warehousemen, Yardmen, Truck helpers, Pickups, Panel trucks, Flatboy material trucks (straight jobs), Single Axle dump trucks,Dumpsters, Material checkers and receivers, Greasers, Truck tiremen, Mechanics helpers and parts chasers. Rubber-tired tractors (towingor pushing flat body vehicles), Form truck.

GROUP #2: Tandems and batch trucks, Mechanics, Dispatcher, When used as a hauling vehicle the following: Front end loader, A-frameand fork lift.

GROUP #3: Semi-trailers, Low-boy trucks, Asphalt distributor trucks, and Agitator, Mixer trucks and Dumpcrete type vehicles, Truckmechanic, Fuel trucks, Boom truck.

GROUP #4: Specialized earth moving equipment, Euclid type, or similar off-highway equipment, Where not self-loaded, Straddle (Ross)carrier, And self-contained concrete mobile truck, Articulated off road material hauler.

GROUP #5: Off-highway Tandem back-dump, Twin engine equipment and Double-hitched equipment where not self-loaded.

SUPPLEMENTAL BENEFITSPer hour paid:

Journeyman $ 15.75

OVERTIME PAYSee (B, E, Q) on OVERTIME PAGE

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGE

5-118

Teamster - Heavy&Highway 04/01/2013

JOB DESCRIPTION Teamster - Heavy&Highway DISTRICT 6ENTIRE COUNTIESCayuga, Cortland, Seneca, Tompkins, Yates

PARTIAL COUNTIESAllegany: Only the Townships of Almond, Alfred, Burns and West Almond.Steuben: Only the Townships of Avoca, Canisteo, Cohocton, Dansville, Freemont, Greenwood, Hartsville, Hornell, Howard, Jasper,Prattsburg, Pulteney, Troupsburg, West Union and Wheeler.

WAGESPer hour:

GROUP 1: Warehousemen, Yardmen, Truck Helpers, Pickups, Panel Trucks, Flatboy Material Trucks (straight jobs), Single Axle DumpTrucks, Dumpsters, Material Checkers & Receivers, Greasers, Truck Tiremen, Mechanics Helpers and Parts Chasers, Tandems & BatchTrucks, Mechanics, Semi-Trailers, Low-boy Trucks, Asphalt Distributor Trucks, and Agitator, Mixer Trucks and dumpcrete type vehicles,Truck Mechanic, Fuel Trucks.

GROUP 2: Specialized Earth Moving Equipment- Euclid type, or similar off- highway equipment, where not self-loading, Straddle (Ross)Carrier, and self-contained concrete mobile truck, Off-highway Tandem Back-Dump, Twin Engine Equipment and Double-Hitched Equipmentwhere not self-loading.

07/01/2012Heavy/HighwayGROUP #1 $ 21.69GROUP #2 21.89

For work bid on or after April 1, 1982 there shall be a 12 month carry over of the negotiated rate in effect at the time of bid.

** IMPORTANT NOTICE - EFFECTIVE 04/01/2009 **Four (4), ten (10) hour days may be worked at straight time during a week.

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 WorkSchedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project.

SUPPLEMENTAL BENEFITSPer hour paid:

$ 18.88

OVERTIME PAYSee (B, E2, J) on OVERTIME PAGE

Page 64

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579 Steuben County

5.73

Page 120: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

HOLIDAYPaid: See (5, 6) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGE

6-317a.hh

Teamster - Heavy&Highway 04/01/2013

JOB DESCRIPTION Teamster - Heavy&Highway DISTRICT 2ENTIRE COUNTIESChemung, Schuyler

PARTIAL COUNTIESSteuben: Only the Townships of: Addison, Avoca, Bath, Bradford, Cameron, Campbell, Caton, Corning, Erwin, Hornby, Howard, Lindley,Pulteney, Rathbone, Thurston, Urbana, Wayne, Wheeler and Woodhull.Tioga: Only from Nichols/Smithboro towards the City of Elmira.

WAGESGROUP #1: Flatbed (Single Axle), Single Axle Dump Trucks(under 10 yrds single axle), Stake Body Truck (Single Axle), Dumpster (SingleAxle).

GROUP #2:Dump Truck (Over 10 yrds), Transit Mix, Flat or Stake Body (Tandem), A-Frame/Winch Tricks, Dry Batch Trucks, Truck MountedSweeper and Vac Trucks, Buses, Dumpster (Tandem).

Group #3: Euclid-Type, off highway Equipment-Back or Double Bottom Dump Trucks (Over 20 Tons), Straddle Trucks, Pusher, ArticulateDumped Trucks, LowBoy Trailers, Semi Trailers, Asphalt Distributors, Fuel Trucks.

Water Tank, Sprinkler Trucks, Winch Trucks and Fuel Trucks shall be governed by the appropriate classifications as listed above.

WAGES: (per hour) 07/01/2012 05/01/13 05/01/14 05/01/15Additl. Additl. Additl.

Heavy/Highway:

Group #1 $ 19.78 $19.93 $20.39 $20.86Group #2 $ 19.85 20.00 20.46 20.93Group #3: $ 20.34 20.49 20.95 21.42

SUPPLEMENTAL BENEFITS07/01/2012 05/01/13 05/01/14 05/01/15

$ 11.20 $11.36 $11.53 $11.71

OVERTIME PAYSee (B, E, Q) on OVERTIME PAGE

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGE

2-529h

Welder 04/01/2013

JOB DESCRIPTION Welder DISTRICT 1ENTIRE COUNTIESAlbany, Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware,Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Kings, Lewis, Livingston, Madison, Monroe,Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Queens, Rensselaer,Richmond, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Suffolk, Sullivan, Tioga, Tompkins,Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates

WAGESPer hour 07/01/2012

Welder (To be paid the same rate of the mechanic performing the work)

OVERTIME PAYHOLIDAY

1-As Per Trade

Page 65

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579 Steuben County

5.74

Page 121: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Overtime Codes Following is an explanation of the code(s) listed in the OVERTIME section of each classification contained in the attached schedule.Additional requirements may also be listed in the HOLIDAY section.

( A ) Time and one half of the hourly rate after 7 hours per day

( AA ) Time and one half of the hourly rate after 7 and one half hours per day

( 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.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

( E1 ) Time and one half 1st 4 hours on Saturday Double the hourly rate all additional Saturday hours

( E3 ) Between November 1st and March 3rd Saturday may be used as a make-up day at straight time when a day islost during that week due to inclement weather, provided a given employee has worked between 16 and 32hours 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 inclementweather

( E4 ) Saturday and Sunday may be used as a make-up day at straight time when a day is lost during that week dueto inclement weather

( F ) Time and one half of the hourly rate on Saturday and Sunday

( G ) Time and one half of the hourly rate on Saturday and Holidays

( H ) Time and one half of the hourly rate on Saturday, Sunday, and Holidays

( I ) Time and one half of the hourly rate on Sunday

( J ) Time and one half of the hourly rate on Sunday and Holidays

( K ) Time and one half of the hourly rate on Holidays

( L ) Double the hourly rate on Saturday

( M ) Double the hourly rate on Saturday and Sunday

( N ) Double the hourly rate on Saturday and Holidays

( O ) Double the hourly rate on Saturday, Sunday, and Holidays

( P ) Double the hourly rate on Sunday

( Q ) Double the hourly rate on Sunday and Holidays

( R ) Double the hourly rate on Holidays

( S ) Two and one half times the hourly rate for Holidays, if worked

( S1 ) Two and one half times the hourly rate the first 8 hours on Sunday or Holidays One and one half times thehourly rate all additional hours.

( T ) Triple the hourly rate for Holidays, if worked

Page 66

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579

5.75

Page 122: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

NOTE:BENEFITS are PER HOUR WORKED,for each hour worked, unless otherwise noted

( 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.

Page 67

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579

5.76

Page 123: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

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 employeeworks on a day listed as a paid holiday, this remuneration is in addition to payment of the required prevailing rate for the work actuallyperformed. 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 employeeactually performs work on such holidays. The applicable holidays are listed under HOLIDAYS: OVERTIME. The required rate of pay forthese covered holidays can be found in the OVERTIME PAY section listings for each classification. Following is an explanation of the code(s) listed in the HOLIDAY section of each classification contained in the attached schedule. TheHolidays as listed below are to be paid at the wage rates at which the employee is normally classified.

( 1 ) None

( 2 ) Labor Day

( 3 ) Memorial Day and Labor Day

( 4 ) Memorial Day and July 4th

( 5 ) Memorial Day, July 4th, and Labor Day

( 6 ) New Year's, Thanksgiving, and Christmas

( 7 ) Lincoln's Birthday, Washington's Birthday, and Veterans Day

( 8 ) Good Friday

( 9 ) Lincoln's Birthday

( 10 ) Washington's Birthday

( 11 ) Columbus Day

( 12 ) Election Day

( 13 ) Presidential Election Day

( 14 ) 1/2 Day on Presidential Election Day

( 15 ) Veterans Day

( 16 ) Day after Thanksgiving

( 17 ) July 4th

( 18 ) 1/2 Day before Christmas

( 19 ) 1/2 Day before New Years

( 20 ) Thanksgiving

( 21 ) New Year's Day

( 22 ) Christmas

( 23 ) Day before Christmas

( 24 ) Day before New Year's

( 25 ) Presidents' Day

( 26 ) Martin Luther King, Jr. Day

( 27 ) Memorial Day

Page 68

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Apr 01 2013 PRC Number 2013003579

5.77

Page 124: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

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

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)

A. Public Work Contract to be let by: (Enter Data Pertaining to Contracting/Public Agency)

1. Name and complete address 2. 07 City01 DOT 08 Local School District02 OGS 09 Special Local District, i.e.,03 Dormitory Authority Fire, Sewer, Water District

1O Village04 State University11 TownConstruction Fund12 County05 Mental Hygiene

Facilities Corp. 13 Other Non-N.Y. StateFax:Telephone:

06 OTHER N.Y. STATE UNIT (Describe)E-Mail:

check if new or change) 4. SERVICE REQUIRED. Check appropriate box and provide projectinformation.

3. SEND REPLY TO (Name and complete address:

New Schedule of Wages and Supplements.

APPROXIMATE BID DATE :

Additional Occupation and/or Redetermination

PRC NUMBER ISSUED PREVIOUSLY FORTHIS PROJECT :

OFFICE USE ONLYTelephone: Fax:

E-Mail:

B. PROJECT PARTICULARS

6. Location of Project:5.Location on Site

Route No/Street Address

Village or City

Town

County

7. Nature of Project - Check One: 8. OCCUPATION FOR PROJECT :1. New Building Guards, WatchmenConstruction (Building, Heavy2. Addition to Existing Structure Highway/Sewer/Water) Janitors, Porters, Cleaners,

Elevator Operators3. Heavy and Highway Construction (New and Repair) TunnelMoving furniture and4. New Sewer or Waterlineequipment

Residential5. Other New Construction (Explain)

Trash and refuse removalLandscape Maintenance

6. Other Reconstruction, Maintenance, Repair or Alteration Elevator maintenanceWindow cleaners7. Demolition Exterminators, FumigatorsOther (Describe)8. Building Service Contract

SignatureName and Title of Requester10.

SEE PAGE TWO FOR LAWS RELATING TO PUBLIC WORK CONTRACTSPW-39 (04.11)

( ) ( )

Project Title

Description of Work

Contract Identification Number

Note: For NYS units, the OSC Contract No.

NY State Units (see Item 5)

9. Has this project been reviewed for compliance with the Wicks Law involving separate bidding? YES

( ) ( )

As Required by Articles 8 and 9 of the NYS Labor Law

Contracting Agency Architect or Engineering Firm Public Work District Office Date:

(Check if new or change)

Fire Safety Director, NYC Only

NO

5.78

Page 125: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

5.79

Page 126: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

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

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

5.80

Page 127: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

5.81

Page 128: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

AGENCY Fiscal Officer FEIN EMPLOYER NAME EMPLOYERDBA NAME

ADDRESS DEBARMENTSTART DATE

DEBARMENTEND DATE

DOL DOL 4618 FOSTER AVE LLC C/O KAHAN & KAHAN225 BROADWAY-SUITE

715NEW YORK NY 10007

02/05/2013 02/05/2018

DOL NYC A & T IRON WORKS INC 25 CLIFF STREETNEW ROCHELLE NY 10801

12/21/2009 12/21/2014

DOL DOL *****0711 A ULIANO & SON LTD 22 GRIFFEN COURTMILLER PLACE NY 11746

10/26/2010 10/26/2015

DOL DOL A ULIANO CONSTRUCTION 22 GRIFFEN COURTMILLER PLACE NY 11746

10/26/2010 10/26/2015

DOL NYC *****5804 AAR/CO ELECTRIC INC 5902 AVENUE NBROOKLYN NY 11234

03/20/2009 03/20/2014

DOL NYC *****4486 ABBEY PAINTING CORP 21107 28TH AVENUEBAYSIDE NY 11360

07/02/2012 07/02/2017

DOL DOL *****9095 ABDO TILE CO 6179 EAST MOLLOY ROADEAST SYRACUSE NY 13057

06/25/2010 07/02/2017

DOL DOL *****9095 ABDO TILE COMPANY 6179 EAST MOLLOY ROADEAST SYRACUSE NY 13057

06/25/2010 07/02/2017

DOL DOL *****0635 ABOVE ALL PUMP REPAIRCORP

360 KNICKERBOCKERAVENUE

BATAVIA NY 11716

10/20/2008 10/20/2013

DOL DOL *****1219 ABSOLUTE GENERALCONTRACTING INC

1229 AVENUE UBROOKLYN NY 11229

01/28/2013 01/28/2018

DOL AG *****8219 ACTIVE CABLING INC C/O FRANK DECAPITE7 SYCAMORE ROAD

DRWOODBURY NY 11797

10/02/2008 10/01/2013

DOL DOL ADAM A CEMERYS 2718 CURRY ROADSCHENECTADY NY 12303

07/08/2010 07/08/2015

DOL DOL *****7584 ADAM'S FLOOR COVERINGLLC

2718 CURRY ROADSCHENECTADY NY 12303

07/08/2010 02/15/2017

DOL DOL ADESUWA UWUIGBE P O BOX 21-1022BROOKLYN NY 11221

05/16/2012 05/16/2017

DOL DOL AFFORDABLE PAINTING PLUS 367 GREEVES ROADNEW HAMPTON NY 10958

10/01/2010 10/01/2015

DOL DOL ALBERT CASEY 43-28 54TH STREETWOODSIDE NY 11377

07/01/2011 07/01/2016

DOL DOL ALEJANDRO MATOS C/O SEVEN STAR ELECTRICAL23-24 STEINWAY

STREETASTORIA NY 11105

06/27/2011 06/27/2016

DOL DOL *****8740 ALLSTATE ENVIRONMENTALCORP

C/O JOSE MONTAS27 BUTLER PLACEYONKERS

NY 10710

03/18/2011 03/15/2017

DOL DOL *****8534 ALPHA INTERIORS INC 513 ACORN STREET/ SUITE CDEER PARK NY 11729

05/27/2010 05/27/2015

DOL DOL *****4274 AMERICAN STEELMECHANICAL INC

693 PAINTER STREETMEDIA PA 19063

02/20/2013 02/20/2018

DOL DOL *****8291 AMIR'S VISION INC 230 PRATT STREETBUFFALO NY 14204

09/17/2008 09/17/2013

DOL NYC ANDERSON LOPEZ 670 SOUTHERN BLVDBRONX NY 10455

06/14/2011 06/14/2016

DOL DOL ANDREW DIPAUL C/O CONSOLIDATEDINDUSTRI

2051 ROUTE 44/55MODENA NY12548

12/11/2012 12/11/2017

DOL AG ANTHONY BRANCA 700 SUMMER STREETSTAMFORD CT

11/24/2009 11/24/2014

DOL DA ANTHONY CARDINALE 58-48 59TH STREETMASPETH NY 11378

05/16/2012 05/16/2017

DOL DOL ANTHONY POSELLA 30 GLEN HOLLOWROCHESTER NY 14622

10/19/2009 10/19/2014

DOL DOL ANTHONY TAORMINA 215 MCCORMICK DRIVEBOHEMIA NY 11716

05/20/2009 05/20/2014

DOL DOL ANTHONY ULIANO 22 GRIFFEN COURTMILLER PLACE NY 11746

10/26/2010 10/26/2015

DOL DOL *****3020 APCO CONTRACTING CORP 24 SOUTH MARYLANDAVENUE

PORT WASHINGTON NY11050

09/24/2012 09/24/2017

DOL DOL *****8688 ARC MECHANICAL CORP 215 MCCORMICK DRIVEBOHEMIA NY 11716

05/20/2009 05/20/2014

DOL DOL *****8482 ARGO CONTRACTING CORP 5752 WEST WEBB ROADYOUNGSTOWN OH 44515

05/21/2008 05/21/2013

DOL NYC ARIE BAR 5902 AVENUE NBROOKLYN NY 11234

03/20/2009 03/20/2014

DOL DOL *****9336 ARTIERI SPECIALTIES LLC SWITZERSALES

107 STEVENS STREETLOCKPORT NY 14094

11/04/2009 11/04/2014

NYSDOL Bureau of Public Work Debarment List 04/05/2013

Page 1 of 10

Article 8

5.82

Page 129: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

DOL DOL *****3953 ASCPAPE LANDSCAPE &

CONSTRUCTION CORP634 ROUTE 303

BLAUVELT NY 1091307/26/2012 07/26/2017

DOL DOL *****2993 AST DRYWALL & ACOUSTICSINC

46 JOHN STREET - STE 711NEW YORK NY 10038

12/16/2008 12/16/2013

DOL DOL *****2534 B & B CONCRETECONTRACTORS INC

55 OLD TURNPIKE ROADSUITE 612NANUET NY 10954

02/04/2011 02/04/2016

DOL NYC BASIL ROMEO 243-03 137TH AVENUEROSEDALE NY 11422

03/25/2010 03/25/2015

DOL DOL BEATRICE ORTEGA 764 BRADY AVE - APT 631BRONX NY 10462

05/21/2008 05/21/2013

DOL DOL *****2294 BEDELL CONTRACTING CORP 2 TINA LANEHOPEWELL JUNCTION NY

12533

01/06/2012 01/06/2017

DOL DOL BENNY VIGLIOTTI C/O LUVIN CONSTRUCTIONCO

P O BOX 357CARLE PLACE NY11514

03/15/2010 03/15/2015

DOL NYC BERNARD COHNEN 193 HARWOOD PLACEPARAMUS NJ 07652

05/14/2008 05/14/2013

DOL DOL *****6999 BEST ROOFING OF NEWJERSEY LLC

30 MIDLAND AVENUEWALLINGTON NJ 07057

11/05/2010 11/05/2015

DOL DOL BIAGIO CANTISANI 200 FERRIS AVENUEWHITE PLAINS NY 10603

12/04/2009 05/04/2017

DOL DOL *****8501 BLOCKHEAD CONCRETE &PAVING INC

P O BOX 71CHEEKTOWAGA NY 14225

09/03/2008 09/03/2013

DOL NYC *****8377 BOSPHORUS CONSTRUCTIONCORPORATION

3817 KINGS HIGHWAY-STE 1DBROOKLYN NY 11234

06/30/2010 06/30/2015

DOL DOL BRIAN HOXIE 2219 VALLEY DRIVESYRACUSE NY 13207

12/04/2009 12/04/2014

DOL DOL *****4311 C & F SHEET METAL CORP 201 RICHARDS STREETBROOKLYN NY 11231

02/25/2009 02/24/2014

DOL DOL CANTISANI & ASSOCIATESLTD

442 FERRIS AVENUEWHITE PLAINS NY 10603

12/04/2009 05/04/2017

DOL DOL CANTISANI HOLDING LLC 220 FERRIS AVENUEWHITE PLAINS NY 10603

05/04/2012 05/04/2017

DOL DOL *****1143 CARMODY BUILDING CORP 442 ARMONK ROADMOUNT KISCO NY 10549

05/04/2012 05/04/2017

DOL DOL *****3368 CARMODY CONCRETE CORP 442 ARMONK ROADMOUNT KISCO NY 10549

12/04/2009 05/04/2017

DOL DOL CARMODY CONTRACTINGCORP

220 FERRIS AVENUEWHITE PLAINS NY 10603

05/04/2012 05/04/2017

DOL DOL *****6215 CARMODY CONTRACTING INC 220 FERRIS AVENUEWHITE PLAINS NY 10603

05/04/2012 05/04/2017

DOL DOL CARMODY ENTERPRISES LTD 220 FERRIS AVENUEWHITE PLAINS NY 10603

12/04/2009 05/04/2017

DOL DOL *****3812 CARMODY INC 442 ARMONK ROADMOUNT KISCO NY 10549

12/04/2009 05/04/2017

DOL DOL *****3812 CARMODY INDUSTRIES INC 442 FERRIS AVENUEWHITE PLAINS NY 10603

05/04/2012 05/04/2017

DOL DOL CARMODY MAINTENANCECORP

105 KISCO AVENUEMOUNT KISCO NY 10549

05/04/2012 05/04/2017

DOL DOL *****0324 CARMODY MASONRY CORP 442 ARMONK ROADMOUNT KISKO NY 10549

12/04/2009 05/04/2017

DOL DOL *****3812 CARMODY"2" INC 220 FERRIS AVENUEWHITE PLAINS NY 10603

12/04/2009 05/04/2017

DOL DOL *****9721 CATENARY CONSTRUCTIONCORP

112 HUDSON AVENUEROCHESTER NY 14605

02/14/2006 10/20/2014

DOL DOL *****1683 CATONE CONSTRUCTIONCOMPANY INC

294 ALPINE ROADROCHESTER NY 14423

03/09/2012 03/09/2017

DOL DOL CATONE ENTERPRISES INC 225 DAKOTA STREETROCHESTER NY 14423

03/09/2012 03/09/2017

DOL DOL *****7924 CBI CONTRACTINGINCORPORATED

2081 JACKSON AVENUECOPIAGUE NY 11726

06/03/2010 06/03/2015

DOL DOL CHARLES OKRASKI 67 WARD ROADSALT POINT NY 12578

01/21/2011 01/21/2016

DOL DOL CHARLES RIBAUDO 513 ACORN ST - SUITE CDEER PARK NY 11729

05/27/2010 05/27/2015

DOL DOL *****1416 CHEROMINO CONTROLGROUP LLC

61 WILLET ST - SUITE 14PASSAIC NJ 07055

12/03/2009 02/23/2017

DOL DOL CHESTER A BEDELL 1233 WALT WHITMAN ROADMELVILLE NY 11747

04/29/2008 04/29/2013

DOL DOL CHRIS SAVOURY 44 THIELLS-MT IVY ROADPOMONA NY 10970

10/14/2011 10/14/2016

DOL DOL CHRIST R PAPAS C/O TRAC CONSTRUCTIONINC

9091 ERIE ROADANGOLA NY14006

02/03/2011 02/03/2016

NYSDOL Bureau of Public Work Debarment List 04/05/2013

Page 2 of 10

Article 8

5.83

Page 130: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

DOL DOL CHRISTOF PREZBYL 2 TINA LANE

HOPEWELL JUNCTION NY12533

01/06/2012 01/06/2017

DOL DOL CITY GENERAL BUILDERS INC 131 MELROSE STREETBROOKLYN NY 11206

03/02/2010 03/02/2015

DOL DOL *****7086 CITY GENERAL IRON WORKSINC

131 MELROSE STREETBROOKLYN NY 11206

03/02/2010 03/02/2015

DOL DOL *****5329 CNY MECHANICALASSOCIATES INC

P O BOX 250EAST SYRACUSE NY 13057

11/06/2008 11/06/2013

DOL NYC *****1768 COFIRE PAVINGCORPORATION

120-30 28TH AVENUEFLUSHING NY 11354

01/14/2011 01/14/2016

DOL DOL *****8342 CONKLIN PORTFOLIO LLC 60 COLONIAL ROADSTILLWATER NY 12170

02/15/2011 02/15/2016

DOL DOL *****4175 CONSOLIDATED INDUSTRIALSERVICES INC

2051 ROUTE 44/55MODENA NY 12548

12/11/2012 01/28/2018

DOL DOL *****5740 CORTLAND GLASS COMPANYINC

336 TOMPKINS STREETCORTLAND NY 13045

10/21/2010 07/15/2016

DOL NYC *****8777 CROSSLAND ELECTRICALSYSTEMS INC

846 EAST 52ND STREETBROOKLYN NY 11203

12/19/2008 12/29/2013

DOL DOL *****0115 CROW AND SUTTONASSOCIATES INC

949 GROVESIDE ROADBUSKIRK NY 12028

08/27/2008 08/27/2013

DOL DOL *****4266 CRYSTAL INTERIORCONTRACTING INC

922 CRESCENT STREETBROOKLYN NY 11208

05/21/2008 05/21/2013

DOL DOL *****1804 CUSTOM GARDENLANDSCAPING INC

283 NORTH MIDDLETOWNROAD

PEARL RIVER NY 10965

09/28/2009 09/28/2014

DOL DOL *****9453 D & D MASON CONTRACTORSINC

158-11 96TH STREETHOWARD BEACH NY 11414

06/25/2009 06/25/2014

DOL DOL *****0810 D & G PAINTING &DECORATING INC

53 LITTLE COLLABAR ROADMONTGOMERY NY 12549

04/19/2012 04/19/2017

DOL DOL D JAMES SUTTON 949 GROVESIDE ROADBUSKIRK NY 12028

08/27/2008 08/27/2013

DOL DOL DANIEL CELLUCCI ELECTRIC 17 SALISBURY STREETGRAFTON MA 01519

06/02/2010 06/02/2015

DOL DOL *****7129 DANIEL T CELLUCCI DANIELCELLUCCIELECTRIC

17 SALISBURY STREETGRAFTON MA 01519

06/02/2010 06/02/2015

DOL DOL DARIN ANDERSON 134-25 166 PLACE #5EJAMAICA NY 11434

08/07/2008 08/07/2013

DOL DOL DARREN MAYDWELL 115 LEWIS STREETYONKERS NY 10703

05/12/2009 05/12/2014

DOL DOL DEAN ROBBINS III 212 OXFORD WAYSCHENECTADY NY 12309

12/11/2012 02/20/2018

DOL DOL DEANNA J REED 5900 MUD MILL RD-BOX 949BREWERTON NY 13029

09/02/2008 09/02/2013

DOL DOL *****2311 DELCON CONSTRUCTIONCORP

220 WHITE PLAINS ROADTARRYTOWN NY 10591

08/27/2009 08/27/2014

DOL DOL *****3538 DELTA CONTRACTINGPAINTING AND DESIGN INC

75 MCCULLOCH DRIVEDIX HILLS NY 11746

10/19/2010 10/19/2015

DOL DOL DEMETRIOS KOUTSOURAS 530 BEECH STREETNEW HYDE PARK NY 11040

07/02/2012 07/02/2017

DOL DOL DESMOND CHARLES 922 CRESCENT STREETBROOKLYN NY 11208

05/21/2008 05/21/2013

DOL DOL DIANE DEAVER 731 WARWICK TURNPIKEHEWITT NJ 07421

06/25/2012 12/11/2017

DOL DOL DIMITEIUS KASSIMIS 152-65 11TH AVENUEWHITESTONE NY 11357

05/22/2008 05/22/2013

DOL DOL DONALD NOWAK 10 GABY LANECHEEKTOWAGA NY 14227

10/15/2009 10/15/2014

DOL DOL DORIS SKODA C/O APCO CONTRACTINGCORP

24 SOUTH MARYLANDAVENUEPORT WASHINGTON

NY 11050

09/24/2012 09/24/2017

DOL DOL *****6148 DOT CONSTRUCTION OF NYINC

765 BRADY AVE - APT 631BRONX NY 10462

05/21/2008 05/21/2013

DOL DOL DRAGOLJUB RADOJEVIC 61 WILLET ST- SUITE 14 PASSAIC NJ 07055

12/03/2009 07/09/2015

DOL NYC *****6176 E N E L ELECTRICAL CORP 1107 MCDONALD AVENUEBROOKLYN NY 11230

07/30/2010 07/30/2015

DOL DOL *****8011 ECOA CLEANINGCONTRACTORS INC

P O BOX 21-1022BROOKLYN NY 11221

05/16/2012 05/16/2017

DOL NYC *****8074 ECONOMY IRON WORKS INC 670 SOUTHERN BLVDBRONX NY 10455

06/14/2011 06/14/2016

DOL DOL EDWARD L GAUTHIER C/O IMPERIAL MASONRYREST

141 ARGONNEDRIVEKENMORE NY 14217

10/03/2012 10/03/2017

NYSDOL Bureau of Public Work Debarment List 04/05/2013

Page 3 of 10

Article 8

5.84

Page 131: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

DOL DOL EDWARD SUBEH 1 CHELSEA COURT

ATLANTIC CITY NJ 0840110/06/2008 10/06/2013

DOL NYC *****6260 EL TREBOL SPECIALCLEANING INC

95-26 76TH STREETOZONE PARK NY 11416

10/12/2011 10/12/2016

DOL DOL *****3554 ELITE BUILDINGENTERPRISES INC

34-08 PARKWAY DRIVEBALDWIN NY 11510

07/01/2008 07/21/2013

DOL DOL *****0780 EMES HEATING & PLUMBINGCONTR

5 EMES LANEMONSEY NY 10952

01/20/2002 01/20/3002

DOL DOL *****6101 ENHANCED DATA COM INC 75 SHERBROOK ROADNORTH BABYLON NY 11704

07/01/2010 07/01/2015

DOL DOL ERIKA BARNETT 253 BEACH BREEZE LANEUNIT BARVERNE NY 11692

02/05/2013 02/05/2018

DOL DOL ERROL L ALLEN 134-25 166 PLACE #5EJAMAICA NY 11434

08/07/2008 08/07/2013

DOL DOL ESCO INSTALLERS LLC 1 CHELSEA COURTATLANTIC CITY NJ 08401

10/06/2008 10/06/2013

DOL DOL ESTEVES & FRAGACONSTRUCTION CO INC

986 MADISON AVENUEPATERSON NJ 07501

01/03/2013 01/03/2018

DOL DOL ESTEVES & FRAGA INC 986 MADISON AVENUEPATERSON NJ 07501

01/03/2013 01/03/2018

DOL DOL EVELIO ELLEDIAS 114 PEARL STREETPORT CHESTER NY 10573

08/15/2012 08/15/2017

DOL DOL *****0329 FAULKS PLUMBING HEATING& AIR CONDITIONING INC

3 UPTON STREETHILTON NY 14468

06/10/2008 06/10/2013

DOL DOL FERNANDO GOMEZ 201 RICHARDS STREETBROOKLYN NY 11231

02/25/2009 02/25/2014

DOL DOL *****0768 FISHER CONCRETE INC 741 WELSH ROADJAVA CENTER NY 14082

04/08/2009 04/08/2014

DOL DOL *****5867 FJM-FERRO INC 6820 14TH AVENUEBROOKLYN NY 11219

10/27/2011 10/27/2016

DOL DOL FMS 4 LEGHORN COURTNEW YORK NY 11746

11/28/2012 11/28/2017

DOL DOL *****8067 FORTH SPORT FLOORS INC P O BOX 74EAST GREENBUSH NY 12061

02/28/2012 10/01/2017

DOL DOL *****0115 FOXCROFT NURSERIES INC 949 GROVESIDE ROADBUSKIRK NY 12028

08/27/2008 08/27/2013

DOL DOL FRANCIS (FRANK) OSCIER 3677 SENECA STREETWEST SENECA NY 14224

09/03/2008 09/03/2013

DOL NYC FRANK (FRANCIS) OSCIER 3677 SENECA STREETWEST SENECA NY 14224

09/03/2008 09/03/2013

DOL NYC FRANK ACOCELLA 68 GAYLORD ROADSCARSDALE NY 10583

02/10/2011 02/10/2016

DOL NYC FRANK BAKER 24 EDNA DRIVESYOSSET NY 11791

05/14/2008 05/14/2013

DOL DOL FRANK J MERCANDO C/OMERCANDO

CONTRACTING CO INC

134 MURRAY AVENUEYONKERS NY 10704

11/22/2008 11/22/2013

DOL DOL FRANK J MERCANDO 134 MURRAY AVENUEYONKERS NY 10704

12/11/2009 12/11/2014

DOL DOL FRANK ORTIZ 75 SHERBROOK ROADNORTH BABYLON NY 11704

07/01/2010 07/01/2015

DOL DOL FRED ABDO ABDO TILECOMPANYAKA ABDO

TILE CO

6179 EAST MOLLOY ROADEAST SYRACUSE NY 13057

06/25/2010 07/02/2017

DOL DOL *****9202 G & M PAINTINGENTERPRISES INC

13915 VILLAGE LANERIVERVIEW MI 48192

02/05/2010 02/05/2015

DOL DOL *****6826 GBE CONTRACTINGCORPORATION

12-14 UTOPIA PARKWAYWHITESTONE NY 11357

02/10/2010 02/10/2015

DOL NYC GELSOMINA TASSONE 25 CLIFF STREETNEW ROCHELLE NY 10801

06/15/2010 06/15/2015

DOL DOL GEORGE A PATTI III P O BOX 772JAMESTOWN NY 14701

08/13/2010 08/13/2015

DOL NYC GEORGE LUCEY 150 KINGS STREETBROOKLYN NY 11231

01/19/1998 01/19/2998

DOL DOL GEORGE SHINAS 12-14 UTOPIA PARKWAYWHITESTONE NY 11357

02/10/2010 02/10/2015

DOL DOL GERALD A POLLOCK 336 TOMPKINS STREETCORTLAND NY 13045

06/29/2010 07/15/2016

DOL DOL GERALD F POLUCH JR 2085 BRIGHTON HENRIETTATOWN LINE

ROADROCHESTER NY 14623

11/04/2010 11/04/2015

DOL AG GERARD IPPOLITO 563 MUNCEY ROADWEST ISLIP NY 11795

07/14/2008 07/14/2013

DOL DOL *****1075 GLOBAL TANKCONSTRUCTION LLC

P O BOX 1238SALINA OK 74365

11/28/2012 11/28/2017

NYSDOL Bureau of Public Work Debarment List 04/05/2013

Page 4 of 10

Article 8

5.85

Page 132: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

DOL DOL *****4013 GR GRATES CONSTRUCTION

CORPORATION63 IRONWOOD ROAD

UTICA NY 1352006/14/2010 06/14/2015

DOL DOL GRATES MERCHANT NANNAINC

63 IRONWOOD ROADUTICA NY 13520

06/14/2010 06/15/2015

DOL DOL GREGG G GRATES 63 IRONWOOD ROADUTICA NY 13520

06/14/2010 06/14/2015

DOL DOL GRETCHEN SULLIVAN P O BOX 130CRETE IL 60417

11/10/2011 11/10/2016

DOL DOL *****9985 GROUND LEVELCONSTRUCTION

10 GABY LANECHEEKTOWAGA NY 14227

10/15/2009 10/15/2014

DOL DOL *****7735 GRYF CONSTRUCTION INC 394 SPOTSWOOD-ENGLISHRD

MONROE NJ 08831

08/08/2011 08/08/2016

DOL DOL GUS PAPASTEFANOU C/O D & G PAINTING & DECO53 LITTLE COLLABAR

ROADMONTGOMERY NY12549

04/19/2012 04/19/2017

DOL DOL H.H. RAUH CONSTRUCTION,LLC

2930 RT. 394ASHVILLE NY 14710

01/14/2011 01/14/2016

DOL DOL *****2499 H.H. RAUH CONTRACTINGCO., LLC

2930 RT. 394ASHVILLE NY 14710

01/14/2011 01/14/2016

DOL DOL H.H. RAUH PAVING, INC. 7 WEST 1ST ST.LAKEWOOD NY 14750

01/14/2011 01/14/2016

DOL DOL *****8904 HALLOCKS CONSTRUCTIONCORP

P O BOX 278YORKTOWN HEIGHTS NY

10598

12/01/2008 12/01/2013

DOL DOL HARALAMBOS KARAS 80-12 ASTORIA BOULEVARDEAST ELMHURST NY 11370

11/22/2008 10/22/2013

DOL DOL *****5405 HARD LINE CONTRACTINGINC

89 EDISON AVENUEMOUNT VERNON NY 10550

10/28/2011 10/28/2016

DOL DOL HI-TECH CONTRACTING CORP 114 PEARL STREETPORT CHESTER NY 10573

08/15/2012 08/15/2017

DOL DOL *****4331 HIDDEN VALALEYEXCAVATING INC

225 SEYMOUR STREETFREDONIA NY 14063

02/08/2011 02/08/2016

DOL DOL *****9893 HOXIE'S PAINTING CO INC 2219 VALLEY DRIVESYRACUSE NY 13207

12/04/2009 12/04/2014

DOL DOL *****6429 IDM ENTERPRISES INC 60 OUTWATER LANEGARFIELD NJ 07026

05/09/2009 05/09/2014

DOL DOL *****8426 IMPERIAL MASONRYRESTORATION INC

141 ARGONNE DRIVEKENMORE NY 14217

10/03/2012 10/03/2017

DOL DOL *****7561 INDUS GENERALCONSTRUCTION

33-04 91ST STREETJACKSON HEIGHTS NY 11372

04/28/2010 04/28/2015

DOL DOL *****0488 INTERWORKS SYSTEMS, INC. 1233 WALT WHITMAN ROADMELVILLE NY 11747

04/29/2008 04/29/2013

DOL DA *****1958 IRON HORSE ONE INC 10 ROSWELL AVENUEOCEANSIDE NY 11572

09/30/2010 09/30/2015

DOL DOL ISABEL FRAGA C/O THREE FRIENDS CONSTR986 MADISON

AVENUEPATERSON NJ 07501

01/03/2013 01/03/2018

DOL DOL IVAN D MARKOVSKI 60 OUTWATER LANEGARFIELD NJ 07026

05/09/2009 05/09/2014

DOL DOL J & N LEASING AND BUILDINGMATERIALS

154 EAST BOSTON POSTROAD

MAMARONECK NY 10543

08/11/2009 08/11/2014

DOL DOL *****1584 J M TRI STATE TRUCKING INC 140 ARMSTRONG AVENUESYRACUSE NY 13209

10/21/2009 10/21/2014

DOL DOL *****9368 J TECH CONSTRUCTION PO BOX 64782ROCHESTER NY 14624

09/24/2012 09/24/2017

DOL DOL J THE HANDYMAN 09/24/2012 09/24/2017

DOL DOL JAMES SICKAU 3090 SHIRLEY ROADNORTH COLLINS NY 14111

04/19/2011 12/30/2016

DOL DOL JAMES WALSH 89 EDISON AVENUEMOUNT VERNON NY 10550

10/28/2011 10/28/2016

DOL DOL JAY PRESUTTI C/O CONSOLIDATEDINDUSTRI

2051 ROUTE 44/55MODENA NY12548

01/28/2013 01/28/2018

DOL DOL JEFFREY A NANNA 502 WOODBURNE DRIVEUTICA NY 13502

06/14/2010 06/14/2015

DOL DOL JEFFREY ARTIERI 107 STEVENS STREETLOCKPORT NY 14094

11/04/2009 11/04/2014

DOL DOL JOHN BUONADONNA 283 NORTH MIDDLETOWNROAD

PEARL RIVER NY 10965

09/28/2009 09/28/2014

DOL DOL JOHN CATONE C/O CATONE CONSTRUCTION294 ALPINE

ROADROCHESTER NY 14612

03/09/2012 03/09/2017

NYSDOL Bureau of Public Work Debarment List 04/05/2013

Page 5 of 10

Article 8

5.86

Page 133: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

DOL NYC JOHN DITURI 1107 MCDONALD AVENUE

BROOKLYN NY 1123007/30/2010 07/30/2015

DOL NYC JOHN FICARELLI 120-30 28TH AVENUEFLUSHING NY 11354

01/14/2011 01/14/2016

DOL DOL JOHN H LEE JOHN LEEQUALITYPAVING

67 WILER ROADHILTON NY 14468

01/28/2013 01/28/2018

DOL DOL JOHN JIULIANNI 222 GAINSBORG AVENUE EWEST HARRISON NY 10604

05/10/2010 05/10/2015

DOL DOL *****1749 JOHN LEE QUALITY PAVING 67 WILER ROADHILTON NY 14468

01/28/2013 01/28/2018

DOL NYC JOHN MARI JR 278 ROBINSON AVENUENEW YORK NY 10312

04/06/2008 04/06/2013

DOL DOL *****2701 JOHN SMYKLA AFFORDABLEPAINTING

PLUS

367 GREEVES ROADNEW HAMPTON NY 10958

10/01/2010 10/01/2015

DOL DOL *****9368 JORGE I DELEON J TECHCONSTRUCTI

ON

PO BOX 64782ROCHESTER NY 14624

09/24/2012 09/24/2017

DOL DOL JORGE OUVINA 344 SOUNDVIEW LANECOLLEGE POINT NY 11356

11/22/2011 11/22/2016

DOL DOL JOSE DOS SANTOS JR 85-08 60TH AVENUEELMHURST NY 11373

11/21/2008 11/21/2013

DOL DOL JOSE MONTAS 27 BUTLER PLACEYONKERS NY 10710

03/18/2011 03/15/2017

DOL DOL JOSEPH CASUCCI 6820 14TH AVENUEBROOKLYN NY 11219

10/27/2011 10/27/2016

DOL DOL JOSEPH MONETTE C/O JOHN MONETTE140 ARMSTRONG

AVENUESYRACUSE NY 13209

10/21/2009 10/21/2014

DOL DOL *****1763 JR RESTORATION & ROOFINGINC

152-65 11TH AVENUEWHITESTONE NY 11357

05/22/2008 05/22/2013

DOL DOL JULIUS AND GITA BEHREND 5 EMES LANEMONSEY NY 10952

11/20/2002 11/20/3002

DOL DOL K NELSON SACKOOR 16 JOY DRIVENEW HYDE PARK NY 11040

01/05/2010 01/05/2015

DOL NYC KAMIL OZTURK 3715 KINGS HWY - STE 1DBROOKLYN NY 11234

06/30/2010 06/30/2015

DOL DOL KEMPTON MCINTOSH 8531 AVENUE BBROOKLYN NY 11236

12/16/2008 12/16/2013

DOL DOL KEN DEAVER 731 WARWICK TURNPIKEHEWITT NJ 07421

06/25/2012 12/11/2017

DOL DOL *****5941 KINGSVIEW ENTERPRISESINC

7 W FIRST STREETP O BOX 2LAKEWOOD NY

14750

01/14/2011 01/14/2016

DOL DOL KRZYSZTOF PRXYBYL 2 TINA LANEHOPEWELL JUNCTION NY

12533

01/06/2012 01/06/2017

DOL DOL *****6033 KUSNIR CONSTRUCTION 2677 ANAWALK ROADKATONAH NY 10536

08/03/2012 08/03/2017

DOL DOL *****0526 LAGUARDIA CONSTRUCTIONCORP

47-40 48TH STREETWOODSIDE NY 11377

07/01/2011 07/01/2016

DOL NYC *****8816 LAKE CONSTRUCTION ANDDEVELOPMENTCORPORATION

150 KINGS STREETBROOKLYN NY 11231

08/19/1998 08/19/2998

DOL DOL *****9628 LANCET ARCH INC 112 HUDSON AVENUEROCHESTER NY 14605

02/14/2006 10/19/2014

DOL DOL LANCET SPECIALTYCONTRACTING CORP

C/O CATENARYCONSTRUCTION

112 HUDSONAVENUEROCHESTER NY

14605

10/19/2009 10/19/2014

DOL DOL LARRY DOMINGUEZ 114 PEARL STREETPORT CHESTER NY 10573

08/15/2012 08/15/2017

DOL DOL LARRY FRANGOS 5752 WEST WEBB ROADYOUNGSTOWN OH 44515

05/21/2008 05/21/2013

DOL DOL LAURA A. GAUTHIER C/O IMPERIAL MASONRYREST

141 ARGONNEDRIVEKENMORE NY 14217

10/03/2012 10/03/2017

DOL DOL *****0597 LEED INDUSTRIES CORP HI-TECHCONTRACTIN

G CORP

114 PEART STREETPORT CHESTER NY 10573

08/15/2012 08/15/2017

DOL DOL *****7907 LEEMA EXCAVATING INC 140 ARMSTRONG AVENUESYRACUSE NY 13209

10/21/2009 10/21/2014

DOL AG *****5102 LIBERTY TREE SERVICE, INC. 563 MUNCEY ROADWEST ISLIP NY 11795

07/14/2008 07/14/2013

DOL DOL *****8453 LINPHILL ELECTRICALCONTRACTORS INC

523 SOUTH 10TH AVENUEMOUNT VERNON NY 10553

01/07/2011 01/07/2016

NYSDOL Bureau of Public Work Debarment List 04/05/2013

Page 6 of 10

Article 8

5.87

Page 134: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

DOL DOL LINVAL BROWN 523 SOUTH 10TH AVENUE

MOUNT VERNON NY 1055301/07/2011 01/07/2016

DOL DOL *****5171 LUVIN CONSTRUCTION CORP P O BOX 357CARLE PLACE NY 11514

03/15/2010 03/15/2015

DOL DOL MANUEL ESTEVES 55 OLD TURNPIKE ROADSUITE 612NANUET NY 10954

02/04/2011 02/04/2016

DOL NYC MANUEL P TOBIO 150 KINGS STREETBROOKLYN NY 14444

08/19/1998 08/19/2998

DOL NYC MANUEL TOBIO 150 KINGS STREETBROOKLYN NY 11231

08/19/1998 08/19/2998

DOL DOL MAR CONTRACTING CORP 620 COMMERCE STREETTHORNWOOD NY 10594

09/24/2012 09/24/2017

DOL DOL MARGARET FORTH P O BOX 74EAST GREENBUSH NY 12061

02/28/2012 10/01/2017

DOL DOL MARIA ESTEVES AKA MARIAMARTINS

C/O THREE FRIENDS CONSTR986 MADISON

AVENUEPATERSON NJ 07501

01/03/2013 01/03/2018

DOL DOL MARIA MARTINS AKA MARIAESTEVES

C/O THREE FRIENDS CONSTR986 MADISON

AVENUEPATERSON NJ 07501

01/03/2013 01/03/2018

DOL DOL MARIO LUIS 31 DURANT AVENUEBETHEL CT 06801

07/02/2012 07/02/2017

DOL DOL MARIO R ECHEVERRIA JR 588 MEACHAM AVE-SUITE 103ELMONT NY 11003

08/24/2010 08/24/2015

DOL DOL MARK LINDSLEY 355 COUNTY ROUTE 8FULTON NY 13069

08/08/2009 08/14/2014

DOL NYC *****4314 MASCON RESTORATION INC 129-06 18TH AVENUECOLLEGE POINT NY 11356

02/09/2012 02/09/2017

DOL NYC *****4314 MASCON RESTORATION LLC 129-06 18TH AVENUECOLLEGE POINT NY 11356

02/09/2012 02/09/2017

DOL DOL *****0845 MASONRY CONSTRUCTIONINC

442 ARMONK ROADMOUNT KISCO NY 10549

12/04/2009 05/04/2017

DOL DOL *****3333 MASONRY INDUSTRIES INC 442 ARMONK ROADMOUNT KISKO NY 10549

12/04/2009 05/04/2017

DOL DOL *****6826 MATSOS CONTRACTINGCORPORATION

12-14 UTOPIA PARKWAYWHITESTONE NY 11357

02/10/2010 02/10/2015

DOL AG *****9970 MAY CONSTRUCTION CO INC 700 SUMMER STREETSTAMFORD CT

11/24/2009 11/24/2014

DOL DOL *****9857 MBL CONTRACTINGCORPORATION

2620 ST RAYMOND AVENUEBRONX NY 10461

08/30/2011 08/30/2016

DOL DOL MCI CONSTRUCTION INC 975 OLD MEDFORD AVENUEFARMINGDALE NY 11738

08/24/2009 08/24/2014

DOL DOL *****9028 MCINTOSH INTERIORS LLC 8531 AVENUE BBROOKLYN NY 11236

02/05/2013 02/05/2018

DOL DOL *****5936 MCSI ADVANCED AVSOLUTIONS LLC

2085 BRIGHTON HENRIETTATOWN LINE

ROADROCHESTER NY 14623

11/04/2010 11/04/2015

DOL DOL *****4259 MERCANDO CONTRACTINGCO INC

134 MURRAY AVENUEYONKERS NY 10704

12/11/2009 12/11/2014

DOL DOL *****0327 MERCANDO INDUSTRIES LLC 134 MURRAY AVENUEYONKERS NY 10704

12/11/2009 12/11/2014

DOL DOL *****9198 MICHAEL CZECHOWICZ OCTAGON CO 37-11 35TH AVENUE-2ND FLLONG ISLAND CITY NY 11101

01/08/2013 01/08/2018

DOL DOL *****6033 MICHAEL KUSNIR KUSNIRCONSTRUCTI

ON

2677 ANAWALK ROADKATONAH NY 10536

08/03/2012 08/03/2017

DOL DOL MICHAEL MARGOLIN 4 LEGHORN COURTNEW YORK NY 11746

11/28/2012 11/28/2017

DOL DOL *****2635 MIDLAND CONSTRUCTION OFCEDAR LAKE INC

13216 CALUMET AVENUECEDAR LAKE IL 46303

11/10/2011 11/10/2016

DOL DOL *****5517 MILLENNIUM PAINTING INC 67 WARD ROADSALT POINT NY 12578

01/21/2011 01/21/2016

DOL NYC MOHAMMAD SELIM 73-12 35TH AVE - APT F63JACKSON HEIGHTS NY 11372

03/04/2010 03/04/2015

DOL DA MOHAMMED SALEEM 768 LYDIG AVENUEBRONX NY 10462

08/18/2009 05/25/2015

DOL NYC *****2690 MONDOL CONSTRUCTION INC 11-27 30TH DRIVELONG ISLAND CITY NY 11102

05/25/2011 05/25/2016

DOL DOL MORTON LEVITIN 3506 BAYFIELD BOULEVARDOCEANSIDE NY 11572

08/30/2011 08/30/2016

DOL DOL *****2737 MOUNTAIN'S AIR INC 2471 OCEAN AVENUE- STE 7ABROOKLYN NY 11229

09/24/2012 09/24/2017

DOL NYC MUHAMMAD ZULFIQAR 129-06 18TH AVENUECOLLEGE POINT NY 11356

02/09/2012 02/09/2017

DOL DOL *****2357 MUNICIPAL MILLING & MIX-IN-PLACE

9091 ERIE ROADANGOLA NY 14006

02/03/2011 02/03/2016

NYSDOL Bureau of Public Work Debarment List 04/05/2013

Page 7 of 10

Article 8

5.88

Page 135: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

DOL DOL MURRAY FORTH P O BOX 74

EAST GREENBUSH NY 1206102/28/2012 10/01/2017

DOL DA *****9642 MUTUAL OF AMERICALGENERAL CONSTRUCTION &

MANAGEMENT CORP

768 LYDIG AVENUEBRONX NY 10462

08/18/2009 05/25/2015

DOL DOL MUZAFFAR HUSSAIN C/O ABSOLUTE GENERALCONT

1129 AVENUE UBROOKLYN NY11229

01/28/2013 01/28/2018

DOL DOL N PICCO AND SONSCONTRACTING INC

154 EAST BOSTON POSTROAD

MAMARONECK NY 10543

08/11/2009 08/11/2014

DOL DOL *****4133 NASDA ELECTRICALENTERPRISES INC

134-25 166 PLACE - #5EJAMAICA NY 11434

08/07/2008 08/07/2013

DOL DOL *****9445 NASDA ENTERPRISES INC 134-25 166 PLACE #5EJAMAICA NY 11434

08/07/2008 08/07/2013

DOL DOL NAT PICCO 154 EAST BOSTON POSTROAD

MAMARONECK NY 10543

08/22/2009 08/22/2014

DOL DA *****6988 NEW YORK INSULATION INC 58-48 59TH STREETMASPETH NY 11378

05/16/2012 05/16/2017

DOL DOL NICOLE SPELLMAN 2081 JACKSON AVENUECOPIAGUE NY 11726

06/03/2010 06/03/2015

DOL DOL NIKOLAS PSAREAS 656 N WELLWOOD AVE/STE CLINDENHURST NY 11757

09/01/2011 09/01/2016

DOL DOL *****7041 NYCOM SERVICES CORP 80-12 ASTORIA BOULEVARDEAST ELMHURST NY 11370

11/22/2008 11/22/2013

DOL DOL *****0797 O GLOBO CONSTRUCTIONCORP

85-06 60TH AVENUEELMHURST NY 11373

11/21/2008 11/21/2013

DOL DOL *****9198 OCTAGON CO 37-11 35TH AVENUE-2ND FLLONG ISLAND CITY NY 11101

01/08/2013 01/08/2018

DOL DOL OKBY ELSAYED 1541 EAST 56TH STREETBROOKLYN NY 11234

05/04/2012 05/04/2017

DOL NYC OLIVER HOLGUIN 95-26 76TH STREETOZONE PARK NY 11416

10/12/2011 10/12/2016

DOL NYC *****3855 OT & T INC 36-28 23RD STREETLONG ISLAND CITY NY 11106

01/15/2008 05/14/2013

DOL DOL *****5226 PASCARELLA & SONS 459 EVERDALE AVENUEWEST ISLIP NY 11759

01/10/2010 01/10/2015

DOL DOL PATRICK BURNS 19 E. CAYUGA STREETOSWEGO NY 13126

05/15/2008 05/15/2013

DOL DOL PATRICK SHAUGHNESSY 88 REDWOOD DRIVEROCHESTER NY 14617

05/16/2008 05/16/2013

DOL DOL PAUL VERNA C/O AMERICAN STEELMECHA

693 PAINTER STREETMEDIAPA 19063

02/20/2013 02/20/2018

DOL DOL PEDRO RINCON 131 MELROSE STREETBROOKLYN NY 11206

03/02/2010 03/02/2015

DOL DOL *****9569 PERFORM CONCRETE INC 31 DURANT AVENUEBETHEL CT 06801

07/02/2012 07/02/2017

DOL DOL PETER J LANDI 249 MAIN STREETEASTCHESTER NY 10709

10/05/2009 10/05/2014

DOL DOL *****7229 PETER J LANDI INC 249 MAIN STREETEASTCHESTER NY 10709

10/05/2009 10/05/2014

DOL DOL *****1136 PHOENIX ELECTRICIANSCOMPANY INC

540 BROADWAYP O BOX 22222ALBANY NY

12201

03/09/2010 03/09/2015

DOL DOL *****5419 PINE VALLEY LANDSCAPECORP

RR 1, BOX 285-BBUSKIRK NY 12028

08/27/2008 08/27/2013

DOL DOL PRECISION DEVELOPMENTCORP

115 LEWIS STREETYONKERS NY 10703

05/12/2009 05/12/2014

DOL DOL *****7914 PRECISION SITEDEVELOPMENT INC

89 EDISON AVENUEMOUNT VERNON NY 10550

10/28/2011 10/28/2016

DOL DOL *****9359 PRECISION STEEL ERECTORSINC

P O BOX 949BREWERTON NY 13029

09/02/2008 09/02/2013

DOL DOL *****6895 PROLINE CONCRETE OF WNYINC

3090 SHIRLEY ROADNORTH COLLINS NY 14111

04/19/2011 12/30/2016

DOL DOL *****2326 PUTMAN CONSTRUCTIONCOMPANY OF WESTERN NY

29 PHYLLIS AVENUEBUFFALO NY 14215

09/03/2008 09/03/2013

DOL DOL RAMON BONILLA 938 E 232ND STREET #2BRONX NY 10466

05/25/2010 05/25/2015

DOL DOL *****7294 REDWOOD FLOORING, INC. 88 REDWOOD DRIVEROCHESTER NY 14617

05/16/2008 05/16/2013

DOL NYC *****6978 RISINGTECH INC 243-03 137TH AVENUEROSEDALE NY 11422

03/25/2010 03/25/2015

DOL DOL ROBBYE BISSESAR 89-51 SPRINGFIELD BLVDQUEENS VILLAGE NY 11427

01/11/2003 01/11/3003

NYSDOL Bureau of Public Work Debarment List 04/05/2013

Page 8 of 10

Article 8

5.89

Page 136: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

DOL DOL ROBERT DIMARSICO 1233 WALT WHITMAN ROAD

MELVILLE NY 1174704/29/2008 04/29/2013

DOL NYC ROBERT FICARELLI 120-30 28TH AVENUEFLUSHING NY 11354

01/14/2011 01/14/2016

DOL DOL *****1721 ROBERTS CONSTRUCTION OFUPSTATE NEW YORK INC

5 SANGER AVENUENEW HARTFORD NY 13413

01/28/2009 01/28/2014

DOL DOL ROCCO ESPOSITO C/O ROCMAR CONTRACTINGCO

620 COMMERCESTREETTHORNWOOD NY

10594

09/24/2012 09/24/2017

DOL DOL ROCMAR CONSTRUCTIONCORP

620 COMMERCE STREETTHORNWOOD NY 10594

09/24/2012 09/24/2017

DOL DOL *****7083 ROCMAR CONTRACTINGCORP

620 COMMERCE STREETTHORNWOOD NY 10594

09/24/2012 09/24/2017

DOL DOL *****9025 ROJO MECHANICAL LLC 938 E 232ND STREET #2BRONX NY 10466

05/25/2010 05/25/2015

DOL DOL RONALD R SAVOY C/O CNYMECHANICALASSOCIATES

INC

P O BOX 250EAST SYRACUSE NY 13057

11/06/2008 11/06/2013

DOL DOL *****5905 ROSE PAINTING CORP 222 GAINSBORG AVENUEEAST

WEST HARRISON NY 10604

05/10/2010 05/10/2015

DOL DOL ROSEANNE CANTISANI 11 TATAMUCK ROADPOUND RIDGE NY 10576

05/04/2012 05/04/2017

DOL NYC ROSS J HOLLAND 120-30 28TH AVENUEFLUSHING NY 11354

01/14/2011 01/14/2016

DOL DOL RUTH H SUTTON 939 GROVESIDE ROADBUSKIRK NY 12028

08/27/2008 08/27/2013

DOL DOL S & M CONTRACTING LLC 30 MIDLAND AVENUEWALLINGTON NJ 07057

11/05/2010 11/05/2015

DOL DOL *****2585 S B WATERPROOFING INC SUITE #3R2167 CONEY ISLAND

AVENUEBROOKLYN NY 11223

11/04/2009 11/04/2014

DOL DOL *****9066 SAMAR PAINTING &DECORATING INC

137 E MAIN STREETELMSFORD NY 10523

12/01/2008 12/01/2013

DOL DOL *****4923 SCHENLEY CONSTRUCTIONINC

731 WARWICK TURNPIKEHEWITT NJ 07421

06/25/2012 12/11/2017

DOL DOL SCOTT LEONARD GLOBAL TANKCONSTRUCTI

ON LLC

P O BOX 1238SALINA OK 74365

11/28/2012 11/28/2017

DOL NYC *****4020 SERVI-TEK ELEVATOR CORP 2546 EAST TREMONT AVENUEBRONX NY 10461

06/04/2009 06/04/2014

DOL DOL *****3540 SEVEN STAR ELECTRICALCONTRACTING CORP

23-24 STEINWAY STREETASTORIA NY 11105

06/27/2011 06/27/2016

DOL DOL SEVEN STAR ELECTRICAL INC C/O THEONI ATHANASIADIS1023 COMMACK ROADDIX

HILLS NY 11746

06/27/2011 06/27/2016

DOL NYC SHAFIQUL ISLAM 11-27 30TH DRIVELONG ISLAND CITY NY 11102

05/25/2011 05/25/2016

DOL NYC SHAHZAD ALAM 21107 28TH AVEBAYSIDE NY 11360

07/02/2012 07/02/2017

DOL DOL SHAIKF YOUSUF C/O INDUS GENERAL CONST33-04 91ST STREETJACKSON

HEIGHTS NY 11372

04/28/2010 04/28/2015

DOL DOL *****0256 SIERRA ERECTORS INC 79 MADISON AVE - FL 17NEW YORK NY 10016

04/16/2009 04/16/2014

DOL DOL *****0415 SIGNAL CONSTRUCTION LLC 199 GRIDER STREETBUFFALO NY 14215

11/14/2006 02/25/2015

DOL DOL *****8469 SIGNATURE PAVING ANDSEALCOATING

P O BOX 772JAMESTOWN NY 14701

08/13/2010 08/13/2015

DOL DOL *****8469 SIGNATURE SEALCOATINGAND STRIPING SERVICE

345 LIVINGSTON AVENUEP O BOX 772JAMESTOWN NY

14702

04/04/2007 08/13/2015

DOL DOL *****0667 SNEEM CONSTRUCTION INC 43-22 42ND STREETSUNNYSIDE NY 11104

07/01/2011 07/01/2016

DOL DOL SPASOJE DOBRIC 61 WILLET STREET - SUITEPASSAIC NJ 07055

07/09/2010 02/23/2017

DOL DOL *****3539 SPOTLESS CONTRACTING IMPACTINDUSTRIAL

SERVICES INC

44 THIELLS-MT IVY ROADPOMONA NY 10970

10/14/2011 10/14/2016

DOL DOL *****3496 STAR INTERNATIONAL INC 89-51 SPRINGFIELD BLVDQUEENS VILLAGE NY 11427

08/11/2003 08/11/3003

DOL DOL STEFANIE MCKENNA 30 MIDLAND AVENUEWALLINGTON NJ 07057

11/05/2010 11/05/2015

DOL DOL STEPHEN BALZER 34-08 PARKWAY DRIVEBALDWIN NY 11510

07/01/2008 07/01/2013

NYSDOL Bureau of Public Work Debarment List 04/05/2013

Page 9 of 10

Article 8

5.90

Page 137: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

DOL DOL STEVEN CONKLIN 60 COLONIAL ROADSTILLWATER NY 12170

02/15/2011 02/15/2016

DOL DOL *****4081 STS CONSTRUCTION OF WNY 893 EAGLE STREETBUFFALO NY 14210

06/09/2009 06/09/2014

DOL DOL STUART CHAITIN 634 ROUTE 303BLAUVET NY 10913

07/26/2012 07/26/2017

DOL DOL *****3210 SUPER SWEEP FMS 4 LEGHORN COURTNEW YORK NY 11746

11/28/2012 11/28/2017

DOL DOL *****4293 THE J OUVINA GROUP LLC 344 SOUNDVIEW LANECOLLEGE POINT NY 11356

11/22/2011 11/22/2016

DOL DOL *****2070 THE UNIVERSAL GROUP OFNEW YORK INC

212 OXFORD WAYSCHENECTADY NY 12309

12/11/2012 02/20/2018

DOL DOL THEODORE F FAULKS 18 FIREWEED TRAILHILTON NY 14468

06/10/2008 06/10/2013

DOL DOL THEONI ATHANASIADIS C/O SEVEN STAR ELECTRICAL23-24 STEINWAY

STREETASTORIA NY 11105

06/27/2011 06/27/2016

DOL DOL THOMAS ASCHMONEIT 79 MADISON AVENUE - FL 17NEW YORK NY 10016

04/16/2009 04/16/2014

DOL DOL THOMAS DEMARTINO 158-11 96TH STREETHOWARD BEACH NY 11414

06/25/2009 06/25/2014

DOL DOL THOMAS TERRANOVA 13 NEW ROAD/SUITE 1NEWBURGH NY 12550

11/15/2010 11/15/2015

DOL DOL *****2734 THREE FRIENDSCONSTRUCTION CORP

986 MADISON AVENUEPATERSON NJ 07501

01/03/2013 01/03/2018

DOL NYC TIMOTHY O'SULLIVAN C/O SNEEM CONSTRUCTION4322 42ND

STREETSUNNYSIDE NY 11104

07/01/2011 07/01/2016

DOL DOL TIMOTHY P SUCH 893 EAGLE STREETBUFFALO NY 14210

06/09/2009 06/09/2014

DOL DOL TNT DEMOLITION ANDENVIRONMENTAL INC

355 COUNTY ROUTE 8FULTON NY 13069

08/08/2009 08/19/2014

DOL DOL *****3315 TOTAL DOOR SUPPLY &INSTALLATION INC

16 JOY DRIVENEW HYDE PPARK NY 11040

01/05/2010 01/05/2015

DOL DOL *****3315 TOTAL DOOR SUPPLY &INSTALLATION INC

16 JOY DRIVENEW HYDE PPARK NY 11040

01/05/2010 01/05/2015

DOL DOL *****8176 TOURO CONTRACTING CORP 1541 EAST 56TH STREETBROOKLYN NY 11234

05/04/2012 05/04/2017

DOL DOL *****2357 TRAC CONSTRUCTION INC MUNICIPALMILLING & MIX

-IN- PLACE

9091 ERIE ROADANGOLA NY 14006

02/03/2011 02/03/2016

DOL DOL TRI STATE TRUCKING INC 140 ARMSTRONG AVENUESYRACUSE NY 13209

10/21/2009 10/21/2014

DOL DOL *****5213 TRIAD PAINTING CO INC 656 N WELLWOOD AVE/STE CLINDENHURST NY 11757

09/01/2011 09/01/2016

DOL DOL *****4294 TWT CONSTRUCTIONCOMPANY INC

13 NEW ROAD/SUITE 1NEWBURGH NY 12550

11/15/2010 11/15/2015

DOL DOL ULIANO AND SONS INC 22 GRIFFEN COURTMILLER PLACE NY 11746

10/26/2010 10/26/2015

DOL DOL *****0854 VANESSA CONSTRUCTIONINC

588 MEACHAM AVE/STE 103ELMONT NY 11003

08/24/2010 08/24/2015

DOL DOL *****3270 VEZANDIO CONTRACTINGCORP

530 BEECH STREETNEW HYDE PARK NY 11040

07/02/2012 07/02/2017

DOL DOL VIRGINIA L CAPONE 137 E MAIN STREETELMSFORD NY 10523

12/01/2008 12/01/2013

DOL NYC *****9936 VISHAL CONSTRUCTION INC 73-12 35TH AVE - APT F63JACKSON HEIGHTS NY 11272

03/04/2010 03/04/2015

DOL DOL *****0329 WET PAINT CO. OF OSWEGO,INC

19 E. CAYUGA STREETOSWEGO NY 13126

05/15/2008 05/15/2013

DOL DOL *****7617 WHITE PLAINS CARPENTRYCORP

P O BOX 309WHITE PLAINS NY 10603

12/04/2009 05/04/2017

DOL DOL WILLIAM PUTNAM 50 RIDGE ROADBUFFALO NY 14215

09/03/2008 09/03/2013

DOL DOL WILLIAM SCRIVENS 30 MIDLAND AVENUEWALLINGTON NJ 07057

11/05/2010 11/05/2015

DOL DOL WILLIAM W FARMER JR 112 HUDSON AVENUEROCHESTER NY 14605

10/19/2009 10/19/2014

DOL NYC *****5498 XAVIER CONTRACTING LLC 68 GAYLORD ROADSCARSDALE NY 10583

02/10/2011 02/10/2016

DOL AG YULY ARONSON 700 SUMMER STREETSTAMFORD CT

11/24/2009 11/24/2014

DOL DOL YURIY IVANIN C/O MOUNTAIN'S AIR INC2471 OCEAN AVENUE-STE

7ABROOKLYN NY 11229

09/24/2012 09/24/2017

NYSDOL Bureau of Public Work Debarment List 04/05/2013

Page 10 of 10

Article 8

5.91

Page 138: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

THIS PAGE INTENTIONALLY BLANK

Page 139: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

TABLE OF CONTENTS 1

APPENDIX A – TECHNICAL SPECIFICATIONS

TABLE OF CONTENTS Pages

DIVISION 1 – GENERAL REQUIREMENTS

Coordination ................................................................................................................. 1 Abbreviations ............................................................................................................... 2 Project Meetings ........................................................................................................... 1 Submittals ..................................................................................................................... 4 Temporary Utilities ...................................................................................................... 1 Security......................................................................................................................... 1 Temporary Controls ..................................................................................................... 3 Maintenance & Protection of Traffic ........................................................................... 3 Project Closeout ........................................................................................................... 1 017329 Cutting and Patching .................................................................................................... 4

DIVISION 2 – EXISTING CONDITIONS

024119 Selective Structure Demolition .................................................................................... 3 DIVISION 3 – CONCRETE

030100 Maintenance of Concrete ................................................................................................ 033053 Miscellaneous cast-in-Place Concrete .......................................................................... 5 035320 Concrete Floor Topping ............................................................................................... 3

DIVISION 5 – METALS

055000 Metal Fabrications ........................................................................................................ 4

DIVISION 7 – THERMAL & MOISTURE PROTECTION

079200 Joint Sealants ................................................................................................................ 5

DIVISION 9 – FINISHES 099600 High Performance Coatings ......................................................................................... 6

END OF SECTION

Page 140: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

THIS PAGE INTENTIONALLY BLANK

Page 141: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

COORDINATION 1

DIVISION 1 - GENERAL REQUIREMENTS COORDINATION PART I - GENERAL 1.01 DESCRIPTION

The following requirements will prevail if any Subcontractors become part of the project and Subcontract work from the Contractor. Each Subcontractor shall familiarize himself with the work of others whose work affects or ties in with his own. Each Contractor shall be fully responsible for the finished result of his work.

In order to insure smooth continuity of the construction project it shall be the responsibility of all Subcontractors to coordinate their work with each of the other Subcontractors. In order to facilitate this coordination, within 15 days of execution of contract, each Subcontractor shall submit in writing to the Owner, General Contractor, and to each of the other Subcontractors advance copies of their work schedules for the life of the project. It is a condition of these contract documents that the schedules of all other Subcontractors are compatible with the primary work schedule of the General Contractor. It shall be the responsibility of each Subcontractor to schedule their work in accordance with the primary schedule of the General Contractor.

1.02 PROJECT SCHEDULE

Within one week of distribution of all contract schedules to the General Contractor and to the Owner, the Owner will call for a meeting. The purpose of this meeting will be to assure coordination of all construction and to make minor modification in the schedules, as appropriate at the conclusion of the meeting. One agreed-upon schedule will be promulgated to serve as the Master Schedule of the project. If satisfactory to and approved by the Owner, each of the Subcontractors shall comply with this Master Schedule.

Each Subcontractor shall be responsible for coordinating his materials and equipment deliveries and labor supply in accordance with the approved Master Schedule.

During the performance of the project, updated progress schedules shall be submitted monthly to the Owner as specified under the General Conditions. The Owner may call for joint meetings between with all Contractors whenever, in his opinion, there is a necessity for establishing an updated, agreed-upon and approved Master Schedule. It shall be the responsibility of each Subcontractor to attend each such meeting intended for the smooth manner necessary to complete the project within the time allowed for it.

END OF SECTION

Page 142: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

THIS PAGE INTENTIONALLY BLANK

Page 143: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

ABBREVIATIONS 1

DIVISION 1- GENERAL REQUIREMENTS ABBREVIATIONS PART 1 - STANDARD SPECIFICATIONS All references to codes, specifications, and standards referred to in the specification sections and on the drawings shall mean, and are intended to be, the latest edition, amendment and/or revision of such reference standard in effect as of the date of these contract documents. PART 2 - ABBREVIATIONS Reference to a technical society, institution, association, or governmental authority is made in the specifications in accordance with the following abbreviations: AA Aluminum Association AAMA Architectural Aluminum Manufacturers Association AASHTO American Association of State Highway & Transportation

Officials ACI American Concrete Institute AFI Air Filter Institute AGA American Gas Association AGC Associated General Contractors of America AGMA American Gear Manufacturers Association AIA American Institute of Architects AIA American Insurance Association (formerly NBFU) AIEE American Institute of Electrical Engineers AISC American Institute of Steel Construction AISI American Iron & Steel Institute ALS American Lumber Standards AMA Acoustical Materials Association AMCA Air Moving & Conditioning Association ANSI American National Standards Institute (formerly USAS) APA American Plywood Association ACRI Air Conditioning & Refrigeration Institute ASHRAE American Society of Heating, Refrigerating, & Air Conditioning

Engineers ASME American Society of Mechanical Engineers ASTM American Society for Testing & Materials AWI Architectural Woodwork Institute AWPA American Wood Preservers'Association AWS American Welding Society AWWA American Water Works Association CABRA Copper & Brass Research Association Cs Commercial Standards, U.S. Department of Commerce csi Construction Specification Institute FGJA Flat Glass Jobbers Association FIA Factory Insurance Association FM Factory Mutual FS Federal Specification

Page 144: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

ABBREVIATIONS 2

GA Gypsum Association IEEE Institute of Electric & Electronics Engineers IES Illuminating Engineering Society MIA Marble Institute of America MLMA Metal Lath Manufacturers Association Ms Military Specification MSTD Military Standard NAAMM National Association of Architectural Metal Manufacturers NAFM National Association of Fan Manufacturers NBFU National Board of Fire Underwriters (currently AIA) NBS National Bureau of Standards NEC National Electric Code NEMA National Electrical Manufacturers Association NFC National Fire Code NFPA National Electrical Protection Association NHLA National Hardwood Lumber Association NLMA National Lumber Manufacturers Association NSF National Sanitation Foundation NTMA National Terrazzo & Mosaic Association NWMA National Woodwork Manufacturers Association NYSDOT N.Y.S. Department of Transportation PEI. Porcelain Enamel Institute PENNDOT Pennsylvania Department of Transportation RTI Resilient Tile Institute SBI Steel Boiler Institute SCPI Structural Clay Products Institute SDI Steel Deck Institute Sil Steel Joist Institute SMACNA Sheet Metal & Air Conditioning Contractors National

Association SPR Simplified Practice Recommendation, U.S. Dept. of Commerce SSPC Steel Structures Painting Council TCA Tile Council of America UL Underwriters' Laboratories END OF SECTION

Page 145: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

PROJECT MEETINGS 1

DIVISION 1- GENERAL REQUIREMENTS PROJECT MEETINGS PART 1 - PRECONSTRUCTION CONFERENCE

A preconstruction conference shall be held after execution of the agreement. In attendance shall be representatives of the Owner, Contractor and Engineer. The purpose is to review the terms and provisions of the Contract Documents, including procedural responsibilities of each party as well as project review and scheduling.

PART 2 - PROGRESS MEETINGS

The contractor and any subcontractors, material suppliers, or vendors whose presence is necessary or requested must attend progress meetings when called by the Owner or his representative for the purpose of discussing the execution of the work. Each of such meetings will be held at the time and place designated by the Owner or his representative. All decisions, instructions, and interpretations given by the Owner or his representative at these meetings shall be binding and conclusive on the Contractor.

END OF SECTION

Page 146: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

THIS PAGE INTENTIONALLY BLANK

Page 147: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

SUBMITTALS 1

DIVISION 1 - GENERAL REQUIREMENTS SUBMITTALS PART 1 - CONSTRUCTION SCHEDULE

An initial construction schedule (CPM or Bar Graph) shall be submitted to the Owner within 10 days of receipt of the Notice to Proceed. An updated and/or revised schedule shall be submitted with each partial payment request. Release of payment may not be made until and unless an updated schedule is approved by the Owner.

PART 2 - SHOP DRAWINGS, PRODUCT DATA & SAMPLES

The Contractor shall submit, for review by the Owner, shop drawings for all fabricated work and for all manufactured items required to be furnished in the contract and as required by the specifications. Shop drawings shall be submitted to allow at least ten (1 0) working days for review and processing.

Owner's review of the Contractor's submittal shall in no way relieve the Contractor of any of his responsibilities under the contract. Any fabrication, erection, setting or other work done in advance of the receipt of shop drawings returned by the Owner and noted as "Reviewed", shall be entirely at the Contractor's risk. The Owner's review will be confined to general arrangement and compliance with the contract drawings and specifications only, and will not be for the purpose of checking dimensions, weights, clearances, fittings, tolerances, interferences, coordination of trades, etc.

Unless otherwise stated elsewhere in the contract documents, a total of six (6) copies of all shop drawings shall be furnished to the Owner for his use in accordance with the following sequence of operation.

Initially, two (2) copies shall be submitted to the Owner for review. After review one (1) copy will be returned to the Contractor.

When shop drawings are returned "Rejected or Revise," they shall be corrected and resubmitted for review as described above, and such procedure will not be considered as grounds for delay in completing the work.

When stamped "Reviewed," four (4) additional copies of the shop drawings shall be submitted to the Owner to be stamped reviewed. Two copies will be returned to the Contractor for his use. If the Contractor desires additional copies for his use, he should adjust his submittal accordingly. Failure of the Contractor to follow the required procedure for review of submittals shall constitute reason for non-payment of work or material on the job site.

Shop drawings submitted by subcontractors shall be sent directly to the Contractor for preliminary checking. The Contractor shall be responsible for their submission to the Owner at the proper time so as to prevent delays in delivery of materials. The Contractor shall thoroughly check all shop drawings, including those of his subcontractor's in regards to measurements, sizes of members, materials, and details to satisfy himself that they conform to the intent of the contract drawings and specifications. Drawings found to be inaccurate or otherwise in error shall be returned to the subcontractors by the Contractor for correction before submitting them to the Owner.

Page 148: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

SUBMITTALS 2

Before submission, the contractor shall mark all drawings as being checked and approved by him, dated and signed.

All details on shop drawings submitted for review shall clearly show the relation of the various parts and where the work depends upon field measurements; such measurements shall be the responsibility of the Contractor.

All submissions shall be properly referenced to indicate clearly the specification section, location, service and function of each particular item. All submissions for one (1) item or group of related items shall be complete and no review shall begin until all items which comprise a functional unit are received by the Owner. Where manufacturers’ publications in the form of catalogues, pamphlets, or other data sheets are submitted in lieu of prepared shop drawings, such submission shall specifically indicate the item for which review is requested. Identification of items shall be made in ink.

If the shop drawings contain any departures from the contract requirements, specific mention thereof shall be made in the Contractor's letter of transmittal. Where such departures require revisions to layouts or structural changes to the work as shown, the Contractor shall, at his own expense, prepare and submit revised layout and structural drawings for review. Such drawings shall be at the same scale as the contract drawings.

Delays for corrections and resubmitted shop drawings for any equipment shall not be considered a circumstance beyond the control of the Contractor and charges for delays, if applicable, shall be levied.

Before final payment is made, the Contractor shall deliver to the Owner, two (2) complete bound sets of the final reviewed shop drawings for all equipment and machinery applicable to the contract for the Owners permanent files. These are in addition to those required during the review process outlined above.

The Contractor shall furnish to the Owner three (3) complete sets of instructions, bulletins, diagrams and other data and information required for the proper operation and maintenance of the equipment - including information for ordering of spare parts.

PART 3-PHOTOGRAPHS

3.01 Construction Photographs

Not required for this project. PART 4 - PRODUCT APPROVAL STANDARDS

4.01 Definitions

The term product shall include material, equipment, assembly methods, manufacturer, brand, trade name, or other description.

Reference to "or equal" or similar terms means that review by the Owner shall be required. Such review shall be solely based on the ability of the unit to function as the Owner

Page 149: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

SUBMITTALS 3

requires. 4.02 Proof of Compliance

Whenever the Contract Documents require that a product be in accordance with Federal Specification, ASTM designation, ANSI specification, or other association standard, the Contractor shall present an affidavit from the manufacturer certifying that the product complies therewith. Where requested or specified, submit supporting test data to substantiate compliance.

4.03 Substitutions (Prior to Contract Bidding)

For inclusion of products other than those specified, BIDDERS SHALL SUBMIT A REQUEST IN WRITING AT LEAST TEN DAYS PRIOR TO BID DATE. Requests received after this time will not be reviewed or considered regardless of cause. Requests shall clearly define and describe the product for which inclusion is requested. Inclusion by the Owner will be in the form of an addendum to the Specifications issued to all contract bidders on record.

4.04 Substitutions (After Award of Contract)

Substitution of products will be considered after award of contract only under one of the following conditions:

When the specified product is not available, a proposed substitution will not be considered unless proof is submitted that firm orders were placed within ten (10) days after review by the Owner of the item listed in the Specifications or the unavailability is due to a strike, lockout, bankruptcy, discontinuance of the manufacture of a product, or natural disasters.

When a guarantee of performance is required and, in the judgment of the Contractor, the specified product or process will not produce the desired results.

Request for such substitution shall be made in writing to the Owner within ten (10) days of the date that the Contractor ascertains he cannot obtain the material or equipment specified, or that the performance cannot be guaranteed.

4.05 Procedures for Substitution

The Contractor shall accompany any request for substitution with such drawings, specifications, samples, manufacturer's literature, performance data, and other information necessary to describe and evaluate the proposed substitution completely. The burden of proof shall be on the Contractor.

Permission to make any substitution after award of contract shall be effected by a Change Order. It shall not relieve the Contractor, any subcontractor, manufacturer, fabricator, or supplier from responsibility for any deficiency that may exist in the substituted product or for any departures or deviations from the requirements of the Contract Documents as modified by such Change Order. Except as otherwise expressly specified by the Contractor in his request for substitution and expressly approved in such Change Order,

Page 150: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

SUBMITTALS 4

the Contractor shall be deemed to warrant by his request that the proposed substitute product will satisfy all standards and requirements satisfied by the originally specified product and the Change Order shall not be deemed to modify the Contract Documents with respect thereto.

If any substitution will affect a correlated function, adjacent construction, or the work of other trades or contractors, the necessary changes and modifications to the affected work shall be considered as an essential part of the proposed substitution, to be accomplished by the Contractor without additional expense to the Owner if and when accepted.

PART 5 - RECORD DRAWINGS

5.01 The Contractor shall provide record drawings which shall show the relative location by dimension with respect to each other of the final location of the sewer, manholes, water mains, valves, hydrants, meter box, structures, easement lines, adjacent property lines, adjacent railroad, street and highway right-of-way lines, adjacent utility lines and structures, adjacent streams, drainage ditches, etc. The record drawings should also show the size and invert elevations of all new and existing parallel sewers, and the elevations of tops of all manholes.

END OF SECTION

Page 151: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

TEMPORARY UTILITIES 1

DIVISION 1 - GENERAL REQUIREMENTS TEMPORARY UTILITIES PART 1 - TEMPORARY ELECTRICITY – If temporary electricity is required, it will be provided by

Contractor. PART 2 - TEMPORARY HEATING – Not required for this project. PART 3 - TEMPORARY WATER – Water available on site. PART 4 - TEMPORARY SANITARY FACILITIES

Toilet facilities are available on site for the contractor’s use. Contractor to keep the restroom clean and orderly throughout the project.

PART 5 - TEMPORARY BARRIERS

5.01 Fences

In performing the work, the Contractor shall provide any temporary fencing deemed necessary for the protection of property, trees, lawns, open excavation or when ordered by the Owner.

5.02 Barricades

The Contractor shall provide, erect and maintain as necessary, strong and suitable barricades, danger signs and warning lights along all roads accessible to the public, as required to insure safety to the public. All barricades and obstructions along public roads shall be illuminated at night and all lights for this purpose shall be kept burning from sunset to sunrise.

In addition the Contractor shall provide and maintain such other warning signs and barricades in other areas as may be required for the safety of those employed in the work or visiting site.

The Contractor shall provide and pay for necessary watchmen and others as required to protect work and materials, and as required to permit the safe operation of pedestrian and vehicular traffic at all times.

Barricades, danger signs and warning lights shall be provided in accordance with local jurisdictional authorities.

END OF SECTION

Page 152: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

SECURITY 1

DIVISION 1 - GENERAL REQUIREMENTS SECURITY PART 1 - GENERAL

As stated in the General Conditions, the Contractor is responsible for protection of work, property, and persons at the job site. The Owner’s representative, if he notices the presence of a hazardous situation, may notify the Contractor, the Owner and/or appropriate regulatory agencies. By taking such action the Owner’s representative does not assume any Responsibility for job safety in this or other situations.

END OF SECTION

Page 153: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

TEMPORARY CONTROLS 1

DIVISION 1 - GENERAL REQUIREMENTS TEMPORARY CONTROLS PART 1 - NOISE CONTROL 1.01 Average noise levels during the construction day shall not exceed 90 decibels when

measured on the A-scale of a standard sound level meter at slow response. Peak noise levels shall not exceed 140 decibels peak sound pressure level. No unacceptable noise levels (noises leading to complaints from residents) shall be allowed during hours normally considered for sleeping, and in no case between 8:00 PM and 6:00 AM, nor during Sunday, without written permission from the Owner.

PART 2 - DUST CONTROL

2.01 The Contractor shall keep traveled ways free of foreign objects such as spilled earth, rock, timber and other items that may fall from transporting vehicles. Materials spilled by or dropped from the undercarriage of any carrying vehicle used in the Contractor's hauling operations along or across any public traveled way both within and outside the contract limits shall be removed immediately.

2.02 Dusty conditions resulting from the Contractors operations shall be corrected by the use of

water. Water used as a dust palliative shall be distributed uniformly over a minimum width of eight feet by the use of suitable spray heads or spray bar.

PART 3 - EROSION AND SEDIMENTATION CONTROL

3.01 The Contractor is cautioned that failure to implement soil erosion and sedimentation control measures as contained herein may result in a cease and desist order causing shutdown of the work. No extension of time nor additional compensation will be granted if such a shutdown should occur as a result of an act of neglect of the Contractor.

3.02 The Contractor is referred to NYSDOT standard specifications for temporary soil erosion

and water pollution control Section 209. Costs shall be included in the associated item of work and no separate payment will be made.

3.03 The Contractor will be required to implement these measures or shall substitute alternate

measures which will alleviate erosion and sedimentation caused by construction. If the Contractor proposes to use alternate measures, he must first prepare a plan or a written statement describing his proposed measures and will be responsible for obtaining the approval of his proposals from the concerned Regulatory Agency. No additional compensation will be allowed for the preparation of an alternate plan and the obtaining of approval, nor will any extension of time be granted for delays resulting from the approval process.

After natural vegetation has been removed, runoff which originates outside the work area shall be prevented from crossing the work area except at the location of existing storm drains or well defined drainage ditches where permanent drainage structures are required. The Contractor shall construct temporary earth berms, or shall place hay or straw bales as required to divert overland flow to the existing drains or ditches. Where existing drains or

Page 154: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

TEMPORARY CONTROLS 2

ditches cross the work area, the Contractor shall install temporary pipes, wooden flumes or other devices to convey flow across the work area during all periods of runoff, including non-working hours as well as working hours, until the permanent drainage structures have been installed. At the outlet end of the temporary devices, rip-rap shall be placed for a minimum length of ten feet and a minimum width of five feet, or as required to prevent erosion. Upon completion of construction and, if required periodically during construction, accumulated sediments shall be removed to the satisfaction of the Owner and shall be disposed of in an approved spoil area furnished by the Contractor. Water which must be pumped to dewater a work area shall not be discharged directly into any natural stream. Such water shall be directed to a sedimentation trap, or shall be filtered through hay or straw bales or other suitable device, to remove as much sediment as practical.

If at any time it is anticipated that work on any segment of the project will be halted for more than 20 days, the area shall be protected from erosion by seeding with annual rye grass at the rate of 20 lbs. per acre, by mulching as described under Site Restoration, or by other approved methods. When work is resumed, all temporary protective matter shall be removed at no additional cost to the Owner.

3.04 Immediately upon completion of any segment of the project, that segment shall be seeded

as shown on the Drawings and in conformance with Site Restoration.

3.05 In addition to the above erosion control measures, the Contractor will be responsible for preventing accelerated erosion and sedimentation in those areas of work which must be approved after the award of the Contract, such as temporary access roads, borrow areas and off-site spoil areas. Subsequent to the award of the Contract, but prior to commencement of work, the Contractor shall prepare plans or written statements explaining how he intends to prevent accelerated erosion and sedimentation from access roads, borrow areas and spoil areas. These plans or written statements will be subject to the approval of the Owner. Upon approval, the Contractor will be required to implement his proposed measures; suggested measures may be as follows:

In the construction and maintenance of temporary access roads, the Contractor shall seed exposed areas adjacent to the roadway, provide suitable longitudinal and transverse drainage to minimize or control runoff on or across the roadway, and shall stabilize soft or easily erodible areas with gravel or crushed rock.

Borrow areas exceeding five acres shall be worked in segments to minimize the area which is exposed at any given time. Upon completion of operations in any segment, that segment shall be graded, topsoiled and seeded in accordance with the Contract Documents thereto, prior to, or concurrent with, the stripping another segment. Runoff from areas up-slope from the borrow areas shall be diverted from the area by means of drainage ditches, longitudinal mounds, or other measures. Such diversion measures must be carefully designed to minimize velocities, or must be protected from erosion by seeding, sodding, jute matting, rip-rap or other applicable means, taking into account the volume of anticipated runoff, grades, and characteristics of the soil.

Page 155: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

TEMPORARY CONTROLS 3

3.06 At the outlet end of diversion devices, measures shall be taken to dissipate the energy of flowing water and to disperse the flow over as broad an area as practical. The required treatment of borrow areas may be waived if the borrow area is of decomposed shale and in its present condition contains an exposed shale face which is denuded of vegetation, and the final face is not significantly larger than the existing face.

All disposal sites for spoil material shall be approved by NYSDEC. Spoil areas shall not be located on flood plains or on Land with a slope exceeding 10%. During the construction period, spoil banks shall be left in a rough condition with mounds and depressions which will permit the pounding of water and, thereby, minimize runoff from the area. Runoff from areas upslope of spoil area is a depression from which no runoff will emerge. Upon completion of operations, spoil areas shall be graded and seeded in accordance with the Contract Documents. Topsoiling will not be required on spoil areas.

3.07 Upon completion of construction, all temporary erosion and sedimentation control

measures shall be removed unless otherwise directed by the Owner. END OF SECTION

Page 156: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

THIS PAGE INTENTIONALLY BLANK

Page 157: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

MAINTENANCE & PROTECTION OF TRAFFIC 1

DIVISION 1 - GENERAL REQUIREMENTS MAINTENANCE & PROTECTION OF TRAFFIC PART 1 - GENERAL

1.01 The Contractor shall maintain traffic in the project area to the Satisfaction of the applicable Local Regulatory Agencies, the Local Public Agency and the Owner. Unless otherwise specified within the Contract Documents, the Contractor must maintain pedestrian and Vehicular traffic and permit access to businesses, factories, residences, and intersecting streets. Where detours will be required, the Owner may require the Contractor to submit a proposed detour plan for all portions of the work to the Owner and to the applicable Local Regulatory Agency, or Agencies. This submittal shall be made at least seven days prior to commencing construction. It shall be the sole responsibility of the Contractor to keep the Local Regulator Agencies (including but not limited to the police and Fire Departments) prewarned at least 72 hours in advance of changes in traffic patterns due to reduction of pavement widths or closing of streets. The Contractor shall supply, install, maintain, adjust, move, relocate, and store all signs, suitably lighted barricades, traffic cones, and traffic delineators, as necessary to carry out the traffic routing plan and maintain vehicular and pedestrian traffic. All of this work shall meet with the requirements of the Local Regulatory Agencies and the Owner.

1.02 The Contractor shall furnish, light, and maintain such signs as may be directed, or may be

necessary for the safe regulation, or convenience of traffic. Said signs will be as specified on the contract drawings or elsewhere herein, or if not specified, they shall be adequate for the regulation, safety and convenience of traffic. The Contractor shall provide, erect, and maintain suitably lighted barricades, warning lights, etc., as needed, or as directed in order to keep people, animals, and vehicles from excavations, obstacles, etc. The Contractor may be required to employ traffic persons and take other such reasonable means or precautions as the Owner may direct, or as may be needed to prevent damage or injury to persons, vehicles, or other property, and to minimize the inconvenience and danger to the public by his construction operations. The Contractor shall arrange their operations to provide access to properties along the street including temporary bridges to driveways, and provide access to fire hydrants, manholes, gate boxes, or other utilities. Whenever any trench obstructs traffic in or to any public street, private driveway, or property entrance, the Contractor shall take such steps as required to maintain necessary traffic and access including temporary bridging if required. The Contractor shall confine its occupancy of public or traveled ways to the smallest space compatible with the efficient and safe performance of the work contemplated by the contract.

1.03 The Contractor shall observe and obey all local and state laws, ordinances, regulations and

permits in relation to the obstruction of streets and highways, keeping passageways open and protecting traffic where there may be danger from blasting or other construction activities.

PART 2 - BARRICADES

2.01 Suitable lighted barriers or barricades shall be furnished by the Contractor and put up and

Page 158: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

MAINTENANCE & PROTECTION OF TRAFFIC 2

maintained at all times during the night or daytime, around all open ditches, trenches, excavations, or other work potentially dangerous to traffic. Such barricades shall be as shown on the contract drawings, or if not shown, will be constructed of 2 inch by 8 inch rough lumber, securely supported and braced at least 3 feet high above the ground. Barricades shall be placed on all sides and throughout the entire length and breadth of all open ditches, trenches, excavations, or other work which must be barred to the general public. Barricades shall be properly painted to the satisfaction of the Owner in order to retain a high degree of visibility to vehicular or pedestrian traffic.

2.02 Suitably lighted barricades shall be defined as barricades lit by flashers in accordance with

this paragraph or other lighting methods approved by the Owner in lieu thereof. Flashers shall be placed along the entire length of the barricades at an interval no greater than 8 feet, center to center. Flashers shall be power operated, lens directed, enclosed light units which shall provide intermittent light from 70 to 120 flashes per minute, with the period of light emittance occurring not less than 25 percent of each on-off cycle, regardless of temperature. The emitted light shall be yellow in color and the area of light on at least one face of the unit shall be not less than 12 square inches. The discernible light shall be bright enough to be conspicuously visible during the hours of darkness at a minimum distance of 800 feet from the unit under normal atmospheric conditions. For units which beam light in one or more directions, the foregoing specifications shall apply 10 degrees or more to the side and 5 degrees or more above and below the Photometric axis.

2.03 The Contractor shall furnish and securely fasten flashing units to signs, barricades, and

other objects in such numbers and for such lengths of time as are required for the maintenance and protection of traffic, or as the Owner may order. The flasher shall be in operation during all hours between sunset and sunrise, and during periods of low visibility. The Contractor shall maintain, relocate and operate barricades and flashers throughout the life of the contract.

2.04 Should the Contractor or his employees neglect to set out and maintain barricades or

lights, as required in these specifications, the Owner immediately, and without notice, may furnish" install and maintain barricades or lights. The cost thereof shall be borne by the Contractor and may be deducted from any amount due or to become due to the Contractor under this contract.

PART 3-DAMAGES 3.01 The Contractor will be held responsible for any damages that the Local Public Agency,

Owner’s Representative, Governmental units, or their heirs or Assigns may have to pay as a consequence of the Contractor's failure to protect the public from injury, and the same may be deducted from any payments that are due or may become due to the Contractor under this contract. The Contractor shall include in "Maintenance and Protection of Traffic" bridging for trenches at all street and driveway crossings in such manner as the Owner may direct in order that the traffic on intersecting streets may not be blocked, and in order that entrance may be made to properties along the line of work.

3.02 If the Contractor's operations or occupancy of any public street or highway, or the uneven

surfaces over any trenches being maintained by the Contractor shall interfere with the

Page 159: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

MAINTENANCE & PROTECTION OF TRAFFIC 3

removal or sanding of snow or ice by the public authorities or adjoining land owners, in an ordinary manner with regular highway equipment, the Contractor shall be required to perform such services for the public authorities or adjoining owners without charge. If the Contractor fails to do so, he shall reimburse the said authorities or adjoining owners or the Local Public Agency for any additional cost to them for doing such work occasioned by conditions arising from the Contractor's operations, occupancy, or trench surfaces, together with any damage to the equipment of said parties by those conditions, or claims of any parties for damage or injury or loss by reason of failure to remove snow or ice or to sand icy spots under these conditions.

3.03 The use of flagmen by the Contractor to control the movements of his own vehicles

(owned, rented or contracted for, or those delivering materials and equipment), for the protection of said vehicles, his workmen or other traffic shall be included in the price for this item.

PART 4 - DETOURS 4.01 Temporary detours shall be constructed on the site as directed by the Owner’s

Representative, required by the contract plans or specified elsewhere herein. Detours shall be constructed to the typical sections specified on the contract plans. Said detours shall not have grades in excess of 10% anywhere along their lanes unless otherwise shown on the plans. Detours shall be smooth riding as determined by the Owner.

4.02 Suitable barricades shall be installed continuously along both sides of a detour where:

a. the adjacent side slope is steeper that 6:1; b. the Contractor's operations or equipment may operate within 20 feet of the detour,

or c. other unsafe conditions require them for the protection of traffic along the line of

detour.

4.03 Bituminous concrete patches will conform to the requirements of hot plant mixed bituminous or asphalt concrete during the period when plant mix is available; otherwise a "cold patch" or "winter mix" as approved by the Owner may be utilized.

END OF SECTION

Page 160: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

THIS PAGE INTENTIONALLY BLANK

Page 161: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

PROJECT CLOSEOUT 1

DIVISION 1 - GENERAL REQUIREMENTS PROJECT CLOSEOUT PART 1 - GENERAL

1.01 The quality of materials and performance of work used in the restorations shall produce a street surface, sidewalk, curb, culvert, driveway, lawn, or landscaped area equal to or better-than the conditions of each before the work began. If conditions were inferior before replacement, they shall be superior after replacement.

1.02 Work Included: Site restoration shall include but not be limited to the following -

Removing all equipment and parts, junk, rubbish, excess materials and debris of all kind - Grading as shown if a grading plan has been prepared, or grading so as to blend into the surrounding ground forms to the satisfaction of the Owner - Scarification of storage yards, batching sites, haul roads, etc., to the depth determined by the Owner as necessary to support vegetation; - Removing and regrading temporary roads or areas as required by the Owner; - Repairing or removing damaged trees and the fertilizing, seeding and mulching of the areas as provided for in the contract or as directed by the Owner; - Grading the slopes of excavated areas to a stable condition, in no cases steeper than one vertical on one and one-half horizontal, and scaling all rock cut slopes to remove any loose or unstable rock - Installing cement concrete pavement, bituminous concrete pavement, and/or granular material in disturbed roads, driveways, and shoulders; - Removing unused excavation or fill material; - Removing temporary buildings and structures, fences, and scaffolding.

1.03 Payment for the above work shall be made under the appropriate items if included in the

bid schedule. Otherwise the cost shall be included in the cost for other items in the Contract, and no separate payments shall be made for the work.

PART 2 - DOCUMENTS REQUIRED PRIOR TO FINAL PAYMENT

2.01 Guarantees

Provide three copies of any guarantees of greater than one year called for in the specifications.

2.02 Waiver of Liens

For projects where no payment bond is required, provide three copies of a waiver of liens against the project by all suppliers and subcontractors.

2.03 Certification by Manufacturer's Representative

When inspection by a manufacturer's representative is called for in the specifications, provide three copies of a certification that the equipment has been properly installed, lubricated, and calibrated; is in accurate alignment; is free from any undue stress imposed by connecting piping or anchor bolts; and has been operated satisfactorily under full load conditions.

END OF SECTION

Page 162: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

THIS PAGE INTENTIONALLY BLANK

Page 163: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

CUTTING AND PATCHING 017329-1

SECTION 017329 - CUTTING AND PATCHING

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 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. Section "Selective Structure Demolition" for demolition of selected portions of the building.

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 of other Work.

C. Landing repair work and structural resurfacing at floor levels using self-leveling compound.

1.4 SUBMITTALS

A. Cutting and Patching Proposal: Submit a proposal describing procedures at least 5 days before the time cutting and patching will be performed, requesting approval to proceed. Include the following information:

1. Extent: Describe cutting and patching, show how they will be performed, and indicate why they cannot be avoided.

2. Changes to In-Place Construction: Describe anticipated results. Include changes to structural elements and operating components as well as changes in building's appearance and other significant visual elements.

3. Products: List products to be used and firms or entities that will perform the Work. 4. Dates: Indicate when cutting and patching will be performed. 5. Utility Services and Mechanical/Electrical Systems: List services/systems that cutting

and patching procedures will disturb or affect. List services/systems that will be relocated and those that will be temporarily out of service. Indicate how long services/systems will be disrupted.

Page 164: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

CUTTING AND PATCHING 017329-2

6. Structural Elements: Where cutting and patching involve adding reinforcement to structural elements, submit details and engineering calculations showing integration of reinforcement with original structure.

7. Engineer's Approval: Obtain approval of cutting and patching proposal before cutting and patching. Approval does not waive right to later require removal and replacement of unsatisfactory work.

1.5 QUALITY ASSURANCE

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 result 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 result in increased maintenance or decreased operational life or safety.

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.

Page 165: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

CUTTING AND PATCHING 017329-3

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 prevent 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.

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 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 and Masonry: Cut using a cutting machine, such as an abrasive saw or a

diamond-core drill. 4. Proceed with patching after construction operations requiring cutting are complete.

C. Patching: Patch construction by filling, repairing, refinishing, 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.

Page 166: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

CUTTING AND PATCHING 017329-4

b. Restore damaged pipe covering to its original condition.

3. Floors: Where areas that are removed extend one finished area into another, patch and repair floor surfaces in the new space. Provide an even surface of uniform finish, color, texture, and appearance. Where patching occurs in a painted surface, apply primer and intermediate paint coats over the patch and apply final paint coat over entire unbroken surface containing the patch. Provide additional coats until patch blends with adjacent surfaces.

D. Cleaning: Clean areas and spaces where cutting and patching are performed. Completely remove paint, mortar, oils, putty, and similar materials.

END OF SECTION 017329

Page 167: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

SELECTIVE STRUCTURE DEMOLITION 024119-1

SECTION 024119 - SELECTIVE STRUCTURE DEMOLITION

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes the following:

1. Demolition and removal of selected portions of structure as shown on Sheets.

1.3 DEFINITIONS

A. Remove: Detach items from existing construction and legally dispose of them off-site, unless indicated to be removed and salvaged or removed and reinstalled.

1.4 PROJECT CONDITIONS

A. Owner will occupy portions of building immediately adjacent to selective demolition area. Conduct selective demolition so Owner's operations will not be disrupted.

1. Comply with requirements specified in Section "Summary."

B. Notify Engineer of discrepancies between existing conditions and Drawings before proceeding with selective demolition.

C. Hazardous Materials: It is not expected that hazardous materials will be encountered in the Work.

1. If materials suspected of containing hazardous materials are encountered, do not disturb; immediately notify Engineer and Owner. Owner will remove hazardous materials under a separate contract.

D. Storage or sale of removed items or materials on-site is not permitted.

E. Utility Service: Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations.

1. Maintain fire-protection facilities in service during selective demolition operations.

PART 2 - PRODUCTS (Not Used)

Page 168: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

SELECTIVE STRUCTURE DEMOLITION 024119-2

PART 3 - EXECUTION

3.1 EXAMINATION

A. Survey existing conditions and correlate with requirements indicated to determine extent of selective demolition required.

B. When unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure the nature and extent of conflict. Promptly submit a written report to Engineer.

C. Survey of Existing Conditions: Record existing conditions by use of measured drawings.

1. Before selective demolition or removal of existing building elements that will be reproduced or duplicated in final Work, make permanent record of measurements, materials, and construction details required to make exact reproduction.

D. Perform surveys as the Work progresses to detect hazards resulting from selective demolition activities.

3.2 UTILITY SERVICES AND MECHANICAL/ELECTRICAL SYSTEMS

A. Existing Services/Systems: Maintain services/systems indicated to remain and protect them against damage during selective demolition operations.

1. Comply with requirements for existing services/systems interruptions specified in Section "Summary."

3.3 PREPARATION

A. Temporary Shoring: Provide and maintain shoring, bracing, and structural supports as required to preserve stability and prevent movement, settlement, or collapse of construction and finishes to remain, and to prevent unexpected or uncontrolled movement or collapse of construction being demolished.

1. Strengthen or add new supports when required during progress of selective demolition.

3.4 SELECTIVE DEMOLITION, GENERAL

A. General: Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete the Work within limitations of governing regulations and as follows:

1. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. Use hand tools or small power tools designed for sawing or grinding, not hammering and

Page 169: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

SELECTIVE STRUCTURE DEMOLITION 024119-3

chopping, to minimize disturbance of adjacent surfaces. Temporarily cover openings to remain.

2. Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces.

3. Do not use cutting torches until work area is cleared of flammable materials. At concealed spaces, such as duct and pipe interiors, verify condition and contents of hidden space before starting flame-cutting operations. Maintain fire watch and portable fire-suppression devices during flame-cutting operations.

4. Maintain adequate ventilation when using cutting torches. 5. Remove decayed, vermin-infested, or otherwise dangerous or unsuitable materials and

promptly dispose of off-site. 6. Locate selective demolition equipment and remove debris and materials so as not to

impose excessive loads on supporting walls, floors, or framing. 7. Dispose of demolished items and materials promptly.

3.5 DISPOSAL OF DEMOLISHED MATERIALS

A. General: Except for items or materials indicated to be recycled, reused, salvaged, reinstalled, or otherwise indicated to remain Owner's property, remove demolished materials from Project site and legally dispose of them in an EPA-approved landfill.

1. Do not allow demolished materials to accumulate on-site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces

and areas. 3. Remove debris from elevated portions of building by chute, hoist, or other device that

will convey debris to grade level in a controlled descent.

B. Burning: Do not burn demolished materials.

C. Disposal: Transport demolished materials off Owner's property and legally dispose of them.

3.6 CLEANING

A. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before selective demolition operations began.

END OF SECTION 024119

Page 170: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

THIS PAGE INTENTIONALLY BLANK

Page 171: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

Maintenance of Concrete 030100 - 1

SECTION 030100 - MAINTENANCE OF CONCRETE

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes:

1. Concrete surface repair. 2. Concrete crack repair.

B. Related Sections:

1. Section 033053 – Miscellaneous Cast-In-Place Concrete.

1.2 SUBMITTALS

A. Product Data: Submit product standards, physical and chemical characteristics, technical specifications, limitations, maintenance instructions, and general recommendations regarding each material.

B. Manufacturer’s Instructions: Submit mixing instructions.

1.3 CLOSEOUT SUBMITTALS

A. Project Record Documents: Accurately record actual locations of floor and crack repairs.

B. Operation and Maintenance Data: Procedures for submittals.

1.4 QUALIFICATIONS

A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum five years documented experience.

B. Applicator: Company specializing in concrete repair with minimum 5years documented experience.

1.5 DELIVERY, STORAGE, AND HANDLING

A. Comply with instructions for storage, shelf life limitations, and handling.

Page 172: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

Maintenance of Concrete 030100 - 2

PART 2 - PRODUCTS

2.1 EPOXY MORTAR MATERIALS

A. Manufacturers:

1. Sikafloor 82 EpoCem by Sika. 2. Or equal.

B. Epoxy Mortar: Three-part epoxy binding resin and aggregate mortar mixture.

2.2 EPOXY ADHESIVE MATERIALS

A. Manufacturers:

1. Sikadur 32, Hi-Mod by Sika. 2. Or equal.

B. Epoxy Adhesive: Two-component, moisture-tolerant structural epoxy adhesive.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Verify surfaces are ready to receive work.

B. Beginning of installation means acceptance of existing surfaces.

3.2 PREPARATION

A. Surface shall be clean and sound. It may be dry or damp, but free of standing water. Remove dust.

B. Flush out cracks and voids to achieve a laitance and contaminant free, open textured surface by blast cleaning or other equivalent mechanical means.

C. For areas patched with epoxy mortar, remove broken and soft concrete 1/4 inch deep. Remove corrosion from steel. Clean surfaces mechanically; rinse with water.

3.3 FIELD QUALITY CONTROL

A. Engineer to inspect and approve surface after preparation and prior to application of topping.

END OF SECTION

Page 173: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

MISCELLANEOUS CAST-IN-PLACE CONCRETE 033053-1

SECTION 033053 - MISCELLANEOUS CAST-IN-PLACE CONCRETE

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section includes cast-in-place concrete, including reinforcement, concrete materials, mixture design, placement procedures, and finishes.

B. This section includes concrete for the replacement at the intermediate landings, fill for the stair pans and any other incidental concrete work.

1.3 SUBMITTALS

A. Product Data: For each type of product indicated.

B. Other Action Submittal:

1. Design Mixtures: For each concrete mixture.

1.4 QUALITY ASSURANCE

A. Ready-Mix-Concrete Manufacturer Qualifications: A firm experienced in manufacturing ready-mixed concrete products and that complies with ASTM C 94 requirements for production facilities and equipment.

B. Comply with the following sections of ACI 301, unless modified by requirements in the Contract Documents:

1. "General Requirements." 2. "Formwork and Formwork Accessories." 3. "Reinforcement and Reinforcement Supports." 4. "Concrete Mixtures." 5. "Handling, Placing, and Constructing."

C. Comply with ACI 117, "Specifications for Tolerances for Concrete Construction and Materials."

PART 2 - PRODUCTS

Page 174: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

MISCELLANEOUS CAST-IN-PLACE CONCRETE 033053-2

2.1 FORMWORK

A. Furnish formwork and formwork accessories according to ACI 301.

2.2 STEEL REINFORCEMENT

A. Plain-Steel Welded Wire Reinforcement: ASTM A 185, fabricated from as-drawn steel wire into flat sheets.

2.3 CONCRETE MATERIALS

A. Cementitious Material: Use the following cementitious materials, of the same type, brand, and source throughout Project:

1. Portland Cement: ASTM C 150, Type I

B. Normal-Weight Aggregate: ASTM C 33, graded, 1/2-inch nominal maximum aggregate size.

C. Water: Potable and complying with ASTM C 94.

2.4 ADMIXTURES

A. Air-Entraining Admixture: ASTM C 260.

B. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures containing calcium chloride.

1. Water-Reducing Admixture: ASTM C 494, Type A. 2. Water-Reducing and Retarding Admixture: ASTM C 494, Type D. 3. High-Range, Water-Reducing Admixture: ASTM C 494, Type F. 4. High-Range, Water-Reducing and Retarding Admixture: ASTM C 494, Type G.

2.5 CURING MATERIALS

A. Evaporation Retarder: Waterborne, monomolecular film forming; manufactured for application to fresh concrete.

B. Absorptive Cover: AASHTO M 182, Class 3, burlap cloth or cotton mats.

C. Moisture-Retaining Cover: ASTM C 171, polyethylene film or white burlap-polyethylene sheet.

D. Water: Potable.

E. Clear, Waterborne, Membrane-Forming Curing Compound: ASTM C 309, Type 1, Class B.

Page 175: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

MISCELLANEOUS CAST-IN-PLACE CONCRETE 033053-3

F. Clear, Waterborne, Membrane-Forming Curing and Sealing Compound: ASTM C 1315, Type 1, Class A.

2.6 CONCRETE MIXTURES

A. Comply with ACI 211.1 and ACI 301 requirements for concrete mixtures.

B. Normal-Weight Concrete: Prepare design mixes as indicated on the drawings.

2.7 CONCRETE MIXING

A. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94 and ASTM C 1116, and furnish batch ticket information.

1. If mixing in a plant, mix for not less than 50 sec or more than 90 sec for normal strength concrete.

2. If mixing in the truck at the plant, mix for not less than 70 or more than 125 truck-drum rev, at a mixing speed of not less than 6 or more than 18 truck-drum rpm. Upon completion of the designated number of mixing revolutions, reduce the truck-drum speed to not less than 2 or more than 6 rpm. Do not exceed a total of 300 truck-drum rev.

3. Deliver mixed concrete to work-site and discharge within 1-1/2 hours after completion of mixing. Agitate, but do not mix concrete en-route to the work site. In hot weather, under conditions contributing to quick stiffing, or if concrete temperature is 80 deg F or above, do not allow the time between completion of mixing and discharge to exceed 1 hour. As an alternative to maintaining the concrete temperature below 80 deg F, use approved, set retarding admixture to extend the initial set time and enable the mix to remain workable for the full 1-1/2 hours of allowable mixing time.

4. Once on site, agitate concrete for at least 20 revolutions before placement. Do not use concrete that has exceeded 45 min without agitation.

5. Do not allow concrete to come in contact with aluminum unless aluminum is coated with an acceptable coating.

PART 3 - EXECUTION

3.1 FORMWORK

A. Design, construct, erect, brace, and maintain formwork according to ACI 301.

3.2 EMBEDDED ITEMS

A. Place and secure anchorage devices and other embedded items required for adjoining work attached to or supported by cast-in-place concrete. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded.

Page 176: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

MISCELLANEOUS CAST-IN-PLACE CONCRETE 033053-4

3.3 STEEL REINFORCEMENT

A. Comply with CRSI's "Manual of Standard Practice" for fabricating, placing, and supporting reinforcement.

3.4 CONCRETE PLACEMENT

A. Comply with ACI 301 for placing concrete.

B. Before test sampling and placing concrete, water may be added at Project site, subject to limitations of ACI 301.

C. Consolidate concrete with mechanical vibrating equipment.

3.5 FINISHING UNFORMED SURFACES

A. General: Comply with ACI 302.1R for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces.

B. Screed surfaces with a straightedge and strike off. Begin initial floating using bull floats or darbies to form a uniform and open-textured surface plane before excess moisture or bleedwater appears on surface.

1. Do not further disturb surfaces before starting finishing operations.

C. Nonslip Broom Finish: Apply a nonslip broom finish to surfaces indicated. Immediately after float finishing, slightly roughen trafficked surface by brooming with fiber-bristle broom perpendicular to main traffic route.

3.6 CONCRETE PROTECTING AND CURING

A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold-weather protection and with ACI 301 for hot-weather protection during curing.

1. When the air temperature falls below 40 deg F protect the patch by covering suface and sides to effectively maintain a temperature not less than 40 deg F for a period of at least 4 days and the concrete achieve a strength of 4,000 psi. A high-low thermometer is to be placed on the concrete surface. If the concrete temperature falls between 35 deg F and 40 deg F a cure day is to be added. If the temperature falls below 35 deg F the concrete will be considered defective and will need to be removed and replaced.

B. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing.

C. Begin curing after finishing concrete but not before free water has disappeared from concrete surface.

Page 177: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

MISCELLANEOUS CAST-IN-PLACE CONCRETE 033053-5

D. Curing Methods: Cure formed and unformed concrete for at least seven days by one or a combination of the following methods:

1. Moisture Curing: Keep surfaces continuously moist for not less than seven days with the following materials:

a. Water. b. Continuous water-fog spray. c. Absorptive cover, water saturated and kept continuously wet. Cover concrete

surfaces and edges with 12-inch lap over adjacent absorptive covers.

2. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture-retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Cure for not less than seven days. Immediately repair any holes or tears during curing period using cover material and waterproof tape.

3. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period.

4. Curing and Sealing Compound: Apply uniformly to floors and slabs indicated in a continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Repeat process 24 hours later and apply a second coat. Maintain continuity of coating and repair damage during curing period.

3.7 FIELD QUALITY CONTROL

A. Engineer to inspect and approve finished concrete surface.

END OF SECTION 033053

Page 178: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

THIS PAGE INTENTIONALLY BLANK

Page 179: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

CONCRETE FLOOR TOPPING 1

SECTION 035320 - CONCRETE FLOOR TOPPING

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Self-leveling mortar for re-profiling and resurfacing concrete surface at floor landings.

1.3 ACTION SUBMITTALS

A. Product Data: For each type of product indicated.

1.4 QUALITY ASSURANCE

A. Pre-installation Conference: Conduct conference at Project site.

1.5 DELIVERY, STORAGE, AND HANDLING

A. Deliver materials in original packages and containers, with seals unbroken, bearing manufacturer's labels indicating brand name and directions for storage, mixing with other components, and application.

B. Store materials to comply with manufacturer's written instructions to prevent deterioration from moisture or other detrimental effects.

1.6 PROJECT CONDITIONS

A. Environmental Limitations: Comply with manufacturer's written instructions for substrate temperature and moisture content, ambient temperature and humidity, ventilation, and other conditions affecting concrete floor topping performance.

1. Place concrete floor topping only when ambient temperature and temperature of base slabs are between 50 and 86 deg F.

B. Close areas to traffic during topping application and, after application, for time period recommended in writing by manufacturer.

Page 180: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

CONCRETE FLOOR TOPPING 2

PART 2 - PRODUCTS

2.1 CONCRETE FLOOR TOPPINGS

A. Self-Leveling, Epoxy-Cement Floor Topping: A three component, solvent free, odorless, moisture, cementitious, self-leveling mortar.

1. Products: Subject to compliance with requirements, provide the following:

a. Sikafloor 82 Epocem by Sika. b. Or equal.

2. Compressive Strength (28 Days): 6,500 psi; ASTM C 109.

2.2 MIXING

A. Floor Topping: Mix concrete floor topping materials and water in appropriate drum-type batch machine mixer or truck mixer according to manufacturer's written instructions.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine substrates, with Installer present, for conditions affecting performance of concrete floor topping.

B. Verify that base slabs are visibly dry and free of moisture. Test for capillary moisture by the plastic sheet method according to ASTM D 4263.

C. Proceed with application only after unsatisfactory conditions have been corrected.

3.2 PREPARATION

A. Existing Concrete: Remove existing surface treatments and deteriorated concrete. Mechanically abrade base slabs to produce a heavily scarified surface profile with an amplitude of 1/4 inch.

1. Prepare and clean existing base slabs according to concrete floor topping manufacturer's written instructions. Fill voids, cracks, and cavities in base slabs.

2. Mechanically remove contaminants from existing concrete that might impair bond of floor topping.

B. Install joint-filler strips where topping abuts vertical surfaces, such as column pedestals, walls, and other locations.

1. Extend joint-filler strips full width and depth of joint, terminating flush with topping surface, unless otherwise indicated.

Page 181: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

CONCRETE FLOOR TOPPING 3

3.3 FLOOR TOPPING APPLICATION

A. Existing Concrete: Apply primer for self-leveling mortar by using a brush or roller off appropriate length nap to control the coverage according to concrete surface profile. Avoid pudding.

B. Self-Leveling Mortar: After mixing, apply self-leveling mortar without delay using a flooring trowel or screed rake (rubber or metal) to obtain an even coverage. Immediately work with a spiked roller to ensure uniform thickness and to remove entrapped air.

C. Finishing: When self-leveling mortar has cured sufficiently, sand if required and apply appropriate coating (SIKAFLOOR or equivalent) directly over the mortar coating. Maintain the mortar coating in a clean, dry surface condition prior to the coating application, ideally within 3 days.

3.4 PROTECTING AND CURING

A. General: Protect freshly placed concrete floor topping from premature drying and excessive cold or hot temperatures. Refer to the manufacturer’s instructions for details.

3.5 REPAIRS

A. Defective Topping: Repair and patch defective concrete floor topping areas, including areas that have not bonded to concrete substrate. To proceed with local repairs and slope corrections, Sikafloor 82 EpoCem can be extended with oven-dried silica sand.

3.6 FIELD QUALITY CONTROL

A. Engineer to inspect and approve surface after preparation and prior to application of topping.

END OF SECTION 035320

Page 182: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

THIS PAGE INTENTIONALLY BLANK

Page 183: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

METAL FABRICATIONS 055000-1

SECTION 055000 - METAL FABRICATIONS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. New stair pans, nosings, and treads for each set of stairs in the southeast stair tower. 2. New steel bent bars welded to existing stringers to support the new stair pans.

B. Related Sections:

1. Section "Miscellaneous Cast-in-Place Concrete" for concrete fill treads, landings and other incidental concrete repair work.

2. Section “High Performance Coatings” for painting of new and existing steel members.

1.3 SUBMITTALS

A. Product Data: For each type of product indicated.

B. Prior to fabrication, steel fabricator shall prepare and submit a single copy of shop drawings to the Engineer for review and approval.

C. Welding certificates: Copies of certificates for welding procedures and personnel.

1.4 QUALITY ASSURANCE

A. Welding Qualifications: Qualify procedures and personnel according to AWS D1.1, "Structural Welding Code - Steel."

B. Welding Qualifications: Qualify procedures and personnel according to the following:

1. AWS D1.1, "Structural Welding Code - Steel."

1.5 PROJECT CONDITIONS

A. Field Measurements: Verify actual locations and other construction contiguous with metal fabrications by field measurements before fabrication.

Page 184: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

METAL FABRICATIONS 055000-2

1.6 COORDINATION

A. Coordinate selection of shop primers with topcoats to be applied over them. Comply with paint and coating manufacturers' written recommendations to ensure that shop primers and topcoats are compatible with one another.

B. Coordinate installation of anchorages for metal fabrication. 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.

PART 2 - PRODUCTS

2.1 METALS, GENERAL

A. Metal Surfaces, General: Provide materials with smooth, flat surfaces unless otherwise indicated. For metal fabrications exposed to view in the completed Work, provide materials without seam marks, roller marks, rolled trade names, or blemishes.

2.2 FERROUS METALS

A. Steel Plates, Shapes, and Bars: ASTM A 36.

B. Steel Pipe: ASTM A 53.

2.3 MISCELLANEOUS MATERIALS

A. Welding Rods and Bare Electrodes: Select according to AWS specifications for metal alloy welded.

B. Shop Primers: Provide primers that comply with painting Sections and Section "High-Performance Coatings.”

2.4 FABRICATION – PAN STAIRS AND LANDINGS

A. Fabricate stairs and landings with closed risers and treads of metal pan construction, ready to receive concrete.

B. Form treads and riser with minimum 12 gage sheet steel stock.

C. Secure reinforced tread pans to stringers with carrier bars; welded in place.

2.5 FABRICATION – CAST ABRASIVE NOSINGS

A. Provide anti-slip or cross-hatched nosing. Locate not more than 4 inches form ends and not more than 12 inches o.c., evenly spaced between ends, unless otherwise indicated. Provide closer spacing if recommended by manufacturer.

Page 185: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

METAL FABRICATIONS 055000-3

1. Non-slip, Abrasive Nosing, Balco, Inc., Model P-400, Single component with mill finish Aluminum. Submit colors for selection.

2. Or equal.

2.6 FABRICATION, GENERAL

A. Shop Assembly: Preassemble items in the shop to greatest extent possible. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain structural value of joined pieces. Clearly mark units for reassembly and coordinated installation.

B. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a radius of approximately 1/32 inch unless otherwise indicated. Remove sharp or rough areas on exposed surfaces.

C. Form bent-metal corners to smallest radius possible without causing grain separation or otherwise impairing work.

D. Form exposed work with accurate angles and surfaces and straight edges.

E. Weld corners and seams continuously to comply with the following:

1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals.

2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended so no

roughness shows after finishing and contour of welded surface matches that of adjacent surface.

F. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners or welds where possible. Where exposed fasteners are required, use Phillips flat-head (countersunk) fasteners unless otherwise indicated. Locate joints where least conspicuous.

G. Fabricate seams and other connections that will be exposed to weather in a manner to exclude water. Provide weep holes where water may accumulate.

H. Cut, reinforce, drill, and tap metal fabrications as indicated to receive finish hardware, screws, and similar items.

2.7 MISCELLANEOUS FRAMING AND SUPPORTS

A. General: Provide steel framing and supports not specified in other Sections as needed to complete the Work.

B. Fabricate units from steel shapes, plates, and bars of welded construction unless otherwise indicated. Fabricate to sizes, shapes, and profiles indicated and as necessary to receive adjacent construction.

1. Furnish inserts for units installed after concrete is placed.

Page 186: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

METAL FABRICATIONS 055000-4

C. Prime miscellaneous framing and supports with primer specified in Section "High-Performance Coatings" where indicated.

PART 3 - EXECUTION

3.1 INSTALLATION, GENERAL

A. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing metal fabrications. Set metal fabrications accurately in location, alignment, and elevation; with edges and surfaces level, plumb, true, and free of rack; and measured from established lines and levels.

B. Field Welding: Comply with the following requirements:

1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals.

2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended so no

roughness shows after finishing and contour of welded surface matches that of adjacent surface.

C. Fastening to In-Place Construction: Provide anchorage devices and fasteners where metal fabrications are required to be fastened to in-place construction. Provide threaded fasteners for use with concrete and masonry inserts, toggle bolts, through bolts, lag screws, wood screws, and other connectors.

D. Provide temporary bracing or anchors in formwork for items that are to be built into concrete construction.

E. Install expansion/isolation joints as recommended by manufacturer.

3.2 ADJUSTING AND CLEANING

A. Touchup Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas. Paint uncoated and abraded areas with the same material as used for shop painting to comply with SSPC-PA 1 for touching up shop-painted surfaces.

1. Apply by brush or spray to provide a minimum 2.0-mil dry film thickness.

B. Touchup Painting: Cleaning and touchup painting of field welds, bolted connections, and abraded areas of shop paint are specified in painting Sections.

END OF SECTION 055000

Page 187: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

JOINT SEALANTS 079200-1

SECTION 079200 - JOINT SEALANTS

PART 1 - GENERAL

1.1 SUMMARY

A. Section includes repair of all isolation joints between stair treads and concrete floor landings at the southeast stair tower.

B. Section Includes:

1. Urethane joint sealants.

1.2 SUBMITTALS

A. Product Data: For each joint-sealant product indicated.

B. Samples for Initial Selection: Manufacturer's color charts consisting of strips of cured sealants showing the full range of colors available for each product exposed to view.

C. Product Certificates: For each kind of joint sealant and accessory, from manufacturer.

D. Sealant, Waterproofing, and Restoration Institute (SWRI) Validation Certificate: For each sealant specified to be validated by SWRI's Sealant Validation Program.

E. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency, indicating that sealants comply with requirements.

F. Preconstruction Compatibility and Adhesion Test Reports: From sealant manufacturer, indicating the following:

1. Materials forming joint substrates and joint-sealant backings have been tested for compatibility and adhesion with joint sealants.

2. Interpretation of test results and written recommendations for primers and substrate preparation needed for adhesion.

1.3 QUALITY ASSURANCE

A. Installer Qualifications: Manufacturer's authorized representative who is trained and approved for installation of units required for this Project.

B. Source Limitations: Obtain each kind of joint sealant from single source from single manufacturer.

Page 188: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

JOINT SEALANTS 079200-2

1.4 PROJECT CONDITIONS

A. Do not proceed with installation of joint sealants under the following conditions:

1. When ambient and substrate temperature conditions are outside limits permitted by joint-sealant manufacturer or are below 40 deg F.

2. When joint substrates are wet. 3. Where joint widths are less than those allowed by joint-sealant manufacturer for

applications indicated. 4. Where contaminants capable of interfering with adhesion have not yet been removed

from joint substrates.

1.5 WARRANTY

A. Special Installer's Warranty: Manufacturer's standard form in which Installer agrees to repair or replace joint sealants that do not comply with performance and other requirements specified in this Section within specified warranty period.

1. Warranty Period: Five years from date of Substantial Completion.

B. Special warranties specified in this article exclude deterioration or failure of joint sealants from the following:

1. Movement of the structure caused by structural settlement or errors attributable to design or construction resulting in stresses on the sealant exceeding sealant manufacturer's written specifications for sealant elongation and compression.

2. Disintegration of joint substrates from natural causes exceeding design specifications. 3. Mechanical damage caused by individuals, tools, or other outside agents. 4. Changes in sealant appearance caused by accumulation of dirt or other atmospheric

contaminants.

PART 2 - PRODUCTS

2.1 MATERIALS, GENERAL

A. Compatibility: Provide joint sealants, backings, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by joint-sealant manufacturer, based on testing and field experience.

2.2 URETHANE JOINT SEALANTS

A. Single-component, poly urethane based, non-sag elastomeric sealant: ASTM C920, Type S, Grade NS, Class 35.

1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following:

Page 189: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

JOINT SEALANTS 079200-3

a. SIKA – Sikaflex – 1a b. Or equal

2.3 JOINT SEALANT BACKING

A. General: Provide sealant backings of material that are non-staining; are compatible with joint substrates, sealants, primers, and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing.

B. Bond-Breaker Tape: Polyethylene tape or other plastic tape recommended by sealant manufacturer for preventing sealant from adhering to rigid, inflexible joint-filler materials or joint surfaces at back of joint. Provide self-adhesive tape where applicable.

2.4 MISCELLANEOUS MATERIALS

A. Primer: Material recommended by joint-sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint-sealant-substrate tests and field tests.

B. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of sealants and sealant backing materials, free of oily residues or other substances capable of staining or harming joint substrates and adjacent nonporous surfaces in any way, and formulated to promote optimum adhesion of sealants to joint substrates.

C. Masking Tape: Non-staining, nonabsorbent material compatible with joint sealants and surfaces adjacent to joints.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine joints indicated to receive joint sealants, with Installer present, for compliance with requirements for joint configuration, installation tolerances, and other conditions affecting joint-sealant performance.

B. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2 PREPARATION

A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint-sealant manufacturer's written instructions and the following requirements:

1. Remove all foreign material from joint substrates that could interfere with adhesion of joint sealant, including dust, paints (except for permanent, protective coatings tested and approved for sealant adhesion and compatibility by sealant manufacturer), old joint sealants, oil, grease, waterproofing, water repellents, water, surface dirt, and frost.

Page 190: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

JOINT SEALANTS 079200-4

2. Clean porous joint substrate surfaces by brushing, grinding, mechanical abrading, or a combination of these methods to produce a clean, sound substrate capable of developing optimum bond with joint sealants. Remove loose particles remaining after cleaning operations above by vacuuming or blowing out joints with oil-free compressed air. Porous joint substrates include the following:

a. Concrete. b. Exterior insulation and finish systems.

3. Remove laitance and form-release agents from concrete. 4. Clean nonporous joint substrate surfaces with chemical cleaners or other means that do

not stain, harm substrates, or leave residues capable of interfering with adhesion of joint sealants. Nonporous joint substrates include the following:

a. Metal.

B. Joint Priming: Prime joint substrates where recommended by joint-sealant manufacturer or as indicated by preconstruction joint-sealant-substrate tests or prior experience. Apply primer to comply with joint-sealant manufacturer's written instructions. Confine primers to areas of joint-sealant bond; do not allow spillage or migration onto adjoining surfaces.

C. Masking Tape: Use masking tape where required to prevent contact of sealant or primer with adjoining surfaces that otherwise would be permanently stained or damaged by such contact or by cleaning methods required to remove sealant smears. Remove tape immediately after tooling without disturbing joint seal.

3.3 INSTALLATION OF JOINT SEALANTS

A. General: Comply with joint-sealant manufacturer's written installation instructions for products and applications indicated, unless more stringent requirements apply.

B. Sealant Installation Standard: Comply with recommendations in ASTM C 920 for use of joint sealants as applicable to materials, applications, and conditions indicated.

C. Install sealant backings of kind indicated to support sealants during application and at position required to produce cross-sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability.

1. Do not leave gaps between ends of sealant backings. 2. Do not stretch, twist, puncture, or tear sealant backings. 3. Remove absorbent sealant backings that have become wet before sealant application and

replace them with dry materials.

D. Install bond-breaker tape behind sealants where sealant backings are not used between sealants and backs of joints.

E. Install sealants using proven techniques that comply with the following and at the same time backings are installed:

1. Place sealants so they directly contact and fully wet joint substrates.

Page 191: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

JOINT SEALANTS 079200-5

2. Completely fill recesses in each joint configuration. 3. Produce uniform, cross-sectional shapes and depths relative to joint widths that allow

optimum sealant movement capability.

F. Tooling of Non-sag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants according to requirements specified in subparagraphs below to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint.

1. Remove excess sealant from surfaces adjacent to joints. 2. Use tooling agents that are approved in writing by sealant manufacturer and that do not

discolor sealants or adjacent surfaces. 3. Provide concave joint profile per Figure 8A in ASTM C 1193, unless otherwise

indicated. 4. Provide flush joint profile where indicated per Figure 8B in ASTM C 1193. 5. Provide recessed joint configuration of recess depth and at locations indicated per

Figure 8C in ASTM C 1193.

a. Use masking tape to protect surfaces adjacent to recessed tooled joints.

3.4 CLEANING

A. Clean off excess sealant or sealant smears adjacent to joints as the Work progresses by methods and with cleaning materials approved in writing by manufacturers of joint sealants and of products in which joints occur.

3.5 PROTECTION

A. Protect joint sealants during and after curing period from contact with contaminating substances and from damage resulting from construction operations or other causes so sealants are without deterioration or damage at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out and remove damaged or deteriorated joint sealants immediately so installations with repaired areas are indistinguishable from original work.

END OF SECTION 079200

Page 192: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

THIS PAGE INTENTIONALLY BLANK

Page 193: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

HIGH-PERFORMANCE COATINGS 099600-1

SECTION 099600 - HIGH-PERFORMANCE COATINGS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes surface preparation and application of high-performance coating systems on the following substrates:

1. Exposed Corroded Beams, Stair Stringers and Columns:

a. Structural Steel.

2. New stair pans, nosings, treads, and steel support bars.

B. Related Sections include the following:

1. Painting Sections for special-use coatings and general field painting.

1.3 SUBMITTALS

A. Product Data: For each type of product indicated. Include preparation requirements and application instructions.

B. Product List: For each product indicated. Cross-reference products to coating system and locations of application areas. Use same designations indicated on Drawings and in schedules.

C. Samples for Initial Selection: For topcoat product indicated. This is to ensure that the proposed topcoat matches the color and gloss of the existing finished coating.

D. Samples for Verification: For coating system and in each color and gloss of topcoat indicated.

1.4 QUALITY ASSURANCE

A. Master Painters Institute (MPI) Standards:

1. Products: Complying with MPI standards indicated and listed in "MPI Approved Products List."

2. Preparation and Workmanship: Comply with requirements in "MPI Architectural Painting Specification Manual" for products and coating systems indicated.

B. Applicator Qualifications:

Page 194: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

HIGH-PERFORMANCE COATINGS 099600-2

1. Applicator shall have minimum five years experience applying special coating materials or carry Sophisticated Paint Endorsement, QP 3 or QP 1 certification as applicable. Applicator must provide proof of certification or the following:

a. Minimum five years commercial experience applying industrial grade coatings. b. Minimum five successful projects of similar scope and complexity. c. List of references for completed projects. d. Qualifications and project history of proposed job superintendent.

2. Applicator shall employ skilled craftsmen to ensure highest quality workmanship. Materials to be applied by craftsmen experienced in use of specified products.

C. Manufacturer shall review and advise applicator on proper application procedures and techniques. Initial application shall be observed by coating manufacturer representative.

1.5 DELIVERY, STORAGE, AND HANDLING

A. Store materials not in use in tightly covered containers in well-ventilated areas with ambient temperatures continuously maintained at not less than 45 deg F.

1. Maintain containers in clean condition, free of foreign materials and residue. 2. Remove rags and waste from storage areas daily.

1.6 PROJECT CONDITIONS

A. Apply coatings only when temperature of surfaces to be coated and surrounding air temperatures are between 50 and 95 deg F.

B. Do not apply coatings in snow, rain, fog, or mist; when relative humidity exceeds 85 percent; at temperatures less than 5 deg F above the dew point; or to damp or wet surfaces. Wind velocity must be less than 20 mph.

C. Coordinate special coatings work with other trades to ensure adequate illumination, ventilation, and dust-free environment during application and curing of special coatings.

D. Protect adjoining surfaces not to be coated against damage or soiling.

E. Maintain a safe work environment in accordance with federal, state, local and project site regulations and guidelines.

1.7 EXTRA MATERIALS

A. Furnish extra materials described below that are from same production run (batch mix) as materials applied and that are packaged for storage and identified with labels describing contents.

1. Quantity: Furnish an additional 5 percent, but not less than 1 gal. of each material and color applied.

Page 195: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

HIGH-PERFORMANCE COATINGS 099600-3

PART 2 - PRODUCTS

2.1 HIGH-PERFORMANCE COATINGS, GENERAL

A. Material Compatibility:

1. Provide materials for use within each coating system that are compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience.

2. Provide products of same manufacturer for each coat in a coating system. 3. The manufacturer of special coatings under this section must be certified to meet the

requirements of ISO 9001 and ISO 9002.

2.2 COATING SYSTEM REQUIREMENTS

A. Perform commercial blast cleaning (SSPC – SP6) until at least two-thirds of each element of the surface area is free of all residue. When cleaned surfaces are viewed without magnification; they shall be free of all visible oil, grease, dirt, dust, mil scale, rust, paint, oxides, corrosion products and other foreign matter.

B. Perform spot painting of corrosion areas in accordance with the Structural Steel Painting Council/The Society for Protective Coatings (SSPC) standards and guidelines and by using the following coating system:

1. Prime Coat: Two Component, Reinforced Inorganic Zinc-Rich Primer (3.0 – 5.0 Mils DFT)

2. Intermediate Coat: High Build Epoxy (4.0 – 8.0 Mils DFT) 3. Finish/Top Coat: Aliphatic Acrylic Urethane (2.0 – 3.0 Mils DFT)

C. The surface of each coat to receive a subsequent coating shall be clean, dry, and prepared in accordance with the manufacturer’s recommendations.

2.3 COATING MANUFACTURERS

A. Metal Primer/Reinforced Inorganic Zinc Primer:

1. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the following:

a. Devoe: Cathcoat 302H at 4.0 Mils DFT. b. Or equal.

B. High-Build Epoxy:

1. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the following:

Page 196: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

HIGH-PERFORMANCE COATINGS 099600-4

a. Carboline: Carboguard 893 SG at 4.0 – 6.0 Mils DFT. b. Devoe: High Solids Epoxy Coating, 224HS at 4.0 – 8.0 Mils DFT. c. Tnemec: HI-Build Epoxiline II, N69 Series at 4.0 – 6.0 Mils DFT. d. Benjamin Moore: Super Spec HP, Epoxy Mastic P45 at 4.0 – 6.0 Mils DFT.

C. Aliphatic Acrylic Polyurethane:

1. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the following:

a. Carboline: Carbothane 133 LH at 4.0 Mils DFT. b. Devoe: Aliphatic Urethane Gloss Enamel, Devthane 379H at 2.0 – 3.0 Mils DFT. c. Tnemec: Endura Shield, Series 73 at 2.0 – 4.0 Mils DFT. d. Benjamin Moore: Super Spec HP at 3.0 – 5.0 Mils DFT.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine substrates and conditions, with Applicator present, for compliance with requirements for maximum moisture content and other conditions affecting performance of work.

1. Verify compatibility with and suitability of substrates, including compatibility with existing finishes or primers.

2. Begin coating application only after unsatisfactory conditions have been corrected, approved by the Engineer, and surfaces are dry.

3. Coating application indicates acceptance of surfaces and conditions.

3.2 PREPARATION

A. Comply with manufacturer's written instructions and recommendations in "MPI Architectural Painting Specification Manual" applicable to substrates indicated.

B. Remove plates, machined surfaces, and similar items already in place that are not to be coated. If removal is impractical or impossible because of size or weight of item, provide surface-applied protection before surface preparation and coating.

1. After completing coating operations, reinstall items that were removed; use workers skilled in the trades involved.

C. Clean substrates of substances that could impair bond of coatings, including dirt, oil, grease, and incompatible paints and encapsulants.

1. Remove incompatible primers and reprime substrate with compatible primers as required to produce coating systems indicated.

D. Steel Substrates: Remove rust and loose mill scale.

1. Clean using methods recommended in writing by coating manufacturer.

Page 197: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

HIGH-PERFORMANCE COATINGS 099600-5

2. Commercial Blast cleaning according to SSPC-SP 6/NACE No. 3, "Commercial Blast Cleaning."

3.3 APPLICATION

A. Apply high-performance coatings according to manufacturer's written instructions.

1. Use applicators and techniques suited for coating and substrate indicated. 2. Coat surfaces behind movable equipment and furniture same as similar exposed surfaces.

Before final installation, coat surfaces behind permanently fixed equipment or furniture with prime coat only.

3. Coat back sides of access panels, removable or hinged covers, and similar hinged items to match exposed surfaces.

B. Tint each undercoat a lighter shade to facilitate identification of each coat if multiple coats of the same material are to be applied. Tint undercoats to match color of finish coat, but provide sufficient difference in shade of undercoats to distinguish each separate coat.

C. If undercoats or other conditions show through final coat, apply additional coats until cured film has a uniform coating finish, color, and appearance.

D. Apply coatings to produce surface films without cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness, or other surface imperfections. Produce sharp glass lines and color breaks.

3.4 FIELD QUALITY CONTROL

A. Dry Film Thickness Testing: Larson Design Group (Engineer) will inspect and tests coatings for dry film thickness. 1. Engineer may direct Contractor to stop applying coatings if test results show materials

being used do not comply with specified requirements. Contractor shall remove noncomplying coating materials from Project site, pay for testing, and recoat surfaces coated with rejected materials. Contractor will be required to remove rejected materials from previously coated surfaces if, on recoating with complying materials, the two coatings are incompatible.

3.5 CLEANING AND PROTECTION

A. At end of each workday, remove rubbish, empty cans, rags, and other discarded materials from Project site.

B. After completing coating application, clean spattered surfaces. Remove spattered coatings by washing, scraping, or other methods. Do not scratch or damage adjacent finished surfaces.

C. Protect work of other trades against damage from coating operation. Correct damage by cleaning, repairing, replacing, and recoating, as approved by Architect, and leave in an undamaged condition.

Page 198: CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS › datafolder... · Base Bid and Add/Alternate #1 as well as the thoroughness of their scope of work, their experience and the answers

Southeast Stair Tower Renovations Centerway Parking Facility LDG Project No. 6897-013

HIGH-PERFORMANCE COATINGS 099600-6

D. At completion of construction activities of other trades, touch up and restore damaged or defaced coated surfaces.

END OF SECTION 099600