82
CITY OF POUGHKEEPSIE POUGHKEEPSIE, NEW YORK RFB-COP-05-15-01 CITY HALL ROOF REPLACEMENT Hon. John C. Tkazyik, Mayor Camilo Bunyi, City Administrator Council Members Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann Prepared By: City of Poughkeepsie 62 Civic Center Plaza Poughkeepsie, New York 12601 RFB-COP-05-15-01

CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

CITY OF POUGHKEEPSIE POUGHKEEPSIE, NEW YORK

RFB-COP-05-15-01

CITY HALL ROOF REPLACEMENT

Hon. John C. Tkazyik, Mayor

Camilo Bunyi, City Administrator

Council Members

Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann

Prepared By:

City of Poughkeepsie 62 Civic Center Plaza

Poughkeepsie, New York 12601

RFB-COP-05-15-01

Page 2: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

CITY OF POUGHKEEPSIE

POUGHKEEPSIE, NEW YORK

RFB-COP-05-15-01

CITY HALL ROOF REPLACEMENT

Hon. John C. Tkazyik, Mayor

Camilo Bunyi, City Administrator

Council Members

Christopher Petsas Ann Perry Joseph Rich ShaRon McClinton Robert L. Mallory, Jr. Randall A. Johnson III Lee David Klein Tracy Hermann

THIS BID IS DUE PRIOR TO June 17, 2015 @ 2:30 P.M.

PLEASE PLACE ALL BIDS IN A SEALED ENVELOPE MARKED WITH THE NAME OF THE BID AND THE NUMBER

Return all bids to the: City of Poughkeepsie

Purchasing Department 62 Civic Center Plaza Poughkeepsie, NY 12601

TO BE ADVERTISED: May 4, 2015 FOR ONE DAY ONLY

RFB-COP-05-15-01

Page 3: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

CITY OF POUGHKEEPSIE, NEW YORK

ADVERTISEMENT AND NOTICE TO BIDDERS Beginning immediately, sealed proposals are sought and invited by the City of Poughkeepsie for the City Hall Roof Replacement as set forth in the specifications prepared by the City of Poughkeepsie. Bidding Documents including Bidding Requirements and Contract Documents may be obtained at The City of Poughkeepsie, 1st Floor, 62 Civic Center Plaza, Poughkeepsie, New York. Official bid copies may be advertised and /or obtained on the following website: www.empirestatebidsystem.com or www.cityofpoughkeepsie.com A pre-bid meeting will be conducted at the site. Interested parties shall meet on the First Floor Lobby at City Hall, 62 Civic Center Plaza, Poughkeepsie, NY 12601on Thursday May 21, 2015 at 9:00 A.M. EDT Sealed proposals for City Hall Roof Replacement will be received by the Board of Contract and Supply, in the Office of the Purchasing Agent, until 2:30 p.m. on June 17, 2015 at City Hall. All bids must be made upon and in accordance with the form of proposals and attached specifications and shall be submitted in sealed envelopes marked:

PROPOSAL FOR RFP-COP 05-15-01: City Hall Roof Replacement All bids received pursuant to this notice will be publicly opened and read. This Contract consists of the replacement of the Roof at City Hall. Prevailing Wage applies to this contract. Specifications and Contract are subject to provisions of Chapter 605, Laws of the State of New York of 1959, Section 103-A of the General Municipal Law. APPRENTICESHIP PROGRAM: The City of Poughkeepsie requires that any contractor or subcontractor have, prior to entering into a construction contract with the City of Poughkeepsie with a value in excess of $100,000.00, apprenticeship agreements appropriate for the type and scope of work to be performed, which have been registered with the NYS Commissioner of Labor in accordance with Article 23 of the Labor Law. Satisfactory evidence of registration with the New York State Commissioner of Labor by the deadline to submit its bid package for the construction contract on which it is bidding The Proposal shall be accompanied by a bid bond or a certified check for five per cent (5%) of the total amount of the bid and made payable to the City of Poughkeepsie. NEW YORK STATE OSHA 10-HOUR CONSTRUCTION SAFETY AND HEALTH COURSE S1537-A: This provision, effective July 18, 2008, 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

RFB-COP-05-15-01

Page 4: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

of at least $250,000.00, contain a provision of this requirement. Rules and regulations will be promulgated and posted on the NYSDOL website www.labor.state.ny.us when finalized. The City reserves the right to waive any informality in the bids and to reject any or all bids. DEPARTMENT OF FINANCE CITY OF POUGHKEEPSIE Karen Sorrell Acting Commissioner of Finance Dated: May 4, 2015 Poughkeepsie New York

RFB-COP-05-15-01

Page 5: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

INSTRUCTIONS AND INFORMATION TO BIDDERS PAGE 1 OF 3

• Read all documents contained in the bid specifications.

• Bidders are responsible for submitting their bids to the appropriate location at or prior to the time

indicated in the specifications. No bids will be accepted after the designated time or date indicated in the bid specifications. It is suggested that registered mail be used to submit bids. Delay in mail delivery is not an exception to the receipt of a bid.

• Any questions or clarification to the bid specifications or technical specifications must be submitted in

writing to the Commissioner of Public Works, Chris Gent at 62 Civic Center Plaza, Poughkeepsie, NY 12601 or by email to: [email protected] or Assistant Civil Engineer, Joe Chenier, 62 Civic Center Plaza, Poughkeepsie, NY 12601 or by email to: [email protected] prior to the bid opening. Such questions must be received on or before 12:00 P.M on Friday, June 12, 2015, unless otherwise stated in writing. Verbal questions will not be entertained.

• Bidders shall indicate, on the outside of their sealed bid, the following information:

1. Title and Number of the Bid 2. Date and Time of Bid Opening Failure to do so may result in rejection of the bid as being unresponsive.

• The following forms are necessary to be submitted as a bid, as well as any additional forms

requested in the detailed specifications: 1. CS-1 - Bid proposal form/price page(s). (except some bids, such as for the Department

of Public Works or Engineering Department, where a separate form may be required). Such exceptions will be noted in the work specification.

2. CS-2 – Non-Collusion Affidavit, completed, signed and dated. 3. Iran Divestment Act Document, completed, notarized, signed and dated 4. Addendum acknowledgement (if applicable) 5. Proof of Apprenticeship requirement ( if applicable) 6. Bid Bond of 5% must be submitted with bid proposal 7. Performance and Labor bonds are required upon award 8. PLEASE SUBMIT ONE ORIGINAL AND ONE COPY OF YOUR BID

It is not necessary to submit our technical specifications with the bid. They are to be retained by the bidder for their records.

• Official bid copies are obtained on the following website: www.empirestatebidsystem.com, OR www.cityofpoughkeepsie.com

• Bidders must submit one original and one copy of their bids, unless otherwise stated. The original must be clearly marked. All bids must be filled out in ink, or be typewritten. Bids submitted in pencil will be rejected as unresponsive. Bids which have been corrected by white out or cross out, and have not been initialed and/or dated will be rejected as unresponsive.

RFB-COP-05-15-01

Page 6: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

INSTRUCTIONS AND INFORMATION TO BIDDERS PAGE 2 OF 3

• The City of Poughkeepsie is part of a group known as the "INTERAGENCY PURCHASING COOPERATIVE". This group consists of the County of Dutchess, Dutchess Community College, and 82 different school and fire districts, cities, towns, and villages located throughout Dutchess County. The City of Poughkeepsie is also part of a group known as the “Hudson Valley Municipal Purchasing Group” (HVMPG), which consists of the Counties of Dutchess, Rockland and Ulster; Town of Cortlandt; City of New Rochelle and the Pearl River School District. Other municipal purchasing agencies in the Hudson Valley will be joining in this regional system. The prices submitted in this bid may be extended and offered to these various agencies for their consideration. If they choose to participate in the proposal they will be submitting their own purchase documents directly to the successful vendor(s). • Samples may be requested by the City for the purpose of product evaluation. It is understood that samples will be provided at no charge to the City and will be returned, when requested, within 30 days after the evaluation is completed, at the expense of the vendor. All samples left longer than 30 days after the evaluation period will be discarded.

• Sealed bids for City Hall Roof Replacement will be received in the Purchasing Department, 62 Civic Center Plaza, Poughkeepsie, New York, prior to 2:30 p.m., June 17, 2015 and at that time, and place bids will be publicly opened and read aloud. Specifications and bid forms are attached hereto. • Should the bidder find discrepancies or omissions in the specifications, he shall notify the Purchasing Agent, at once. The Purchasing Agent will not assume responsibility for any oral instructions, or interpretations of meaning of the specifications or other contract documents to any bidder by any person or persons. • The Purchasing Agent, and/or his/her designee, shall be the only one authorized to make changes or alterations to anything contained in these specifications. Such changes shall be in writing to all interested vendors clearly indicating the change or alterations. • The City of Poughkeepsie officially distributes bidding documents from the Purchasing Office or the Hudson Valley Municipal Purchasing Group’s Regional Bid Notification system. Copies of bidding documents obtained from any other source are not considered official copies. Only those vendors who obtain bidding documents from the Purchasing Office or the Regional Bid Notification System will be sent addendum information, if such information is issued. • If you have obtained this document from a source other than the City of Poughkeepsie Purchasing Office or the HVMPG Regional Bid Notification System it is recommended that you obtain an official copy. You may obtain an official copy by registering on the HVMPG Regional Bid Notification System at www.empirestatebidsystem.com

RFB-COP-05-15-01

Page 7: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

INSTRUCTIONS AND INFORMATION TO BIDDERS

PAGE 3 OF 3 • The Purchasing Agent reserves the right to reject all bids, parts of all bids, or all bids for any one or more supplies or contractual services included in the proposed contract, when such rejection is in the best interest of the City. The contract will be awarded to the RESPONSIBLE BIDDER offering the best price. A responsible bidder is a manufacturer, producer, dealer, vendor, or bona fide manufacturer's agent... who has demonstrated judgment and integrity, is of good reputation, experienced in his work, whose record of past performance in the trade is established as satisfactory, and whose financial status is such to provide no risk to the City of Poughkeepsie in its contractual relations. • No bidder may withdraw a bid within forty-five (45) days after the actual date of the bid opening. • Upon acceptance of any bid, the successful bidder shall execute a contract, in accordance with the specifications, with the CITY OF POUGHKEEPSIE.

• Bidders who are required to adhere to the prevailing wage schedule shall obtain and maintain a current schedule form the New York State Department of Labor for the entire term of the contract. The City may audit adherence to this schedule at any time during or after the contract period. • "The City of Poughkeepsie requires that any contractor or subcontractor have, prior to entering into a construction contract with the City of Poughkeepsie with a value in excess of $100,000.00, apprenticeship agreements appropriate for the type and scope of work to be performed, which have been registered with the NYS Commissioner of Labor in accordance with Article 23 of the Labor Law.

• NEW YORK STATE OSHA 10-HOUR CONSTRUCTION SAFETY AND HEALTH

COURSE S1537-A:

This provision, effective July 18, 2008, 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. Rules and regulations will be promulgated and posted on the NYSDOL website www.labor.state.ny.us when finalized. Karen Sorrell Acting Commissioner of Finance Dated: May 4, 2015 Poughkeepsie New York

RFB-COP-05-15-01

Page 8: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

INFORMATION FOR BIDDERS

1. DEFINITIONS

The word “Owner” or “City” shall mean The City of Poughkeepsie, a municipal corporation created and organized under the laws of the State of New York. The word “Board shall mean the Board of Contract and Supply of the City of Poughkeepsie, as established and authorized by the Common Council of the City of Poughkeepsie. The word “Engineer” and/or “Contract Administrator” shall mean City Engineer, or a person appointed or designated by him to act as his representative for this contract and acting within the scope of the particular duties assigned to him. Wherever, in the specifications or upon the drawings, the words “as directed,” “as required,” “as permitted,” or words of like effect are used, it shall be understood that the direction, requirement or permission of the Engineer is intended; and similarly the words “approved,” “acceptable,” “satisfactory,” or words of like import shall mean approved by, or acceptable or satisfactory to the Engineer.

2. PREPARATION OF BIDS

It shall be the responsibility of each bidder to examine the site of the work, acquaint himself with the working conditions and make his own determination of the labor, materials and equipment required to accomplish the work involved in the performance of the proposed contract. Neither the Owner nor the City will furnish any labor, materials or equipment unless specifically stated in the specifications.

3. FORM OF BIDS

BIDS must be submitted on the following forms, which are included as noted and must be returned to constitute an acceptable bid:

Bid Forms Non-Collusion Forms Guaranty Bid Bond

The Owner may consider informal bids and may reject any bid not prepared and submitted in accordance with the provisions stipulated herein, and may waive any informality in, or reject all bids. Bids shall contain the full business address of the bidder and shall be signed by him with his usual signature. Bids by a partnership shall contain the full name of each partner and shall be signed with the partnership name by one of the partners or an authorized representative followed by the signature and designation of the person signing the bid. Bids by a corporation shall be signed by a bona fide officer of the corporation with the legal name of the corporation followed by the name of the state of incorporation and the signature of the President, Secretary or other person authorized to bind it in the matter. When requested, satisfactory evidence of the authority of the officer signing on behalf of the corporation shall be furnished.

RFB-COP-05-15-01

Page 9: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

4. GUARANTY

To insure the execution of the contract and performance bond, if required, each bidder shall submit with his bid a guaranty bond, executed by a surety company acceptable to the Owner, or a certified check drawn upon an incorporation State or National Bank or Trust Company within this State, made payable to the City of Poughkeepsie, in the amount of five percent (5%) of the largest amount for which an award can be made under this request for bids. Certified checks may be held uncollected at the bidder’s risk; those submitted by unsuccessful bidders will be returned, as soon as practicable after the opening of bids, and those submitted by the successful bidder, as soon as practicable after the execution of the contract and bonds.

5. SUBMISSION AND OPENING OF BIDS

Bids with their guarantees shall be sealed securely in suitable envelopes addressed to the Board of Contract and Supply, 62 Civic Center Plaza, Poughkeepsie, New York 12601, and plainly marked on the outside with the identification of the proposed project. At the time fixed for the opening, the bids will be publicly opened and read for the information of the bidders and other interested persons who may be present.

6. WITHDRAWAL OF BIDS

No bid shall be withdrawn or canceled except upon approval of the Owner and then only upon submission of a written request setting forth ample, sufficient and legitimate reasons for such a withdrawal or cancellation.

7. AWARD OR REJECTION OF BID Award of the contract will be made with reasonable promptness by written notice to that responsible bidder whose bid, conforming to the invitation for bids, will be most advantageous to the Owner, price and other factors considered. The Owner reserves the right to make awards in accordance with any of the bid items or any combination of the bid items, to reject any and all bids, and to waive any informality in bids, whenever such is in the interest of the Owner. It also reserves the right to reject the bid of a bidder who has previously failed to perform properly or complete on time, contracts of a similar nature, who is not in a position to perform the contract, or respecting whom the facts, as to business and technical organization, financial resources, plant or experience in the construction of comparable work, justify such rejection. The Owner reserves the right to require, prior to the award of the contract, a statement of facts in detail of the business and technical organization and plant of the bidder available for the contemplated work, including the financial resources and experience of the organization in construction of comparable work. Any bid conditioned, in whole or in part, on the revision or omission of any requirement or provision in the specifications accompanying documents as issued to prospective bidders or on the inclusion of any requirement or provision not contained therein, will be rejected as an unqualified bid and no award will be made to a bidder on such a bid. If more than one bid is offered by any one party, by or in the name of his or their clerk, partner or other person, all such bids will be rejected. A party who has quoted prices to a bidder is not thereby disqualified from quoting prices to other bidders or from submitting a bid directly for the work.

RFB-COP-05-15-01

Page 10: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

8. CONTRACT AND BONDS

Within 10 days after the prescribed forms are presented to him for signature, the bidder to whom the award has been made shall enter into a written contract in the form prescribed and shall furnish a surety company bond satisfactory to the Owner in a sum equal to the amount of the contract, guaranteeing the faithful performance and satisfactory completion of the work, in accordance with the plans and specifications for same and, in compliance with the terms and conditions of the contract, and the payment of all obligations arising thereunder, and guaranteeing the maintenance of the work in perfect condition until the date of its completion and acceptance by the Owner. If the bidder to whom the contract is awarded shall fail or neglect to sign and execute contract and bond within the period stipulated above, such failure or neglect will be considered as abandonment of the contract by the bidder and the bid bond or certified check accompanying the proposal shall be forfeited to and retained by the Owner as liquidated damages for such neglect or refusal, and the Owner shall have the power to rescind said award, make an award to another bidder, or to re-advertise for proposals.

9. INSURANCE

a. 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 any subcontractor or by anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable:

(Note: The insurance policy shall name as the insured the Contractor, the Engineer, and the Owner.) The following shall be purchased by the Contractor: 1. Claims under worker’s compensation, disability benefit and other similar employee benefits acts; 2. Claims for damages because of bodily injury, occupational sickness or disease, or death of his

employees; 3. 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 other person; and

b. Certificates of Insurance acceptable to the Owner shall be filed with the Owner prior to the

commencement of the work. These certificates shall contain a provision that coverages afforded under the policies will not be canceled or reduced, nor will the policy be lapsed at expiration, unless at least 30 days prior written notice has been given to the Owner.

c. The Contractor shall procure and maintain, at his own expense, during the contract time, liability

insurance as hereinafter specified:

1. Automobile Liability - Every Contractor shall take out and maintain during the life of this contract Automobile Liability insurance on an occurrence basis covering all owned, non-owned and hired vehicles with the limits or not less than:

RFB-COP-05-15-01

Page 11: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

Bodily Injury $1,000,000 each person 2,000,000 each occurrence

Property Damages $1,000,000 each occurrence No Fault Benefits Statutory Benefits

2. General Liability - Every Contractor shall take out and maintain during the life of this contract, which induces the guarantee period, such Comprehensive General Liability insurance, on an occurrence basis, to protect him from claims for damages for Bodily Injury and for Property Damage with limits not less than:

Bodily Injury $1,000,000 each person 2,000,000 each occurrence

Property Damages $1,000,000 each occurrence 2,000,000 aggregate

Catastrophe Excess Liability or Umbrella policies are acceptable in fulfilling the requirements, provided they do not contain restrictions or exclusions of coverages required under these specifications.

3. Contractors’ Protective Liability - The General Liability Policy should be written to include

Contractors’ Protective Liability for Bodily Injury and Property Damage with limits not less than those specified above to protect the Contractor against claims arising from the operations of any subcontractors which he employs on the project.

4. Contractual Liability - The above policies for General Liability insurance shall be written to include

Contractual Liability for Bodily Injury and Property Damage for limits not less than those specified above, insuring the provisions in the contract for indemnification of the Owner.

5. “XCU” Exclusions Deleted - The Contractor or his subcontractor shall not perform any blasting or

discharge explosives until satisfactory evidence in writing has been submitted 72 hours in advance of commencement of such operations to the Engineer that his Property Damage Liability insurance covers injury to or destruction of property resulting from blasting or explosion. In the event that there are gas lines or structures owned by others within 200 feet of the site of the blasting operations, the Contractor shall give at least 72 hours prior notice to the owner of such property.

In the event the operations of the Contractor or his subcontractor involve use of mechanical equipment for the purpose of grading land, paving, excavating, drilling, burrowing, filling or backfilling, or pile driving, such work shall not be undertaken until satisfactory evidence in writing has been submitted to the Owner and engineers that the Contractor’s Property Damage Liability insurance covers injury to or destruction of underground property, such as wires, conduits, pipes, mains, sewers, tanks, tunnels, or similar property, or any apparatus in connection therewith, beneath the surface of the ground or water, and to any other property, whether it be the property of the Owner or of others.

RFB-COP-05-15-01

Page 12: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

In the event the operations of the Contractor or his subcontractor include (1) grading of land, excavating, burrowing, filling, back-filling, tunneling, pile driving, coffer dam work or caisson work, or (2) moving, shoring, underpinning, raising or demolishing any building or structure or rebuilding or removal of any structural support thereof, such operations shall not commence until written evidence has been submitted to the Owner and engineers that the Contractor’s insurance includes coverage for structural injury to or collapse of any building or structure.

d. 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, Workmen’s 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 Workmen’s 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 Workmen’s 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.

e. Property Insurance - The Contractor shall take out and maintain during the course of construction, “all

risk” insurance, on the project on which the work under this contract is performed, in an amount equal to 100 percent of the insurable value thereof, less a deductible amount of $500.00 to be applied to any single loss. The insurance shall include all items of labor and materials, equipment and supplies, incident to the construction of said project, including all permanent fixtures, and including temporary structures, scaffolding, stages and equipment not owned or rented by the Contractor, the cost of which is included in the cost of work, while on the premises or within 100 feet thereof. This insurance shall not cover tools owned by mechanics, nor tools, equipment, forms, scaffolding, shanties, storage sheds, temporary office and the like, owned or rented by the Contractor, whether or not on the site o the work. Any loss amounting to Five Hundred Dollars ($500.00) or less shall be borne by the Contractor. Fire insurance shall be written in the name of the Owner and be payable to the Owner as trustee for the Contractors as their respective interests may appear.

10. ADDENDA AND INTERPRETATIONS

No interpretations of meaning of the plans, specifications or other portions of the contract documents will be made orally. Every request for such interpretation must be addressed to the Engineer, and to be given consideration must be received at least six days prior to the date fixed for the opening of bids. Any and all such interpretations and other supplemental instruction, will be in the form of a written addenda which, if issued, will be sent by registered mail, with return receipt requested, to all holders of the contract documents at the respective addresses furnished for such purposes not later than four days prior to the date fixed for the opening bids.

11. EXCISE AND FEDERAL TRANSPORTATION TAX

The Contractor may be exempted from the payment of Federal Excise and Transportation taxes, in accordance with the following:

RFB-COP-05-15-01

Page 13: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

a. Excise Tax Exemption Certificate will be certified by the Engineer when requested by the Contractor for items which fall within the scope of the contract and may be exempt from Federal Excise Tax.

b. The Contractor, in order to obtain exemption from the Federal Transportation Tax, shall notify all

suppliers that shipping papers be worded as follows: “To the City of Poughkeepsie, New York, Consigned C/O _____________________________________, Contractor.

No certificate of exemption is necessary. In the case that contradictory or conflicting regulations, specifications, or directives are found to exist between those of the Federal Government, its bureaus, departments and agencies and those of the local agencies, the more restrictive regulations, specifications or directives, shall be deemed to take precedence over the less restrictive.

12. APPRENTICESHIP PROGRAM

The City of Poughkeepsie requires that any contractor or subcontractor have, prior to entering into a construction contract with the City of Poughkeepsie with a value in excess of $100,000.00, apprenticeship agreements appropriate for the type and scope of work to be performed, which have been registered with the NYS Commissioner of Labor in accordance with Article 23 of the Labor Law. Satisfactory evidence of such approved apprenticeship agreements must be provided along with the bid submission of any such construction contract.

13. NEW YORK STATE OSHA 10-HOUR CONSTRUCTION SAFETY AND HEALTH COURSE S1537-A

This provision, effective July 18, 2008, 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. Rules and regulations will be promulgated and posted on the NYSDOL website www.labor.state.ny.us when finalized.

END OF SECTION

RFB-COP-05-15-01

Page 14: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

WAGE RATES

CERTIFICATION OF PAYROLL PURSUANT TO SECTION 220 OF THE LABOR LAW WILL BE

REQUIRED

CERTIFIED PAYROLL MUST BE SUBMITTED MONTHLY OR WITH PAYMENT REQUESTS

THIS PROJECT HAS BEEN ASSIGNED PRC# 2015004182

THIS SCHEDULE MAY BE VIEWED ON-LINE AT WWW.LABOR.STATE.NY.US

RFB-COP-05-15-01

Page 15: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

General Specifications

RFB-COP-05-15-01

Page 16: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

CITY OF POUGHKEEPSIE CITY HALL ROOF REPLACEMENT RFB-COP 05-15-01

SPECIFICATIONS 1.0 SCOPE The work required by these specifications shall include furnishing all labor, skill, supervision, tools, construction plant, equipment and materials and performing all operations necessary for the properly complete contract work as shown on the plans, as mentioned in these specifications, and as evidently required to the complete satisfaction of the City and its authorized representatives.

2.0 PROJECT COMPLETION System shall be fully operational within 90 days of commencement of the project. 3.0 QUESTIONS

All questions related to the technical specifications should be directed to Mr. Chris Gent, Commissioner of Public Works. He may be reached at 845-451-4176 Monday through Friday from 8:30am to 4:30pm, or Assistant Civil Engineer, Joe Chenier, he may be reached at 845-451- 4215

4.0 PRE-BID MEEETING:

Although not mandatory, attendance at the pre-bid meeting is highly recommended. This meeting will be held on Thursday, May 21, 2015 at 9:00 am at City Hall at 62 Civic Center Plaza, Poughkeepsie, NY 12601.The contact person will be Mr. Chris Gent, Commissioner of Public Works. He may be reached at 845-451-4176 Monday through Friday from 8:30am to 4:30pm, or Assistant Civil Engineer, Joe Chenier, he may be reached at 845-451- 4215

.

5.0 Article 8 of the Labor Law of New York State

Article 8, Sections 220 through 223, of the NYS Labor Law, as it pertains to wages and benefits, shall be adhered to. This project is a "Public Work" project and is subject to all provisions contained in the New York State Labor Law. Any Contractor submitting a bid on this project shall acknowledge that said project is "Public Work", shall agree to comply with all the provisions of the Labor Law, including but not limited to Article 8 of said Law, and shall pay prevailing wages as defined in said Law, to all laborers, workers and mechanics, and shall require all subcontractors to do the same. Each offeror must provide an affirmative statement that the offeror has not been found guilty of a willful violation of the New York State Labor Law for failure to pay prevailing wages and supplements, as those terms are defined by the New York State Labor Law, within the twelve (12) months immediately preceding the submission of the proposal.

RFB-COP-05-15-01

Page 17: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

In the event that the Contractor shall fail, in one or more instances, to pay the prevailing wages and supplements in accordance with Article 8 of the New York State Labor Law, Section 220 et seq. and as described herein, it shall be considered a material breach of the contract. For the breach or violation of this provision, without limiting any other rights or remedies to which the City or any individual may be entitled or any civil or criminal penalty for which any violator may be liable, the City shall have the right, in its discretion, to terminate the contract immediately on notice. In such event, the Contractor shall be liable to the City for any additional costs incurred by the City in the completion of the project. The conditions contained herein are designed to encourage compliance with the Labor Law and to provide a greater means to detect violations. In the event violations are detected, either by the City or otherwise, the remedies contained in said Law shall be exclusive and shall not create any obligations by the City to enforce said Law on behalf of anyone nor create any rights on behalf of anyone against the City.

4.0 Bid Bond and Performance Bond

A Bid Bond in the amount of five percent (5%) of the total bid amount made payable to the City

of Poughkeepsie is required of all bidders and shall be submitted with the bid. Such bond may be in the form of a Surety Bond from an insurance company licensed to do

business in New York State, a certified check, cashiers check, money order or Irrevocable Letter of Credit drawn on a bank licensed to do business in New York State. Checks must be made payable to The City of Poughkeepsie Commissioner of Finance.

Bid Bonds of the unsuccessful bidders will be returned within 10 working days of the bid award,

excluding Saturdays, Sundays and Holidays. The Bid Bond of the successful bidder will be returned within 10 working days of consummation

of contract, excluding Saturdays, Sundays and Holidays. A performance bond of not less than 100% of the amount bid is required of the successful bidder. Such bond may be in the form of a Surety Bond from an insurance company licensed to do

business in New York State, a certified check, money order or Irrevocable Letter if Credit drawn on a bank licensed to do business in New York State. Checks must be made payable to the City of Poughkeepsie Commissioner of Finance.

5.0 INSURANCE REQUIREMENTS

5.01 Workers Compensation

Statutory Worker's Compensation coverage, in compliance with the Compensation Law of the State of New York.

RFB-COP-05-15-01

Page 18: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

5.02 General Liability Coverage in the comprehensive general liability form including blanket contractual coverage for

the operation of the program under this Agreement in the minimum amount of $1,000,000.00. This insurance shall include coverage for bodily injury and property damage.

The City must be listed as additional named insured.

5.03 Automobile and Vehicle

Automobile liability insurance coverage for all owned, leased, or non-owned vehicles in the amount of $1,000,000.00 per occurrence. This insurance shall include coverage for bodily injury and property damage.

The City must be listed as additional named insured.

6.0 AWARD

A. Award of contract will be made to the lowest responsive, whose bid shall comply with all of the provisions required to render it formal. The City of Poughkeepsie reserves the right to waive any informality or to reject any or all proposals and may re-advertise for new proposals, if the best interest of the City will be served. The City may require any and all bidders to present evidence of experience, ability and financial standing as well as a statement as to the equipment which the bidder will have available for the executing of this contract.

RFB-COP-05-15-01

Page 19: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

TECHINICAL SPECIFICATIONS &

DRAWINGS RFB-COP-05-15-01

Page 20: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

PAGE 15400-1

ROOFING AND ASSOCIATED WORK CITY HALL – 62 CIVIC CENTER PLAZA, POUGHKEEPSIE, NY 12601

CITY OF POUGHKEEPSIE

SECTION 07500 – MULTI-PLY ROOFING AND ASSOCIATED WORK PART 1 – GENERAL 1.1 RELATED DOCUMENTS 1.6 QUALITY ASSURANCE 1.2 SUMMARY OF WORK 1.7 DELIVERY, STORAGE, and HANDLING 1.3 DEFINITIONS 1.8 PROJECT CONDITIONS 1.4 PERFORMANCE REQUIREMENTS 1.9 UNIT PRICES 1.5 SUBMITTALS 1.10 WARRANTY

PART 2 – PRODUCTS 2.1 PRIMARY MANUFACTURERS 2.7 AUXILIARY MEMBRANE MATERIALS 2.2 BASE SHEET, INTERPLY, 2.8 INSULATION MATERIALS FLOODCOAT ADHESIVE 2.9 INSULATION ACCESSORIES 2.3 RECOVERY BOARD ADHESIVE 2.10 PITCH PANS/PLUMBING VENTS 2.4 FIBERGLASS PLY SHEET 2.11 FREE FLOATING GRAVEL-STOP 2.5 TRILAMINATE HI-TENSILE BASE SHEET 2.6 OVERALL ROOF PERFORMANCE PART 3 – EXECUTION 3.1 EXAMINATION 3.9 CURBS/BASE FLASHING 3.2 ROOF REMOVAL & PREPARATION 3.10 PERIMETER FLASHING 3.3 SURFACE PREPARATION 3.11 WALL BASE FLASHING 3.4 NOT USED 3.12 PLUMBING VENT FLASHING 3.5 ROOF INSULATION 3.13 PITCH BOXES 3.6 ROOF MEMBRANE INSTALLATION 3.15 DRAIN FLASHING 3.7 FLOODCOAT/AGGREGATE 3.8 DAILY WATERSTOPS/TIE-IN

SEE ATTACHMENT “A”FOR ROOF UPGRADE AREA ON ROOF AREA “F”

City Hall Roof Replacement - 2015 ROOF DRAINS SPECIFICATIONS

Page 21: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

PAGE 15400-2

PART 1 – GENERAL 1.1 RELATED DOCUMENTS

A. Drawings and Supplementary Conditions, Special Conditions, Prevailing

Hourly Wage Rates and Prevailing Hourly Supplements as updated by the NYS Department of Labor, General Requirements, and other related sections of the Specifications govern this section.

D. Contractor to include in base bid a $10,000 allowance for incidentals. See

General Conditions.

1.2 SUMMARY OF WORK To include the following: 1. Contractor shall erect and maintain a stair tower for access to the work

areas. 2. Inspect steel deck for deterioration prior to installation of vapor barrier.

See unit pricing for repair/replacement. Contact City Engineer/designated personnel in the event of discovered deteriorated decking to verify/confirm.

3. Remove all existing roof membrane(s), flashing and insulation down to the existing steel deck.

4. Furnish and install specified heat-fused vapor barrier over newly installed/specified mechanically attached pre-primed Dens-Deck© substrate.

5. Furnish and adhere tapered polyisocyanurate insulation in low-rise foam adhesive.

6. Furnish and adhere ½” pre-primed Dens-Deck coverboard in low-rise foam adhesive.

7. Furnish and install specified three (3) ply modified asphalt membrane consisting of two plies of asphalt coated smooth membrane, complete with SBS/SEBS polyester reinforced granulated cap sheet. Multi-ply roof cover to be adhered utilizing specified adhesive. NOTE: Roof Area(s) A + A1, to receive specified floodcoat and aggregate surfacing – balance to receive specified mineral-surfaced membrane and white elastomeric coating.

8. Base bid to include installation of new, Zurn 100 drains at existing drain location(s). See bid form for line item credit if City of Poughkeepsie opts to re-use existing drain(s).

9. Furnish and install additional wood blocking at perimeter edge and provide specified metal edging to accommodate increased insulation thickness.

10. Furnish and install copper pitch boxes, pipe flashing(s), and all associated flashing items as specified.

City Hall Roof Replacement - 2015 ROOF DRAINS SPECIFICATIONS

Page 22: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

PAGE 15400-3

11. Furnish and install flexible flashing assembly as specified at curbs, walls, penetrations, etc.

12. Furnish manufacturers 20 year system warranty. The warranty shall include the roof membrane, insulation, metal edge and all other miscellaneous components required to assemble the roofing system.

13. SEE ATTACHMENT “A” – APPLICATION OF SILICONE COATING ON ROOF AREA “F”.

1.3 DEFINITIONS

A. Roofing Terminology: Refer to ASTM D 1079 for definitions of terms

related to roofing work not otherwise defined in this Section. 1.4 PERFORMANCE REQUIREMENTS

A. General: Install a watertight, multi-ply, modified built-up roof and base

flashing roofing system with compatible components that will not permit the passage of liquid water or asphalt, and will withstand wind loads, thermally induced movement, and exposure to weather without failure. To ensure the long-term weatherproofing performance of the roof system, which is able to withstand foot-traffic, hail, wind uplift, spread of flame and deck corrosion, the following approval is established as the required minimum level of performance. 1. Fire Classification: UL CLASS A FIRE RATING

1.5 SUBMITTALS

A. Product Data: For each type of roofing product specified. Include 3rd party data substantiating materials comply with the specified/listed ASTM requirements.

B. Samples for Verification: Of the following products:

1. 12-by-12-inch (300-by-300-mm) square of roofing insulation. 2. All roofing membranes.

C. Installer Certificates: Signed by roofing system manufacturer certifying

that Installer is approved, authorized, or licensed by manufacturer to install specified roofing system and is eligible to receive the specified roofing manufacturer's warranty.

D. Product Test Reports: Contractor is cautioned to carefully prepare

submittals with products and roof systems that are based on evaluation of tests performed by a qualified 3rd party independent testing agency.

City Hall Roof Replacement - 2015 ROOF DRAINS SPECIFICATIONS

Page 23: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

PAGE 15400-4

Submittal package shall indicate compliance of individual components of roofing system, coupled with independent 3rd party testing demonstrating compliance with the overall system requirements based on comprehensive ASTM test methods of current product/system compositions as listed in Section 2.2. All ATSM requirements and test methods are clearly defined in the specifications. No Exceptions.

E. Maintenance Data: For installed roofing system provide the

manufacturer’s maintenance manuals. F. Warranty: Sample copy of specified, NDL metal to metal, roofing

manufacturer's warranty stating obligations, remedies, limitations, and exclusions of warranty.

G. Inspection Report: Copy of all roofing system manufacturer's inspection

reports of completed roofing installation. H. Infrared Scan of entire new roof required prior to final payment. NO

EXCEPTIONS.

1.6 QUALITY ASSURANCE

A. Installer Qualifications: Contractor shall be an experienced installer to perform Work of this Section who has specialized in installing roofing similar to that required for this Project; who is approved, authorized, or licensed by the roofing system manufacturer to install manufacturer's product; and who is eligible to receive the specified roofing manufacturer's warranty.

B. Fire-Test-Response Characteristics: Provide roofing materials with the

fire-test-response characteristics indicated as determined by testing identical products per test method indicated below by UL, FM, or another testing and inspecting agency acceptable to City of Poughkeepsie and authorities having jurisdiction. Identify materials with appropriate markings of applicable testing and inspecting agency. 1. Exterior Fire-Test Exposure: Class A; complying with ASTM E 108,

for application and slopes indicated. 2. Fire-Resistance Ratings: ASTM E 119, for fire-resistance-rated roof

assemblies of which roofing materials are a part.

C. Preliminary Roofing Conference: Before starting roofing work, consultant and City of Poughkeepsie PM will conduct a conference at Project site.

City Hall Roof Replacement - 2015 ROOF DRAINS SPECIFICATIONS

Page 24: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

PAGE 15400-5

Meet with the same participants and review the same items listed for the pre-installation conference. In addition, review status of submittals and coordination of work related to roof construction. PM will notify participants at least 5 working days before the conference.

D. Pre-installation Conference: Before installing roofing system, consultant

and PM to conduct conference at Project site. City of Poughkeepsie PM will notify participants at least 5 working days before the conference.

1. Meet with Owner; Consultant; Project Manager; testing and

inspecting agency representative; roofing installer and installers whose work interfaces with or affects roofing, including installers of roof accessories and roof-mounted equipment – if needed/applicable.

2. Review methods and procedures related to roofing installation, including manufacturer's written instructions, and site staging areas.

3. Examine deck substrate conditions and finishes for compliance with requirements, including flatness and attachment to structural members.

4. Review flashings, special roofing details, roof drainage, roof penetrations, equipment curbs, and condition of other construction that will affect roofing.

5. Review governing regulations and requirements for insurance, certifications, and inspection and testing, if applicable.

6. Review temporary protection requirements for roofing system during and after installation.

7. Review roof observation and repair procedures after roofing installation.

8. Document proceedings, including corrective measures or actions required, and furnish copy of record to each participant.

9. Review and identify any conditions that will hinder attaining Warranty and report any issues to Consultant and PM.

10. Review coordination issues with City of Poughkeepsie and notify PM regarding any conflicts.

E. The Roofing Contractor at his expense shall perform an infrared roof moisture scan at the completion of the project and submit results to Consultant for review prior to Contract closeout. A written survey report will be provided to the Consultant that includes a description of the survey method, thermograms, and if any moisture is found a roof plan showing any wet areas of insulation on all roof levels. All areas identified as being wet will be removed and repaired in accordance with the general

City Hall Roof Replacement - 2015 ROOF DRAINS SPECIFICATIONS

Page 25: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

PAGE 15400-6

scope of these specifications and to the satisfaction of the owner, Consultant and the roofing manufacturer. Upon completion of repair a second infrared Scan shall be performed over the effected areas. The cost of this survey(s) is to be included in the lump sum base bid submitted by the contractor

F. A qualified representative of the roofing manufacturer shall complete roof

site inspections two (2) days per week to insure compliance with these specifications and requirements of the manufacturer for issuance of the warranty at completion of the project. A written site visit report will be completed for each visit and sent to the Consultant weekly, on a timely basis so as to identify the progress of the project. These reports shall include, at a minimum, the time and date of the visit, weather at the site, approximate contractor crew size, roof sections or areas completed and the nature, quality and quantity of work completed for that day. In addition, any exclusion that may be observed by the manufacturer’s inspector must be brought to the attention of the Consultant immediately.

G. All existing roof drains shall be tested for flow by this Contractor prior to

performing any work. A roof plan showing the location of drains and a test report shall be submitted to the PM. Any blocked drains shall be reported to the PM, or the Roofing Contractor shall be responsible to un-block any such drains prior to final payment.

1.7 DELIVERY, STORAGE, AND HANDLING

A. Store roofing materials in a dry, warm, well-ventilated, weathertight

location according to roofing system manufacturer's written instructions. Store rolls of felt and other sheet materials on end on pallets or other raised surfaces. Do not double-stack rolls. 1. Handle and store roofing materials and place equipment in a

manner to avoid significant or permanent damage to deck or structural supporting members.

B. Do not leave unused felts and other sheet materials on the roof overnight

or when roofing work is not in progress unless protected from weather and moisture and unless maintained at a temperature exceeding 40 deg F

C. Deliver and store liquid materials in their original undamaged containers

in a clean, dry, protected location and within the temperature range required by roofing system manufacturer.

City Hall Roof Replacement - 2015 ROOF DRAINS SPECIFICATIONS

Page 26: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

PAGE 15400-7

D. Protect roofing insulation materials from physical damage and from deterioration by sunlight, moisture, soiling, and other sources. Store all materials in a dry location. Comply with insulation manufacturers written instructions for handling, storing, and protecting during installation.

1.8 PROJECT CONDITIONS

A. Weather Limitations: Proceed with roofing work only when existing and

forecasted weather conditions permit roofing to be installed according to manufacturers' written instructions and warranty requirements.

1.9 UNIT PRICES

A. See Bid form and Specification Section on Allowances.

1.10 WARRANTY

A. General Warranty: The warranties specified in this Article shall not

deprive the Owner of other rights the Owner may have under other provisions of the Contract Documents and shall be in addition to, and run concurrent with, other warranties made by the Contractor under requirements of the Contract Documents.

B. Standard Roofing Manufacturer's Warranty: Submit a written metal to metal labor and material warranty, without monetary limitation (NDL), by the roofing system manufacturer agreeing to promptly repair leaks in the roof membrane and base flashings resulting from defects in materials or workmanship for the following warranty period: 1. Warranty Period: Twenty-Years (20) years.

2. Warranty shall include but not limited to the following: vapor

barrier, membrane felts, membrane interplay adhesives, flashings, membrane and polymer modified asphalt flood coat.

C. Special Project Warranty: Submit Roofing Contractor’s warranty for labor

and materials, signed and notarized by a Corporate Officer for the Roofing Contractor, covering work of this section, including membrane roofing, base flashing, roofing insulation, fasteners, gravel metal stops and expansion joints, (entire new roofing system) including any Add Alternates accepted by the owner, for the following warranty period: 1. Warranty Period: 3 years from date of Substantial Completion.

City Hall Roof Replacement - 2015 ROOF DRAINS SPECIFICATIONS

Page 27: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

PAGE 15400-8

1.11 ADD ALTERNATES

A. None.

PART 2 – PRODUCTS

City Hall Roof Replacement - 2015 ROOF DRAINS SPECIFICATIONS

Page 28: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

PAGE 15400-9

2.1 PRIMARY MANUFACTURERS

A. Available Primary Manufacturers: Subject to compliance with all required

levels of performance as clearly defined in these specifications utilizing ASTM test methods as listed. Contractors offering alternative products that meet-or-exceed the clearly defined performance requirements may be submitted as per Section 1.5.

1. Multi-Ply Roofing: Basis of Design: Viridian Systems Inc., 300 Southwest Ave.,

Tallmadge, OH 44278 – 330.634.0454 or approved equal. 2. Heat-Fused Vapor Barrier Basis of Design: Dependo-Weld by Commercial Innovations, LLC

or approved equal, Cleveland, OH – 518.281.3002 3. Mechanical Fasteners/Attachment (substrate for Vapor Barrier) Basis of Design: #12 Standard Screws and Plates by Olympic

Manufacturing Group 153 Bowles Road Agawam, MA 01001 Tel: 1.800.633.3800.

4. SEBS/SBS Mineral-Surfaced Cap Sheet Basis of Design: Pika-Ply MS-4 by Viridian Systems Inc., 300

Southwest Ave., Tallmadge, OH 44278 – 330.634.0454, or approved equal.

5. Polyisocyanurate Crickets: (installed over base layers insulation) a. Atlas Roofing Corporation – AC Foam II b. Slope Requirement: ¼”:12” c. Size: 1/4'” : 12” x 16’

6. Trilaminate Reinforced Ply-Sheet (2-ply in Roof Cover) Basis of Design: Multi-Ply Glass CL

(polyester/fiberglass/polyester) by Viridian Systems Inc., 300 Southwest Ave., Tallmadge, OH 44278 – 330.634.0454, or approved equal.

7. Tapered Polyisocyanurate Board Insulation: a. FS HH-I-1972/2(1), Class 1, isocyanurate. 20 PSI. b. Black, glass fiber reinforced, organic, non-asphaltic facer c. Required Taper: 1/8” : 12” d. Minimum thickness: 2.0” e. Required “R” Value: Average “R” of 24. f. Manufacturer: Atlas AC Foam or approved equal.

8. Recovery Board Insulation: (top layer of insulation) a. ASTM C 208-94, fiberglass-reinforced gypsum (pre-primed) b. Thickness: 4' x 8' x 1/2" c. Manufacturer: Georgia- Pacific, or approved equal.

City Hall Roof Replacement - 2015 ROOF DRAINS SPECIFICATIONS

Page 29: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

PAGE 15400-10

9. Insulation/Recovery Board Adhesive: OlyBond 500 by Olympic Manufacturing Group 153 Bowles Road

Agawam, MA 01001 Tel: 1.800.633.3800 or approved equal. 10. Vapor Barrier/Roof Cover/Floodcoat Adhesive: Basis of Design: Pika-Ply MB Adhesive by Viridian Systems Inc.,

300 Southwest Ave., Tallmadge, OH 44278 – 330.634.0454 or approved equal.

11. Reflective Coating System for Cap Sheet: (Roof Area B – E Only) Basis of Design: Acry-Tek 4200 by Coating and Foam Solutions,

Hudson Falls, NY – 518.441.8801 or approved equal. 12. Coating/Primer/Cleaner for Roof Area F: (see attach “A”) Basis of Design: PolySil 2200 + HP 404 by Coating and Foam

Solutions, Hudson Falls, NY – 518.441.8801 or approved equal.

2.2 VAPOR BARRIER, INTERPLY, FLOODCOAT (A, A1 ONLY) ADHESIVE: A. Pika-Ply MB Adhesive by Viridian Systems, Inc. or approved equal, meeting the following performance properties: Test Typical Value Test Method

Solids by Weight >80% ASTM D 4479 Weight per Gallon 9.5 – 10 ASTM D 4479 Flash Point 105°F ASTM D 93 Viscosity @ 77°F 14,000 – 30,000 cps ASTM D 2196 Fire Resistance Pass, Class A UL 790 / ASTM E 108

2.3 PLY SHEET(S) IN ROOF SYSTEM

A. Multi-Ply Glass CL Trilaminate Ply Sheet by Viridian Systems, or approved equal, meeting the following performance properties:

Test Typical Value Test Method Thickness, mils 60 (nominal) ASTM D 751 Breaking Strength 165 lbf/in. MD ATM D 146 155 lbf/in. XMD Elongation 6.3% MD ASTM D 4601 4.1% XMD Pliability (1/2” Radius) Pass ASTM D 146 Mass of Desaturated Felt 4.0/100 ft2 ASTM D 5147 Asbestos Content 0% EPA 600/R-93/116 Asphalt, Minimum 33 lb/100 ft2 ASTM D 4601 Moisture 0% ASTM D 5147 Fire Resistance Pass, Class A UL 790 / ASTM E 108

City Hall Roof Replacement - 2015 ROOF DRAINS SPECIFICATIONS

Page 30: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

PAGE 15400-11

2.4 SBS/SEBS MINERAL-SURFACED MODIFIED BITUMINOUS CAP SHEET

A. Pika-Ply MS-4 by Viridian Systems, Inc., or approved equal, meeting the following performance properties:

Test Typical Value Test Method Thickness, mils (mm) 180 (4.5) ASTM D 6164 Peak Load, 73.4 + 3.6°F (23 + 2°C), 114 (19.9) MD ASTM D 6164 lbf/in (kN/m) 85 (14.8) XMD Elongation at Max Load, 73.4 47 MD ASTM D 6164 (23 + 2°C), % 47 XMD Maximum Load, 0 + 3.6ºF 135 (23.8) MD ASTM D 6164 lbf/in. (kN/m) 115 (20.1) XMD Elongation at Max. Load @ 0F 52 MD ASTM D 6164 (-18 + 2ºC), % 56 XMD Tear Strength at 73.4 + 3.6ºF (23 + 134 (596) MD ASTM D 6164 2ºC), lbf/in (kN/m) 122 (543) XMD Low Temperature Flexibility, °F 32 (0) ASTM D 6222 Dimensional Stability, max., % <0.5 ASTM D 6222 Compound Stability, min., ºF (ºC) 230 (110) ASTM D 6222 Granule Adhesive, g, max. <2.0 ASTM D 6222

2.5 MULTI-PLY, ROOF ASSEMBLY: A. Minimum overall performance properties of specified overall roof system

assembly meeting the following overall system performance properties:

Property Typical Value Test Method Maximum Load @ 0F 513.7 lbf/in. MD

517.9lbf/in. XMD ASTM D 2523

Elongation @ Max. Load @ 0F

6.7 % MD 8.3% XMD

ASTM D 2523

Maximum Load @ 77F 319.6 lbf/MD ASTM D 2523 337.8 lbf/XMD ASTM D 2523 Elongation @ Max. Load @ 77F

5.6% MD 5.6% XMD

ASTM D 2523

Thickness Minimum 300 mils Elongation @ Break 77F 4.9% MD

4.9% XMD ASTM D 2523

2.7 AUXILIARY MEMBRANE MATERIALS

City Hall Roof Replacement - 2015 ROOF DRAINS SPECIFICATIONS

Page 31: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

PAGE 15400-12

A. General: Furnish auxiliary materials recommended by roofing system manufacturer for intended use and compatible with built-up roofing.

B. Asphalt Mastic – Asphaltic cement C. Reinforcing Membrane - HK Glass Mesh by Viridian Systems Inc. D. Sealant – NP-1 by Sonneborn E. New Internal Drain(s) – Zurn 100 or approved equal F. Drain Flashing Sheet - 4 lb Sheet lead min size 30" x 30". G. Termination Bar: 1/8” aluminum H. Tapered edge strip: perlite ASTM 728 I. Gravel for Floodcoat: (ROOF AREA(S) A, A1 ONLY)

1. Hard, durable, opaque; double washed free of clay, loam, sand or other foreign substances.

2. Gravel: ASTM D 1863-93, size six (6) (3/8" to 1/2" range) 3. Do not use: Crushed gravel, white dolomite (marble chips), Joplin

chats, scoria, limestone, volcanic rock, crushed oyster and clam shells, crushed brick tile, or cinders

2.9 INSULATION ACCESSORIES

A. General: Furnish roofing insulation accessories recommended by insulation manufacturer for intended use and compatible with sheet roofing material.

2.10 PITCH PANS/PLUMBING VENTS/STACKS

A. Copper: 16OZ. ASTM B101, Type 1 B. Solder: ASTM B 32, Alloy Grade 60A C. Flux: Muriatic acid killed with zinc (zinc chloride). Avoid excessive

fluxing. Wash off acid thoroughly after soldering. D. Pitch Pan Mastic: Two part urethane by the system Manufacturer. Type:

Duo-Lastic by Viridian Systems Inc.

City Hall Roof Replacement - 2015 ROOF DRAINS SPECIFICATIONS

Page 32: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

PAGE 15400-13

E. All seams shall be soldered. F. Gravel Guard at Drain Locations: 0.050 Aluminum, pre-punched/drilled

holes G. Formed Metal Cap: .050 Aluminum H. Work shall be in accordance with Architectural Sheet Metal Manual, Third

edition, as issued by sheet Metal and Air Conditioning Contractors' National Association, Inc. (SMACNA).

2.11 FREE-FLOATING GRAVEL-STOP METAL EDGE

A. Shall be furnished and installed by the Roofing Contractor. Type: Universal Gravel-Stop Assembly by Viridian Systems Inc., Tallmadge, Ohio, or approved equal, with galvanized cant dam, concealed spring clip, .050 Aluminum, Kynar coated coping and factory mitered corners and ends. System must meet or exceed FM 1-90 and ANSI/SPRI ES-98 wind design standards. Fascia finish and watertightness of all perimeter gravel stop fascia assemblies to be included in the roof system watertightness warranty as supplied by the roof system manufacturer, for the project. Color to be selected from manufacturer’s standard color samples. Contractor to submit color samples to Consultant for selection and approval.

City Hall Roof Replacement - 2015 ROOF DRAINS SPECIFICATIONS

Page 33: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

PAGE 15400-14

PART 3 – EXECUTION 3.1 EXAMINATION

A. Examine substrates, areas, and conditions under which roofing will be

applied, with Installer present, for compliance with requirements.

B. Verify that roof openings and penetrations are in place and set and braced and that roof drains are properly clamped into position.

C. Verify that wood blocking, curbs, and nailers are securely anchored to

roof deck at roof penetrations and terminations and match the thicknesses of insulation required.

D. Do not proceed with installation until unsatisfactory conditions have been

corrected. 3.2 ROOF REMOVAL & PREPARATION

A. Remove existing EPDM Membrane(s), insulation, terminations details,

flashing(s) down to the existing wood nailer and/or substrate in preparation to receive the specified roof cover.

B. Remove and dispose of all construction debris.

C. Clean newly exposed substrate of dust, debris, and other substances

detrimental to roofing installation according to roofing system manufacturer's written instructions. Remove sharp projections.

D. Prevent materials from entering and clogging roof drains and conductors

and from spilling or migrating onto surfaces of other construction. Remove roof-drain plugs when no work is taking place or when rain is forecast.

E. Contractor shall be responsible for protection of property during course of

work. Lawns, shrubbery, paved areas, and building shall be protected from damage. Repair damage at no extra cost to Owner.

F. Contractor shall provide a double row of ¾” thk plywood protection on

all existing or new roofing surfaces where it necessary to convey material, work off or use surface as an access point for both personnel or equipment.

City Hall Roof Replacement - 2015 ROOF DRAINS SPECIFICATIONS

Page 34: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

PAGE 15400-15

G. Multi-ply roofing, flashings and insulation shall be installed and sealed in

a watertight manner on same day of installation or before arrival of inclement weather.

H. At start of each workday, drains within daily work area shall be plugged.

Plugs to be removed at end of each workday, or before arrival of inclement weather.

I. At end of each working day, partial installation shall be sealed with water

stops along edges to prevent water entry.

J. Preparation work shall be limited to those areas that can be covered with installed roofing material on same day or before arrival of inclement weather.

K. Arrange work sequence to avoid use of newly constructed roofing for

storage, walking surface, and equipment movement. Move ground equipment and storage within designated areas as work progresses.

L. Contractor shall water test all roof drains prior to commencing with the

work. The contractor shall in writing bring to the attention of the Consultant any clogged, obstructed, or blocked roof drains; otherwise the contractor will be held responsible to clean out the drains if problems exist.

3.3 SURFACE PREPARATION A. General:

1. After existing roof system(s) have been entirely removed sweep the existing substrate of all debris in preparation to receive specified ½” Dens Deck and the specified vapor barrier.

2. Bring to the attention of the owner’s representative any roof deck

deficiencies that would prohibit the proper application of the new roof system.

3.4 NOT USED

City Hall Roof Replacement - 2015 ROOF DRAINS SPECIFICATIONS

Page 35: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

PAGE 15400-16

3.5 INSTALLING VAPOR BARRIER

A. Installing Vapor Barrier over Steel Deck:

1. Install one layer of Water Resistant Fiberglass Mat Gypsum Wall Board (1/2”) over the steel deck. Install the board with the long edges running in the same direction as the flutes of the steel deck with edge joints bearing on solid surface of the deck. Stagger end joints. Butt edges and ends snugly.

2. Secure each board to the deck with specified fasteners at a rate of 1 fastener every 4 square feet of Water Resistant Fiberglass Mat Gypsum Wall Board.

3. Set the fastener with sufficient force to hold the board firmly against the deck surface. Check each fastener to insure that it is securely anchored to the deck. Remove all loose or defective fasteners.

4. Over the Water Resistant Fiberglass Mat Gypsum Wall Board heat-fuse 1- ply of Dependo-Weld, shingle fashion. Lap plies 4 inches over each preceding ply.

5. Probe seams to ensure overnight weatherproofing

3.6 INSTALLING INSULATION

A. Adhere all layers of the specified tapered insulation system (over the newly installed vapor barrier) w/specified low-rise foam adhesive. Immediately after placement, walk insulation boards into adhesive to achieve solid contact.

B. Walk all boards in to ensure a solid attachment to the vapor barrier. C. Adhere ½” Recovery Board over newly installed insulation in the

specified low-rise fom adhesive. Offset all boards a minimum of 6’ in all directions. NOTE: Provide tapered edge insulation drain sumps around all roof drains to create a 4’ x 4’ sump so as to promote positive drainage.

3.7 ROOF MEMBRANE INSTALLATION TWO PLY’S + SBS/SEBS CAP SHEET

A. Starting at the lowest point on roof, install two (2) succeeding plies of the specified intermediate ply sheet, shingle fashion, in the specified cold-applied adhesive at a rate of 2.0 gallons per square/per ply. Overlap

City Hall Roof Replacement - 2015 ROOF DRAINS SPECIFICATIONS

Page 36: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

PAGE 15400-17

starter strips 18 inches with first ply, then overlap each succeeding ply 18 inches. Place ply sheets to ensure water will flow over or parallel to, but never against exposed edges.

Note: Use 18 + 36 inch wide plies to start and finish roof membrane along roof edges and terminations.

B. Install specified mineral-surfaced modified bitumen cap sheet in specified

adhesive at a rate of 2.5 gallons per square/per ply. Overlap all side laps 4", all end-laps a minimum of 6". NOTE: Contractor to roll-in with 40 lb. Lawn Roller, cap sheet + plies to ensure good adhesion – NO EXCEPTIONS.

C. Apply uniform and continuous pressure to exposed edge and end laps to

ensure complete adhesion. Minimum 1” bleed-out at all side/end laps. Contractor to broadcast mineral into bleed-out to ensure a uniform appearance of the finished membrane.

D. Avoid walking on plies until adhesive has set.

E. Overlap previous day's work 24 inches.

F. Lap ply membrane ends 6 inches. G. Avoid traffic on all newly installed membrane.

H. Lap ply sheet ends six inches. Stagger end laps twelve inches minimum.

I. Fit plies into roof drain rims, install metal flashing, and finishing plies,

secure clamping collars, and install domes.

J. Cut out fishmouths/side laps that are not completely sealed. Replace all sheets that are not fully and continuously bonded.

3.8 NOT USED 3.9 DAILY WATERSTOP/TIE-IN

A. Envelop insulation with 18 inch wide fiberglass ply sheet. Adhere

envelope to deck and insulation with HK ARM Mastic. Glaze cut-off with HK ARM Mastic.

B. Install "deadman" insulation filler at insulation staggers.

City Hall Roof Replacement - 2015 ROOF DRAINS SPECIFICATIONS

Page 37: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

PAGE 15400-18

C. Extend roofing plies at least twelve inches onto prepared area of adjacent

roofing. Embed plies into asphalt. Strip edges with twelve inch wide ply sheet embedded completely in alternate uniform courses of HK ARM Mastic.

D. At beginning of next day's work, remove temporary connection by cutting

felts evenly along edge of existing roof system. Remove "deadman" insulation fillers.

3.10 CURB BASE FLASHING

A. Remove/lift mechanical equipment from curb. B. Install new roofing to top edge of cant. Nail 8 inches O.C. with spiral or

annular nails, with a 1 inch cap. C. Install elastomeric, SBS, self-adhered base flashing (2-ply system).

Substrate to be primed with SA Primer, base ply to be installed, subsequent mineral-surfaced membrane to be adhered to primed base ply. Roll-in to ensure positive adhesion.

D. Secure top edge of sheeting to substrate with spiral or annular shank nails,

with a 1 inch cap, 8 inches O.C. a. Fabricate and install .040, surface mounted, counterflashing and

install over top-edge of newly installed base flashing. E. At all roof top units that were previously removed/lifted to complete

flashing work, reset or re-position units on curbs and secure with a grommented screw type fastener a maximum of 12" OC with a minimum of 1 fastener per each side of the unit.

3.11 WALL BASE FLASHING

A. Install new roofing to top edge of cant. Nail 8 inches o.c. with spiral or annular nails, with a 1 inch cap. Existing counter flashing to be removed, thru-wall receiver to remain in-place, see detail drawings.

B. Install elastomeric, SBS, self-adhered base flashing (2-ply system).

Substrate to be primed with SA Primer, base ply to be installed, subsequent mineral-surfaced membrane to be adhered to primed base ply. Roll-in to ensure positive adhesion.

City Hall Roof Replacement - 2015 ROOF DRAINS SPECIFICATIONS

Page 38: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

PAGE 15400-19

C. Secure top edge of sheeting to substrate with spiral or annular shank nails, with a 1 inch cap, 8 inches o.c. a. Fabricate and install into existing thru-wall receiver, NEW 16oz.

copper flashing and install over top-edge of newly installed base flashing.

3.12 PERIMETER FRAVEL-STOP METAL EDGE SYSTEM

A. Install pressure treated wood nailer to top of parapet wall. (as needed) Attach specified pressure-treated wood nailer 16” o.c. staggered with masonry anchor/screws.

B. Run base two (2) plies 4” beyond the head of the cant. Note: seal top edge

for nightly tie-ins with asphalt cement to ensure weatherproofing integrity.

C. Prime existing substrate with the specified primer. Adhere specified self-

adhered SBS Base Flashing (smooth-surfaced) from the field of the roof, up the wall and attach to parapet wall wood nailer utilizing 1” hex-head nails. Repeat process with SA mineral surfaced cap sheet – extending the top ply a minimum of 4” beyond the base ply..

ROLL-IN to ensure complete adhesion/eliminate voids. Terminate base flashing to the top parapet wood nailer with 1” hex-head roofing nails 8” o.c. Ensure a uniform and secure attachment.

D. Install specified gravel-stop system as shown on detailed drawings.

3.13 PLUMBING VENT, PIPE, OR CONDUIT FLASHING A. Apply 1/16 inch uniformly thick layer of asphalt mastic to surface new

roof membrane receiving metal flange. B. Fabricate and install plumbing vent flashing from 4 lb lead. Flange four

inch minimum, extend completely around periphery of vent, or pipe flashing. All seams in metal flashing to be soldered. Set flange in Mastic. Neatly dress flange to rest uniformly on roof surface. Fasten flange through existing membrane into wood blocking. Note: Fabrication of metal flashing may have to be field assembled and soldered.

C. Install two plies of fiberglass felt strip flashing embedded in asphalt

mastic over primed metal.

City Hall Roof Replacement - 2015 ROOF DRAINS SPECIFICATIONS

Page 39: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

PAGE 15400-20

D. Fabricate and install metal umbrella hat at top of all flanges which can not be "turned in" to pipe or the hot stack. Use draw band to hold into place and use HK caulk to seal top. Hats to be fabricated from same material as flanges.

3.14 PITCH POCKETS

A. Install new roofing to roof penetration. B. Fabricate pitch pans from copper. Sides: 6" high, hemmed at top edge.

Flange: 4" wide completely around periphery. Clearance between projection and pitch pan: 2". Set flange in mastic.

C. Apply 1/16" thick layer of mastic to roof to receive new pitch pocket

flange. D. Pack gap between roof- penetrating element and deck with compressible

insulation. E. Prime pitch pocket flange with HK Rapid Dry Primer. Allow primer to

dry. F. Nail flange through roof membrane into the wood blocking. G. Seal flange with two strips of fiberglass felt set in a uniform coating of

BUR asphalt. H. Fill pitch pan two inches from the top with quick set concrete. Allow

concrete to set. I. Fill remainder of pitch pocket with the specified two part pourable

sealant. 3.15 NEW DRAIN INSTALLATION

A. Locate and install new drain body in/at existing drain locations. Selected Contractor responsible to provide all connection(s) to existing leader/piping and shall be performed by an approved (by the City of

City Hall Roof Replacement - 2015 ROOF DRAINS SPECIFICATIONS

Page 40: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

PAGE 15400-21

Poughkeepsie)/licensed plumber. Drain bowl to be utilized shall be a Zurn 100 or equal.

B. Install tapered edge strip around drain to create 48 x 48 inch sump. Miter corners. Seal top of tapered edge to drain rim with fiberglass mesh embedded between alternate courses of asphalt mastic.

C. Install multi-ply roofing or stripping plies into sump and onto drain rim (refer to detail drawing).

D. Apply 1/16 inch uniformly thick layer of asphalt mastic to surface receiving lead flashing.

E. Set single piece lead flashing (30” square minimum) in mastic centered over drain, extend lead six inches beyond drain rim. Neatly dress lead with wood block.

F. Prime lead with asphalt primer.

G. Install two plies fiberglass roof ply embedded in alternate courses of hot melt adhesive over primed lead. Stripping plies shall extend two and four inches beyond edge of lead.

H. Reclamp flashing collar to drain in bed of mastic. If bolts are broken, drill and retap. If ladder clamps are installed, replace clamps.

I. Neatly cut lead within drain at rim, remove.

J. Seal/plug drain to prevent water entry until service connection is completed

3.16 AT METAL SLEEVE AND STORM COLLAR(S):

A. Apply 1/16 inch uniformly thick layer of asphalt mastic to surface

receiving metal flange. B. Fabricate and install sleeve flashing. Height: 8 inches. Flange width: 4

inches. Flange to extend completely around flashing periphery. Solder all joints. Double solder vertical joints.

C. Nail flange to wood blocking 3 inches o.c., staggered. D. Prime flange with asphalt primer.

City Hall Roof Replacement - 2015 ROOF DRAINS SPECIFICATIONS

Page 41: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

PAGE 15400-22

E. Install two (2) ply stripping described in general flashing requirements section.

F. Fabricate storm collar with bolted connection. Cover sleeve flashing 3

inches minimum. Tighten bolts. G. Wipe clean top of storm collar and projection with metal cleaner. Prime

surfaces with metal primer. Caulk projection/sheet metal interface. Provide watershed. Tool neatly.

ATTACHMENT “A”

City Hall Roof Replacement - 2015 ROOF DRAINS SPECIFICATIONS

Page 42: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

PAGE 15400-23

PART I – GENERAL (SEE SECTION 2.1.12 FOR PRODUCTS) 1.01 RELATED DOCUMENTS

A. The attached are components of this section: 1. General Conditions.

1.02 INSTALLATION OF THE FOLLOWING AT PERIMETER ROOF ELEVATION SEE DRAWING A-1 FOR AREA OF APPLICATION

a. Remove heavy deposits of dirt, leaves, pine needles and other debris in preparation to receive cleaner/primer.

b. Existing one-ply membrane to be completely cleaned (“jet-black”) with the specified spray-applied, water-based wash/primer in preparation to received specified repairs and coating material.

c. All seams, T-Joints, laps, and openings to be repaired with specified silicone coating and reinforcing polyester mesh. Raised edges (greater than ½”) to be trimmed down prior to application of mesh/coating.

d. All pipe boots, pitch boxes and other round penetrations to be stripped-in and coated with mesh and silicone coating.

e. Inspect/examine field-of-roof for loose or “backed-out” fasteners. Remove fastener + plate and replace in-kind.

f. Apply base-coat (gray) of specified high-performance, moisture-curing, silicone roof coating at a rate of 1.0 gallon per square to entire roof mat + all base flashings. Allow to dry minimum 8 hours.

g. Apply second coat (white) of specified high-performance coating to newly applied base-coat at a rate of 1.0 gallon per 100 square feet.

h. Inspect all drains for waterproofing integrity, tighten bolts and replace all strainers with metal domes. Note/mark any deficient drain.

i. Rake-out caulk joints at wall panel system, (location shown on attached drawing) install backer-rod and caulk with specified urethane sealant.

--END OF SPECIFICATION--

City Hall Roof Replacement - 2015 ROOF DRAINS SPECIFICATIONS

Page 43: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

PAGE 15400-24

City Hall Roof Replacement - 2015 ROOF DRAINS SPECIFICATIONS

Perimeter Gravel-Stop Metal Edge

CONTINUOUS CLEAT

SHEET TO BELOW BLOCKINGSEPARATE MEMBRANEEXTEND ONE PLY OR A

FREQUENT NAILING OF SHEET METAL FLANGE IS NECESSARY TO MINIMIZE THERMAL MOVEMENT.

ROOF DECK

THERMAL INSULATION

COVERBOARD INSULATION

SPECIFIED ROOF MEMBRANE

TAPERED EDGE STRIP

BEL

OW

BLO

CK

I NG

1" M

IN.

3" O.C. (STAGGERED)FASTENERS AT APPROX.

(SEE NOTE 1)FELT ENVELOPE

BEFORE STRIPPINGCEMENT; PRIME FLANGESTOP" SET IN ROOFSHEET METAL "GRAVEL-

MEMBRANE STRIPPINGSPECIFIED

NOTES:

WOOD BLOCKING TO BE FASTENED IN ACCORDANCE WITH FACTORY MUTUAL LOSS PREVENTION DATA

WOOD BLOCKING MAY BE SLOTTED FOR VENTING OF WET-FILL DECKS OR OTHER CONSTRUCTIONS

OR WITH TARRED ORGANIC FELTS ON SLOPES THAT EXCEED 1/2" PER FOOT.DO NOT USE TYPE I TAR WITH POLYESTER OR TARRED GLASS FELTS ON SLOPES THAT EXCEED 1/4" PER FOOT,

DO NOT USE MODIFIED COAL TAR ON SLOPES THAT EXCEED 1/2" PER FOOT.

REFER TO REF-10 (TABLE) FOR METAL THICKNESS AND CLEAT REQUIREMENTS.

FM 1-49 FOR PERIMETER FLASHING DETAILS.

WHERE APPLICABLE.7.

6.

4.

3.

2.

5.

AND ADHERED. THE ENVELOPE IS INTENDED TO PREVENT BITUMEN SEEPAGE FROM THE EDGE OF THE MEMBRANE.

FOR COAL TAR AND ASPHALT TYPES I & II, INSTALL ENVELOPE (BITUMEN STOP) FOR A CONTINUOUS EDGE SEAL

NON-PERFORATED ORGANIC ASPHALT SATURATED FELT BEYOND THE EDGE OF THE MEMBRANE FIELD PLIESAT THE PERIMETER AND AT PENETRATIONS BY EXTENDING PERFORMANCE PLY, PIKA PLY SS-2, OR TWO PLIES OF

AFTER ALL OVERLAPPING FIELD PLIES ARE IN PLACE, THE EXTENDED PLY S TURNED BACK INTO THE MEMBRANE

1.

Page 44: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

PAGE 25

Base Flashing for Wall Supported Deck with Surface Mounted Reglet NOTE; OMIT SHOWN WOOD BLOCKING

NOTES:

ROOF DECK

THERMAL INSULATION

COVERBOARD INSULATION

SPECIFIED ROOF MEMBRANE

PLIES ABOVE HEAD OF CANTEXTENSION OF FIELD

BASE FLASHINGSPECIFIED MEMBRANE

FASTENERS APPROX. 8" O.C.

SR50 SHEET METAL REGLET

(8" MIN. HEIGHT)

(NOT SHOWN FOR CLARITY)

1. DO NOT OBSTRUCT WEEP HOLES WITH TOOLED SEALANT

MECHANICAL FASTENERS

FORMED IN 10'-0" LENGTHS

12" O.C.

CAULK & SEALANT

HK TAPE SEAL

BLOCKING FASTENERS NOT SHOWN FOR CLARITY.2.

Technical Specifications and Details.docx DETAIL DRAWING

Page 45: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

PAGE 26

Base Flashing for Wall Supported Deck with Through-Wall Counterflashing (No Blocking)

ROOF DECK

THERMAL INSULATION

COVERBOARD INSULATION

2" ABOVE HEAD OF CANTEXTENSION OF FIELD PLIES

BASE FLASHINGSPECIFIED MEMBRANE

FASTENERS APPROX. 8" O.C.

REINFORCEMENT FABRICSPECIFIED MASTIC AND WITH A 3-COURSE OF SEAL TOP OF FLASHING

COUNTERFLASHINGREMOVABLE SHEET METAL

O.C. (NOT SHOWN FOR CLARITY)CLIP APPROX. 30" OPTIONAL: 2" WIDE

FASTENERS APPROX. 24" O.C.

SHEET METAL REGLET

TOOLED SEALANT

FLASHING (BY OTHERS)CONTINUOUS THROUGH-WALL

(8" MIN. HEIGHT)

WEEP HOLES (BY OTHERS)SEE NOTE 2

(NOT SHOWN FOR CLARITY)

SPECIFIED ROOF MEMBRANE

PERLITE CANT

APPROX.4"

DO NOT USE MODIFIED COAL TAR ON SLOPES THAT EXCEED 1/2" PER FOOT.

DO NOT USE TYPE I TAR WITH POLYESTER OR TARRED GLASS FELTS ON SLOPES THAT EXCEED 1/4" PER FOOT,OR WITH TARRED ORGANIC FELTS ON SLOPES THAT EXCEED 1/2" PER FOOT.

THE JOINTS IN THE SHEET METAL COUNTERFLASHING SHOULD NOT BE SOLDERED. DO NOT OBSTRUCT WEEP HOLES WITH TOOLED SEALANT.

3.

4.

OTES:

2.1.

Technical Specifications and Details.docx DETAIL DRAWING

Page 46: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

PAGE 27

Technical Specifications and Details.docx DETAIL DRAWING

Base Flashing with In-Wall Reglet for Wall Supported Deck (No Blocking)

TOOLED SEALANT

THE JOINTS IN THE SHEET METAL COUNTERFLASHING SHOULD NOT BE SOLDERED.NOTES:

1.

ROOF DECK

THERMAL INSULATION

COVERBOARD INSULATION

SPECIFIED ROOF MEMBRANE

BASE FLASHINGSPECIFIED MEMBRANE

FASTENERS APPROX. 8" O.C.

REINFORCEMENT FABRICSPECIFIED MASTIC AND WITH A 3-COURSE OF SEAL TOP OF FLASHING

O.C. (NOT SHOWN FOR CLARITY)CLIP APPROX. 30" OPTIONAL: 2" WIDE

(8" MIN. HEIGHT)

2. DO NOT OBSTRUCT OR FLASH OVER WEEP HOLES.3. DO NOT USE MODIFIED COAL TAR ON SLOPES THAT EXCEED 1/2" PER FOOT.4. DO NOT USE TYPE I TAR WITH POLYESTER OR TARRED GLASS FELTS ON SLOPES THAT EXCEED 1/4" PER FOOT,

OR WITH TARRED ORGANIC FELTS ON SLOPES THAT EXCEED 1/2" PER FOOT.

FASTENERS APPROX. 24" O.C.

REMOVABLE SHEET METAL COUNTERFLASHING

SHEET METAL REGLET

FIBER CANT

APPROX.4"

(NOT SHOWN FOR CLARITY)

EXTENSION OF FIELD PLIES2" ABOVE HEAD OF CANT

Page 47: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

PAGE 28

Expansion Joint with Metal Cover

SPECIFIED SHEET METAL EXPANSION JOINT COVER

TOP OF CURB TO DRAIN TO ONE SIDE

FASTENERS APPROX. 8'' [200 mm] O.C.

EXTENDED FIELD PLIES ABOVE HEAD OF CANT (NOT SHOWN FOR CLARITY)

SPECIFIED MEMBRANE BASE FLASHING FEATHERED AT FIELD OF ROOF

SPECIFIED ROOF MEMBRANE

COVERBOARD INSULATION

THERMAL INSULATION

ROOF DECK

FLEXIBLE VAPOR RETARDER TO SERVE AS INSULATION RETAINER (ATTACHED TO TOP OF CURB) EXTENDED TO COUNTER TOP OF FLASHING

WOOD NAILERS

CANT

OPTIONAL: EXTENDED BASE FLASHING (NOT SHOWN FOR CLARITY)

COMPRESSIBLE INSULATION

GASKETED FASTENERS (APPROX. 18" O.C.)

Technical Specifications and Details.docx DETAIL DRAWING

Page 48: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

PAGE 29

Raised Curb Detail for Rooftop Air Handling Units and Ducts (Prefabricated Metal Curb)

FL

AS H

ING

HE

I GH

T8"

MIN

IMU

M

SHEET METAL FLASHINGRECEIVER

HIGH-DOMED, CAPPED,GASKETED FASTENERS(APPROX. 18" O.C.;MINIMUM TWO FASTENERSPER SIDE)

REMOVABLE SHEET METALCOUNTERFLASHING

FASTENERS APPROX. 8" O.C.

EXTENSION OF FIELDPLIES ABOVE HEAD

SPECIFIED MEMBRANEBASE FLASHING (8" MIN. HEIGHT)

SPECIFIED ROOF MEMBRANE

COVERBOARD INSULATION

THERMAL INSULATION

ROOF DECK

ALTERNATE CURB BEARING LOCATION FOR HEAVY WEIGHTLOADING CONDITIONS

UNIT MOUNTING CURB

SEALING MATERIAL

WOOD NAILER

OF CANT (NOT SHOWNFOR CLARITY)

4"APPROX.

NOTES:

DO NOT USE TYPE I TAR WITH POLYESTER OR TARRED GLASS FELTS ON SLOPES THAT EXCEED 1/4" PER FOOT,

DO NOT USE MODIFIED COAL TAR ON SLOPES THAT EXCEED 1/2" PER FOOT.

OR WITH TARRED ORGANIC FELTS ON SLOPES THAT EXCEED 1/2" PER FOOT.

1.

2.

Technical Specifications and Details.docx DETAIL DRAWING

Page 49: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

PAGE 30

Raised Curb Detail for Rooftop Air Handling Units and Ducts (Job Site Constructed Wood Curb)

SEALING MATERIAL

FLA

SHIN

G H

EIG

HT

8" M

INIM

UM

WOOD CURB

SHEET METALFLASHING RECEIVER

HIGH-DOMED, CAPPED,GASKETED FASTENERS(APPROX. 18" O.C.MINIMUM TWOFASTENERS PER SIDE)

REMOVABLE SHEET METALCOUNTERFLASHING

FASTENERS APPROX. 8" O.C.

EXTENSION OF FIELDPLIES ABOVE HEAD

SPECIFIED BASE FLASHING(8" MIN. HEIGHT)

SPECIFIED ROOF MEMBRANE

COVERBOARD INSULATION

THERMAL INSULATIONROOF DECK

OF CANT (NOT SHOWNFOR CLARITY)

NOTES:

DO NOT USE TYPE I TAR WITH TARRED GLASS FELTS ON SLOPES THAT EXCEED 1/4" PER FOOT,

DO NOT USE MODIFIED COAL TAR ON SLOPES THAT EXCEED 1/2" PER FOOT.

OR WITH TARRED ORGANIC FELTS ON SLOPES THAT EXCEED 1/2" PER FOOT.

1.

2.

CANT

Technical Specifications and Details.docx DETAIL DRAWING

Page 50: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

PAGE 31

Penetration Pocket

CLEARANCEAT CORNERS

APPROX. 1/4"3" O.C. OVER ROOFING

4" MIN. FLANGE, SET IN

SPECIFIED MEMBRANE

24 GA. SHEET METAL PITCH PAN,

PLIES, PRIME FLANGEBEFORE STRIPPING

MASTIC AND FASTENED

STRIPPING PLIES

SOLDERED/WELDED WATERTIGHT(4" MIN. HEIGHT)

RAIN COLLAR OVERLAPPINGWATERTIGHT SHEET METAL

PENETRATION POCKET

DRAW BAND

SEALANT

ROOF DECK

THERMAL INSULATION

COVERBOARD INSULATION

SPECIFIED ROOF MEMBRANEGROUTNON-SHRINK

SEALANTSPECIFIED

SPECIFIED SEALANTOR MASTIC

1" MIN.PIPE DIAMETERNOTES:

1. PRIOR TO INSTALLATION, SEAL PENETRATION WITH ELASTIC FILL.2. INSTALL ENVELOPE (BITUMEN-STOP) FOR A CONTINUOUS EDGE SEAL AT THE PERIMETER AND AT

PENETRATIONS BY EXTENDING PERFORMANCE PLY, PIKA PLY SS-2, OR TWO PLIES OF NON-PERFORATED ORGANIC ASPHALT SATURATED FELT BEYOND THE EDGE OF THE MEMBRANE FIELDPLIES. AFTER ALL OVERLAPPING FIELD PLIES ARE IN PLACE, THE EXTENDED PLY IS TURNED BACKINTO THE MEMBRANE AND ADHERED. THE ENVELOPE IS INTENDED TO PREVENT BITUMEN SEEPAGE FROMTHE EDGE OF THE MEMBRANE.

FELT ENVELOPE AROUNDPENETRATION REQUIREDFOR COAL TAR , OR TYPE I & II ASPHALTROOF ASSEMBLY (SEE NOTE #2)

3. DO NOT USE MODIFIED COAL TAR ON SLOPES THAT EXCEED 1/2" PER FOOT.4. DO NOT USE TYPE I TAR WITH POLYESTER OR TARRED GLASS FELTS ON SLOPES THAT EXCEED 1/4' PER FOOT, OR WITH TARRED ORGANIC FELTS ON SLOPES THAT EXCEED 1/2" PER FOOT.

Technical Specifications and Details.docx DETAIL DRAWING

Page 51: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

PAGE 32

Roof Drain

DRAIN STRAINER

CLAMPING RING

SPECIFIED MEMBRANESTRIPPING PLIES

SPECIFIEDROOF MEMBRANE

DECK CLAMP

BOWLDRAIN

UNDER CLAMPING RINGPLIES ALL EXTENDFLASHING AND STRIPPINGMEMBRANE, METAL

COVERBOARD INSULATION

THERMAL INSULATION

ROOF DECK

TAPERED INSULATION

(30" SQUARE MINIMUM)SET ON STRIPPING PLIES IN

BEFORE STRIPPINGMASTIC, PRIME TOP SURFACE

DO NOT APPLY COAL TAR OR DEAD LEVEL ASPHALT INTO DRAIN SUMP. INSTALL METAL GRAVEL STOPS.1.NOTE:

SPECIFIED METAL FLASHING

DO NOT USE TYPE I TAR WITH POLYESTER OR TARRED GLASS FELTS ON SLOPES THAT EXCEED 1/4" PER FOOT,

DO NOT USE MODIFIED COAL TAR ON SLOPES THAT EXCEED 1/2" PER FOOT.

OR WITH TARRED ORGANIC FELTS ON SLOPES THAT EXCEED 1/2" PER FOOT.

2.

3.

Technical Specifications and Details.docx DETAIL DRAWING

Page 52: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

PAGE 33

SOIL STACK

OR SEALANT

PRIME FLANGE BEFORE STRIPPING

SPECIFIED STRIPPING PLIES

SET FLANGE IN MASTIC

SPECIFIED MASTIC

PLUMBING VENT STACK

COVERBOARD INSULATION

THERMAL INSULATION

SPECIFIED ROOF MEMBRANE

ROOF DECK

4" 6" MIN.FLANGE

SPECIFIED SOFT METAL

NOTES:

SHEET LEAD MINIMUM OF 2-1/2 LB PER SQUARE FOOT.1.

TOP OF FLASHING CAPPEDOR ROLLED INTO PIPEAPPROXIMATELY 1"

PIPE FLASHING

MIN.4"

MIN.

THE METAL BITUMEN DAM IS REQUIRED FOR COAL TAR BUILT-UP ROOFING. IT MUST EXTEND 2" ABOVETHE ROOFING MEMBRANE AND SET IN ASPHALT MASTIC ON DECK.

2.

DO NOT USE MODIFIED COAL TAR ON SLOPES THAT EXCEED 1/2" PER FOOT.3.DO NOT USE TYPE I TAR WITH POLYESTER OR TARRED GLASS FELTS ON SLOPES THAT EXCEED 1/4" PER FOOT, OR4.WITH TARRED ORGANIC FELTS ON SLOPES THAT EXCEED 1/2" PER FOOT.

METAL BITUMEN DAM( SEE NOTE #2 )

07500 - 33 MULTI-PLY ROOFING AND ASSOCIATED WORK

Page 53: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie
Page 54: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

Bid Proposal Form

RFB-COP-05-15-01

Page 55: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

CITY OF POUGHKEEPSIE BID PROPOSAL

RFB-COP-05-15-01- CITY HALL ROOF REPLACEMENT

For: City Hall Roof Reconstruction Project NOTE: BIDS TO BE DELIVERED IN SEALED ENVELOPE CLEARLY MARKED “CITY HALL ROOF RECONSTRUCTION PROJECT”

From: The undersigned hereby proposes to furnish labor and materials necessary for re-roofing in full compliance with these contract documents. The undersigned, as bidder, declares; that the parties in this contract proposal as principals are named herein; that this proposal is made without collusion with any other person, firm or corporation; that no officer or agent of City of Poughkeepsie is directly or indirectly interested in this proposal; that he has carefully examined the location of the proposed work, the annexed proposed form of contract, the contract drawings, the specifications and other Contract Documents therein referred to; and he proposes and agrees that if the proposal is accepted, he will contract with the City of Poughkeepsie in the form of the Contract attached hereby to construct completely, in the manner and time prescribed, the items bid upon, including all work incidental to such items as well as those in all addenda issued prior to the date of opening of proposals, according to the contract drawings and specifications, and that he will accept in full payment therefore the following sum:

BID DUE DATE: June 17, 2015

Note: Bids shall be both written in words and shown in figures.

Page 56: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

TOTAL BID: AS SPECIFIED, AS SPECIFIED, UPPER ROOF AREAS (C-F):

$

Words Figures UNIT PRICING DECK REPAIR (PER SQUARE FOOT) $__________________ DRAIN REPLACEMENT (PER DRAIN/ZURN100) $__________________ DRAIN CLAMPING RING REPLACEMENT (PER DRAIN) $__________________ Contractor Owner / Officer

Title

Address

City, State Zip

(AFFIX CORPORATE SEAL) The bidder hereby acknowledges receipt of the following addenda: Addendum No.1 Dated Addendum No.2 Dated Addendum No.3 Dated

* * * END OF SECTION - BID FORM * * *

Page 57: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

City of Poughkeepsie RFB-COP-05-15-01

City Hall Roof Replacement

BID TABULATION SHEET Name of Bidder: ________________________________________________________

(Please Print) Address: __________________________________________________________ __________________________________________________________ Phone No: __________________________________________________________ Name of Owner or Agent: ________________________________________________ IN CONFORMANCE WITH THE ATTACHED SPECIFICATIONS, BIDDERS ARE TO ANSWER ALL QUESTIONS, AS WELL AS TO LIST BID PRICES ON THE ATTACHED SHEET.

BIDDERS, when can you start this project? Start Date: ____________ (Be specific) BIDDERS, will the prices bid hold in 2015? Yes ______ No ______ IF “NO” EXPLAIN_________________________________________________________ _________________________________________________________________________ BIDDERS, what is your warranty on the work to be provided? WARRANTY: _________ BIDDERS, when will you complete this project? End Date: _____________

BIDDERS, will it be necessary to hire additional employees to complete this project? Yes______ No_________

RFB-COP-05-15-01

Page 58: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

THIS PROJECT AS PROPOSED IS NOT BEING FUNDED WITH FEDERAL DOLLARS. HOWEVER, IF FEDERAL FUNDS ARE

REQUIRED TO COMPLETE THIS PROJECT COMPLIANCE WITH SECTION 3

REQUIREMENTS OF THE HOUSING AND URBAN DEVELOPMENT ACT OF 1968 AS

OUTLINED IN THE FOLLOWING MUST BE MET.

RFB-COP-05-15-01

Page 59: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

NON-FEDERAL LABOR - STANDARDS 1. GENERAL PROVISIONS

The following Non-Federal Labor-Standards, Provisions, including the following provisions concerning maximum hours of work, minimum rates of pay, and overtime compensation, with respect to the categories and classifications of employees hereinafter mentioned are included in this contract pursuant to the requirements of applicable State or local laws, but the inclusion of such provisions shall not be construed to relieve the Contractor or any subcontractor from the pertinent requirement of any corresponding Federal Labor-Standards Provisions of this contract. In case the minimum rates of pay set forth below shall be higher than the minimum rates of pay required by or set forth in the Federal Labor-Standards Provisions of the contract for corresponding classifications, the minimum rates of pay set forth below shall be deemed, for the purposes of this contract, to be the applicable minimum rates of pay for such classifications. The limitations, if any, in these Non-Federal Labor-Standards Provisions upon the hours per day, per week or per month which employees engaged on the work covered by this contract may be required or permitted to work thereon shall not be exceeded.

2. STATE LABOR LAW

The Contractor shall comply in every respect with the provisions of Section 220 of the Labor Law and no laborer, workman, or mechanic in the employ of a Contractor, subcontractor or other person contracting to do the whole or a part of the work contemplated by this contract, shall be permitted or required to work more than eight hours in any one calendar day or more than five days in any one week except in cases of extraordinary emergency; including fire, flood or danger to life or property, and no such person shall be so employed more than eight hours in any day or more than five days in any one week, except in such an emergency. The wages to be paid for a legal day’s work, as defined by said section, to laborers, workmen or mechanics employed, as aforesaid shall be not less than the prevailing rate for a day’s work in the same trade or occupation in the locality within the State where the aforesaid work, on, about, or in connection with which such labor is performed in this final of completed form is to be situated, erected or used. Laborers shall be paid not less than the minimum hourly rate or wage designated by the Industrial Commissioner, pursuant to Section 220-d of the Labor Law, said minimum hourly rate of wage having been designated by the Industrial Commissioner are designated in the wage rate sheet forming a part of this contract and are to be paid in cash, provided, however, that an employer, except as otherwise provided in Subdivision 3 of Section 220 of the State Labor Law may pay his employees by check, if he furnished satisfactory proof to the Industrial Commissioner of his financial responsibility and gives reasonable assurance that such checks may be cashed by employees without difficulty and for the full amount for which they are drawn. The Contractor shall abide by and pay workmen, laborers and mechanics employed either by himself or a subcontractor the schedule of wages, as annexed to and forming a part of the specifications for the work involved in the contract pursuant to the Labor Law. The Contractor shall comply with the provisions of Section 222A of the Labor Law relating to prevention of dust hazard in public works, if such hazard shall exist. If said Section is not complied with by the Contractor the contract shall be void. Pursuant to the provisions of Section 222 of the Labor Law, this contract shall be void unless the Contractor is employing persons upon the work embraced in the contract gives preference to citizens of the State of New York, who have been residents for at least six consecutive months immediately prior to the

RFB-COP-05-15-01

Page 60: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

commencement of their employment, if available. Each person so employed shall furnish satisfactory proof of residence, in accordance with rule adopted by the Industrial Commissioner. Each Contractor and subcontractor shall keep a list of his employees, stating whether they are citizens and, in case of naturalization, the date thereof, and the name of the court in which granted.

3. QUALIFICATIONS FOR EMPLOYMENT

No person under the age of 16 years and no person currently serving sentence in a penal or correctional institution shall be employed to perform any work on the project under this contract. No persons whose age or physical condition is such as to make his employment dangerous to his health or safety or the health and safety of others shall be employed to perform any work on the project under this contract; provided that this sentence shall not operate against the employment of physically handicapped persons, otherwise employable, where such persons may safely do work which they can ably perform. All employees engaged in work on the project under this contract shall have the right to organize and bargain collectively through representatives of their own choosing, and such employees shall be free from interference, restraint, and coercion of employees in the designation of such employees’ representatives, in self-organization, and in other concerted activities of such employees, for the purpose of collective bargaining or other mutual aid or protection and no person seeking employment on the project under this contract and no person employed on the project under this contract shall be required, as a condition of initial or continued employment to join company union or to refrain from joining, organizing or assisting a labor organization of such persons own choosing.

4. DISCRIMINATION

The contractor shall comply with the provision of Section 220-e of the Labor Laws as follows: 1. That in the hiring of employees for the performance of work under this contract or any subcontract

hereunder, no Contractor or subcontractor, or any person acting on behalf of such Contractor or subcontractor, shall by reason of race, sex, religion, color or national origin(s) discriminate against any citizen of the State of New York who is qualified and available to perform the work to which the employment relates.

2. That no Contractor, subcontractor, nor any person on his behalf shall, in any manner, discriminate

against or intimidate any employee hired for the performance of work under this contract on account of race, sex, religion, color or national origin(s).

3. That there may be deducted from the amount payable to the Contractor by the State or municipality

under this contract a penalty of five dollars for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the contract.

4. That this contract may be canceled or terminated by the State or municipality, and all monies due or to

become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the contract.

RFB-COP-05-15-01

Page 61: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

5. The aforesaid provisions of this section covering every contract for or on behalf of the State or a municipality for the manufacturer, sale or distribution of materials, equipment or supplies shall be limited to operations performed within the territorial limits of the State of New York.

Article 8, Section 220 of the Labor Law, as amended by Chapter 750 of the Laws of 1956, also provides, among other things, that it shall be the duty of the fiscal officer to make a determination of the schedule of wages to be paid to all laborers, workmen and mechanics employed on public work projects, including supplements for welfare, pension, vacation and other benefits. These supplements may include hospital, surgical, or medical insurance or benefits; life insurance or death benefits; accidental death or dismemberment insurance; and pension or retirement benefits. If the amount of supplements provided by the employer is less than the total supplements shown on the wage schedule, the difference shall be paid in cash to employees. Article 8, Section 220 of the Labor Law, as amended by Chapter 750 of the Laws of 1956, also provides that the supplements to be provided to laborers, workmen and mechanics upon public works “shall be in accordance with the prevailing practices in the locality…”. The amount for supplements listed on the enclosed schedule does not necessarily include all types of prevailing supplements in the locality and a future determination of the Industrial Commissioner may require the Contractor to provide additional supplements.

The Contractor shall provide statutory benefits for disability benefits, workmen’s compensation, unemployment insurance and social security. In case it becomes necessary for the Contractor or any subcontractor to employ on the project under this contract any person in a trade or occupation (except executive, supervisory, administrative, clerical or other non-manual workers as such) for which no minimum rate is herein specified, the Contractor shall immediately notify the local public agency who will promptly thereafter furnish the Contractor with the minimum rate. The minimum rate thus furnished shall be applicable as a minimum for such trade or occupation from the time of the initial employment of the person affected and during the continuance of such employment.

5. POSTING MINIMUM WAGE RATES The Contractor shall post at conspicuous points on the site of the project a schedule showing all determined minimum wage rates and all authorized deductions, if any, from unpaid wages actually earned.

RFB-COP-05-15-01

Page 62: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

FEDERAL LABOR STANDARDS PROVISIONS

Federal Labor Standards Applicability The Project or Program to which the construction work covered by this contract pertains is being assisted by the United States of America and the following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such Federal assistance. A. 1. (1) Minimum Wages. All laborers and mechanics employed or working upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof@ due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of 29 CFR-5.5(a)(1)(iv); also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(x)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under 29 CFR Part 5.5(a)(1)(ii) and the Davis-Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible, place where it can be easily seen by the workers. (ii) (a) Any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. HUD shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and 2) The classification is utilized in the area by the construction industry; and

(3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (b) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and HUD or its designee agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by HUD or its designee to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215-0140.) (c) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and HUD or its designee do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), HUD or its designee shall refer the questions, including the views of all interested parties and the recommendation of HUD or its designee, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.) (d) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(b) or (c) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the DavisBacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.)

RFB-COP-05-15-01

Page 63: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

2. Withholding. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally-assisted contract subject to DavisBacon prevailing wage requirements, which is held by the same prime contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract In the event of failure to pay any laborer or mechanic, including any apprentice, trainee or helper, employed or working on the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract, HUD or its designee may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. HUD or its designee may, after written notice to the contractor, disburse such amounts withheld for and on account of the contractor or subcontractor to the respective employees to whom they are due. The Comptroller General shall make such disbursements in the case of direct Davis-Bacon Act contracts. 3. (i) payrolls and basic records. Payrolls and basic records relating thereto. shall be maintained by the contractor during the course of the work preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937. or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in Section 1(b)(2)(B) of the Davis-bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5 (a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis-Bacon Act, the contractot shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OM B Control Numbers 1215-0140 and 1215-0017.) (ii) (a) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to HUD or its designee if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant sponsor, or owner, as the case may be. for transmission to

HUD or its designee. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR Part 5.5(a)(3)(i). This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014-1). U.S. Government Printing Office, Washington, DC. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Off ice of Management and Budget under OMB Control Number 1215-0149.) (b) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be maintained under 29 CFR Part 5.5 (a)(3)(i) and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (c) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph A.3.(ii)(b) of this section. (d) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph A.3.(i) of this section available for inspection, copying, or transcription by authorized representatives of HUD or its designee or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, HUD or its designee may, after written notice to the contractor, sponsor, applicant or owner, take such action as may be necessary to cause the suspension of any further payment advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR Part 5.12. 4. Apprentices and Trainees.

(i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the

program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the

RFB-COP-05-15-01

Page 64: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress. expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CPR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant `,to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CPR Part 30. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CPR Part 3 which are incorporated by reference in this contract

6. Subcontracts. The contractor or subcontractor will insert in any subcontracts the clauses contained in 29 CPR 5.5(x)(1) through (10) and such other clauses as HUD or its designee may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with ail the contract clauses in 29 CPR Part 5.5. 7. Contract termination; debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract and for debarment as a contractor and a subcontractor as provided in 29 CPR 5.12. 8. Compliance with Davis-Bacon and Related Act Requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CPR Parts 1, 3, and 5 are herein incorporated by reference in this contract 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and HUD or its designee, the U.S. Department of Labor, or the employees or their representatives. 10. (i) Certification of Eligibility. By entering into this contract the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of Section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. Additionally, U.S. Criminal Code, Section 1 01 0, Title 18, U.S.C., "Federal Housing Administration transactions", provides in part: "Whoever, for the purpose of ... influencing in any way the action of such Administration..... makes, utters or publishes any statement knowing the same to be false..... shall be fined not more than $5,000 or imprisoned not more than two years, or both." 11. Complaints, proceedings, or Testimony by Employees. No laborer or mechanic to whom the wage, salary, or other labor standards provisions of this Contract are applicable shall be discharged or in any other manner discriminated against by the Contractor or any subcontractor because such employee has filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards applicable under this Contract to his employer. B. Contract Work Hours and Safety Standards Act. As used in this paragraph, the terms "laborers" and "mechanics" include watchmen and guards. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or

RFB-COP-05-15-01

Page 65: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

she is employed on such work to work in excess of eight hours in any calendar day or in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of eight hours in any calendar day or in excess of forty hours in such workweek, whichever is greater. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in subparagraph (1) of this paragraph, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in subparagraph (1) of this paragraph, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of eight hours or in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in sub paragraph (1) of this paragraph. (3) Withholding for unpaid wages and liquidated damages. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contract, or any other Federally-assisted contract subject to the Contract Work Hours and Safety Standards Act which is held by the same prime contractor such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in subparagraph (2) of this paragraph. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in subparagraph (1) through (4) of this paragraph and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in subparagraphs (1) through (4) of this paragraph. C. Health and Safety

(1) No laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health and safety as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation.

(2) The Contractor shall comply with all regulations issued by the Secretary of Labor pursuant to Title 29 Part 1926 (formerly part 151 8) and failure to comply may result in imposition of sanctions pursuant to the Contract Work Hours and Safety Standards Act (Public Law 91-54, 83 Stat 96). (3) The Contractor shall include the provisions of this Article in every subcontract so that such provisions will be binding on each subcontractor. The Contractor shall take such action with respect to any subcontract as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions.

RFB-COP-05-15-01

Page 66: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

SECTION 3

OF THE

HOUSING AND URBAN DEVELOPMENT ACT

OF 1968, AS AMENDED

THE FACTS

RFB-COP-05-15-01

Page 67: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

SECTION 3: PROVIDING ECONOMIC OPPORTUNITIES THROUGH HUD PROGRAMS A FACT SHEET What is a Section 3? Section 3 is a provision of the Housing and Urban development Act of 1968 which requires that programs of direct financial assistance administered by the U.S. Department of Housing and Urban Development (HUD) provide, to the greatest extent feasible, opportunities for job training and employment to lower income residents in connection with projects in their neighborhoods. Further, to the greatest extent feasible, contracts in connection with these projects are to be awarded to local businesses. Section 3 is a tool for fostering local economic development, neighborhood economic improvement and individual self-sufficiency. Who Must Comply with Section 3 Requirements? Section 3 applies to financial assistance awarded, provided, or otherwise made available to a project or activity under a program administered by HUD in aid of housing, urban planning, redevelopment, development, or renewal, public or community facilities and new community development. Section 3 does not apply to financial assistance made available solely in the form of insurance or guaranty or to tenant-based assistance. Recipients of Section 3 covered assistance include, but are not limited to, States, units of local government, public housing agencies, Indian housing authorities, public and private nonprofit organization, private agencies, developers, builders, community development housing organization, resident management corporations and resident councils. Also, contractors who perform work in connection with projects funded under covered programs must comply with Section 3 requirements. Section 3 applies to the following programs:

- Low Income Housing Programs - Community Development Block Grant Programs - Homeless Assistance Programs - HOPE Programs - HOME Programs - National Affordable Housing Act Programs - Fair Housing Initiatives Program - Fair Housing Assistance Program

What Types of Economic Opportunities may be Available? Administrative/Management

Accounting Research Clerical/Record keeping Word Processing

Services

ADP/Computer Lead-Based Paint Removal Air Conditioner Repair Legal Appliance Repair Manufacturing

RFB-COP-05-15-01

Page 68: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

Carpet Consultants Marketing Catering Monuments Engineering Photography Florist Printing Janitorial Supplier Landscaping Transportation

Construction

Architecture Heating Bricklaying Iron Works Carpentry Lathers Cement/Masonry Machine Operation Demolition Painting Drywall Plastering Electrical Plumbing Elevator Construction Surveying Fencing Tile Setting

RFB-COP-05-15-01

Page 69: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

Regional Director Office of Fair Housing and Equal Opportunity U.S. Department of Housing and Urban Development 26 Federal Plaza New York, NY 10278-0068 Regional Director Office of Fair Housing and Equal Opportunity U.S. Department of Housing and Urban Development Liberty Square Building 105 South 7th Street Philadelphia, PA 19106-3392 Regional Director Office of Fair Housing and Equal Opportunity U.S. Department of Housing and Urban Development Richard B. Russell Federal Building 75 Spring Street S.W. Atlanta, GA 30303-3388 Regional Director Office of Fair Housing and Equal Opportunity U.S. Department of Housing and Urban Development Ralph H. Metcalfe Federal Building 77 West Jackson Blvd. Chicago, IL 60604-5601 Regional Director Office of Fair Housing and Equal Opportunity U.S. Department of Housing and Urban Development 1600 Throckmorton P.O. Box 2905 Fort Worth, TX 76113-2905 Regional Director Office of Fair Housing and Equal Opportunity U.S. Department of Housing and Urban Development Gateway Tower II 400 State Avenue Kansas City, KS 66101-2406

RFB-COP-05-15-01

Page 70: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

SECTION 3 REQUIREMENTS Section 3 requires that, to the greatest extent feasible, opportunities for job training and employment be given to lower income residents of the Section 3 area, and that contracts for work in connection with the Section 3 covered project be awarded to business concerns which are located in or owned in substantial part by persons residing in the Section 3 area. Section 3 also requires that the recipient/contractor take affirmative steps to give preference to qualified Section 3 area residents and business concerns in providing training, employment, and contracting in connection with Section 3 covered project. Program participants and contractors must: A. make a good faith effort to utilize Section 3 area residents as trainees and employees in

connection with the project; i.e. targeted recruitment and selection of Section 3 area residents for available positions through local advertising media, signs placed at the proposed site for the project, and community organization and public or private institutions operating within or serving the project area such as Youth Resource Development Corporation (YRDC), and the New York State Job Services of the New York State Department of Labor.

B. make a good faith effort to award contract to Section 3 business concerns for work in

connection with the project; i.e. implementation of an Affirmative Action Plan which includes targets for the number and dollar value of contracts awarded to Section 3 business concerns.

C. Keep records and submit report to HUD, via the City of Poughkeepsie, documenting the good

faith efforts and the results of these actions; i.e. letters to community organizations, employment development and business development centers, copies of solicitations for bids or proposals; copies of Affirmative Actions Plans.

You will be required to submit as part of your bid submission an Affirmative Action Plan which identifies the following: A. The number of training positions to be used on the job, if any, the number that will be filled by

residents; B. The number of positions, by skill level, required to plan and implement the work to be done on

the job, and determine how many of the positions are currently filled and which are not filled by regular permanent employees; and establish a target within each category for the number of positions to be filled by Section 3 area residents.

C. Develop and maintain records and reports that include actions taken and their results, such as,

but not limited to:

1. Copies of all advertisements for training and employment, 2. A list of Section 3 residents who applied for, or otherwise expressed interest in, training

positions or employment, 3. Documentation of pre-construction conferences, 4. Copies of correspondence to community organizations informing them of Section 3.

We have included in this section various forms and fact sheets to help you implement these Section 3 requirements.

RFB-COP-05-15-01

Page 71: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

AFFIRMATIVE ACTION PLAN To ensure equal opportunity in hiring and employment for all work of the contract, ALL contractors and subcontractors agree to take the following actions: 1. Endorse the following statement: The undersigned contractor has agreed that it will not

discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin and, will take affirmative action to insure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin.

Furthermore, this contractor has agreed that, to the greatest extent feasible, opportunities for training and employment will be given to lower income residents of the project area and contracts for work in connection with the project will be awarded to business concerns which are located in, or owned in substantial part by persons residing in, the area of the project.

2. When hiring any subcontractors, provide an opportunity for any minority owned firms

located within Dutchess County to bid for the job. The City of Poughkeepsie will provide a list of any such firms.

3. Report to the office of Community Development on the firm's total employees, by race

and sex. 4. Send a copy of this Affirmative Action Plan to any collective bargaining organization

with which the contractor has an agreement. 5. Post the Equal Opportunity Poster and this Affirmative Action Plan in a conspicuous

location available to employees. hereby agrees to abide by the

(Name or Firm) provisions of this Affirmative Action Plan. Signature and Title

RFB-COP-05-15-01

Page 72: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

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 of the contract whether it has participated in any previous contract or 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) 1.Bidder has participated in a previous contract or subcontract subject to the Equal Opportunity

Clause. Yes No 2.Compliance reports were required to be filed in connection with such contract or subcontract.

Yes No 3. Bidder has filed all compliance reports due under applicable instruction, including SF-

100. Yes No None Required 4. Have you even 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-4238.CD-1, which is Obsolete HUD-950.1(11-78)

RFB-COP-05-15-01

Page 73: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

"THE SECTION 3 CLAUSE" A. The work to be performed under this contract is on a project assisted under a program

providing direct Federal financial assistance from the Department of Housing and Urban Development and is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 710lu. Section 3 requires that to the greatest extent feasible, opportunities for training and employment be given to low income residents of the area of the Section 3 covered project, and contracts for work in connection with the project be awarded to business concerns which are located in, or owned in substantial part by persons residing in the area of the Section 3 covered project.

B. The parties to this contract will comply with the provisions of said Section 3 and the

regulation issued pursuant thereto by the Secretary of Housing and Urban Development set for the 24 Park CFR 135, and all applicable rules and orders of the Department issued thereunder prior to the execution of this contract. The parties to this contract certify and agree that they are under no contractual or other disability which would prevent them from complying with these requirements.

C. The contractor will send to each labor organization or representative of workers with

which he has a collective bargaining agreement or other contract or understanding, if any, a notice advising the said labor organization or workers' representative of his commitments under this Section 3 Clause and shall post copies of the notice in conspicuous places available to employees and applicants for employment or training.

D. The Contractor will include this Section 3 Clause in every subcontract for work in

connection with the project and will, at the direction of the applicant for or recipient of Federal Financial assistance, take appropriate action pursuant to the subcontract upon a finding that the subcontractor is in violation of regulations issued by the Secretary of Housing and Urban Development, 24 CFR Part 135. The contractor will not contract with any subcontractor where he has notice or knowledge that the latter has been found in violation of regulations under 24 CFR Part 135 and will not let any subcontract unless the subcontractor has first provided it with a preliminary statement of ability to comply with the requirements of these regulations.

E. Compliance with the provisions of Section 3, the regulations set forth in 24 CFR Part

135, and applicable rules and orders of the Department issued thereunder prior to the execution of the contract, shall be a condition of the Federal financial assistance provided to the project, binding upon the applicant or recipient, its contractors and subcontractors, its successors, and assigns to those sanctions specified by the grant or loan agreement or contract through which Federal assistance is provided, and to such sanctions as are specified by 24 CFR Part 135.

RFB-COP-05-15-01

Page 74: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

ESTIMATED PROJECT WORK FORCE BREAKDOWN

Job Category

Total Estimated Positions

Needed for Project

Number of Positions

Occupied by Permanent Employees

Number of Positions Not

Occupied

Number of Positions to be

Filled with Section 3 Residents

Officer/Supervisors

Professionals

Technical

Hsg. Sales/Rental Mgmt

Office/Clerical

Service Workers

Others

TRADE:

Journeyman

Helpers

Apprentices

Trainees

Others

TRADE:

Journeyman

Helpers

Apprentices

Trainees

Others

Section 3 Resident Individual residing within the Section 3 area whose family income does not exceed 90% of the median income in the Metropolitan Statistical Area or the county if not within a MSA in which the Section 3 covered project is located.

Company Project Name Project Number Person Completing Form Date

RFB-COP-05-15-01

Page 75: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

ACTUAL PROJECT WORK FORCE BREAKDOWN

Type of Contract (Business

or Profession)

Total Number

Total Approximate Dollar

Amount

Estimated Number of Contracts to Section 3

Businesses

Estimated Dollar Amount to

Section 3 Businesses

Company Project Name Project Number Person Completing Form Date

RFB-COP-05-15-01

Page 76: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

PROPOSED CONTRACTS/SUBCONTRACTS BREAKDOWN

Type of Contract (Business

or Profession)

Total Number

Total Approximate Dollar

Amount

Estimated Number of Contracts to Section 3

Businesses

Estimated Dollar Amount to

Section 3 Businesses

Company Project Name Project Number Person Completing Form Date

RFB-COP-05-15-01

Page 77: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

SECTION 3 BUSINESS UTILIZATION PROJECT NUMBER: TOTAL DOLLAR AMOUNT OF

CONTRACT: NAME OF PRIME CONTRACTOR: ADDRESS: FEDERAL IDENTIFICATION NUMBER:

NAME OF SUBCONTRACTOR

SECTION

3 BUSINESS

ADDRESS AND PHONE

NUMBER

TRADE/SERVICE

OR SUPPLY

CONTRACT

AMOUNT

AWARD

DATE

COMPETITIVE

OR NEGOTIATED

BID

FEDERAL

IDENTIFICATION NO.

* Check if a Section 3 business concern TOTAL DOLLAR AMOUNT AWARDED TO SECTION 3 BUSINESSES $ . Section 3 Business Concern A business concern which is located in or owned in substantial part (at least 51%) by persons residing in the same metropolitan area or non-metropolitan county as the Project.

RFB-COP-05-15-01

Page 78: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

CITY OF POUGHKEEPSIE Purchasing Department BID PROPOSAL FORM Bid submitted by: _____________________________________________ _____________________________________________ _____________________________________________ The undersigned hereby designates as his office to which such notice of acceptance may be mailed, telegraphed, or delivered: _____________________________________________ _____________________________________________ The vendor hereby agrees to the provisions of Section 103-a of the General Municipal Law which requires that upon the refusal of a person, when called before a Grand Jury to testify concerning any transaction, or contract had with the State, any political subdivision thereof, a public authority, to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question concerning such transaction or contract, (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 and all contracts 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 cancelled or terminated by the municipal corporation without incurring any penalty or damages on account of such cancellation or termination, but any moneys owing by the municipal corporation for goods delivered or work done prior to the cancellation or termination shall be paid." The vendor does hereby certify that he or it is under no such impediment or disqualification from bidding created under Section 103-b of the General Municipal Law of the State of New York. CS-1

RFB-COP-05-15-01

Page 79: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

NON-COLLUSION AFFIDAVIT: As required by Section 139-d of the New York State Finance Law, the bidder certifies that: (a) the bid has been arrived at by the bidder independently and has been submitted without

collusion with any other vendor of materials, supplies, or equipment of the type described in the invitation for bids, and

(b) the contents of the bid have not been communicated by the bidder, nor, to its best

knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished herewith prior to the official opening of the bid. The signature of the Contractor to this contract shall be deemed a specific subscription to the certificate required pursuant to Section 139-d of the State Finance Law and the Contractor affirms that the statements therein contained are true under the penalties of perjury."

(c) 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 ____________________________ By ____________________________ (President) Dated ___________________ If a corporation, give the State of Incorporation, using the phrase "corporation organized under the laws of ________________________________________________________________________." If a partnership, give names of partners, using also the phrase "co-partners trading and doing business under the firm name and style of ________________________________________________________________________." If an individual using a trade name, give individual name, using also the phrase "an individual doing business under the firm name and style of ________________________________________________________________________." CS-2

RFB-COP-05-15-01

Page 80: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

REFERENCES (PLEASE FILL OUT)

RFB-COP-05-15-01 City Hall Roof Replacement

Project: __________________________________________________________ Type of Work: _____________________________________________________ Location: _____________________________________________________ Project Value: _____________________________________________________ Contact Person: _____________________________________________________ Phone Number: _____________________________________________________ Project: __________________________________________________________ Type of Work: _____________________________________________________ Location: _____________________________________________________ Project Value: _____________________________________________________ Contact Person: _____________________________________________________ Phone Number: _____________________________________________________ Project: __________________________________________________________ Type of Work: _____________________________________________________ Location: _____________________________________________________ Project Value: _____________________________________________________ Contact Person: _____________________________________________________ Phone Number: _____________________________________________________

RFB-COP-05-15-01

Page 81: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

City of Poughkeepsie Apprenticeship Program Requirement

"The City of Poughkeepsie requires that any contractor or subcontractor have, prior to entering into a construction contract with the City of Poughkeepsie with a value in excess of $100,000.00, apprenticeship agreements appropriate for the type and scope of work to be performed, which have been registered with the NYS Commissioner of Labor in accordance with Article 23 of the Labor Law and shall provide the City of Poughkeepsie with satisfactory evidence of registration with the New York State Commissioner of Labor by the deadline to submit its bid package for the construction contract on which it is bidding;”

Attached is evidence of an approved apprenticeship program registered by the NYS Department of Labor. Check one: _______________YES ________________NO ____________________________________ ____________________________________ SIGNATURE DATE ____________________________________ ____________________________________ COMPANY NAME TELEPHONE

RFB-COP-05-15-01

Page 82: CITY OF POUGHKEEPSIE...Christopher Petsas Ann Perry Joe Rich ShaRon Mc Clinton Robert L Mallory. Jr. Randall A. Johnson III Lee David Klein Tracy Hermann . Prepared By: City of Poughkeepsie

CERTIFICATION OF COMPLIANCE WITH THE IRAN DIVESTMENT ACT As a result of the Iran Divestment Act of 2012 (the “Act”), Chapter 1 of the 2012 Laws of New York, a new provision has been added to State Finance Law (SFL) § 165-a and New York General Municipal Law § 103-g, both effective April 12, 2012. Under the Act, the Commissioner of the Office of General Services (OGS) will be developing a list of “persons” who are engaged in “investment activities in Iran” (both are defined terms in the law) (the “Prohibited Entities List"). Pursuant to SFL § 165-a(3)(b), the initial list is expected to be issued no later than 120 days after the Act’s effective date at which time it will be posted on the OGS website. By submitting a bid in response to this solicitation or by assuming the responsibility of a Contract awarded hereunder, each Bidder/Contractor, any person signing on behalf of any Bidder/Contractor and any assignee or subcontractor and, in the case of a joint bid, each party thereto, certifies, under penalty of perjury, that once the Prohibited Entities List is posted on the OGS website, that to the best of its knowledge and belief, that each Bidder/Contractor and any subcontractor or assignee is not identified on the Prohibited Entities List created pursuant to SFL § 165-a(3)(b). Additionally, Bidder/Contractor is advised that once the Prohibited Entities List is posted on the OGS Website, any Bidder/Contractor seeking to renew or extend a Contract or assume the responsibility of a Contract awarded in response to this solicitation must certify at the time the Contract is renewed, extended or assigned that it is not included on the Prohibited Entities List. During the term of the Contract, should the City receive information that a Bidder/Contractor is in violation of the above-referenced certification, the County will offer the person or entity an opportunity to respond. If the person or entity fails to demonstrate that he/she/it has ceased engagement in the investment which is in violation of the Act within 90 days after the determination of such violation, then the County shall take such action as may be appropriate including, but not limited to, imposing sanctions, seeking compliance, recovering damages or declaring the Bidder/Contractor in default. The County reserves the right to reject any bid or request for assignment for a Bidder/Contractor that appears on the Prohibited Entities List prior to the award of a contract and to pursue a responsibility review with respect to any Bidder/Contractor that is awarded a contract and subsequently appears on the Prohibited Entities List.

I, ___________________________________________, being duly sworn, deposes and says that he/she is the _____________________________________________ of the _____________________________________________ Corporation and that neither the Bidder/Contractor nor any proposed subcontractor is identified on the Prohibited Entities List.

_____________________________________________

SIGNED SWORN to before me this _______________ day of _______________ 20___ Notary Public: _________________________

RFB-COP-05-15-01