295
RFB-2017-023 CONTRACT DOCUMENTS for the FIFTH STREET PEDESTRIAN ACCESS IMPROVEMENT PROJECT City of Rome, Oneida County, New York City of Rome 198 North Washington Street Rome, New York 13440 8232 Loop Road Baldwinsville, New York 13027 Project No. 2017084 Project funded by: Community Block Development Grant September 2017

Contract Documents Cover - Rome, New Yorkromenewyork.com/wp-content/uploads/2015/08/CONTRACT-DOCUM… · contract documents for the fifth street ... bd-1 page 1 fifth street pedestrian

  • Upload
    dangnga

  • View
    217

  • Download
    2

Embed Size (px)

Citation preview

RFB-2017-023

CONTRACT DOCUMENTS for the

FIFTH STREET PEDESTRIAN ACCESS IMPROVEMENT PROJECT

City of Rome, Oneida County, New York

City of Rome

198 North Washington Street Rome, New York 13440

8232 Loop Road

Baldwinsville, New York 13027 Project No. 2017084

Project funded by: Community Block Development Grant

September 2017

FIFTH STREET PEDESTRIAN ACCESS IMPROVEMENT PROJECT CITY OF ROME, ONEIDA COUNTY, NEW YORK

TABLE OF CONTENTS

GENERAL INFORMATION

Legal Notice Supplemental Information Available to Bidders – None Provided Non-Bidder’s Response Special Notes – None Provided

BC-1 Bidders Checklist BID DOCUMENTS Standard BD-1 Bid Form BD-2 Bid Bond BD-3 Bid Summary Form BD-4 Bidder Information Sheet BD-5 Certified Copy of Resolution of Board of Directors BD-6 Non-Collusive Bidding and Disbarment Certification BD-7 Affidavit of Worker’s Compensation BD-8 M/WBE and EEO Policy Statement BD-9 EPA Form 6100-3: DBE Subcontractor Performance Form BD-10 EPA Form 6100-4: DBE Subcontractor Utilization Form Project Specific Section 3 Forms (If project includes new hires) POST BID DOCUMENTS Standard PB-1 Proof of Ability to do Work in New York State, or Covenant to Obtain

(New York State Department of State) PB-2 Proof of Insurance PB-3 Performance Bond PB-4 Emergency Contact Numbers Project Specific (due within 10 days after bid opening) Section 3 Forms (If project includes new hires)

FIFTH STREET PEDESTRIAN ACCESS IMPROVEMENT PROJECT CITY OF ROME, ONEIDA COUNTY, NEW YORK

TABLE OF CONTENTS (Continued)

GENERAL CONDITIONS Standard GC-1 City of Rome Draft Agreement and General Conditions GC-2 New York State Prevailing Wage Rate Schedule GC-3 Federal Prevailing Wage Rate Schedule Project Specific GC-4 Section 3 Requirements SPECIFICATIONS 013100 Project Management and Coordination 017000 Execution Requirements 017700 Closeout Procedures 055220 Pipe Railings 311000 Site Clearing 312000 Earth Moving 312500 Erosion and Sediment Control 321216 Asphalt Paving 321313 Concrete Paving 329113 Soil Preparation 329200 Lawns 329300 Plants 334000 Storm Sewer

GENERAL INFORMATION

BID ADVERTISEMENT Sealed proposals will be received by the City Clerk of the City of Rome, New York, until 3:00 P.M. local time, October 19th, 2017, for the following project:

RFB-2017-023

Fifth Street Pedestrian Access Improvement Project

Bids will be publicly opened and read aloud at 3:00 P.M., local time, the same day, October 19th, 2017 in the Council Chambers, 2nd Floor, City Hall, Rome, New York. All proposals shall be made on forms furnished and shall be enclosed in a sealed envelope marked to the attention of the City Clerk as follows:

RFB-2017-023 Fifth Street Pedestrian Access Improvement Project

(Bidder’s Name)

Project Location: Fifth Street, Rome, NY 13440. Owner: City of Rome Owner's Representative: Butch Conover

City of Rome Commissioner of Public Works 198 Washington St., Rome NY, 13440 315-339-7635

Engineer: Plumley Engineering

Julian Clark, P.E. 8232 Loop Road Baldwinsville, NY 13027

PROJECT DESCRIPTION: Project involves demolition and removal of concrete and asphalt pavement, curbing, and pavement markings and the installation of plantings, flexible pavement, asphalt pavement and concrete sidewalks in two distinct areas in the City of Rome. One portion of the project involves work along Fifth Street, while the second involves work in Pinti Park, along Mohawk and Sixth Streets. Bids will be advertised electronically at www.romenewyork.gov; under the treasurer and purchasing tab, or go to: www.empirestatebidsystem.com. Bids are also advertised with the Mohawk Valley Builders Exchange at: www.mvbe.com; Bid Opportunities at www.centralnybidsystem.com; Syracuse Builders Exchange at: www.syrabex.com; and the New York State Contract Reporter at: www.nysct.org. The plans are available for download (Adobe PDF) at the City’s website on the purchasing tab at no charge; however, be advised that incomplete bids will be disqualified.

Plans, specifications, proposal forms and other contract documents may be examined at the office of the City Engineer, Third Floor, City Hall, Rome, New York, or secured for bidding purposes at the same office upon payment of a plan fee of $40.00. An additional non-refundable charge of $10.00 in a separate check for each project will be made for mailing. Checks should be drawn to the City of Rome. If paid in cash the bidder of record will be refunded by money order. The cost of the money order $5.00 will be deducted from the plan fee only. Upon return of unmarked drawings, specifications, and other contract documents within two weeks after the date set for receipt of bids, bidders of record only will be refunded their bid deposit of $40.00, for each set of drawing up to two sets. Bids shall be accompanied by money order, certified check or bid bond in the amount of five percent (5%) of the bid, payable to the order of the City Clerk, City of Rome, New York. The successful bidder will be required to furnish a Performance Bond and a Labor and Materials Bond in the amount equal to the contract award. Contractors that obtain contract documents from a source other than the issuing office must notify the issuing office in order to be placed in the official plan holder’s list, in order to receive addenda and other bid correspondence. Please contact the City Engineer’s Office at (315)339-7635 with your name, bid packet obtained, and email address to be placed on the official plan holder’s list. Bids received from contractors other than those on the official plan holder’s list will not be accepted. Addenda, if any, will be issued only to those persons whose name and address are on record with the City as having obtained a bid packet. Addenda to the bid, when issued, will be on file in the Engineering Office at least five days before the bid opening date. If addenda’s are issued for this contract all official plan holders will be issued with addenda by mail or email. The acknowledgement of addenda is found on the Bid Form. All questions should be directed to Plumley Engineering electronically at [email protected]. This project is partially funded through the New York State Environmental Facilities Corporation, the Dormitory Authority State of New York, and the New York State Department of State. All components of this project are subject to the following conditions: All components of this project are subject to Article 15-A of the New York State Executive Law and New York Code of Rules & Regulations, Title 5 (NYCRR) Parts 140-145, concerning criteria for contractor MBE/WBE Participation. MINORITY & WOMEN OWNED BUSINESS ENTERPRISE (M/WBE) PARTICIPATION GOAL OF 20% FOR ALL SUBCONTRACTS & SUPPLIERS. EEO goals for this project are 2.1% minority labor force participation and 6.9% female labor force participation. It is the policy of the City of Rome to encourage the greatest possible participation of minority and women-owned business enterprises. All qualified Minority and Women-Owned Business Enterprises (MWBE) suppliers, contractors, and/or businesses will be afforded equal opportunity without discrimination because of race, color, religion, national origin, sex, age, disability or sexual preference.

No bidder may withdraw their Bid within sixty (60) days after the date set for the opening thereof. Incomplete bids will be disqualified. The City of Rome, New York, reserves the right to reject any or all proposals or to accept any bid deemed to be in its best interest. Louise Glasso City Clerk Board of Estimate & Contract LEGAL SECTION: 1 TIME DATE: September 29, 2017

Supplemental Information for Bidders

None Provided

 

NON-BIDDERS RESPONSE 1 

FIFTH STREET SIDEWALK IMPROVEMENTS CITY OF ROME, ONEIDA COUNTY, NEW YORK

RFB-2017-023 NON-BIDDERS RESPONSE

If you choose not to bid on this project, please consider returning this form to the following address:

Rome City Clerk 1st Floor, Rome City Hall

198 N Washington St Rome, New York 13440

NON-BIDDERS RESPONSE

VENDOR NAME:

For purposes of striving to improve our bidding process, as well as to facilitate your firm’s response to our future invitations to bid, we are interested in ascertaining reasons why you chose not to bid on this particular project. In this regard, please provide a short explanation/reason for your choice not to bid in the space provided below:

Special Notes

None Provided

FIFTH STREET PEDESTRIAN ACCESS IMPROVEMENT PROJECT CITY OF ROME, ONEIDA COUNTY, NEW YORK

BC-1 PAGE 1

BC-1 BIDDER’S CHECKLIST

In order to submit a complete bid, Bidders must submit the following documents: Completed Bid Form (BD-1) Bid Bond or Certified Bank Check – 5% of total base bid (BD-2) Competed Bid Summary Form (BD-3) Completed Bidders Information Sheet (BD-4) Certified Copy of Resolution of Board of Directors (For Corporations) (BD-5) Completed Non-Collusive Bidding and Disbarment Certifications (BD-6) Completed Affidavit of Worker’s Compensation (BD-7) Completed EEO Policy Statement (BD-8) Completed EPA Form 6100-3 (BD-9) Completed EPA Form 6100-4 (BD-10)

The following forms are due from the apparent responsible low bidder no later than 10 days after bid opening:

Proof of Ability to do Work in New York State, or Covenant to Obtain (New York State Department of State) (PB-1) Proof of Insurance (PB-2) Performance Bond (PB-3) Completed Emergency Contact Numbers (PB-4) Completed Lobbying Certification (PB-5) Completed MWBE Utilization Plan and/or Waiver Request (PB-6) Completed EPA Form 6100-2 (PB-7) Subcontractor Agreements (PB-8)

BIDDERS SHALL SUBMIT ALL DOCUMENTS PRESENTED IN THIS PROJECT MANUAL ON SINGLE-SIDED SHEETS IN THE EXACT ORDER SHOWN. NO SUBSTITIONS OF FORMS WILL BE ALLOWED. ENTRIES MAY BE TYPED OR LEGIBLY HANDWRITTEN EXCEPT AS SPECIFICALLY NOTED.

BID DOCUMENTS

BD-1 PAGE 1

FIFTH STREET PEDESTRIAN ACCESS IMPROVEMENT PROJECT CITY OF ROME, ONEIDA COUNTY, NEW YORK

BD-1 BID FORM

COMPANY: ADDRESS: CONTACT:

SIGNATURE: PHONE:

DATE: EMAIL:

BID ITEM TOTAL

BID ITEM AMOUNT

1. FIFTH STREET BID $______________

2. PINTI PARK BID $______________

TOTAL BID $______________

EJCDC C-430 Bid Bond (Penal Sum Form)

Prepared by the Engineers Joint Contract Documents Committee.

BB-1

BID BOND

Any singular reference to Bidder, Surety, Owner or other party shall be considered plural where applicable.

BIDDER (Name and Address):

SURETY (Name and Address of Principal Place of Business):

OWNER (Name and Address):

BID

Bid Due Date:

Description (Project Name and Include Location):

BOND

Bond Number:

Date (Not earlier than Bid due date):

Penal sum $

(Words) (Figures)

Surety and Bidder, intending to be legally bound hereby, subject to the terms set forth below, do each cause this

Bid Bond to be duly executed by an authorized officer, agent, or representative.

BIDDER SURETY

(Seal) (Seal)

Bidder’s Name and Corporate Seal Surety’s Name and Corporate Seal

By: By:

Signature Signature (Attach Power of Attorney)

Print Name Print Name

Title Title

Attest: Attest:

Signature Signature

Title Title

Note: Above addresses are to be used for giving any required notice. Provide execution by any additional

parties, such as joint venturers, if necessary.

jclark
Text Box
BD-2

EJCDC C-430 Bid Bond (Penal Sum Form)

Prepared by the Engineers Joint Contract Documents Committee.

BB-2

1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors,

and assigns to pay to Owner upon default of Bidder the penal sum set forth on the face of this Bond. Payment of

the penal sum is the extent of Bidder’s and Surety’s liability. Recovery of such penal sum under the terms of this

Bond shall be Owner’s sole and exclusive remedy upon default of Bidder.

2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding

Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the

Bidding Documents and any performance and payment bonds required by the Bidding Documents.

3. This obligation shall be null and void if:

3.1 Owner accepts Bidder’s Bid and Bidder delivers within the time required by the Bidding Documents (or

any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding

Documents and any performance and payment bonds required by the Bidding Documents, or

3.2 All Bids are rejected by Owner, or

3.3 Owner fails to issue a Notice of Award to Bidder within the time specified in the Bidding Documents

(or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when

required by Paragraph 5 hereof).

4. Payment under this Bond will be due and payable upon default of Bidder and within 30 calendar days after

receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable

promptness, identifying this Bond and the Project and including a statement of the amount due.

5. Surety waives notice of any and all defenses based on or arising out of any time extension to issue Notice of

Award agreed to in writing by Owner and Bidder, provided that the total time for issuing Notice of Award

including extensions shall not in the aggregate exceed 120 days from Bid due date without Surety’s written

consent.

6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of default

required in Paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid due

date.

7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in

the state in which the Project is located.

8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses

shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier, or by United

States Registered or Certified Mail, return receipt requested, postage pre-paid, and shall be deemed to be effective

upon receipt by the party concerned.

9. Surety shall cause to be attached to this Bond a current and effective Power of Attorney evidencing the

authority of the officer, agent, or representative who executed this Bond on behalf of Surety to execute, seal, and

deliver such Bond and bind the Surety thereby.

10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any

applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at

length. If any provision of this Bond conflicts with any applicable statute, then the provision of said statute shall

govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect.

11. The term “Bid” as used herein includes a Bid, offer, or proposal as applicable.

jclark
Text Box
BD-2

BD-3 PAGE 1

FIFTH STREET PEDESTRIAN ACCESS IMPROVEMENT PROJECT CITY OF ROME, ONEIDA COUNTY, NEW YORK

BD-3 BID SUMMARY FORM

COMPANY: ADDRESS: CONTACT:

SIGNATURE: PHONE:

DATE: EMAIL:

FIFTH STREET BID

BID ITEM NO.

DESCRIPTION ESTIMATED QUANTITY

UNIT OR LUMP SUM PRICE TOTAL BID ITEM AMOUNT WORDS FIGURES

1 Mobilization/Demobilization Lump Sum

_______________________________ Dollars and Cents per Lump Sum

$__________

$__________

2 Erosion and Sediment Control Measures (include Installation and Maintenance)

Lump Sum

_______________________________ Dollars and Cents per Lump Sum

$__________

$__________

3 Traffic Control and Maintenance

Lump Sum

_______________________________ Dollars and Cents per Lump Sum

$__________

$__________

4

Concrete Sidewalk and Asphalt Pavement Demolition and Removal Work (include Sawcutting)

Lump Sum

_______________________________ Dollars and Cents per Lump Sum

$__________

$__________

BD-3 PAGE 2

FIFTH STREET PEDESTRIAN ACCESS IMPROVEMENT PROJECT CITY OF ROME, ONEIDA COUNTY, NEW YORK

BD-3

BID SUMMARY FORM

FIFTH STREET BID (Continued)

BID ITEM NO.

DESCRIPTION ESTIMATED QUANTITY

UNIT OR LUMP SUM PRICE TOTAL BID ITEM AMOUNT

WORDS FIGURES

5 Concrete Curbing Demolition and Removal (include sawcutting)

Lump Sum

_______________________________ Dollars and Cents per Lump Sum

$__________

$__________

6 Road Sign Relocation (include removal, storage and reinstallation)

Lump Sum

_______________________________ Dollars and Cents per Lump Sum

$__________

$__________

7 Pavement Marking and Stamped Asphalt Removal/Blackout

Lump Sum

_______________________________ Dollars and Cents per Lump Sum

$__________

$__________

8

Furnish and Install Flexi-pave Pavement (include Subbase Courses and Geotextile)

165 Square Yards

_______________________________

Dollars and Cents per Square Yard

$__________

$__________

9

Furnish and Install Standard Pavement (include Top, Binder, Base, Subbase Courses & Geotextile)

145 Square Yards

_______________________________

Dollars and Cents per Square Yard

$__________

$__________

10 Furnish and Install Concrete Sidewalk (include Subbase Course and Geotextile)

9,270 Square Feet

_______________________________

Dollars and Cents per Square Foot

$__________

$__________

BD-3 PAGE 3

FIFTH STREET PEDESTRIAN ACCESS IMPROVEMENT PROJECT CITY OF ROME, ONEIDA COUNTY, NEW YORK

BD-3

BID SUMMARY FORM

FIFTH STREET BID (Continued)

BID ITEM NO.

DESCRIPTION ESTIMATED QUANTITY

UNIT OR LUMP SUM PRICE TOTAL BID ITEM AMOUNT

WORDS FIGURES

11 Furnish and Install Detectable Warning Fields

9 Each

_______________________________

Dollars and Cents per Each

$__________

$__________

12

Furnish and Install Concrete Curbing (include Transition Curb, Drop Curb, Subbase Course and Geotextile)

365 Linear Feet

_______________________________

Dollars and Cents per Linear Foot

$__________

$__________

13 Parking Stall & Fifth Street Striping (include cleaning and striping)

Lump Sum

_______________________________ Dollars and Cents per Lump Sum

$__________

$__________

14 Furnish and Plant Perennial Plantings and Shrubs

34 Each

_______________________________ Dollars and Cents per Each

$__________

$__________

15 Furnish and Plant Shade Trees 16 Each

_______________________________ Dollars and Cents per Each

$__________

$__________

BD-3 PAGE 4

FIFTH STREET PEDESTRIAN ACCESS IMPROVEMENT PROJECT CITY OF ROME, ONEIDA COUNTY, NEW YORK

BD-3 BID SUMMARY FORM

FIFTH STREET BID (Continued)

BID ITEM NO.

DESCRIPTION ESTIMATED QUANTITY

UNIT OR LUMP SUM PRICE TOTAL BID ITEM AMOUNT WORDS FIGURES

16 Furnish and Place Mulch in Shrub Area (include excavation and geotextile)

485 Square Feet

_______________________________

Dollars and Cents per Square Foot

$__________

$__________

17

Establish Grass over all disturbed areas not covered by sidewalk and as shown in Contract Drawings, including Topsoil, Seed and Mulch

140 Square Yards

_______________________________

Dollars and Cents per Square Yard

$__________

$__________

18 Field Changes Lump Sum Ten Thousand Dollars

Dollars and Cents per Lump Sum

$ 10,000

$ 10,000

FIFTH STREET TOTAL BID (Bid Items 1 – 18)

_______________________________

Total Dollars and Cents

$__________

$__________

BD-3 PAGE 5

FIFTH STREET PEDESTRIAN ACCESS IMPROVEMENT PROJECT CITY OF ROME, ONEIDA COUNTY, NEW YORK

BD-3 BID SUMMARY FORM

PINTI PARK BID

BID ITEM NO.

DESCRIPTION ESTIMATED QUANTITY

UNIT OR LUMP SUM PRICE TOTAL BID ITEM AMOUNT WORDS FIGURES

1 Mobilization/Demobilization Lump Sum

_______________________________ Dollars and Cents per Lump Sum

$__________

$__________

2 Erosion and Sediment Control Measures (include Installation and Maintenance)

Lump Sum

_______________________________ Dollars and Cents per Lump Sum

$__________

$__________

3 Traffic Control and Maintenance

Lump Sum

_______________________________ Dollars and Cents per Lump Sum

$__________

$__________

4

Concrete Sidewalk & Asphalt Pavement Demolition and Removal Work (Include Sawcutting)

Lump Sum

_______________________________ Dollars and Cents per Lump Sum

$__________

$__________

5 Concrete Curbing Demolition and Removal

Lump Sum

_______________________________ Dollars and Cents per Lump Sum

$__________

$__________

6 Pavement Marking Removal/Blackout

Lump Sum

_______________________________ Dollars and Cents per Lump Sum

$__________

$__________

7 Furnish and Install Concrete Sidewalk (include Subbase Course and Geotextile)

1,260 Square Feet

_______________________________

Dollars and Cents per Square Foot

$__________

$__________

BD-3 PAGE 6

FIFTH STREET PEDESTRIAN ACCESS IMPROVEMENT PROJECT CITY OF ROME, ONEIDA COUNTY, NEW YORK

BD-3 BID SUMMARY FORM

PINTI PARK BID (Continued)

BID ITEM NO.

DESCRIPTION ESTIMATED QUANTITY

UNIT OR LUMP SUM PRICE TOTAL BID ITEM AMOUNT WORDS FIGURES

8 Furnish and Install Asphalt Sidewalk (include Subbase Course and Geotextile)

270 Square Yard

_______________________________

Dollars and Cents per Square Foot

$__________

$__________

9 Furnish and Install Hand Railing

250 Linear Feet

_______________________________

Dollars and Cents per Linear Foot

$__________

$__________

10 Furnish and Install Detectable Warning Field

1 Each

_______________________________

Dollars and Cents per Each

$__________

$__________

11

Furnish and Install Concrete Curbing (include Transition Curb, Drop Curb, Subbase Course and Geotextile)

25 Linear Feet

_______________________________

Dollars and Cents per Linear Foot

$__________

$__________

12 Furnish and Plant Shade Trees 4 Each

_______________________________ Dollars and Cents per Each

$__________

$__________

13 Grade Per Contract Drawings Lump Sum

_______________________________ Dollars and Cents per Lump Sum

$__________

$__________

BD-3 PAGE 7

FIFTH STREET PEDESTRIAN ACCESS IMPROVEMENT PROJECT CITY OF ROME, ONEIDA COUNTY, NEW YORK

BD-3 BID SUMMARY FORM

PINTI PARK BID (Continued)

BID ITEM NO.

DESCRIPTION ESTIMATED QUANTITY

UNIT OR LUMP SUM PRICE TOTAL BID ITEM AMOUNT WORDS FIGURES

14

Establish Grass over all disturbed areas not covered by sidewalk and as shown in Contract Drawings, including Topsoil, Seed and Mulch

Lump Sum

_______________________________ Dollars and Cents per Lump Sum

$__________

$__________

15 Furnish and Install Pavement Markings

Lump Sum

_______________________________ Dollars and Cents per Lump Sum

$__________

$__________

16 Field Changes Lump Sum Ten Thousand Dollars

Dollars and Cents per Lump Sum

$ 10,000

$ 10,000

PINTI PARK TOTAL BID (Bid Items 1 – 16)

_______________________________

Total Dollars and Cents

$__________

$__________

BD-3 PAGE 8

FIFTH STREET PEDESTRIAN ACCESS IMPROVEMENT PROJECT

CITY OF ROME, ONEIDA COUNTY, NEW YORK

BD-3 BID SUMMARY FORM

Bid Notes:

1. Bid items to include all costs associated with furnishing, installing and completing work as described in Contract Drawings.

2. Contractor shall review the Contract Drawings and project site to fully understand their responsibilities in completing the work.

3. Bids shall include survey stake-out by licensed surveyor.

4. The Contractor is responsible for paying for any testing services called for in the Contract Documents.

Addendums: Bidder acknowledges receipt of the following addenda and agrees to be bound by all addendums whether or not listed herein. Addendum No. Date of Addendum

FIFTH STREET PEDESTRIAN ACCESS IMPROVEMENT PROJECT CITY OF ROME, ONEIDA COUNTY, NEW YORK

BD-4 PAGE 1 

BD – 4 BIDDER INFORMATION SHEET

NAME OF BIDDER*: ADDRESS:

PHONE NUMBER: EMAIL: TYPE OF ENTITY: CORPORATION PARTNERSHIP INDIVIDUAL

IF A NON-PUBLICLY OWNED CORPORATION NAME OF CORPORATION: LIST OF PRINCIPAL STOCKHOLDERS (HOLDING OVER 5% OF OUTSTANDING SHARES):

LIST OF OFFICERS: LIST OF DIRECTORS: DATE OF ORGANIZATION: IF A PARTNERSHIP: PARTNERS: NAME OF PARTNERSHIP: DATE OF ORGANIZATION: *IF THE BUSINESS IS CONDUCTED UNDER AN ASSUMED NAME, A COPY OF THE CERTIFICATE REQUIRED TO BE FILED UNDER THE NEW YORK STATE GENERAL BUSINESS LAW MUST BE ATTACHED.

FIFTH STREET PEDESTRIAN ACCESS IMPROVEMENT PROJECT CITY OF ROME, ONEIDA COUNTY, NEW YORK

BD-5 PAGE 1 

BD-5 CERTIFIED COPY OF

RESOLUTION OF BOARD OF DIRECTORS ______________________________________________________________________________

(NAME OF CORPORATION) “Resolved that________________________________, _________________________________

(Person Authorized to Sign) (Title)

of _______________________________ authorized to sign and submit Bid for this corporation

(Name of Corporation) for the following project: __________________________

______________________________________________________________________________

and to include in such bid the certificate as to non-collusion, and for any inaccuracies or

misstatements in such certificate this corporate Bidder shall be liable under the penalties of

perjury.

The foregoing is true and correct copy of resolution adopted by:

______________________________________________________________________________ (NAME OF CORPORATION)

At meeting of its Board of Directors held on the _______day of ___________________,20_____

By: ____________________________________

Title: ____________________________________

(SEAL)

This form must be completed if the Bidder is a Corporation.

FIFTH STREET PEDESTRIAN ACCESS IMPROVEMENT PROJECT CITY OF ROME, ONEIDA COUNTY, NEW YORK

BD-6 PAGE 1 

BD-6 NON-COLLUSIVE BIDDING AND DISBARMENT CERTIFICATIONS

I. SECTION 103-D, GEN. MUNICIPAL LAW & SECTION 139-D OF STATE FINANCE LAW

CERTIFICATION:

1. Every Bidder hereafter made to the state or any public department, agency, or official thereof, where competitive bidding is required by statue, rule, or regulation, for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed by the bidder and affirmed by such bidder as true under the penalties of perjury.

Non-Collusive bidding certification

a. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of his knowledge and belief:

(1) The prices in the bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or to any competitor;

(2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor; and

(3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit a bid for the purpose of restricting competition.

b. A bid shall not be considered for award nor shall any award be made where 1, a, b, and c above have not been complied with; provided however, that if in any case the bidder cannot make the foregoing certification, the bidder shall so state and shall furnish with the bid a signed statement which sets forth in detail the reasons therefore.

The fact that a bidder (1) has published price lists, rates or tariffs covering items being procured, (2) has informed prospective customers of proposed or pending publication of new or revised price lists for such items, or (3) has sold the same items to other customers at the same prices being bid does not constitute, without more, a disclosure within the meaning of subparagraph One (a) above.

2. Any bid hereafter made to the state or any public department agency, or official thereof by a corporate bidder for work or services performed or to be performed or goods sold or to be sold,

FIFTH STREET PEDESTRIAN ACCESS IMPROVEMENT PROJECT CITY OF ROME, ONEIDA COUNTY, NEW YORK

BD-6 PAGE 2 

where competitive bidding is required by statue, rule, or regulation, and were such bid contains the certification referred to in subdivision one of this section, shall be deemed to have been authorized by the board of directors of the bidder and such authorization shall be deemed to have included the signing and submission of the bid and the inclusion therein of the certificateas to non-collusion as the act and deed of the corporation.

II. TITLE 23, U.S.C., SECTION 112(C) CERTIFICATION:

By submission of this bid, the bidder does hereby tender to the Owner this sworn statement pursuant to Section 112 (c) of Title 23 U.S.C. (Highways) and does hereby certify, in conformance with said section 112 (c) of Title 23 U.S.C. (Highways) that he said Contractor has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the above contract.

III. TITLE 49 U.S.C., PART 29 DISBARMENT/INELIGIBILITY DISCLOSURE:

The signator to the proposal, being duly sworn, certifies that, EXCEPT AS NOTED BELOW, his/her company and any person associated therewith in the capacity of owner, partner, director, officer, or major stockholder (of five percent or more ownership):

a. Is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any Federal agency;

b. Has not been suspended, debarred, voluntary excluded, or determined ineligible by any Federal agency within the past three years;

c. Does not have a proposed debarment pending; and

d. Has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three years.

Exceptions: The Contractor should list any relevant information, attaching additional sheets to the proposal if necessary. (Exceptions will not necessarily result in disapproval, but will be considered in determining responsibility. For any exception noted, the Contractor should indicate to whom it applies, the initiating agency, and the dates of actions. Providing false information may result in criminal prosecution or administrative sanctions.)

FIFTH STREET PEDESTRIAN ACCESS IMPROVEMENT PROJECT CITY OF ROME, ONEIDA COUNTY, NEW YORK

BD-6 PAGE 3 

NON-COLLUSIVE BIDDING CERTIFICATION BIDDER INFORMATION

Bidder to provide information listed below: Bidder Address: Street or P.O. Box Number

City

State Zip

Federal Identification No:

Name of Contact Person:

Phone No. of Contact Person:

If Bidder is a Corporation:

Presidents Name and Address

Vice Presidents Name and Address

Other Officer’s Name and Address

If Bidder is a Partnership:

Partners Name and Address

Partners Name and Address

If Bidder is a Sole Proprietorship

Owners Name and Address

FIFTH STREET PEDESTRIAN ACCESS IMPROVEMENT PROJECT CITY OF ROME, ONEIDA COUNTY, NEW YORK

BD-6 PAGE 4 

BY EXECUTING THIS DOCUMENT, THE CONTRACTOR AGREES TO:

1. Perform all work listed in accordance with the Contract Documents at the unit prices bid; subject to the provisions of the Standard Specifications, Construction Materials, published by the New York State Department of Transportation, and dated May 1, 2008, and addenda thereto, if applicable;

2. All the terms and conditions of the non-collusive bidding certifications required by section 139d of State Finance Law, and Section 112(c), Title 23, U,S, Code;

3. Certification of Specialty Items category selected, if contained in this proposal;

4. Certification of any other clauses required by this proposal and contained herein;

5. Certification, under penalty of perjury, as to the current history regarding suspensions, debarments. Voluntary exclusions, determinations of ineligibility, indictments, or civil judgments required by 49 CFT Part 29.

__________________________________ Date___________________________ (Legal name of Person, Corporation, or Firm which is Submitting Bid or Proposal)

By: _______________________________ (Signature of Person Representing Above) As: ________________________________ (Official Title of Signator in Above Firm) (Acknowledge By a Corporation)

STATE OF NEW YORK )

) SS:

COUNTY OF )

On this _________________________ day of ______________________________, 20____ before me personally came _____________________________________ to me known and known to me to be the person who executed the above instrument, who being duly sworn by me, did depose and say that he/she resides at _________________________________, and that he/she is the _________________ of the Corporation described in and which executed the above instrument, and that he/she signed his/her name thereto on behalf of said Corporation by order of the Board of Directors of said Corporation.

______________________________ Notary Public

FIFTH STREET PEDESTRIAN ACCESS IMPROVEMENT PROJECT CITY OF ROME, ONEIDA COUNTY, NEW YORK

BD-6 PAGE 5 

(Acknowledge By Partnership)

STATE OF NEW YORK )

) SS:

COUNTY OF )

On this _________________________ day of ______________________________, 20____ before me personally came _____________________________________ to me known and known to me to be the person described in and who executed the above instrument, who being duly sworn by me, did depose and say that he/she is a partner of the firm of _________________________________, consisting of himself/herself and _____________________ and that he/she executed the foregoing instrument in the firm name of_________________________ and that he/she had authority to sign same, and did duly acknowledge to me that he/she executed same as the act and deed of said firm of _________________ for the uses and purposes mentioned herein.

____________________________Notary Public

(Acknowledge By Individual Contractor)

STATE OF NEW YORK )

) SS:

COUNTY OF )

On this _________________________ day of ______________________________, 20____ before me personally came ____________________________________ _to me known and known to me to be the person who executed the above instrument, and that he/she acknowledge that he/she executed the same.

____________________________ Notary Public

FIFTH STREET PEDESTRIAN ACCESS IMPROVEMENT PROJECT CITY OF ROME, ONEIDA COUNTY, NEW YORK

BD-7 PAGE 1 

BD-7 AFFIDAVIT OF WORKERS COMPENSATION

State of _____________________

SS:

County of ___________________

of _______________________________________________________________________being

duly sworn, deposes and says that he now carries or that he has applied for a New York State

Workers Compensation Policy to cover the operations, as set forth in the preceding contract, and

to comply with the provisions thereof.

Signed: ____________________________

Subscribed and sworn to before me this ________day of __________________, 20_____.

___________________________________ Notary Public

FORM A MINORITY AND WOMEN-OWNED BUSINESS ENTERPRISES – EQUAL

EMPLOYMENT OPPORTUNITY POLICY STATEMENT

M/WBE AND EEO POLICY STATEMENT I, _________________________, the (awardee/contractor)____________________ agree to adopt the following policies with respect to the project being developed or services rendered at __________________________________________________________________________________

This organization will and will cause its contractors and subcontractors to take good

faith actions to achieve the M/WBE contract participations goals set by the State for that area in which the State-funded project is located, by taking the following steps:

(1) Actively and affirmatively solicit bids for contracts and subcontracts from qualified State certified MBEs or WBEs, including solicitations to M/WBE contractor associations.

(2) Request a list of State-certified M/WBEs from AGENCY and solicit bids from them directly.

(3) Ensure that plans, specifications, request for proposals and other documents used to secure bids will be made available in sufficient time for review by prospective M/WBEs.

(4) Where feasible, divide the work into smaller portions to enhanced participations by M/WBEs and encourage the formation of joint venture and other partnerships among M/WBE contractors to enhance their participation.

(5) Document and maintain records of bid solicitation, including those to M/WBEs and the results thereof. Contractor will also maintain records of actions that its subcontractors have taken toward meeting M/WBE contract participation goals.

(6) Ensure that progress payments to M/WBEs are made on a timely basis so that undue financial hardship is avoided, and that bonding and other credit requirements are waived or appropriate alternatives developed to encourage M/WBE participation.

(a) This organization will not discriminate against any employee or applicant for

employment because of race, creed, color, national origin, sex, age, disability or marital status, will undertake or continue existing programs of affirmative action to ensure that minority group members are afforded equal employment opportunities without discrimination, and shall make and document its conscientious and active efforts to employ and utilize minority group members and women in its work force on state contracts. (b)This organization shall state in all solicitation or advertisements for employees that in the performance of the State contract all qualified applicants will be afforded equal employment opportunities without discrimination because of race, creed, color, national origin, sex disability or marital status. (c) At the request of the contracting agency, this organization shall request each employment agency, labor union, or authorized representative will not discriminate on the basis of race, creed, color, national origin, sex, age, disability or marital status and that such union or representative will affirmatively cooperate in the implementation of this organization’s obligations herein. (d) Contractor shall comply with the provisions of the Human Rights Law, all other State and Federal statutory and constitutional non-discrimination provisions. Contractor and subcontractors shall not discriminate against any employee or applicant for employment because of race, creed (religion), color, sex, national origin, sexual orientation, military status, age, disability, predisposing genetic characteristic, marital status or domestic violence victim status, and shall also follow the requirements of the Human Rights Law with regard to non-discrimination on the basis of prior criminal conviction and prior arrest. (e) This organization will include the provisions of sections (a) through (d) of this agreement in every subcontract in such a manner that the requirements of the subdivisions will be binding upon each subcontractor as to work in connection with the State contract

Agreed to this _______ day of ____________________, 2___________

By __________________________________________

Print: _____________________________________ Title: _____________________________

M/WBE

EEO

jclark
Text Box
BD-8

_________________________________is designated as the Minority Business Enterprise Liaison (Name of Designated Liaison) responsible for administering the Minority and Women-Owned Business Enterprises- Equal Employment Opportunity (M/WBE-EEO) program. M/WBE Contract Goals ______20% Minority and Women’s Business Enterprise Participation ________% Minority Business Enterprise Participation ________% Women’s Business Enterprise Participation EEO Contract Goals ________% Minority Labor Force Participation ________% Female Labor Force Participation ____________________________________________ (Authorized Representative) Title: ________________________________________ Date: ________________________________________

jclark
Text Box
BD-8

EPA FORM 6100-3 (DBE Subcontractor Performance Form)

OMB Control No: 2090-0030

Approved: 8/13/2013

Approval Expires: 8/31/2015

Disadvantaged Business Enterprise (DBE) Program

DBE Subcontractor Performance Form

This form is intended to capture the DBE1 subcontractor’s2 description of work to be performed and the price of

the work submitted to the prime contractor. An EPA Financial Assistance Agreement Recipient must require its

prime contractor to have its DBE subcontractors complete this form and include all completed forms in the prime

contractors bid or proposal package.

Subcontractor Name

Project Name

Bid/ Proposal No. Assistance Agreement ID No. (if known) Point of Contact

Address Telephone No.

Email Address

Prime Contractor Name Issuing/Funding Entity:

Contract Item Number Description of Work Submitted to the Prime Contractor Involving Construction, Services , Equipment or Supplies

Price of Work Submitted to the Prime Contractor

DBE Certified By: ____ DOT ____ SBA

____ Other: _________________________________________

Meets/ exceeds EPA certification standards?

____ YES ____ NO ____ Unknown

1

A DBE is a Disadvantaged, Minority, or Woman Business Enterprise that has been certified by an entity from which EPA accepts certifications as

described in 40 CFR 33.204-33.205 or certified by EPA. EPA accepts certifications from entities that meet or exceed EPA certification standards as described in 40 CFR 33.202. 2

Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services

pursuant to an EPA award of financial assistance.

jclark
Text Box
BD-9

EPA FORM 6100-3 (DBE Subcontractor Performance Form)

OMB Control No:

Approved:

Approval Expires:

Disadvantaged Business Enterprise (DBE) Program

DBE Subcontractor Performance Form

I certify under penalty of perjury that the forgoing statements are true and correct. Signing this form does not signify a commitment to utilize the subcontractors above. I am aware of that in the event of a replacement of a subcontractor, I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302 (c).

Prime Contractor Signature Print Name

Title Date

Subcontractor Signature Print Name

Title Date

The public reporting and recordkeeping burden for this collection of information is estimated to average three (3) hours

per response. Send comments on the Agency's need for this information, the accuracy of the provided burden

estimates, and any suggested methods for minimizing respondent burden, including through the use of automated

collection techniques to the Director, Collection Strategies Division, U.S. Environmental Protection Agency (2822T), 1200

Pennsylvania Ave., NW, Washington, D.C. 20460. Include the OMB control number in any correspondence. Do not send

the completed form to this address.

jclark
Text Box
BD-9

OMB Control No: _________ Approved: _________ Approval Expires: _________

Environmental Protection Agency

Disadvantaged Business Enterprise Program DBE Subcontractor Utilization Form

BID/PROPOSAL NO. PROJECT NAME

NAME OF PRIME BIDDER/PROPOSER E-MAIL ADDRESS

ADDRESS

TELEPHONE NO. FAX NO.

The following subcontractors1 will be used on this project:

COMPANY NAME, ADDRESS, PHONE NUMBER, AND E-MAIL ADDRESS

TYPE OF WORK TO BE PERFORMED

ESTIMATE D DOLLAR AMOUNT

CURRENTLY CERTIFIED AS AN MBE OR WBE?

I certify under penalty of perjury that the forgoing statements are true and correct. In the event of a replacement of a subcontractor, I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302(c).

Signature Of Prime Contractor Date

Print Name Title

1Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance.

EPA FORM 6100-4 (DBE Subcontractor Utilization Form)

The successful prime contractor shall complete and submit this form to NDEQ for contract award approval. In addition, the DBE Subcontractor Performance Form, EPA Form 6100-3, shall be submitted to NDEQ for contract award approval

jclark
Text Box
BD-10

POST BID DOCUMENTS

Provide Proof of Ability to do work

in New York State

or

Covenant to Obtain

Provide Proof of Insurance

Construction Performance Bond

Any singular reference to Contractor, Surety, Owner of other party shall be considered plural where applicable.

CONTRACTOR (Name and Address): SURETY (Name and Address of Principal Place of

Business):

OWNER (Name and Address):

CONSTRUCTION CONTRACT

Date: Amount:

Description (Name and Location):

BOND

Date (Not earlier than Construction Contract Date):

Amount:

Modifications to this Bond Form:

Surety and Contractor, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof,

do each cause this Construction Payment Bond to be duly executed on its behalf by its authorized officer, agent or

representative.

CONTRACTOR AS PRINCIPAL SURETY

Company: (Corp. Seal) Company: (Corp. Seal)

Signature: Signature:

Name and Title: Name and Title:

(Attach Power of Attorney)

(Space is provided below for signatures of additional parties, if required.)

CONTRACTOR AS PRINCIPAL SURETY

Company: (Corp. Seal) Company: (Corp. Seal)

Signature: Signature:

Name and Title: Name and Title:

EJCDC No. 1910-28-B (1996 Edition) Originally prepared through the joint efforts of the Surety Association of America, Engineers Joint Contract Documents

Committee, the Associated General Contractors of America, and the American Institute of Architects.

jclark
Text Box
PB-3

1.

The Contractor and the Surety, jointly and severally, bind themselves,

their heirs, executors, administrators, successors, and assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by reference.

To the limit of the amount of this Bond, but subject to commitment

by the Owner of the Balance of the Contract Price to mitigation of costs and damages on the Construction Contract, the Surety is

obligated without duplication for:

2. If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except to participate in conferences as provided in Subparagraph 3.1.

6.1 The responsibilities of the Contractor for correction of defective work

and completion of the Construction Contract:

3.

3.1

If there is no Owner Default, the Surety’s obligation under this Bond shall arise after: The Owner has notified the Contractor and the Surety at its address described in Paragraph 10 below, that the Owner is considering

declaring a Contractor Default and has requested and attempted to

arrange a conference with the Contractor and the Surety to be held not later than fifteen days after receipt of such notice to discuss methods of

performing the Construction Contract. If the Owner and the Contractor

and the Surety agree, the Contractor shall be allowed a reasonable time to perform the Construction Contract, but such an agreement shall not waive

the Owner’s right, if any subsequently to declare a Contractor

Default; and

6.2 Additional legal, design professional and delay costs resulting

from the Contractor’s Default, and resulting from the actions or failure to act of the Surety under Paragraph 4; and

6.3 Liquidated damages, or if no liquidated damages are specified in

the Construction Contract, actual damages caused by delayed performance or non-performance of he Contractor.

7. The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction

Contract, and the Balance of the Contract Price shall not be

reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other

than the Owner or its heirs, executors, administrators, or successors.

3.2 The Owner has declared a Contractor Default and formally terminated the Contractor’s right to complete the contract. Such Contractor Default shall not be declared earlier than twenty days after the Contractor and the Surety have received notice as provided in Subparagraph 3.1; and

8. The Surety hereby waives notice of any change, include changes of time to the Construction Contract or to related subcontracts,

purchase orders and other obligations.

3.3 The Owner has agreed to pay the Balance of the Contract Price to the Surety in accordance with the terms of the Construction Contract or to a contractor selected to perform the Construction Contract in accordance with the terms of the contract with the Owner.

9. Any proceeding, legal, or equitable, under this Bond may be

instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two

years after Contractor Default or within two years after the Contractor

ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If

the provisions of this Paragraph are void or prohibited by the law, the

minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable.

4. When the Owner has satisfied the conditions of Paragraph 3, the Surety

shall promptly and at the Surety’s expense take one of the following actions:

4.1 Arrange for the Contractor, with Consent of the Owner, to perform and complete the Construction Contract; or

4.2 Undertake to perform and complete the Construction Contract itself, through its agents or through independent contractors; or

10. Notice to the Surety, the Owner or the Contractor shall be mailed

or delivered to the address shown on the signature page. 11. When this bond has been furnished to comply with a statutory or

other legal requirements in the location where the construction

was to be performed, any provision in this Bond conflicting with said statutory or legal requirements shall be deemed deleted here

from and provisions conforming to such statutory or other legal

requirements shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common

law bond.

4.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for Contract or performance and completion of the Construction Contract, arrange for a contract to be prepared for execution by the Owner and the Contractor selected with the Owner’s concurrence, to be secured with performance and payment bonds executed by qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 6 in excess of the Balance of the Contract Price incurred by the Owner resulting from the Contractor’s default; or

12. Definitions.

4.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstances.

1. After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is determined, tender payment therefore to the Owner; or 2. Deny liability in whole or in part and notify the Owner citing reasons therefor.

12.1 Balance of the Contract Price: The total amount payable by the Owner to the Contractor under the Construction Contract after all proper

adjustments have been made, including allowance to the Contractor of

any amount received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is

entitled, reduce by all valid and proper payments made to or on

behalf of the Contractor under the Construction Contract. 5. If the Surety does not proceed as provided in Paragraph 4 with

reasonable promptness, the Surety shall be deemed to be in default on this bond fifteen days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Subparagraph 4.4, and the Owner refuses the payment tendered or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner.

12.2 Construction Contract: The agreement between the Owner and the

Contractor identified on the signature page, including all Contract Documents and changes thereto.

12.3

Contractor Default: Failure of the Contractor, which has neither been

remedied nor waived, to perform or otherwise to comply with the terms

of the Construction Contract.

6. After the Owner has terminated the Contractor’s right to complete the Construction Contract, and if the Surety elects to act under Subparagraph 4.1, 4.2, or 4.3 above, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract.

12.4 Owner Default: Failure of the Owner, which has neither been remedied

nor waived, to pay the Contractor as required by the Construction

Contract to perform and complete or comply with other terms thereof.

jclark
Text Box
PB-3

FIFTH STREET PEDESTRIAN ACCESS IMPROVEMENT PROJECT CITY OF ROME, ONEIDA COUNTY, NEW YORK

PB-4 PAGE 1 

PB – 4 EMERGENCY CONTACTS

CONTACT PERSON CAN BE REACHED AT*

1.

(cell)

(land line)

2.

(cell)

(land line)

3.

(cell)

(land line)

WEEKEND / AFTER HOURS / HOLIDAY EMERGENCY CONTACTS

CONTACT PERSON CAN BE REACHED AT*

1.

(cell)

(land line)

2.

(cell)

(land line)

3.

(cell)

(land line) * Please indicate cell and land line (if applicable) The Engineer will use ONLY numbers listed above to contact Contractor's Representative. The contact person shall have full authority and capability to mobilize forces promptly as required to respond to an emergency and protect the public.

GENERAL CONDITIONS

GC-1 City of Rome Draft Agreement &

General Conditions

PROPOSAL

PROPOSAL To the Board of Estimates and Contract, City of Rome, NY Pursuant to and in compliance with your advertisement for bids dated September 29th, 2017 and the

information for bidders relating hereto, the undersigned hereby offers to furnish all labor, material,

implements, tool, etc., necessary, or proper for, or incidental to:

RFB-2017-023 as required by and in strict accordance with the Plans and Specifications, for the

unit/lump sum prices set opposite the several items which are attached.

In submitting this bid, the undersigned declares that he is, or they are, the only person, or persons,

interested in the said bid; that it is made without any connection with any person making another bid for

the same contract; that the bid is in all respects fair and without collusion, fraud or mental reservation;

and that no official of the City, or any person in the employment of the City is directly or indirectly

interested in said bid or in the supplies or work to which it relates, or in any portion of the profits

therein.

The undersigned also hereby declares that he, or they, have carefully examined the plans, specifications,

forms of contract, that he has, or they have, personally inspected the actual location of the work together

with the local sources of supply and that he has, or they have, satisfied himself, or themselves, as to all

the quantities and conditions and understands that in signing this proposal he or they waive ail right to

plead any misunderstanding regarding the same.

The undersigned further understands and agrees that he is, or they are, to furnish and provide for the

respective item price bid, all necessary material, except that furnished by the City of Rome, machinery,

implements, tools, labor, services, etc., and to do and perform all the work necessary under the aforesaid

conditions to complete the construction of the aforementioned work in accordance with the plans and

specifications for said construction, which plans and specifications it is agreed are a part of this proposal

and to accept in full compensation thereof the amount of the summation of the products of the actual

quantities multiplied by the unit prices bid.

The undersigned further agrees to accept the aforesaid "unit bid" prices in compensation for any

additions or deductions caused by variation in quantities due to more accurate measurements, or by any

changes or alterations in the plans or specifications of the work.

DRAFT AGREEMENT

DRAFT AGREEMENT CONTRACT FOR: ______________________________________________________ ________________________________________________________________________ ________________________________________________________________________ in Rome, New York, dated ___________________________________ by and between the City of Rome New York, a municipal corporation organized and existing under the laws of the State of New York, having a principal place of business at City Hall, 198 North Washington Street, City of Rome, County of Oneida, State of New York (hereinafter referred to as “Owner” or “City”), and ____________________________________________, doing business at ________________________________________________________________________(hereinafter referred to as the “Contractor”).

WITNESS, that the Owner and the Contractor in consideration of the promises and of the mutual covenants, considerations and agreements herein contained, agree to be legally bound as follows: ARTICLE 1. CONTRACT AND CONTRACT DOCUMENTS. 1.1 Except for titles, subtitles, headings, running headlines, tables of content and indices (all of which are printed herein merely for convenience), the following, except for such portions thereof as may be specifically excluded, shall be deemed to be a part of this Contract:

1.1.1 All provisions required by law to be inserted in this Contract, whether inserted or not;

1.1.2 The Contract Drawings and Specifications;

1.1.3 The General Conditions and Special Conditions, if any; 1.1.4 The Contract;

1.1.5 The Information for Bidders; Request for Proposals; Notice of Solicitation and Proposal for Bids; Bid or Proposal, and if used, the Bid Booklet; and

1.1.6 All Addenda issued prior to the receipt of the Bids; the Notice of Award; Performance and Payment Bonds, if required; and the Notice to Proceed with the Work.

1.2 In case of any conflict or inconsistency between the provisions of this Contract and those of the Specifications, the provisions of this Contract shall govern, unless the Contractor shall have asked

for and obtained a decision in writing from the Commissioner, of the Agency that is entering into this Contract, before the submission of its bid as to what shall govern. ARTICLE 2. DEFINITIONS

2.1.1 “Addendum” or “Addenda” shall mean the Additional Contract provisions issued in writing by the Commissioner prior to the receipt of bids.

2.1.2 “Agency” shall mean a city, county or other office, position, department, division, bureau, board or commission, or a corporation, institution or agency of government the expenses of which are paid in whole or in part from the City treasury. 2.1.3 “City” shall mean the City of Rome, New York. For purposes of this Contract, the word “City” includes the “City Engineer” and “Commissioner”, and “City” and “Owner” are synonymous and may be used interchangeably. 2.1.4 “City Engineer” shall mean an Engineer for the City of Rome, duly designated by the Commissioner to be his/her representative at the site of the Work. 2.1.5 “Commissioner” shall mean the City of Rome Commissioner of Public Works, or his/her duly authorized representative. 2.1.6 “Contract” or “Contract Documents” shall mean each of the various parts of the contract referred to in Article 1 hereof, both as a whole and severally. 2.1.7 “Contract Work” shall mean everything required to be furnished and done by the Contractor by any one or more of the parts of the Contract referred to in Article 1, except “Extra Work” as hereinafter defined. 2.1.8 “Contractor” shall mean the entity which executed the Contract, whether a corporation, firm, partnership, joint venture, individual, or any combination thereof, and it(s), their, his/her successors, personal representatives, executors, administrators, sub-contractors and assigns, and any person, firm, partnership, joint venture, individual, or corporation which shall at any time be substituted in the place of the Contractor under this Contract. 2.1.9 “Days” shall mean calendar days, except where otherwise specified. 2.1.10 “Engineer” or “Architect” or “Project Manager” shall mean the person so designated in writing by the Commissioner to act as such in relation to this Contract, including a private Architect or Engineer or Project Manager, as the case may be. For projects on which the City outsources engineering, architecture or management services, any reference to “City Engineer” shall be deemed to mean “Engineer” or “Architect” or “Project Manager”, whichever is applicable.

2.1.10(a) “Employee” shall mean those persons employed and supervised by Contractor, or any Subcontractor(s), to perform the Work contemplated under this Contract. For purposes of this Contract, the City of Rome has no obligation to protect any “Employee” from any injury or harm as the result of working under this Contract, as said obligation rests solely with Contractor and/or Subcontractor(s). 2.1.11 “Extra Work” shall mean Work other than that required by the Contract at the time of award, which is authorized by the Commissioner pursuant to Article 16 of this Contract. 2.1.12 “Final Acceptance” shall mean final written acceptance of all the Work by the Commissioner, a copy of which shall be sent to the Contractor. 2.1.13 “Final Approved Punch List” shall mean a list, approved in writing by the Engineer, specifying those items of Work to be completed by the Contractor after Substantial Completion and dates for the completion of each item of Work. 2.1.14 “Law” or “Laws” shall mean the Constitution of the State of New York, the City of Rome Charter, a statute of the United States or of the State of New York, a local law of the City of Rome, New York, any ordinance, rule or regulations having the force of law, or common law. 2.1.15 “Materialman” shall mean any corporation, firm, partnership, joint venture, or individual, other than employees of the Contractor, who or which contracts with the Contractor or any Subcontractor, to fabricate or deliver, or who actually fabricates or delivers, plant, material or equipment to be incorporated in the Work. 2.1.16 “Means and Methods of Construction” shall mean the labor, materials, temporary structures, tools, plant and construction equipment, and the manner and time of their use, necessary to accomplish the result intended by this Contract. 2.1.17 “Notice” shall mean and include written notice. Written notice shall be deemed to have been duly served when delivered to or at the last known business address of the person, firm, or corporation for whom intended, or to his, their or its duly authorized agent, representative or office; or when enclosed in a postage prepaid wrapper or envelope addressed to such person, firm or corporation at his, their or its last known business address and deposited in a United States mail box. 2.1.18 “Owner” shall mean the City of Rome, New York. For purposes of this Contract, the word “Owner” includes the “City Engineer” and “Commissioner”, and the words “Owner” and “City” are synonymous and may be used interchangeably. 2.1.19 “Project” shall mean the public improvement to which this Contract relates. 2.1.20 “Required Quantity” in a unit price Contract shall mean the actual quantity of any item of Work or materials which is required to be performed or furnished in order to comply with the Contract.

2.1.21 “Site” shall mean the area upon or in which the Contractor’s operations and work under this Contract are carried on, and such other public areas immediately adjacent thereto as may be designated as such by the Engineer. The word “Site” shall not include private property utilized by Contractor for any purpose. 2.1.22 “Specifications” shall mean all of the directions, requirements and standards of performance applying to the Work as hereinafter detailed and designated under the Specifications. 2.1.23 “Subcontractor” shall mean any person, firm or corporation, other than Employees of the Contractor, who or which contracts with the Contractor or with its Subcontractors to furnish, or actually furnishes labor, or labor and materials, or labor and equipment, at the site. Wherever the word Subcontractor appears, it shall also mean Sub-Subcontractor. 2.1.24 “Substantial Completion” shall mean the written determination by the Commissioner that the Work required under this Contract is substantially, but not entirely complete. 2.1.25 “Treasurer” shall mean the Treasurer or Chief Financial Officer of the City of Rome, New York. 2.1.26 “Work” shall mean all services required to complete the Project in accordance with the Contract Documents, including without limitation, labor, material, superintendence, management, administration, equipment, and incidentals, and shall include both Contract Work and Extra Work.

ARTICLE 2A. NOTICE OF AWARD AND NOTICE TO PROCEED

2A.1 Upon the acceptance of the contractors bid by the City, the City will issue a “Notice of Award”, which shall detail the Contract requirements, insurance documents and any other pertinent information. All requirements of the Notice of Award must be submitted to the City within ten (10) working days of the Notice. In the event that the Contractor fails to submit the correct requirements as determined solely by the City Engineer, the Contractor will be deemed in non compliance and will forfeit its bid security to the City.

2A.2 The Notice to Proceed will detail the Contract time and other details pertinent to the Contract, i.e. submittals, listing of subcontractors, contact numbers, etc.

ARTICLE 3. THE WORK AND ITS PERFORMANCE

3.1 The plans for this Contract were prepared by Plumley Engineering and include eleven sheets titled “Fifth Street Pedestrian Access Improvement Project”

3.2 Unless otherwise expressly provided in the Contract Drawings, Specifications and Addenda, the Work shall be performed in accordance with the best modern practice, utilizing, unless otherwise specified in writing, new and unused materials of standard first grade quality and workmanship and design of the highest quality, to the satisfaction of the Commissioner.

3.3 The Contractor will furnish all labor, materials, supplies, equipment and other facilities and things necessary or proper for or incidental to the work contemplated by this contract as required by and in strict accordance with the applicable plans and specifications prepared by the City Engineer or Engineer or Architect.

3.4 By executing this Contract, the Contractor is precluded and debarred from pleading misunderstanding or deception because of estimates of quantifies, character, location or other conditions surrounding the Project Work covered by the Contract.

ARTICLE 3A. COMPENSATION TO BE PAID CONTRACTOR

3A.1 The City will pay and the Contractor will accept in full consideration for the performance

of the Contract, subject to additions and deductions as provided herein, the total sum of

_______________________________________________ Dollars,

($__________________________._____), this said sum being the Amount at which the

Contract was awarded to the Contractor at a public letting thereof, based upon the

Contractor’s bid for the Contract.

ARTICLE 4. MEANS AND METHODS OF CONSTRUCTION

4.1 Unless otherwise expressly provided in the Contract Drawings, Specifications and/or Addenda, the Means and Methods of Construction shall be such as the Contractor may choose; subject, however, to the City Engineer’s right to reject the Means and Methods of Construction proposed by the Contractor which in the opinion of the City Engineer:

4.1.1 Will constitute or create a hazard to the Work, to persons of the general public or public property. Contractor and Subcontractor(s) are responsible for supervising the safety of their own employees, both on and off the Work Site, and maintaining the integrity, condition and safety of any property; or

4.1.2 Will not produce finished Work in accordance with the terms of the Contract; or

4.1.3 Will be detrimental to the overall progress of the Project.

4.2 The City Engineer’s approval of the Contractor’s Means and Methods of Construction, or his/her failure to exercise his/her right to reject such means or methods, shall not relieve the

Contractor of its obligation to complete the Work as provided in this Contract; nor shall the exercise of such right to reject create a cause of action for damages.

4.3 Nothing herein shall be interpreted to mean that the Owner, Commissioner or City Engineer shall have an obligation or duty to supervise the Contractor’s Means and Methods of Construction in order to protect the safety of Contractor’s or Subcontractors’ Employees, as said obligation or duty rests solely with the Contractor or Subcontractor.

ARTICLE 4A. SURVEYS, GRADE AND PERMITS.

The Owner will provide all lines and grades necessary for the satisfactory completion of the work called for by this Contract. It will be the responsibility of the Contractor to adhere to lines and grades provided. If it is determined by the City Engineer that adjustments and changes to lines and grades will be necessary, then the Contractor shall take direction from the City Engineer and make changes accordingly. There is no additional payment made when the City Engineer determines it is necessary to make field changes for satisfactory completion of this Contract. The City Engineer may give the Contractor a Miscellaneous Order(s) to correct drainage problems, for which the City Engineer will supply grades and elevations. It will be the Contractor's responsibility to conform to the grades and elevations contained in said Miscellaneous Order. If Contractor does not form to the ordered grade elevations, the Contractor will correct work at his own cost, as directed by the City Engineer.

The Contractor shall have the right to cut the pavement in any street or alley through which the work herein described is laid out, without any further permits. All other permits and licenses necessary for the prosecution of the work shall be secured and paid for by the Contractor. Upon completion of the Work covered by this Contract, said license to enter the City’s streets or alleys to make cuts shall be revoked.

ARTICLE 5. INSPECTION

5.1 During the progress of the Work and up to the date of Final Acceptance, the Contractor shall at all times afford the representatives of the City every reasonable, safe and proper facility for inspecting all Work done or being done at the Site , and also for inspecting the manufacture or preparation of materials and equipment at the place of such manufacture o r preparation.

5.2 The Contractor’s obligation hereunder shall include the uncovering or taking down of finished Work and its restoration thereafter; provided, however, that the order to uncover, take down and restore shall be in writing, and further provided that if Work thus exposed proves satisfactory, and if the Contractor has complied with Article 5.1, such uncovering or taking down and restoration shall be considered an item of Extra Work to be paid for in accordance with the provisions of Article 16. If the Work thus exposed proves unsatisfactory, the City has no obligation to compensate the Contractor for the uncovering, taking down or restoration.

5.3 Inspection and approval by the Commissioner or City Engineer, of finished Work or of Work being performed, or of materials and equipment at the place of manufacture or preparation, shall not relieve the Contractor of its obligation to perform the Work in strict accordance with the Contract or of its obligation to protect its Employees from injury or harm for work performed under this Contract. Finished or unfinished Work not found to be in strict accordance with the Contract shall be replaced as directed by the City Engineer, even though such Work may have been previously approved and paid for. Such corrective work is Contract Work and shall not be deemed Extra Work. 5.4 Rejected Work and materials shall be promptly taken down and removed from the Site, which must at all times be kept in a reasonably clean and neat condition.

5.5 Nothing herein shall be interpreted to mean that the inspection authority provided to the City by this Article 5 creates any obligation or duty on the City to protect the safety of Contractor’s or Subcontractors Employees or to protect the safety, integrity or condition of any property, as said obligations and duties rest solely with the Contractor or Subcontractor.

ARTICLE 6. PROTECTION OF WORK AND OF PERSONS AND PROPERTY

6.1 During the performance of the Work and up to the date of Final Acceptance, the Contractor shall be under an absolute obligation to protect Employees, both on and off the Work Site, the finished and unfinished Work, equipment, materials, tools, machinery, vehicles and the site against any injury, damage, loss, theft and/or vandalism, and in the event of such injury, damage, loss, theft and/or vandalism, it shall promptly secure, remove, replace or repair such Work, Employee, equipment, materials, tools, machinery, vehicles and the site, whichever the Commissioner or City Engineer shall determine to be preferable. The obligation to deliver finished Work in strict accordance with the Contract prior to Final Acceptance shall be absolute and shall not be affected by the Commissioner’s or City Engineer’s approval of, or failure to prohibit, the Means and Methods of Construction used by the Contractor. 6.2 The City may require the Contractor to secure, remove, replace or repair any Employee, finished and unfinished Work, equipment, materials, tools, machinery, vehicles, which, in the opinion of the City, Commissioner or City Engineer, is/are a danger to persons of the public or public property. 6.3 During the performance of the Work and up to the date of Final Acceptance, the Contractor shall take all reasonable precautions to protect the persons and property of the City and of others from damage, loss or injury resulting from the Contractor’s, and/or its Subcontractors operations or storage under this Contract. The Contractor’s obligation to protect shall include the duty to provide, place or replace and adequately maintain at or about the Site suitable and sufficient protection such as lights, signage, barricades and enclosures. 6.4 The Contractor shall notify the Commissioner, Treasurer, the commercial general liability insurance carrier, and, where applicable, the worker’s compensation and/or other insurance carrier in writing, of any loss, damage or injury to Work, persons or property arising

out of the operations or storage of the Contractor and/or it’s Subcontractors under this Contract, or any accidents on the Site, within thirty (30) days of the occurrence. The Contractor’s notice to the insurance carrier must expressly specify that “this notice is being given on behalf of the City of Rome, New York as additional insured as well as [the Contractor] as named insured.” Within three (3) Days after the notice to the Contractor of the happening of any such loss, damage or injury to Work, persons or property, or any accidents, the Contractor shall make a full and complete report thereof in writing to the City Engineer.

6.4.1 Notice to the Treasurer pursuant to 6.3 shall specify the name of the Contract, the date of the incident, the location (street address) of the incident, the identity of the persons or things injured, damaged or lost, and the name of the insurance carrier that issued the commercial liability insurance policy pursuant to Article 12 of this Contract. Such notice shall be sent to the Corporation Counsel’s Office, Suite 3A, City Hall, 198 North Washington Street, Rome, New York 13440.

6.5 If any person or property sustains any loss, damage, cost, expense or injury arising out of the operations of the Contractor and/or its Subcontractors in the performance of this Contract, the Contractor shall indemnify, defend and hold the City, its employees and agents harmless against any and all claims, liens, demands, judgments, penalties, fines, liabilities, settlements, damages, costs and expenses of whatever kind or nature (including, without limitation, attorney’s fees and disbursements), known or unknown, contingent or otherwise, arising from or in any way related to such operations, or failure to comply with any of the provisions of this Contract or of the Law. Insofar as the facts and Law relating to any claim would preclude the City from being completely indemnified by the Contractor, the City shall be partially indemnified by the Contractor to the fullest extent provided by Law.

6.6 The Contractor shall, at its own expense, defend, indemnify and hold the City harmless from any and all claims (even if the allegations of the suit are without merit) or judgments for damages (including, but not limited to, delay damages from Other Contractors) and from costs and expenses to which City may be subjected or which it may suffer or incur allegedly arising out of or in connection with any operations of the Contractor and/or its Subcontractors, or their failure to comply with the provisions of this Contract or of the Laws. Insofar as the facts and Law relating to any claim would preclude the City from being completely indemnified by the Contractor, the City shall be partially indemnified by the Contractor to the fullest extent provided by Law.

6.7 To the extent required by law, by public authority or by local conditions, the Contractor will adequately protect adjacent property and will provide and maintain all passage ways, railroad crossings, guard fences, lights and other facilities for protection.

6.8 In the event of the existence of an unsafe condition at the work site, which in the opinion of the City, endangers the health, safety or welfare of the public or the well-being, condition or integrity of any property, the City will contact the Contractor at its Emergency contact number. If Contractor does not abate the unsafe condition to City’s satisfaction within the time period set by City, City may use its own resources to abate the unsafe condition. Any costs to City,

including all material and labor costs, will be charged to Contractor and may be withheld from payments due to Contractor.

6.8.1 In the event the City abates the unsafe condition pursuant to Section 6.8, the Contractor shall indemnify and hold the City harmless as provided for at Sections 6.5 and 6.6 of this Contract for any injury, loss, damage, cost or expense to any person or property arising out of the work performed by City to abate the unsafe condition.

6.8.2 Nothing in Section 6.8 of this Contract shall be construed to establish a duty or obligation on the City to protect the safety, health or well-being of Contractor, Subcontractor(s) and/or Employees or to protect the well-being, condition or integrity of property affected by this Agreement, as said duties and obligations rest solely with the Contractor and/or Subcontractor.

6.9 The provisions of this Article shall not be deemed to create any new right of action in favor of third parties against the Contractor or the City. 6.10 Contractor will immediately notify Owner of any and all claims that Contractor allegedly caused injury to the persons or damage to the property of any third party. Contractor will also immediately notify the Rome Police Department or Oneida County Sheriff’s Department, (dependent on location), of any and all claims that Contractor allegedly caused injury to the persons or damage to the property of any third party. 6.11 Nothing herein shall be interpreted to mean that the City has an obligation or duty to protect the safety of Contractor’s/Subcontractors’ Employees or to protect the safety, condition or integrity of any private property, as said obligation and duty rest solely with the Contractor or Subcontractors.

6.12 The Contractor shall be solely responsible for the storage and maintenance of equipment, materials, tools, etc., wherever said equipment, materials or tools are stored.

ARTICLE 7. COMMENCEMENT AND PROSECUTION OF THE WORK

7.1 The Contractor shall commence Work on the date specified in a written notice signed by the Commissioner. The time for performance of the Work under the Contract shall be computed from the date specified in such written notice. With TIME BEING OF THE ESSENCE to the City, the Contractor shall thereafter prosecute the Work diligently, using such Means and Methods of Construction as are in accord with Article 3 herein and as will assure its completion not later than the date specified herein, or on the date to which the time for completion may be extended.

7.2 Time for completion of the Work as specified shall be: December 15, 2017. Extensive Liquidated Damages Procedure set forth in first three pages of Information to Bidders (Section 200).

ARTICLE 8. PROGRESS SCHEDULES

8.1 To enable the Work to be performed in an orderly and expeditious manner, the Contractor, within fifteen (15) Days after the Notice to Proceed with this Contract, unless otherwise directed by the City Engineer, shall submit to the City Engineer a proposed progress schedule in the form of a bar graph or in such other form as specified by the City Engineer, and monthly cash flow requirements, showing:

8.1.1 The anticipated time of commencement and completion of each of the various operations to be performed under this Contract; and 8.1.2 The sequence and interrelation of each of these operations with the others and with those of other related Contracts; and 8.1.3 The estimated time required for fabrication or delivery, or both, of all materials and equipment required for the Work; and 8.1.4 The estimated amount in dollars the Contractor will claim on a monthly basis.

8.2 The proposed schedule shall be revised as directed by the City Engineer, until finally approved by the City Engineer, and after such approval, shall be strictly adhered to by the Contractor.

8.3 If the Contractor shall fail to adhere to the approved progress schedule, it shall promptly adopt such other or additional Means and Methods of Construction as will make up for the time lost and will assure completion in accordance with the approved progress schedule. The approval by the City of a progress schedule which is shorter than the time allotted under the Contract shall not create any liability for the City if the approved progress schedule is not met.

8.4 The Contractor will not receive any payments until the proposed progress schedule is submitted.

ARTICLE 9. COMPLETION AND FINAL ACCEPTANCE OF THE WORK

9.1 Date for Substantial Completion: The Contractor shall substantially complete the Work within the time fixed at article 7.2 or as set forth in the General Conditions, or within the time to which such Substantial Completion may be extended as permitted by the Commissioner.

9.2 Determining the Date of Substantial Completion: The Work shall be deemed to be substantially complete when the two conditions set forth in 9.2.1 and 9.2.2 have been met. The Commissioner will then issue a Certificate of Substantial Completion.

9.2.1 Inspection: The City Engineer has inspected the Work and has made a written determination that it is substantially complete.

9.2.2 Approval of the Final Punch List and Date for Final Acceptance: Following inspection of the Work, the City Engineer shall furnish the Contractor a final punch list, specifying all items of Work to be completed. The Contractor shall then submit to the City Engineer dates for the completion of each specified item of Work. Within a reasonable time after receipt, the City Engineer, in a written notification to the Contractor, shall approve the Contractor’s completion dates or, if they are unable to agree, shall establish dates for the completion of each item of Work. The latest completion date specified shall be the date for Final Acceptance of the Work.

9.3 Determining the Date of Final Acceptance: The Work will be accepted as final and complete as of the date of City Engineer’s inspection if, upon such inspection, the City Engineer finds that all items on the Final Approved Punch List are complete and no further Work remains to be done. The Commissioner will then issue a written determination of Final Acceptance.

9.4 Request for Inspection: Inspection of the Work by the City Engineer for the purpose of Substantial Completion or Final Acceptance shall be made within ten (10) Days after receipt of the Contractor’s written request therefor.

9.5 Request for Re-inspection: If upon inspection for the purpose of Substantial Completion or Final Acceptance, the City Engineer determines that there are items of Work still to be performed, the Contractor shall promptly perform them and then request a re-inspection. If upon re-inspection, the City Engineer determines that the Work is substantially complete or finally accepted, the date of such re-inspection shall be the date of Substantial Completion or Final Acceptance. Re-inspection by the City Engineer shall be made within ten (10) Days after receipt of the Contractor’s written request therefor.

9.6 Initiation of Inspection by the City Engineer: If the Contractor does not request inspection or re-inspection of the Work for the purpose of Substantial Completion or Final Acceptance, the City Engineer may initiate such inspection or re-inspection.

ARTICLE 10. LIQUIDATED DAMAGES

10.1 In the event the Contractor fails to complete the Work within the time fixed for such completion in article 7.2 or as set forth in the General Conditions, plus authorized time extensions, or if the Contractor, in the sole determination of the Commissioner, has abandoned the Work, the Contractor shall pay to the City the sum fixed in the General Conditions, for each and every Day that the time consumed in completing the Work exceeds the time allowed therefor; which said sum, in view of the difficulty of accurately ascertaining the loss which the City will suffer by reason of delay in the completion of the Work hereunder, is hereby fixed and agreed as the liquidated damages that the City will suffer by reason of such delay, and not as a penalty. This article shall apply to the Contractor if it is defaulted pursuant to article 32 of this Contract. Neither the failure to assess liquidated damages nor the granting of any time

extension shall operate as a waiver or release of any claim the City may have against the Contractor for either actual or liquidated damages.

10.2 Liquidated damages received hereunder are not intended to be nor shall they be treated as either a partial or full waiver or discharge of the City’s right to indemnification, or the Contractor’s obligation to indemnify the City, or to any other remedy provided for in this Contract or by Law.

10.3 The Commissioner may deduct and retain out of the monies which may become due hereunder, the amount of any such liquidated damages; and in case the amount which may become due hereunder shall be less than the amount of liquidated damages suffered by the City, the Contractor shall be liable to pay the difference.

ARTICLE 11. ASSIGNMENTS

11.1 The Contractor shall not assign, transfer, convey or otherwise dispose of this Contract, or the right to execute it, or the right, title or interest in or to it or any part thereof, or assign, by power of attorney or otherwise, any of the monies due or to become due under this Contract, unless the previous written consent of the Commissioner shall first be obtained thereto, and the giving of any such consent to a particular assignment shall not dispense with the necessity of such consent to any further or other assignments.

11.2 Such assignment, transfer or conveyance shall not be valid until filed in the office of the Commissioner and the Treasurer, with the written consent of the Commissioner endorsed thereon or attached thereto.

11.3 Failure to obtain the previous written consent of the Commissioner to such an assignment, transfer or conveyance, may result in the revocation and annulment of this Contract. The City shall thereupon be relieved and discharged from any further liability to the Contractor, its assignees, transferees or sublessees, who shall forfeit and lose all monies therefor earned under the Contract, except so much as may be required to pay the Contractor’s employees.

11.4 The provisions of this clause shall not hinder, prevent or affect an assignment by the Contractor for the benefit of its creditors made pursuant to the Laws of the State of New York.

11.5 This Contract may be assigned by the City to any corporation, agency or instrumentality

having authority to accept such assignment. ARTICLE 12. INSURANCE

12.1 General Requirements for Insurance Policies. The Contractor shall not commence work under this contract until he has obtained all insurance required under this paragraph, and such insurance has been approved by the Owner; nor shall the Contractor allow any Sub-Contractor to commence work on his Sub-Contractor until all similar insurance required of the Sub-Contractor

has been so obtained and approved. Where applicable, all Insurance required shall be maintained throughout the term of this Contract, and said Insurance coverage shall be “occurrence” based rather than “claim-made”. All required insurance policies shall be maintained with companies licensed and authorized to do business in the State of New York by the New York State Department of Insurance. The Contractor shall be solely responsible for the payment of all premiums for all required policies and all deductibles to which such policies are subject, whether or not the City is an insured under the policy.

12.2. Types of Insurance.

12.2.1 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract adequate Workmen’s Compensation Insurance for all of such Contractor’s employees who will be engaged in work at the site of the project and if any part of this contract is sublet, the Contractor will require his Sub-Contractor to maintain such insurance for all of the Sub-Contractor’s employees who will be so engaged unless the latter’s employees are protected by the Contractor’s Compensation Insurance.

12.2.2 Commercial General Liability Insurance - The Contractor shall provide a Commercial General Liability Insurance Policy in an amount not less than $2,000,000.00, in the Contractor’s name and naming the City as an Additional Insured thereunder and endorsed to cover the liability assumed by the Contractor under the indemnity provisions of this Contract. The insurance policy shall be maintained throughout the term of this Contract and shall protect the City, the Contractor and/or its Subcontractors performing Work at the Site from claims for property damage and/or bodily injury, including accidental death, which may arise from operations under this Contract. 12.1.3 Public Liability Insurance in an amount not less than $2,000,000 for injuries, including wrongful death, to any one persons, and subject to the same limit for each person, in an amount not less than $2,000,000 on account of one accident; 12.1.4 Employer’s Liability Insurance: The Contractor shall provide Employer’s Liability Insurance affording compensation due to bodily injury by accident or disease sustained by any employee of the insured arising out of and in the course of his/her employment by the insured; and 12.1.5 Automobile Liability Insurance: The Contractor shall provide commercial auto liability insurance covering all owned, non-owned and hired vehicles to be used in connection with this Contract.

12.3 Miscellaneous Provisions.

12.3.1 Notice under the Policy to the City as an Additional Insured shall be addressed to each of the following: (1) the Commissioner; and (2) the Corporation Counsel’s Office, at Rome City Hall, 198 North Washington Street, Rome, New York 13440;

12.3.1(a) Notwithstanding any provision of this Contract to the contrary, notice by or on behalf of the City as an Additional Insured of any occurrence, offense, or claim, if such notice is required, will be deemed timely if given to the Insurance Company as soon as practicable after a Notice of Claim adequately specifying the occurrence, offense, or claim as one potentially covered under the policy has been filed with the Commissioner; however, in no event shall “as soon as practicable” be a period of less than one hundred eighty (180) Days thereafter; and 12.3.1(b) Notice of Cancellation of Policy. In addition to any other requirements concerning notice of cancellation, this policy shall not be cancelled, terminated, modified or changed by the Insurance Company unless thirty (30) Days prior written notice is sent to the Named Insured by Registered Mail and also sent by Registered Mail to both the Commissioner and the Corporation Counsel’s Office, nor shall this policy be cancelled, terminated, modified or changed by the Named Insured without the prior written consent of the Commissioner.

12.3.2 Proof of Insurance:

12.3.2(a) Within ten (10) Days of award, the Contractor shall, for each policy required under this Contract, file a Certificate of Insurance with the Commissioner and the Corporation Counsel. Such certificate(s) shall certify insurance coverage in all ways in conformance with this article and shall include the following, or similar, text: “The above-named broker/producer represents and warrants to the City that it is an Additional Insured under the insurance policies listed herein and that such policies are in full compliance with the Contract.”

12.3.2(b) Certificates confirming renewals of insurances shall be submitted to each of the City offices specified in 12.3.1, not less than thirty (30) Days prior to the expiration date of coverage until all operations under this Contract are deemed complete. 12.3.2(c) Failure to submit the required certificate(s) of insurance or renewals, will permit the City to postpone the commencement of or cease Work on the Project until such time the Contractor complies with this article. The City shall assume no liability for postponing or ceasing Work under this article; however, the Contractor may be liable to the City for any expenses or cost the City incurs due to said postponement or delay.

ARTICLE 13. MONEY RETAINED AGAINST CLAIMS

13.1 If any claim shall be made by any person or entity (including other Contractors with the City on this Project) against the City or against the Contractor and the City:

13.1.1 For an alleged loss, damage, injury, theft and/or vandalism of the kind referred to in Article 6, which in the opinion of the Corporation Counsel, may not be covered by

the contingent liability, commercial general liability or property damage insurance policy, or which, together with previously filed claims, is in excess of the amount payable under such policies; or 13.1.2 For damage claimed to have been caused directly or indirectly by the failure of the Contractor to perform the Work in strict accordance with this Contract.

13.2 The amount of such claims as referred to in article 13.1.1 and 13.1.2, or so much thereof as the Commissioner or the Corporation Counsel may deem necessary, may be withheld by the Treasurer, as security against such claim, from any money due hereunder. The Commissioner, in his/her discretion, may permit the Contractor to substitute other satisfactory security in lieu of the monies so withheld.

13.3 If an action on such claim is timely commenced and the liability of the City, or the Contractor, or both, shall have been established therein by a final judgment of a Court of competent jurisdiction, or if such claim shall have been admitted by the Contractor to be valid, the Treasurer shall pay such judgment or admitted claim out of the monies retained by the Treasurer under the provisions of this article, and return the balance, if any without interest, to the Contractor.

13.4 Liens: If at any time before or within thirty (30) Days after the Work is completed and accepted by the City, any persons claiming to have performed any labor or furnished any material toward the performance or completion of this Contract, shall file with the Commissioner and Treasurer any notice as is described in the New York State Lien Law, or any act of the Legislature of the State of New York, the City shall retain from the monies due or to become due under this Contract, so much of monies as shall be sufficient to pay the amount claimed in said notice, together with the reasonable costs of any action or actions brought or that may be brought to enforce such lien. The monies so retained shall be held by the City until such time the Contractor submits to the Commissioner a Release of Liens and notice, showing all liens thereon are discharged pursuant to Law. No interest shall paid by City to Contractor for monies held pursuant to a lien or liens properly filed.

ARTICLE 14. MAINTENANCE AND GUARANTEE

14.1 The Contractor shall promptly repair, replace, restore or rebuild, as the Commissioner may determine, any finished Work in which defects of materials or workmanship may appear or to which damage may occur because of such defects, during the one (1) year period subsequent to the date of Final Payment, except where other periods of maintenance and guarantee are provided for.

14.2 As security for the faithful performance of its obligations hereunder, the Contractor must deliver to the Owner an executed bond in the amount of one hundred percent (100%) of the accepted bid as security for the faithful performance of his contract, and for the payment of all persons performing labor and furnishing materials in connection therewith, and having as surety thereon such surety company, or companies, as are acceptable to and approved by the Owner.

14.3 Notice by the Commissioner to the Contractor to repair, replace, rebuild or restore such defective or damaged Work shall be timely, pursuant to this article, if given not later than the expiration of the one (1) year period or other periods provided for herein.

14.4 If the Contractor shall fail to repair, replace, rebuild or restore such defective or damaged Work promptly after receiving such notice, the Commissioner shall have the right to have the Work done by others, for which Contractor may be liable for additional costs or expenses the Owner incurs for performing said work.

14.5 If a security payment so deposited is insufficient to cover the cost of such Work, the Contractor shall be liable to pay such deficiency on demand by the Commissioner.

14.6 The City Engineer’s certificate setting forth the fair and reasonable cost of repairing, replacing, rebuilding or restoring any damaged or defective Work when performed by one other than the Contractor, shall be binding and conclusive upon the Contractor as to the amount thereof.

ARTICLE 15. CHANGES

15.1 Changes may be made to this Contract only as duly authorized in writing by the Commissioner in accordance with the Law. All such changes, modifications and amendments will become a part of the Contract. Work so ordered shall be performed by the Contractor.

15.2 Contract changes will be made only for Work necessary to complete the Work included in the original scope and/or for non-material changes to the scope of the Contract. Changes are not permitted for any material alteration in the scope of Work.

15.3. The Contractor shall be entitled to a price adjustment for Extra Work performed pursuant to a written change order. Adjustments to price shall be computed in one or more of the ways:

15.3.1 By applicable unit prices specified in the Contract; and/or 15.3.2 By agreement of a fixed price; and/or 15.3.3 By time and material record; and/or 15.3.4 In any other manner approved by the Commissioner or Treasurer.

15.4 Any construction Contract increase and any change to the Contract for construction-related professional services that cumulatively exceed the grater of ten percent (10%) of the Contract price or one hundred thousand dollars ($100,000.00) shall be approved by the Board of Estimate & Contract and/or the Common Council of the City of Rome.

16. EXTRA WORK AND METHODS OF PAYMENT FOR EXTRA WORK

16.1 The Owner may at any time, by a written order, and without notice to the sureties, required the performance of such Extra Work or changes in the work as it may find necessary or desirable. The amount of compensation to be paid to the Contractor for any Extra Work, as so ordered, shall be determined as follows:

16.1(a) By such applicable unit prices, if any, as are set forth in the contract; and/or 16.1(b) If no unit prices are so set forth, then by a lump sum mutually agreed upon by the Owner and the Contractor; and/or 16.1(c) If no such unit prices are set forth and if the parties can not agree upon a lump sum, then by the actual net cost in money to the Contractor or the materials and of the wages of applied labor (including premiums for Workmen’s Compensation Insurance) required for such extra work, plus such rental for plant and equipment (other than small tools) required and approved for such Extra Work, plus fifteen percent (15%) as compensation for all other items of profit, and costs or expenses including administration, overhead, superintendence, Insurance (other than Workmen’s Compensation Insurance), materials used in temporary structures, allowance made by the Contractor to Subcontractors, additional premiums upon the performance bond of the Contractor, and the use of small tools. The provisions hereof shall not affect the power of the Contractor to act in case of emergency, as hereinafter provided.

16.2 Where a change is ordered, involving both Extra Work and omitted or reduced Contract Work, the Contract price shall be adjusted in an amount based on the difference between the cost of such Extra Work and of the omitted or reduced Work. The cost of such Extra Work and of such omitted or reduced Work shall be computed based upon applicable Contract unit prices. Where there are no applicable Contract unit prices, the cost of such Extra Work and of such omitted or reduced Contract Work shall be computed in accordance with the items Article 16.1(c). If the cost of such Extra Work exceeds the costs of such omitted or reduced Contract Work, the Contract price shall be increased by the difference, plus percentages for overhead and profit as provided in 16.1(c). If the cost of omitted or reduced Contract Work exceeds the cost of the Extra Work, then the Contract price shall be reduced by the difference.

ARTICLE 17. OMITTED WORK

17.1 If any Contract Work in a lump sum Contract, or if any part of a lump sum item in a unit price, lump sum, or percentage-bid Contract is omitted by the Commissioner pursuant article 20, the Contract price shall be reduced by a pro rata portion of the lump sum bid amount based upon the percent of Work omitted. For the purpose of determining the pro rata portion of the lump sum bid amount, the bid breakdown submitted shall be considered, but shall not be the determining factor.

17.2 If the whole of a lump sum item or units of any other item is so omitted by the Commissioner in a unit price, lump sun, or percentage-bid Contract, then no payment will be made therefor except as provided in article 17.4.

17.3 For units that have been ordered but are only partially completed, the unit price shall be reduced by a pro rata portion of the unit price bid based upon the percentage of Work omitted subject to article 17.4.

17.4 In the event the Contractor, with respect to any omitted Work, has purchased any non-cancelable material and/or equipment that is not capable of use except in the performance of this Contract and has been specifically fabricated for the sole purpose of this Contract, Contractor shall be paid for such material and/or equipment; provided, however, such payment is contingent upon the Contractor’s delivery of such material and/or equipment in acceptable condition to a location designated by the City.

17.5 The Contractor agrees to make no claim for damages or for loss of overhead and profit with regard to any omitted work.

ARTICLE 18. THE CITY ENGINEER

18.1 The City Engineer shall have the power to inspect, supervise and control the performance of the Work, subject to review by the Commissioner. In relation to this Contract and the Project, the City Engineer shall, with the consent and designation by the Commissioner, have the power to perform any act, power, determination or approval of the Commissioner; however, the City Engineer has no duty or obligation to protect the safety of Employees of Contractor or any Subcontractors, either on or off the Work Site, or to protect the safety, integrity or condition of private property;

18.2 The City Engineer shall determine the amount, quality, acceptability and fitness of all parts of the work, shall interpret the plans, specifications, contract documents and any extra work orders, and shall decide all other questions in connection with the work;

18.3 To determine how the Work of this Contract shall be coordinated with Work of other Contractors engaged simultaneously on this Project; including the power to suspend all or any part of the Work; 18.5 Upon request, the City Engineer shall confirm in writing any oral order, direction, requirement or determination; and

18.6 The City Engineer may at any time demand that the Contractor submit samples of material for testing to demonstrate that they conform to the specifications. Samples shall be furnished at the expense of Contractor.

ARTICLE 19. CONTRACTOR

19.1 In the performance of the work, the Contractor shall abide by all orders, directions and requirements of the City Engineer and shall perform all work to the satisfaction of the City Engineer, and at such time and places, by such methods and in such manner and sequence as he may require. 19.2 The Contractor shall employ no plant, equipment, materials, methods or men to which the City Engineer objects, and shall remove no plant, materials, equipment or other facilities from the Work Site without the City Engineer’s permission. 19.3 The Contractor will employ at the Work Site, during the performance of Work under this Contract, a competent foreman, or superintendent, who shall be satisfactory to the City Engineer, and who shall not be changed except with the consent of the City Engineer unless he shall cease to be in the employ of the Contractor. Such foreman, or superintendent, shall represent and have full authority to act for the Contractor in his absence and all directions given such foreman, or superintendent, shall be as binding as if given to the Contractor.

19.4 Contractor may not perform any work without the presence of a competent foreman or superintendent.

19.5 Contractor will be subject to liquidated damages, in the amount set forth in the Information to Bidders, for each calendar day that it fails to employ a competent foreman or superintendent at the site of the work. Said amount shall be deducted from any money due the Contractor not as a penalty but as liquidated damages.

19.6 The Contractor represents and warrants:

19.6.1 That he is financially solvent and that he is experienced in and competent to perform the type of work or to furnish the plant, materials, supplies or equipment to be so performed or furnished by him; and

19.6.2 That such temporary and permanent work required by the contract documents as is to be done by him can be satisfactorily constructed and used for the purposes for which it is intended, and that such construction will not injure any person or damage any property; and

19.6.3 That he has carefully examined the plans, the specifications, and the site of the work, and that, from his own investigations, he has satisfied himself as to the nature and location of the work, the character, quality and quantity of surface and subsurface materials likely to be encountered, the character of equipment and other facilities needed for the performance of the work, the general and local conditions, and all other materials which may in any way affect the work or its performance.

19.7 Contractor shall attend a mandatory weekly / bi-weekly meeting with Engineer

19.8 Contractor is solely responsible for the safety and protection of its Employees, either on or off the Work Site, and the protection of the condition, safety and integrity of any property affected by this Contract. 19.9 If at any time before the final acceptance of the work, any material is discovered which does not comply with the Contract Documents, such material shall be removed by Contractor within seven (7) days of written notice from Owner, solely at Contractor’s expense, and shall be replaced at Contractor’s expense. 19.10 The Contractor shall be solely responsible for the storage and maintenance of equipment, materials, tools, etc., wherever said equipment, materials or tools are stored.

ARTICLE 20. COMMISSIONER

20.1 The Commissioner, in addition to those matters elsewhere herein expressly made subject to his/her determination, direction or approval, shall have the power:

20.1.1 To review and make final determinations on any and all questions in relation to this Contract and its performance; 20.1.2 To modify of change this Contract so as to require the performance of Extra Work or the omission of Contract Work; 20.1.3 To suspend the whole or any part of the Work whenever in his/her judgment such suspension is required: 20.1.3(a) In the interest of the City generally; or

20.1.3(b) To coordinate the Work of the various Contractors engaged on this Project; or 20.1.3(c) To expedite the completion of the entire Project even thought the completion of this particular Contract may thereby be delayed.

20.1.4 The Commissioner shall have the express authority to designate the City Engineer to perform any or all matters elsewhere herein expressly made subject to the Commissioner’s determination, direction or approval, as well as those matters identified at Articles 20.1.3(a), 20.1.3(b) and 20.1.3(c).

20.1.5 Nothing herein shall create a duty or obligation on the Commissioner to protect the health, safety or well being of Employees of Contractor or Subcontractor, or to protect the integrity, safety or condition of private property, as said obligation or duty rests solely with the Contractor and/or Subcontractor.

ARTICLE 21. THE ENGINEER OR ARCHITECT OR PROJECT MANAGER

21.1 The Engineer or Architect or Project Manager, in addition to those matters elsewhere herein delegated to the Engineer and expressly made subject to his/her determination, direction or approval, shall have the power, subject to review by the Commissioner or the City Engineer:

21.1.1 To determine the amount, quality and location of the Work to be paid hereunder; 21.1.2 To determine all questions in relation to the Work, to interpret the Contract Drawings, Specifications and Addenda, and to resolve all patent inconsistencies or ambiguities therein; 21.1.3 To determine how the Work of this Contract shall be coordinated with Work of other Contractors engaged simultaneously on this Project; including the power to suspend any part of the Work, but not the whole thereof; 21.1.4 To make minor changes in the Work as he/she deems necessary, provided such changes do not result in a net change in cost to the City or to the Contractor of the Work to be done under the Contract; and 21.1.5 To amplify the Contract Drawings, add explanatory information and furnish additional Specifications and drawings, consistent with this Contract.

21.2 The Engineer shall, on Projects for which the City Engineer does not perform engineering or construction management duties, have the power to perform those activities, determinations, approvals, etc., specifically designated to the City Engineer.

ARTICLE 22. EMPLOYEES 22.1 The Contractor and its Subcontractors shall not employ on the Work:

22.1.1 Anyone who is not competent, faithful and skilled in the Work for which he/she shall be employed, and whenever the Commissioner or City Engineer shall inform the Contractor, in writing, that any employee is, in his/her opinion, incompetent, unfaithful or disobedient, that employee shall be discharged from the Work forthwith, and shall not again be employed upon it; 22.1.2 Any labor, materials or means whose employment, or utilization during the course of this Contract, may tend to or in any way cause or result in strikes, work stoppages, delays, suspension of Work or similar troubles by workers employed by the Contractor or its Subcontractors, or by any of the trades working in or about the buildings and premises where Work is being performed under this Contract, or Other Contractors or their Subcontractors pursuant to other Contracts, or on any other building or premises owned or operated by the City, its Agencies, departments, boards or authorities. Any violation by the Contractor of this requirement may, upon certification of the

Commissioner, be considered as proper and sufficient cause for declaring the Contractor to be in default, and for the City to take action against it in a manner the Commissioner may deem proper.

ARTICLE 23. LABOR LAW

23.1 The Contractor shall strictly comply with all applicable provisions of the Labor Law, as amended.

23.2 The Contractor specifically agrees, as required by Labor Law Section 220 and 224-d, as amended, that:

23.2.1 No laborer, workman or mechanic in the employ of the Contractor or Subcontractor, or other person doing or 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 (8) hours in any one (1) calendar day or more than five (5) days in any one (1) week except in cases of extraordinary emergency including fire, flood or danger to life or property, or in case of national emergency when so proclaimed by the President of the United States of America. In the event of such proclamation of a national emergency by the President, application for dispensation from the provisions of this section must be made pursuant to the provisions of the war emergency dispensation act of nineteen hundred forty-two, and such dispensation granted pursuant thereto, before any laborer, workman or mechanic may be employed beyond the hours specified in this section.

23.2.2 Prevailing Rate of Wages: The wages to be paid for a legal day’s work, as herein before defined, to laborers, workmen or mechanics employed under this contract, shall not be less than the prevailing rates of wages as ascertained by the Treasurer of the City of Rome, or as found from time to time from the New York State Department of Labor, Albany, New York. The prevailing wage rates and supplemental benefits to be paid are those in effect at the time the Work is being performed.

23.3 Working Conditions: No part of the Work, labor or services shall be performed or rendered by the Contractor in any plants, factories, buildings or surroundings, at the Site or under working conditions which are unsanitary or hazardous or dangerous to the health and safety of employees engaged in the performance of this Contract. Compliance with the safety, sanitary and factory inspection Laws of the state in which the Work is to be performed shall be prima facie evidence of compliance with this article. City shall have no duty or obligation to protect the safety, health or well-being of Employees or to protect the integrity, safety or condition of property, as said duties and obligations rest solely with the Contractor. 23.4 The Contractor and its Subcontractors shall keep such employment and payroll records as are required by Section 220 of the Labor Law. 23.5 At the time the Contractor makes application for each partial payment, the Contractor shall submit to the Commissioner or City Engineer a written payroll certification of compliance

with the prevailing wage, minimum wage and other provisions and stipulations required by Labor Law 220. This certification of compliance with the provisions of this article shall be a condition precedent to payment and no payment shall be made to the Contractor unless and until each such certification shall have been submitted to and received by the Commissioner.

23.6 This Contract is executed by the Contractor with the express warranty and representation that the Contractor is not disqualified under the provisions of Section 220 of the Labor Law for the award of the Contract. 23.7 Any breach or violation of any of the foregoing shall be deemed a breach or violation of a material provision of this Contract, and the grounds for cancellation thereof by the City.

ARTICLE 24. PAYROLL REPORTS

24.1 The Contractor shall maintain on the Site all the original payrolls or transcripts thereof which the Contractor and Subcontractor(s) are required to maintain pursuant to Labor Section 220. The Contractor and Subcontractor(s) shall submit original payrolls or transcripts, subscribed and affirmed by it as true, with each and every payment requisition. The Contractor and Subcontractor(s) shall produce within five (5) Days on the Site of the Work and upon a written order of the Commissioner, City Engineer or Treasurer, such original payrolls or transcripts thereof, subscribed and affirmed by it as true, and the statements signed by each worker. In addition, the Contractor and Subcontractor(s) shall furnish t the Engineer upon written demand any other information to satisfy the Commissioner, City Engineer or Treasurer, that the provisions of this Contract and the Labor Law, as to the hours of employment and rates of wages, are being observed. The Contractor shall maintain the payrolls or transcripts thereof for six (6) years from the date of completion of the Work on this Contract. 24.2 When directed by the City Engineer, the Contractor or Subcontractor shall provide the City Engineer with an attendance sheet for each Day on which Work is performed on the Site. Such attendance sheet shall be in a form acceptable to the Agency and shall provide information for employees of the Contractor and Subcontractor(s).

ARTICLE 25. CONTRACT PRICE

25.1 City will pay and the Contractor agrees to accept in full consideration for Contractor’s performance of the Work subject to the terms and conditions hereof, the lump sum price or unit prices upon which this Contract was awarded, plus the amount required to be paid for any Extra Work ordered by the Commissioner or City Engineer, less credit for any Work omitted under this Contract.

ARTICLE 26. BID BREAKDOWN ON LUMP SUM

26.1 Within fifteen (15) Days after the commencement date specified in Notice to Proceeds, unless otherwise directed by the City Engineer, the Contractor shall submit to the City Engineer a breakdown of its bid price, or of lump sum bid for items of the Contract, showing various operations to be performed under the Contract, as directed in the progress schedule required under this Contract, and the value of each of such operations, the total of such items to equal the lump sum price bid. Said breakdown must be approved in writing by the City Engineer.

26.2 No partial payment will be approved until the Contractor submits a bid breakdown that is acceptable to the City Engineer.

26.3 The Contractor shall also submit such other information relating to the bid breakdown as directed by the City Engineer. Thereafter, the breakdown may be used only for checking the Contractor’s applications for partial payments hereunder, but shall not be binding upon the City, the Commissioner, the City Engineer or the Engineer for any purpose whatsoever.

ARTICLE 27. PAYMENT AND PARTIAL PAYMENTS

27.1 From time to time as the Work progresses satisfactorily but not more often than once a month, the Contractor may submit to the City Engineer a requisition for a partial payment in the prescribed form, which shall contain an estimate of the quantity and the fair value of the Work done during the payment period. The City Engineer will process a payment monthly unless the payment request does not exceed one thousand ($1,000) dollars. If the payment is less than one thousand ($1,000) dollars, the Owner reserves the right to carry forward the value of work until the next process for payment. The Owner will pay the Contractor in accordance with the terms of this contract less any amount previously paid the contractor which have not been suitably discharged and less any retained amount as hereafter described. The owner shall retain five [5] percent of each estimate amount until final completion and acceptance of all work covered by this contract.

27.2 Partial payments may be made for materials, fixtures and equipment in advance of their actual incorporation in the Work, as the Commissioner may approve, and upon the terms and conditions set forth in the General Conditions.

27.3 The Contractor shall also submit to the Commissioner or City Engineer, in connection with every application for partial payment, a verified statement setting forth the information required under Labor Law Section 220-a.

27.4 Within thirty (30) Days after receipt of such satisfactory payment application, the City Engineer will prepare and certify, and the Commissioner will approve, a voucher for a partial payment in the amount of such approved estimate, less any and all deductions authorized to be made by the Commissioner under the term of this Contract or by Law.

ARTICLE 28. PROMPT PAYMENT

28.1 The Contractor shall pay each Subcontractor or Materialman not later than seven (7) Days after receipt of payment out of amounts paid to the Contractor by the City for Work performed by the Subcontractor or Materialman under this Contract.

28.2 The Contractor shall include in each of its subcontracts a provision requiring each Subcontractor to make payment to each of its Subcontractors or suppliers for Work performed under this Contract in the same manner and within the same time period set forth above.

ARTICLE 29. FINAL PAYMENT

29.1 After completion and Final Acceptance of the Work, the Contractor shall submit all required certificates and documents, including Release of Liens, together with a requisition for the balance claimed to be due under the Contract, less the amount authorized to be retained for maintenance under Article 14. A verified statement similar to that required in connection with applications for partial payments shall also be submitted to the Commissioner.

29.2 Preparation of Final Voucher: Upon determining the balance due hereunder, other than on account of claims, the City Engineer will prepare and certify, for the Commissioner’s approval, a voucher for final payment in that amount less any and all deductions authorized to be made by the Commissioner under this Contract or by Law. In the case of a lump sum Contract, the Commissioner shall certify the voucher for final payment within thirty (30) Days from the date of completion and acceptance of the Work, provided all requests for extensions of time have been acted upon.

29.2.1 All prior certificates and vouchers upon which partial payments were made, being merely estimates made to enable the Contractor to prosecute the Work more advantageously, shall be subject to correction in the final voucher, and the certification of the City Engineer thereon and the approval of the Commissioner thereof, shall be conditions precedent to the right of the Contractor to receive any money hereunder. Such final voucher shall be binding and conclusive upon the Contractor. 29.2.2 Payment pursuant to such final voucher, less any deductions authorized to be made by the Commissioner under this Contract or by Law, shall constitute the final payment, and shall be made by the Treasurer within thirty (30) Days after the filing of such voucher in his/her office.

ARTICLE 30. OWNER’S RIGHT TO WITHHOLD PAYMENTS.

30.1 The Owner may withhold from the Contractor so much of any approved payments due him as may in the judgment of the Owner be necessary:

30.1(a) to assure the payment of just claims then due and unpaid of any persons supplying labor or materials for the work; 30.1(b) to protect the Owner from loss due to defective work not remedied; or

30.1(c) to protect the Owner from loss due to injury to persons or damage to the work or property of other Contractors, Sub-Contractors, or any of his Sub-Contractors.

30.2 The Owner shall have the right to apply any such amounts so withheld in such manner as the Owner may deem proper to satisfy such claims or to secure such protection. Such application of such money shall be deemed payments for the account of the Contractor.

ARTICLE 31. ACCEPTANCE OF FINAL PAYMENT

31.1 The acceptance by the Contractor, or by anyone claiming by or through it, of the final payment, whether such payment be made pursuant to any judgment of any Court, or otherwise, shall constitute and operate as a release to the City from any and all claims of and liability to the Contractor for anything heretofore done or furnished for the Contractor relating to or arising out of this Contract and the Work done hereunder, and for any prior act, neglect or default on part of the City or any of its officers, agents or employees, excepting only a claim against the City for the amounts deducted or retained in accordance with the terms and provisions of this Contract or by Law, and excepting any claims, not otherwise invalid, or any pending dispute resolution procedures which are contained in the verified statement filed with the Contractor’s final requisition pursuant to the terms of this Contract.

31.2 The Contractor is warned that the execution by it of a release, in connection with the acceptance of the final payment, containing language purporting to reserve claims other than those herein specifically excepted from the operation of this article, or those for amounts deducted by the Commissioner from the final requisition or by the Treasurer from the final payment as certified by the City Engineer and approved by the Commissioner, shall not be effective to reserve such claims, anything stated to the Contractor orally or in writing by any officer, agent or employee of the City to the contrary notwithstanding.

31.3 Should the Contractor refuse to accept final payment as tendered by the Treasurer, it shall constitute a waiver of any right to interest thereon.

ARTICLE 32. COMMISSIONER’S RIGHT TO DECLARE CONTRACTOR IN DEFAULT

32.1 In addition to those instances specifically referred to in other Articles herein, the Commissioner shall have the right to declare the Contractor in default of this Contract if:

32.1.1 The Contractor fails to commence Work when notified to do so by the Commissioner or City Engineer; or if

32.1.2 The Contractor shall abandon the Work; or if 32.1.3 The Contractor shall refuse to proceed with the Work when and as directed by the Commissioner or City Engineer; or if 32.1.4 The Contractor shall, without just cause, reduce its working force to a number which, if maintained, would be insufficient, in the opinion of the Commissioner or City Engineer, to complete the Work in accordance with the Progress Schedule; or if 32.1.5 The Contractor shall fail or refuse to increase sufficiently such working force when ordered to do so by the Commissioner; or if 32.1.6 The Contractor shall sublet, assign, transfer, convert or otherwise dispose of this Contract other than as herein specified; or sell or assign a majority interest in the Contractor; or if 32.1.7 The Contractor fails to secure and maintain all required insurance; or if 32.1.8 A receive or receivers are appointed to take charge of Contractor’s property or affairs, which is not dismissed within twenty (20) days after such appointment, or the proceedings in connection therewith shall not be stayed on appeal within the said twenty (20) days; or if 32.1.9 The Commissioner shall be of the opinion that the Contractor is or has been unnecessarily or unreasonably or willfully delaying the performance and completion of the Work, or the award of necessary subcontracts, or the placing of necessary material and equipment orders; or if 32.1.10 The Commissioner shall be of the opinion that the Contractor is or has been willfully or in bad faith violating any of the provisions of this Contract; or if 32.1.11 The Commissioner shall be of the opinion that the Work cannot be completed within the time herein provided therefor or within the time to which such completion may have been extended; provided, however, that the impossibility of timely completion is, in the Commissioner’s opinion, attributable to conditions within the Contractor’s control; or if 32.1.12 The Work is not completed within the time herein provided therefor or within the time to which the Contractor may be entitled to have such completion extended; or if 32.1.13 Any statement or representation of the Contractor in the Contract or in any document submitted by the Contractor with respect to the Work, the Project, or the Contract (or for purposes of securing the Contract) was untrue or incorrect when made; or if

32.1.14 The Contractor or any of its officers, directors, partners, five percent (5%) shareholders, principals, or other persons substantially involved in its activities, commits any of the acts or omission of an illegal nature; or if 32.1.15 The Contractor shall be adjudged bankrupt or make an assignment for the benefit of creditors; or if 32.1.16 The Contractor shall fail to make prompt payment to persons supplying labor or materials for the work; or if 32.1.17 The Contractor shall fail or refuse to regard and adhere to the Laws or ordinances that apply to this Contract, or the instructions of the City Engineer.

32.2 Before the Commissioner shall exercise his/her right to declare the Contractor in default,

the Commissioner shall give the Contractor an opportunity to be heard, upon not less than two (2) days’ notice.

ARTICLE 33. EXERCISE OF THE RIGHT TO DECLARE DEFAULT

33.1 The right to declare Contractor in default for any of the grounds specified or referred to in the previous article shall be exercised by sending the Contractor a notice, signed by the Commissioner, setting forth the ground or grounds upon which such default is declared (hereinafter referred to as a “Notice of Default”).

33.2 The Commissioner’s determination that the Contractor is in default shall be conclusive, final and binding on the parties and such a finding shall preclude the Contractor from commencing a plenary action for any damages relating to the Contract. If the Contractor protests the determination of the Commissioner, the Contractor may commence a lawsuit in a court of competent jurisdiction of the State of New York under Article 78 of the New York Civil Practice Law and Rules.

ARTICLE 34. QUITTING THE SITE

34.1 Upon receipt of such Notice of Default the Contractor shall immediately discontinue all further operations under this Contract and shall immediately quit the Site, leaving untouched all plant, materials, equipment, tools and supplies then on the Site.

ARTICLE 35. COMPLETION OF THE WORK

35.1 The Commissioner, after declaring the Contractor in default, may then have the Work completed by such means and in such manner, by Contract with or without public letting, or otherwise, as he/she may deem advisable, utilizing for such purpose such of the Contractor’s

plant, materials, equipment, tools and supplies remaining on the Site, and also such Subcontractors, as he/she may deem advisable.

35.2 After such completion, the Commissioner shall make a certificate stating the expense incurred in such completion, which shall include the cost of re-letting and also the total amount of liquidated damages (at the rate provided for in the Contract Documents) from the date when the Work should have been completed by the Contractor in accordance with the terms hereof to the date of actual completion of the Work. Such certificate shall be binding and conclusive upon the Contractor, its Sureties, and any person claiming under the Contractor, as to the amount thereof.

35.3 The expense of such completion, including any and all related and incidental costs, as co certified by the Commissioner, and any liquidated damages assessed against the Contractor, shall be charged against and deducted out of monies which are earned by the Contractor prior to the date of default. Should the expense of such completion, as certified by the Commissioner, exceed the total sum which would have been payable under the Contract if it had been completed by the Contractor, any excess shall be paid by the Contractor.

ARTICLE 36. PARTIAL DEFAULT

36.1 In case the Commissioner shall declare the Contractor in default as to a part of the Work only, the Contractor shall discontinue such part, shall continue performing the remainder of the Work in strict conformity with the terms of this Contract, and shall in no way hinder or interfere with any other Contractor(s) or persons whom the Commissioner may engage to complete the Work as to which the Contractor was declared in default.

36.2 The provisions of this Contract relating to declaring the Contractor in default as to the entire Work shall be equally applicable to a declaration of partial default, except that the Commissioner shall be entitled to utilize for completion of the part of the Work as to which the Contractor was declared in default only such plant, materials, equipment, tools and supplies as had been previously used by the Contractor on such part.

ARTICLE 37. PERFORMANCE OF UNCOMPLETED WORK

37.1 In completing the whole or any part of the Work under the provision of this Contract, the Commissioner shall have the power to depart from or change or vary the terms and provisions of this Contract, provided, however, that such departure, change or variation is made for the purpose of reducing the time or expense of such completion. Such departure, change or variation, even to the extent of accepting a lesser or different performance, shall not affect the conclusiveness of the Commissioner’s certificate of the cost of completion referred to in this Contract, nor shall it constitute a defense to an action to recover the amount by which such certificate exceeds the amount which would have been payable to the Contractor hereunder but for its default.

ARTICLE 38. OTHER REMEDIES

38.1 In addition to the right to declare the Contractor in default pursuant to this Contract, the Commissioner shall have the absolute right, in his/her sole discretion and without a hearing, to complete or cause to complete in the same manner as described in this Contract, any or all unsatisfactory or uncompleted punch list Work that remains after the completion date specified in the Final Approved Punch List. A written notice of the exercise of this right shall be sent to the Contractor who shall immediately quit the Site in accordance with the provisions of this Contract.

38.2 Any remedies contained in the Contract shall be in addition to any and all other legal or equitable remedies available to the parties.

38.3 The exercise by the City of any remedy set forth herein shall not be deemed a waiver by the City of any other legal or equitable remedy contained in this Contract or provided under Law.

ARTICLE 39. TERMINATION BY THE CITY

39.1 In addition to termination pursuant to any other article of this Contract, the Commissioner may, at any time, terminate this Contract by written notice to the Contract. In the event of termination, the Contractor shall, upon receipt of such notice, unless otherwise directed by the Commissioner:

39.1.1 Stop Work on the date specified in the notice;

39.1.2 Take such action as may be necessary for the protection and preservation of the City’s materials and property; 39.1.3 Cancel all cancelable orders for material and equipment; 39.1.4 Assign to the City and deliver to the Site or another location designated by the Commissioner, any no-cancelable orders for material and equipment that is not capable of use except in the performance of this Contract and has been specifically fabricated for the sole purpose of this Contract and not incorporated in the Work; 39.1.5 Take no action which will increase the amounts payable by the City under this Contract.

39.2 In the event of termination by the City pursuant to this article, payment to the Contractor will be for work completed prior to the termination:

39.2.1 On lump sum Contracts or on lump sum items, payment shall be on a pro rata portion of the lump sum bid amount, plus approved change orders, based on the percent

completion of Work, as determined by the Commissioner less all payments previously made to the Contractor. For purpose of determining the pro rata portion of this lump sum bid amount to which the Contractor is entitled, the Bid Breakdown submitted by Contractor for this Contract shall be considered but not dispositive. The Commissioner’s determination hereunder shall be final, binding and conclusive.

39.2.2 On unit price contracts or items, payment for all completed units will be the unit price stated in the Contract, and for units that have been ordered but are only partially completed, payment will be a pro rata portion of the unit price stated in the Contract based upon the percent completion of the unit, less any payments previously made pursuant to this Contract.

39.3 In no event shall any payments under this article exceed the Contract price for such items.

39.4 The City may deduct or set off against any sums due and payable pursuant to this article, any deductions authorized by this Contract or by Law (including but not limited to damages) and any claims it may have against the Contractor. The City’s exercise of the right to terminate the Contract pursuant to this article shall not impair or otherwise affect the City’s right to assert any claims it may have against the Contractor in a plenary action.

39.5 Where the Work covered by the Contract has been substantially completed, as determined in writing by the Commissioner, termination of the Work shall be handled as an omission of Work pursuant to this Contract, in which case a Change Order will be issued to reflect an appropriate reduction in the Contract Sum, or if the amount is determined after final payment, such amount shall be paid by Contractor.

ARTICLE 40. NO DISCRIMINATION

40.1 The Contractor specifically agrees that:

40.1.1 In the hiring of employees for the performance of Work under this Contract or any subcontract hereunder, neither the Contractor, Subcontractor, nor any person acting on behalf of such Contractor or Subcontractor, shall by reason of race, creed, color or national origin discriminate against any citizen of the State of New York who is qualified and available to perform the Work to which the employment relates;

40.1.2 It will not engage in any unlawful discrimination against any employees or applicant for employment because of race, creed, color, national origin, sex, age, disability, marital status or sexual orientation with respect to all employment decisions including, but not limited to, recruitment, hiring, upgrading, demotion, downgrading, transfer, training, rates of pay or other forms of compensation, layoff, termination, and all other terms and conditions of employment;

40.1.3 It will not engage in any unlawful discrimination in the selection of Subcontractors on the basis of the owner’s race, color, creed, national origin, sex, age, disability, marital status or sexual orientation.

40.2 Remedies for Violating Non-Discrimination:

40.2.1 There may be deducted from the amount payable to the Contractor by the City under this Contract a penalty of one hundred dollars ($100.00) for each person for each Day during which such person was discriminated against or intimidated in violation of the provisions of this Contract;

40.2.2 This Contract may be cancelled or terminated by the City and all moneys due or to become due hereunder may be forfeited, for a second or any subsequent violation(s) of the terms or conditions of this article.

ARTICLE 41 . MISCELLANEOUS PROVISIONS

41.1 No Claims Against Officers, Agents or Employees: No claim whatsoever shall be made by the Contractor against any officer, agent or employee of the City for, or on account of, anything done or omitted to be done in connections with this Contract.

41.2 Notices: The Contractor hereby designates the business address specified in its bid, as the place where all notices, directions or other communications to the Contractor may be delivered, or to which they may be mailed. Actual delivery of any such notice, direction or communication to the aforesaid place, or depositing it in a postpaid wrapper addressed thereto in any post office box (P.O. Box) regularly maintained by the United States Postal Service, shall be conclusively deemed to be sufficient service thereof upon the Contractor as the date of such delivery or deposit. Such address may be changed at any time by an instrument in writing, executed and acknowledged by the Contractor, and delivered to the Commissioner. Nothing herein shall preclude, are render inoperative the service of any notice, direction or communication upon the Contractor personally, or, if the Contractor is a corporation, upon any officer thereof.

41.3 Unlawful Provisions Stricken: If this Contract contains any unlawful provision not an essential part of the Contract and which shall not appear to have been a controlling or material inducement to the making thereof, the same shall be deemed of no effect and shall, upon notice by either party, be deemed stricken from the Contract without effecting the binding force of the remainder.

41.4 All Legal Provisions Deemed Included: It is the intent and understanding of the parties to this Contract that each and every provision of Law required to be inserted in this Contract shall be and is inserted herein. Furthermore, it is hereby stipulated that every such provision is to be deemed to be inserted herein, and if, through mistake or otherwise, any such provision is not inserted, or is not inserted in correct form, then this Contract shall forthwith upon the application of either party may be amended by such insertion so as to comply strictly with the Law and without prejudice to the rights of either party hereunder.

41.5 Tax Exemption: The City is exempt from payment of Federal, State, local taxes and Sales and Compensation Use Taxes of the State of New York and of cities and counties on all materials and supplies sold to the City pursuant to the provisions of this Contract. These taxes are not to be included in bids. However, this exemption does not apply to tools, machinery,

equipment or other property leased by or to the Contractor or a Subcontractor, or to supplies and materials which even though they are consumed, are not incorporated into the completed Work (consumable supplies), and the Contractor and its Subcontractors shall be responsible for and pay any and all applicable taxes, including Sales and Compensation Use Taxes, on such leased tools, machinery, equipment or other property and upon all such unincorporated supplies and materials.

41.6 Choice of Law, Consent to Jurisdiction and Venue: This Contract shall be deemed to be

executed in the City of Rome, New York, County of Oneida, New York, State of New York regardless of the domicile of the Contractor, and shall be governed by and construed in accordance with the Laws of the State of New York and the Laws of the United States, where applicable. The parties agree that any and all claims asserted against the City arising under this Contract or related thereto shall be heard and determined in the courts of the State of New York or Courts of the United States located in Oneida County, New York.

IN WITNESS WHEREOF, the parties have executed this Contract on the day and year first

written above.

THE CITY OF ROME, NEW YORK

By: _____________________________________ (Signature of Mayor)

________________________________________

(Printed Name of Mayor)

MAYOR

_________________________________________ (Contractor’s Name)

By: _____________________________________

(Signature of Executing Officer)

_______________________________________

(Printed Name of Officer)

_________________________ (Title)

_________________________________________ City Clerk (ACKNOWLEDGMENT OF OFFICER OF OWNER EXECUTING CONTRACT) STATE OF NEW YORK } } ss. COUNTY OF ONEIDA } On this _____________ day of ____________________, 2_____ before me personally came and appeared_____________________________________________________ to me known, who being duly sworn, did depose and say that he/she is the ________________________ of the City of Rome, New York, described herein, and he/she executed the foregoing instrument; that by virtue of the authority conferred on him by law he/she subscribed his name to the foregoing instrument and that he/she executed the same for the purposes therein mentioned. _____________________________ (seal) Notary Public

(ACKNOWLEDGMENT OF CONTRACTOR, IF A CORPORATION) STATE OF ___________________}

} ss. COUNTY OF _________________} On this _____________________ day of _______________, 2___ before me personally came and appeared ______________________________________________, to me personally known, who being by me duly sworn did depose and say that he resides at __________________________________________________; that he/she is the ________________of ________________________________________, the corporation described herein, and which executed the foregoing instrument; that he/she knows the seal of said corporation; that one of the seals affixed to said instrument is such seal; that it was so affixed by order of the directors of said Corporation, and that he/she signed his name thereto by like order. ______________________________ Notary Public (seal) (ACKNOWLEDGMENT OF CONTRACTOR, IF A PARTNERSHIP) STATE OF ______________________}

}ss COUNTY OF ____________________} On this ___________________day of _______________, 2____ before me personally came and appeared __________________________________________________ to me personally known, and known to me to be one of the members of the firm ________________________________________________________, the partnership described herein, and who executed the foregoing instrument and he/she acknowledged to me that he/she executed the same as and for the act and deed of said firm. __________________________ Notary Public (seal)

(ACKNOWLEDGMENT OF CONTRACTOR, IF AN INDIVIDUAL) STATE OF _____________________} } ss: COUNTY OF ____________________} On this _________________ day of ___________________, 2____ before me personally came and appeared______________________________________________, to me known to be the person described in, and who executed the foregoing instrument and acknowledged that he executed the same. _____________________________ Notary Public (seal) I, the undersigned, _______________________________________ the duly authorized and acting legal representative of THE CITY OF ROME, NEW YORK, do hereby certify as follows: I have examined the foregoing contract and surety bond and the manner of execution thereof, and I am of the opinion that each of the aforesaid agreements has been duly executed by the proper parties thereto acting through their authorized representatives; that said representatives have full power and authority to execute said agreements on behalf of the respective parties named thereon; and that the foregoing agreements constitute valid and legally binding obligations upon the parties executing the same in accordance with the terms, conditions and provisions thereof.

_________________________________________ Corporation Counsel

Dated: _______________________

GENERAL MUNICIPAL LAW STATE OF NEW YORK Section 103-a Effective July 1,1969 "Upon the refusal of a persons, when called before a Grand Jury to testify concerning any transaction or contract had with the State, any political subdivision thereof, a public authority or with any public department, agency or official of the State or any political subdivision thereof or of 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 persons, 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 year 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 canceled 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, all pertinent to Section 103-a of the General Municipal Law of the State of New York."

EQUAL EMPLOYMENT OPPORTUNITY EXECUTIVE ORDER 11246 PART II - NONDISCRIMINATION IN EMPLOYMENT BY GOVERNMENT CONTRACTORS AND SUBCONTRACTORS 1. The Contractor will not discriminate against any employee or applicant for employment because of

race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that

applicants are employed, and that employees are treated during employment, without regard to their

race, color, religion, sex or national origin. Such action shall include, but not be limited to the

following, employment, upgrading, demotion, or transfer; recruitment advertising; layoff or termination;

rates of pay or other forms of compensation; and selection for training, including apprenticeship. The

Contractor agrees to post in conspicuous places, available to employees and applicants for employment,

notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination

clause.

2. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the

Contractor, state that all qualified applicants will receive consideration for employment without regard

to race, color, religion, sex, or national origin.

3. The Contractor will send to each labor union or representative of workers with which he has a

collective bargaining agreement or other contract or understanding, a notice, to be provided by the

agency contracting officer, advising the labor union or workers' representative of the Contractors'

commitments under Section 202 of Executive Order 11246 of September 24, 1965, and shall post copies

of the notice in conspicuous places available to employees and applicants for employment.

4. The Contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965,

and of the rules, regulations, and relevant orders of the Secretary of Labor.

5. The Contractor will furnish all information and reports required by Executive Order No. 11246 of

September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant

thereto, and will permit access to his books, records, and accounts by the contracting agency and the

Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations,

and orders.

6. In the event of the Contractor's noncompliance with the non-discrimination clauses of this contract or

with any of such rules, regulations, or orders, this Contract may be canceled, terminated or suspended in

whole or in part and the contractor may be declared ineligible for further Government contracts in

accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, or by rule,

regulation, or order of the Secretary of Labor, or as otherwise provided by law.

7. The Contractor will include the provisions of Paragraphs 1 through 7 in every subcontract or purchase

order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to

Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be

binding upon each subcontractor or vendor. The Contractor will take such action with respect to any

subcontract or purchase order as the contracting agency may direct as a means of enforcing such

provisions including sanctions for noncompliance, PROVIDED, HOWEVER, that in the even the

Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a

result of such directions by the contracting agency, the Contractor may request the United States to enter

into such litigation to protect the interest of the United States.

WORKERS' COMPENSATION LAW. Section 57 Restriction on Issue of permits and the entering into Contract unless compensation is secured.

1. The head of a state or municipal department, board, commission or office authorized or

required by law to issue any permit for or in connection with any work involving the employment of

employees in a hazardous employment defined by this chapter, and notwithstanding any general or

special statute requiring or authorizing the issue of such permits, shall not issue such permit unless proof

duly subscribed by an insurance carrier is produced in a form satisfactory to the chair, that compensation

for all employees has been secured as provided by this chapter. Nothing herein, however, shall be

construed as creating any liability on the part of such state or municipal department, board, commission

or office to pay any compensation to any such employee if so employed.

2. The head of a state or municipal department, board, commission or office authorized or

required by law to enter into any contract for or in connection with any work involving the employment

of employees in a hazardous employment defined by this chapter, notwithstanding any general or special

statute requiring or authorizing any such contract, shall not enter into any such contract unless proof

duly subscribed by an insurance carrier is produced in a form satisfactory to the chair, that compensation

for all employees has been secured as provided by this chapter.

C-105.2 (10-94) Reverse

State of New York WORKERS’ COMPENSATION BOARD THIS AGENCY EMPLOYS AND SERVES PEOPLE WITH DISABILITIES WITHOUT DISCRIMINATION. ROBERT R. SNASHAIL CHAIRMAN Dear Sir/Madam: The Workers' Compensation Law requires that a New York State or municipal agency, department, board, commission or office issues any permit or license, the applicant must submit, to such agency or department, proof that he or she has obtained the required workers' compensation and disability benefits coverage, or that he or she is not required to provide coverage under these Laws. (See attached copies of Section 57 of the Workers' Compensation Law and Section 220, subd. 8 of the Disability Benefits Law.) These requirements also apply to the renewal of an application for a permit or license, and any and all work covered by the permit or license, whether or not a governmental agency is involved. In addition, effective April 7, 1993, Chapter 213 amended the above Laws to require that before a New York State or municipal agency, department, board, commission or office enters into any contract, the contractor must also submit proof that he or she has obtained the required workers' compensation and disability benefits coverage, or that he or she is not required to provide coverage. These requirements also apply to the renewal of such contracts. I would appreciate your notifying the permit-issuing and contract-making agencies or departments within your jurisdiction of these requirements so that they may be able to comply with the Law. State Agencies are specifically requested to notify each department or group within their agency, which issues licenses or permits or makes contracts, of the Law's requirements. Enclosed are samples of Forms C-105.2 and DB-120.1 (Certificates of Insurance), and Form SI-12 (Affidavit Certifying That Compensation has Been Secured), which are designed to provide necessary proof of coverage when completed by the insurance canter and/or the Workers' Compensation Board. Also enclosed is a sample of Form DB-155 (Compliance with DB Law), which may be submitted by self-insured employers under Disability Benefits Law as acceptable proof that disability benefits coverage has been obtained. Please note that it is acceptable for employers insured by the State Insurance Fund to submit the Fund's computer generated certificate of insurance as proof of coverage, Form U-26.3 (sample enclosed), in place of prescribed Form C-105.2. Employers who are not required by Law to provide workers' compensation and/or disability benefits coverage must submit Form C-105.21 (Statement That Applicant Does Not Require W.C. or D.B. Coverage), which when completed by the Workers' Compensation Board is proof that the applicant is not required to carry either type of insurance.

Thank you for your assistance in the enforcement of the above. If you require additional information regarding this or any other workers' compensation or disability benefits matter, please feel free to contact WC Compliance, Workers' Compensation Board, 100 Broadway-Menands, Albany, New York 12241 telephone number (518) 486-51171. DISABILITY BENEFITS LAW Section 220 Penalties 8. (a) The head of a state or municipal department, board, commission or office authorized or required by law to issue any permit for or in connection with any work involving the employment of employees in employment as defined in this article, and not with standing any general or special statute requiring or authorizing the issue of such permits, shall not issue such permit unless proof duly subscribed by an insurance carrier is produced in a form satisfactory to the chair, that the payment of disability benefits for all employees has been secured as provided by this article. Nothing herein, however, shall be construed as creating any liability on the part of such state or municipal department, board, commission or office to pay any disability benefits to any such employee d so employed. (b) The head of a state or municipal department, board, commission or office authorized or required by law to enter into any contract for or in connection with any work invoking the employment of employees in employment as defined in this article, and notwithstanding any general or special statute requiring or authorizing any such contract, shall not enter into any such contract unless proof duly subscribed by an insurance carrier is produced in a form satisfactory to the chair, that the payment of disability benefits for ail employees has been secured as provided by this article.

INFORMATION TO BIDDERS

INFORMATION TO BIDDERS 1. RECEIPT OF BIDS.

The City of Rome, New York (hereinafter “Owner” or “City”), invites bids on the form attached hereto, all blanks on which must be appropriately filled in.

All bids must be enclosed in a sealed envelope or container, which will be addressed to “Board of Estimate and Contract, City of Rome, New York,” and shall be endorsed The Owner may consider as informal any bid not prepared and submitted in accordance with the provisions hereof.

SPECIAL NOTICE TO BIDDERS FOR:

1. BID SECURITY.

Each bid must be accompanied by cash, Bid Bond, or by the certified check of the bidder in amount not less than five percent (5%) of the amount of the bid.

2. LIQUIDATED DAMAGES. (Execution of Contract and Bond)

The successful bidder, upon his failure, or refusal, to execute and deliver the contract and bond required within ten (10) days after he has received notice of the acceptance of his bid, shall be subject to Liquidated Damages as set forth at Table 108-1 of Section 200--INFORMATION TO BIDDERS, attached hereto.

2. QUALIFICATION OF BIDDERS.

In determining the qualifications of a Bidder, the Owner will consider his record in the performance of any contracts for construction work into which he may have previously entered with the Owner, or with public bodies or corporations, and the Owner expressly reserves the right to reject the Bid of such Bidder if such record discloses that such Bidder, in the opinion of the Owner has not properly performed such Contracts or has habitually and without just cause neglected the payment of bills or has otherwise disregarded his obligations to Subcontractors, material men or employees.

The Owner may make such investigation as he deems necessary to determine the ability of the Bidder to perform the work, and the Bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any Bid if the evidence submitted by or investigation of such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. Conditional bids will Owner, as liquidated damages for such failure, or refusal, the security deposited with his bid.

3. CONDITIONS OF WORK.

Each Bidder must inform himself fully of the conditions relating to the construction and labor under which the work is now or will be performed, failure to do so will not relieve a successful Bidder of his obligation to furnish all material and labor necessary to carry out the provisions of the Contract documents and to complete the contemplated work for the consideration set forth in his Bid.

4. CONSTRUCTION TERMS AND CONDITIONS.

The Bidder is warned that (1) the Construction Terms and Conditions hereinafter fully set forth in the Form of Contract will be rigidly enforced; (2) preference in the employment of workers shall be given to persons living in Rome, New York.

5. SECURITY FOR FAITHFUL PERFORMANCE.

Simultaneously with his delivery of the executed contract, the successful bidder must deliver to the Owner an executed bond in the amount of one hundred percent (100%) of the accepted Bid as security for the faithful performance of his contract and for the payment of all persons performing labor and furnishing materials in connection therewith, and having as surety thereon such surety company, or companies, as are acceptable to and approved by the Owner.

6. UNIT PRICES.

Proposals must be filled in on proposal sheets attached. The blank spaces in the proposal must be filled in as noted, and no change shall be made in the phraseology of the proposal or in the items mentioned therein. All unit prices to be written in words in the spaces provided and in figures in the space provided.

Proposals that contain any omissions, erasures, alterations, additions or items not called for in the itemized proposal, or that contain irregularities of any kind, may be rejected as informal.

7. TIME FOR COMPLETION.

The completion date for the project is December 15, 2017. Refer to the “Extensive Liquidated Damages Procedure” set forth in first three pages of Information to Bidders. (Section 200)

8. OBLIGATION OF BIDDER.

At the time of the opening of Bids each Bidder will be presumed to have inspected the site and to have read and to be thoroughly familiar with the Plans and Contract Documents. The failure or omission of any Bidder to receive or examine any form, instrument or document shall in no way relieve any Bidder from any obligation in respect to his Bid.

9. INTENT OF CONTRACT.

The attention of persons intending to make Proposals is specifically called to that paragraph of the Contract which debars a Contractor from pleading misunderstanding or deception because of estimates of quantifies, character, location or other conditions surrounding same.

10. AWARD OF CONTRACT.

The Board of Estimate and Contract reserves the right to reject any or all Proposals, and may advertise for new Proposals, if in its opinion the best interests of the City will thereby be promoted.

After Bids have been opened and tabulated, the Contract shall be awarded to the lowest responsible Bidder. Upon award of the Contract, the Bidder to whom the Contract is awarded shall be referred to as the “Contractor”. The contract will be awarded based on the base bid and any combination of alternate bid items as deemed in the best interest of the City by the Commissioner of Public Works.

11. ESTIMATES AND PAYMENTS. In computing amounts in estimate of work done the unit price bid will be used.

Payment of all estimates, including the final, will be made only for actual quantities involved in executing the Contract, and this determination as to the quantities involved in this contract shall be accepted as final, conclusive and binding upon the Contractor.

Upon the completion of the required work as shown on the Plans and Specifications, should the final estimate of quantities show either an increase, or decrease from the approximate estimate of quantities, then such variation will be computed at the unit price bid.

12. SCOPE OF WORK.

Shall be directed by the Engineer in charge (hereinafter as “Engineer in charge”, “E. I.C.” or “Engineer”), and said Engineer shall either be the City Engineer, or an Engineer, Architect or Construction Manager hired by City, whichever the case may be. All items of work in this

contract shall be governed by the New York State Department of Transportation specifications unless explicit instructions are included in these contract documents for any item of work. The Contractor shall obtain all work permits necessary to do work herein contained.

During the performance of this contract, the Contractor agrees as follows:

a) The Contractor will not discriminate against any employee or applicant for employment because of race, creed, color or national origin, and will take affirmative action to insure that they are afforded equal employment opportunities without discrimination because of race, creed, color or national origin. Such action shall be taken with reference, but not be limited to: recruitment, employment, job assignment, promotion, upgrading, demotion, transfer, layoff or termination, rates of pay or other forms of compensation, and selection for training or retraining, including apprenticeship and on-the-job training;

b) The Contractor will send to each labor union or representative of workers with which he has or is bound by a collective bargaining or other agreement or understanding, a notice to be provided by the State Commission for Human Rights, advising such labor union or representative of the Contractor's agreement under clauses (a) through (9) (hereinafter called “non-discrimination clauses"). If the Contractor is directed to do so by the contracting agency as such labor union or representative to furnish him with a written statement that such labor union or representative will not discriminate because of race, creed, color or national origin and that such labor union or representative either will affirmatively cooperate, within the limits of its legal and contractual authority, in the implementation of the policy and provisions of these non-discrimination clauses or that it consents and agrees that recruitment, employment and the terms and conditions of employment under this contract shall be in accordance with the purposes and provisions of these non-discrimination clauses. If such labor union or representative fails or refuses to comply with such a request that furnishes such a statement, the Contractor shall promptly notify the State Commission for Human Rights of such failure or refusal; c) The Contractor will post and keep posted in conspicuous places, available to employees and applicants for employment, notices to be provided by the State Commission for Human Rights setting forth the substance of the provision of clauses to) and (b) and such provisions of the State's laws against discrimination as the State Commission for Human Rights shall determine;

d) The Contractor will state, in all solicitations, or advertisements for employees placed by or on behalf of the Contractor, that all qualified applicants will be afforded equal opportunities without discrimination because of race, creed, color or national origin;

e) The Contractor will comply with the provisions of Sections 291-299 of the Executive Law and the Civil Rights Law, will furnish all information and reports deemed necessary by the State Commission for Human Rights under these non-discrimination clauses and such sections of the Executive Law, and will permit access to his books, reports and accounts by the State Commission for Human Rights, the Attorney General and the Industrial Commissioner for the purposes of investigation to ascertain compliance with these non-discrimination clauses and such sections of the Executive Law and Civil Rights Law;

f) The Contract may be forthwith canceled, terminated or suspended, in whole or in part, by the contracting agency upon the basis of a finding made by the State Commission for Human Rights that the Contractor has not complied with these non-discrimination clauses, and the Contractor may be declared ineligible for future contracts made by or on behalf of the State or a public authority or agency of the State, until he satisfies the State Commission for Human Rights that he has established and is carrying out a program in conformity with the provisions of these non-discrimination clauses. Such findings shall be made by the State Commission for Human Rights after conciliation efforts by the Commission have failed to achieve compliance with these non-discrimination clauses and after a verified complaint has been filed with the Commission, notice thereof has been given to the Contractor and an opportunity has been afforded him to be hear publicly before three members of the Commission. Such sanctions may be imposed and remedies involved independently of or in addition to sanctions and remedies otherwise provided by law;

g) The Contractor will include the provisions of clause (a) through (f) in every subcontract or purchase order in such a manner that such provisions will be binding upon each Subcontractor or vendor as to operations to be performed within the State of New York. The Contractor will take such action in enforcing such provisions of such subcontract or purchase order as the contracting agency may direct, including sanctions or remedies for non-compliance. If the Contractor becomes involved in or is threatened with litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the Contractor shall promptly so notify the Attorney General, requesting him to intervene and protect the interests of the State of New York.

INFORMATION TO BIDDERS

The City of Rome recognizes the importance of having public works projects completed efficiently, on time and within budget. The City further understands an important element in obtaining these goals is the utilization of capable, well-trained persons. The City acknowledges that Trade Unions are a potential source of such persons.

The City recognizes the possibility for individual contractors to enter into agreements with Labor Unions for the provision of skilled laborers and encourages the execution of such agreements.

The City of Rome will give significant attention to Contractors utilizing Union labor and to Contractors whom agree to the use of project labor agreements with the local trades. FAILURE TO COMPLETE WORK ON TIME

For each calendar day that any work shall remain uncompleted after the Contract date specified for the completion of the work provided for in the Contract, the amount per calendar day specified in Table 108-1, Schedule of Liquidated Damages will be deducted from any money due the Contractor, not as a penalty but as liquidated damages; provided, however, that due account shall be taken of any

adjustment of the contract time for completion of the work as provided for elsewhere in the Contract or Specifications.

Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its completion or after the date to which the time for completion may have been extended will in no way operate as a waiver on the part of the City of any of its rights under the contract.

The Commissioner of Public Works (hereinafter referred to as “Commissioner”) may waive such portions of the liquidated damages as may accrue if he deems the work is in such condition as to be safe and convenient for the use by the traveling and/or parking public.

The assessing of liquidated damages shall be, in addition to Engineering charges as provided for in 108-04 Extension of Time, of these specifications. TABLE 108-1 SCHEDULE OF LIQUIDATED DAMAGES Original Contract Amount Liquidated Damages From More Than To and Including Per Calendar Day $ 0 $ 25,000 $ 50 $25,001 $ 50,000 $ 75 $50,001 $100,000 $ 200 $100,001 $500,000 $ 500 $500,001 $2,000,000 $ 600 $2,000,001 $5,000,000 $700 $5,000,000 $10,000,000 $800 $10,000,000 $1,000 NOTE: Liquidated Damages for Special very large contracts will be specified in the contract proposal. EXTENSION OF TIME

When the work embraced in the Contract is not completed on or before the date specified therein, all appropriate engineering and inspection expenses incurred by the City, its consultants and inspection agencies, and by railroad companies, from the scheduled contract completion date to the final date of completion of the work, may be charged to the Contractor. When assessed, the charges shall be deducted from any moneys due the Contractor.

Before assessing such charges, the Commissioner will give due consideration to factors attributing to such delay due to extenuating circumstances beyond the control of the Contractor limited to the following:

1. The work or the presence on the Contract site of any third party, including but not limited to that of other contractors or personnel employed by the City, by other public bodies, by railroad, transportation or utility companies or corporations, or by private enterprises, or any delay in progressing such work;

2. The existence of any facility or appurtenance owned, operated, or maintained by any third party;

3. The act, or failure to act, of any public or governmental body, including, but not limited to, approvals, permits, restrictions, regulations or ordinances;

4. Restraining order, injunctions, or judgments issued by a court;

5. Any industry-wide labor boycotts, strikes, picketing or similar situations, as differentiated from jurisdictional disputes or labor actions affecting a single or small group of contractors or suppliers;

6. Any industry-wide shortages of supplies or materials required by the contract work, as differentiated from delays in delivery by a specific or small group of suppliers;

7. Unusually severe storms of extended duration or impact, other than heavy storms or climatic conditions which could generally be anticipated by the bidders, as well as floods, droughts, tidal waves, fires, hurricanes, earthquakes, landslides, or other catastrophes;

8. Determination by the Department to open certain sections of the project to traffic before the entire work is completed;

9. Major unanticipated additional work, which significantly affects the scheduled completion of the contract;

10. Failure of the City to provide individual rights-of-way parcels for an extended period of time beyond that indicated by the contract if such unavailability, as determined by the Commissioner, significantly affects the scheduled completion of the contract.

Such charges will be assessed in cases where the work has been unduly delayed by the Contractor for unwarranted reasons, inefficient operations, or for any other reason for which the City determines the Contractor to be liable. Reasonable time necessary for reviews by the City or its agents of shop drawings, for changes or additions to the work to meet field conditions which do not significantly affect the scheduled completion of the Contract, delays incurred by seasonal and weather limitations, localized labor actions and shortages of supplies or materials, and other situations which should be anticipated are neither compensatory nor eligible for extensions of time without the assessment of engineering and inspection charges.

NOTICE TO BIDDERS

1. All work shall be done in such a manner as to not obstruct, impede or interfere with the

operation of National Grid Power Corporation's facilities. All earth or soil disturbed by the work being performed by the Contractor shall be replaced with proper fill and the surface thereof restored to natural ground level.

2. Contractor, in excavating with mechanized excavating equipment, blasting or demolition, shall not strike or damage any gas pipe or its protective coating or any other underground facilities of National Grid Power Corporation, which is part of its gas system and shall protect said facilities against possible damage. If such facilities having been staked or marked in accordance with the standard procedure of National Grid Power Corporation are to be exposed or are likely to be exposed, hand-digging only shall be used in such circumstances, and such support as may be necessary for the protection of the facilities shall be employed, and such support must be approved by a representative of National Grid Power Corporation, provided, however, that nothing contained herein shall limit or reduce the statutory duty as provided for in Section 322-a of the General Business Law of the State of New York, reference to which is hereby made.

3. In the event that damage does occur to underground gas pipes or other facilities, including damage to coating of the gas pipe, Contractor shall immediately notify National Grid Power Corporation. Said damages are to be repaired by National Grid Power Corporation at the cost and expense of the Contractor.

4. Contractor shall avoid shock loading of National Grid Power Corporation's pipes, such as would be experienced with the use of hydro hammers. UNIT BID PRICES

1. UNBALANCED BIDS may be rejected where the unit bid prices are unrealistic to the reasonably estimated cost of performing the work. Bids may be considered informal and rejected, as determined by the City / Engineer. CONTRACTOR MUST NOTE

THE ROME COMMON COUNCIL, on March 24, 1993, adopted Resolution No. 52 relative to the hiring of Rome residents. The Common Council of the City of Rome, New York, does recommend that parties bidding on public works projects in the City of Rome take measures to insure that not less than seventy five percent (75%) of labor hired to perform such work shall be residents of the City of Rome, New York. To accomplish this goal, the successful Bidder, must make a good faith effort to meet the intent of this Resolution.

The successful bidder prior to receipt of final payment must communicate to the Common Council, in writing, all efforts made to accomplish the intent of Resolution No. 52.

CAUTION TO BIDDERS

Erasures or crossing out figures or words in the amount columns of Bid Sheet will NOT be permitted. If erasures or crossing out appears on any sheet, it will justify the Board of Estimate and Contract of the City of Rome, New York, to disqualify the entire contract bid in which it appears.

In the event errors are made on any Bid Sheet, the bidder may call for and receive new ones from the Department of Engineers by surrendering the sheet the errors were made on. CAUTION TO BIDDERS

If, for any reason caused by construction, reconstruction, removal or relocation, any STOP, YIELD, or other TRAFFIC SIGN DEVICE at any street intersection is removed, it MUST BE IMMEDIATELY RESET to assure maintenance of traffic as established by Ordinance and Law of the City of Rome.

If, for any reason, there should be a temporary delay in resetting a device, it will be the obligation of the Contractor to furnish a flagman or other suitable guidance of traffic and the proper authorities are to be NOTIFIED. CERTIFICATION OF MATERIALS

The Contractor shall provide the City of Rome with certified records of testing and/or certified statements from the manufacturer that materials furnished under this contract have been manufactured and tested in conformity with the specifications. DEFECTIVE WORK OR MATERIALS

The inspection of the work shall not relieve the Contractor of any of his obligations to fulfill his Contract as herein prescribed and defective work shall be made good and unsuitable materials may be rejected, notwithstanding that such work and materials may have been previously inspected by the City of Rome and accepted or estimated for payment. INSPECTION OF THE SITE

The Contractor is advised to carefully examine the work areas to make his own determination of the existing conditions. Submission of the proposal for performance of the work implies that the bidder has examined the existing work areas, and has acquainted himself by means of site inspection and other means with all the requirements of the work. No claims for additional compensation will be considered because of the bidder's failure to fully inform himself or his subcontractors of all said requirements. NO GUARANTEE

The Owner does not guarantee that structures, equipment, piping, conduits and other appurtenances encountered during construction will be the same as those indicated on the drawings of the specifications. The Contractor must satisfy himself regarding the character, quantities and

conditions of the various materials and the work to be done. The Contractor shall make necessary modifications in the work relating to existing structures as may be required where existing equipment and appurtenances, etc. are not found exactly as indicated, without additional compensation or extension of time. DIMENSIONS OF EXISTING STRUCTURES AND EQUIPMENT

Where the dimensions and locations of existing structures, piping, equipment or appurtenances are of critical importance to the performance of the work, the Contractor shall establish or verify such dimensions and locations in the field before the fabrication of any material or equipment which is dependent on the accuracy of such information. EQUIPMENT AND PIPE LOCATION

Equipment and pipelines shall be located substantially as indicated on the drawings, but the right is reserved by the owner to make such modifications in locating as may be found desirable to avoid interference with existing structures, piping or for other reasons where pipe material or fittings, etc. are noted on the contract drawings, such notation is for the Contractor's convenience and does not relieve him from laying or jointing different or additional items where required without additional compensation.

The locations of existing underground utilities and structures are shown in an approximate way. The Contractor shall determined the exact location of all existing utilities before commencing work, and agrees to be fully responsible for any and all damages which might be occasioned by the Contractor's failure to exactly locate and preserve any and all underground utilities. COMPACTION OF SOILS AND PAVEMENT

Compaction of soils and pavement shall be achieved by the use of suitable methods and adequate equipment. The minimum density to be obtained in compaction soils shall be the following percentages of "maximum density" as defined in ASTM D 698, Moisture Density Relations of Soils (Standard Proctor Compaction Test), Method C, including Note 2: LOCATION PERCENTAGE a) Foundation material under slabs on grade, piping and other structures 95% b) Backfill of trenches Compaction 95% when pavement will be placed atop the

backfill; and 90% when grass will be place atop the backfill.

c) Fill for seeded and other open areas 90% d) Fill under pavements 95%

e) Base course of pavement 98% Compacted fill and pavement course not meeting required density when tested in place shall be replaced or re-worked until additional tests, at Contractor's expense, indicate compliance with the Specifications. In reference to Erosion Control the specifications are as follows: 1G1 - GENERAL

In concert with the policy established by the United States Environmental Protection Agency (USEPA) memorandum 78-1, it shall be the Contractor's responsibility to control erosion of and sediment-runoff from disturbed lands or excavations in connection with his operations. Such control measures may be in the form of specific construction practices combined with a planned sequence of operations, including use of temporary structures, dams, ditches, basins, pumping systems, etc. (as applicable) to accomplish this objective. USEPA concern in this matter is expressed by the following paragraph, which appears in PRM 78-1:

"Problems associated with erosion and sediment loads resulting from construction activity have long been recognized. Erosion and subsequent excess sediment runoff are among the major factors directly responsible for non-point source pollution in streams and lakes. Additional problems which can occur include logging of streams and lakes, alteration of natural habitats, damage to the aesthetics of surface waters."

IG2 - SCHEDULE

Taking into account specific constraints or other criteria outlined herein, the Contractor shall prepare a detailed schedule which sets forth his program of operations to effectively control erosion and sediment runoff at all times during construction of the work. Two (2) copies shall be kept at the Project site at all times, and shall be made available for examination by authorized representatives of the regulatory agencies having jurisdiction over the Project.

The schedule shall be arranged so as to include: a) Chronological completion dates for each temporary (and permanent) measure for controlling erosion and sediment;

b) Location, type and purpose for each temporary measure to be undertaken; c) Dates when those temporary measures will be removed.

Permanent structures, which may be specified elsewhere in the Contract Document, shall be incorporated in the regular Progress Schedule for completing the work.

IG3 - ADJUSTMENTS

If the planed measured do not result in effective control of erosion and sediment runoff, to the satisfaction of the regulatory agencies having jurisdiction over the Project, the Contractor shall immediately adjust his program and/or institute additional measures so as to eliminate excessive erosion and sediment runoff. STOCKPILING

All materials will be stockpiled before any material is used or brought on site. The Engineer in charge will inspect such stockpiles. The stockpiles will state type of material and item number. The Engineer will require sieve analysis and soundness test SURFACE

The Contractor shall maintain the condition of the traveled way so it is consistent with the appropriate speed limit.

The Contractor shall provide a traveled way suitable for two lanes of moving traffic unless otherwise stated in the Contract Documents. The traveled way shall be kept reasonably smooth and hard at all times, and shall be well drained and free of potholes, bumps, irregularities and depressions that hold or retain water. Construction operations shall be conducted to insure a minimum of delay to traffic. Stopping traffic for more than five minutes shall not be permitted unless specifically authorized in writing by the Owner. The necessary equipment and personnel to attain and maintain a satisfactory riding surface shall be available and used as needed at all times when work is under way and when work is temporarily suspended for any period of time. Special attention to maintenance of a satisfactory traveled way shall be given during weekends, holidays and the winter season.

The Contractor shall keep the traveled way free of foreign objects such as spilled earth, rock, timber and other items that may fall from transporting vehicles. Materials spilled or dropped from the undercarriage of any vehicle used in the Contractor's operations along or across any public traveled way both within or outside the Contract limits shall be removed immediately.

Dusty conditions resulting from the Contractor's operations shall be corrected by the use of calcium chloride and/or water. Water used as a dust palliative shall be distributed uniformly over a minimum width of eight feet by the use of suitable spray heads or spray bar. Existing paved surfaces are to be kept dust free by brooming, washing with water or use of calcium chloride.

DRAINAGE

All drainage facilities and other highway elements on the existing roadways and temporary detours must be adequately maintained. Ditches shall be provided at all times, even during grading operations and periods of accumulated plowed snow, to adequately drain the traveled way and the remainder of the right-of-way areas. Stormwater access to catch basins and storm drains to be maintained. SNOW REMOVAL

The Contractor shall maintain the traveled way in such a condition and conduct operations in such a manner that snow and ice may be readily controlled by others as necessary, and in such a manner that proper drainage is provided for the melting snow in the banks resulting from normal plowing. This shall include, but not be limited to, the cutting of weeps through banked or accumulated snow to provide proper drainage of surface runoff into the highway ditches and/or culverts. The Contractor shall not, however, be responsible for snow and ice control on the pavement or traveled way. DELINEATION

The Contractor shall furnish, erect, move and remove delineation and guiding devices as required and directed by the Engineer. In areas where grading is being done, a safe and reasonable roadway shall be properly delineated at all times, either by the use of guiding devices or flagman. The Contractor shall delineate areas where there is a drop-off near the edge of the traveled way and areas on which it is unsafe to travel.

Where the drop-off is less than six inches, and where soft or unsafe areas occur, an approved delineator shall be placed along the edge of the traveled way at intervals of not more than 200 feet. Where the drop-of is greater than 18 inches, a continuous delineation consisting of 2 inches or wider brightly colored tape, ribbon, or other similar, flexible material as approved by the Engineer shall be used in addition to the individual delineators spaced not over 50 feet apart.

Plastic drums or containers set on end may be used as delineators, provided they are properly painted and contain reflective delineators in accordance with the MUTCD. They shall be kept clean at all times. Other markers or delineators may be circular or rectangular in shape and shall be constructed of reflective buttons having a minimum diameter of 3 inches. All reflective delineators or markers shall conform to the requirements of the MUTCD. Steel drums shall not be used as delineators. REMOVAL OF EXISTING PAVEMENT MARKINGS

The Contractor shall remove the existing pavement markings to the extent as shown on the plans and in all cases where they may cause confusion for the planned traffic flow. This shall include any pavement markings that are added during the course of the work.

The method of removal is subject to the approval of the Engineer. Painting out pavement markings with black paint will only be approved for short-term use, and when the pavement area will be resurfaced or removed during this contract. If, in the opinion of the Engineer, the paint over the markings wears off to the point where it could cause confusion to the motoring public, then the Contractor shall re-paint or otherwise remove the markings at his own expense. Grinding, scraping, sandblasting, etc., to remove markings shall be conducted in such a manner that the finished pavement surface is not damaged or left in a pattern that could confuse the motoring public. PAVEMENT MARKINGS

The Contractor shall furnish and apply pavement markings where shown on the plans or as ordered by the Engineer in accordance with the MUTCD. Any course of Asphalt Concrete, including base and binder course, upon which traffic will be maintained shall be properly marked in accordance with this Specification before the end of the working day, except for residential streets or rural roads not previously marked.

Temporary pavement markings shall be paint, tape, or raised reflective markers.

Paint materials and application should be as described in NYSDOT Standard Specification Section 640 - Reflective Pavement Marking Paints. Stripe width shall be between 4 and 6 inches.

Temporary marking tape shall be between 4 and 6 inches wide, and conform to the shape of, and adhere to the surface upon which it is applied. Tape shall be applied in conformance with the manufacturer's recommendations.

Temporary raised reflective markers shall be Stimsonite Model 66 as manufactured by America Corporation; or equal. They shall be applied in conformance with the manufacturer's recommendations. The distance between markers shall be as shown in the plans. Raised reflective markers will not be used during the winter season.

Temporary pavement markings shall be the same length and pattern as required for permanent markings except under the following circumstances. Two foot length skip marks" may be considered acceptable for a period of seven days or less. EXISTING SIGNING

All official existing highway signs, markers, delineators and their supports located within the contract limits shall remain under the control and jurisdiction of the NYSDOT, County Highway Department, or local highway department and shall be maintained for the duration of the contract by the Contractor as directed by each sign Owner.

Should sign relocation be necessary at various stages of construction, they shall be placed in conformance with the MUTCD or as required by the Owner.

Should sign relocation's be necessary at various stages of construction, they shall be placed in conformance with the MUTCD or as required by the Owner. Appropriate directional signing shall also be used in conjunction with route marker signs.

The Contractor shall remove existing signs, markers and delineators and their supports which interfere with his construction operations; signs, markers and delineators not to be replaced, shall be cleaned and delivered to the highway department. Signs, markers and delineators lost or damaged because of negligence on the part of the Contractor, shall be replaced at the Contractor's expense. NEW CONSTRUCTION SIGNING

The Contractor shall furnish and erect, move and remove, as required by MUTCD requirements, as shown on the plans or as required by the Owner, reflective signs to adequately and safely inform and direct the motorist and to satisfy legal requirements.

All signs shall be kept clean, mounted at the required height on adequate supports and placed in proper position and alignment so as to give maximum visibility both night and day. All wood supports and backs of plywood sign panels shall be painted with two coats of white paint. Sign types and sizes shall conform to the MUTCD.

All signs shall be mounted in accordance with the MUTCD. All signs shall be mounted at a height of at least five feet unless otherwise shown on the plans.

All signs shall be the property of the Contractor and shall be maintained in good condition for the duration of the Contract and removed from the work site when the work is complete. DETOURS

It is the Contractor's responsibility to submit for review and receive approval for all proposed detours from City Engineer and Owners, Police, Fire and highway departments, and secure the required permits, if any, prior to construction of the detour. All detour signing, markings, flagmen, and temporary construction must be in place before commencement of work that is within the traveled way or adjacent shoulder.

Not more than one block, nor more than one cross-street intersection may be torn up, obstructed, or closed to travel at one time without permission of the Owner. If the project involves pipe-laying operations, and if more than one pipe-laying crew is operating at separate locations in the work area, this requirement shall apply to each crew's operations, but shall be consistent with traffic maintenance procedures required by the Owner.

The Contractor shall assume full responsibility for providing access to any dwelling, building, or hospital in case of fire or other emergency. We shall review with, and obtain approval from, the local fire and police departments regarding any anticipated detours, obstruction to the flow of traffic, fire apparatus, ambulances or otherwise.

When the normal route of vehicular access to any property must be temporarily obstructed, the

Contractor shall notify the affected property owner at least 24 hours in advance of his intended operations than one day following the start of construction at that location. Vehicular access to hospitals, fire and police departments must be provided at all times. FLAGMEN

The Contractor shall provide competent flagmen at all times at work sites when it is required to stop traffic intermittently as necessitated by work progress or to maintain continuous traffic past a work site at reduced speeds or the number of usable traffic lanes are reduced by the Contractor's operations.

The flagmen shall possess the following minimum qualifications:

1. Average intelligence. 2. Good physical condition, including sight and hearing. 3. Mental alertness. 4. Courteous but firm manner. 5. Neat appearance. 6. Sense of responsibility for safety of public and crew.

The flagmen shall be trained in flagging procedures and wear orange hard-hats and vests in

conformance with the applied sections of the MUTCD. If, in the opinion of the Engineer, the flagmen selected by the Contractor do not possess the minimum qualifications they shall be removed from the work site and replaced with competent individuals from the Contractor's crew. If the Contractor is unable to supply a competent person or persons from his own crew, the Contractor shall coordinate and compensate as required, at his own expense, a local police officer to perform flagging procedures for the remainder of the contract. SITE RESTORATION

The Contractor shall restore the Project site to the same conditions they found before commencing operations or they shall modify and develop the site to the finished conditions shown on the drawings. All areas which are damaged or disturbed by the contractors’ operations shall be restored, repaired or replaced to the same or superior condition which existed prior to the construction operation unless otherwise shown on the drawings. Existing cultivated or landscaped items such as trees, shrubs, hedges, saplings, vines, ground cover vegetation, etc. shall be reestablished or replaced with new materials.

AWARD OF CONTRACT

Owner reserves the right to reject any and all Bids, to waive any and all informalities not involving, price, time or changes in the work and to negotiate contract terms with the successful bidder

and the right to disregard all non-conforming, non responsive, unbalanced or conditional bids. Also, Owner reserves the right to reject the Bid of any Bidder if Owner believes that it would not be in the best interest of the Owner and/or project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by owner. Bidder to whom contract is awarded shall be referred to as the “Contractor”.

Discrepancies between words or figures will be resolved in favor of words. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Bids containing incomplete or no price information for any bid item which thus prevents evaluation of the extended total for that Bid item will be rejected. SECURITY AND GUARANTEE:

Before the final payment is made to the contractor by the City for all work performed under this contract, the Contractor must deliver to the City an Executed Guarantee Bond or Maintenance Bond in the amount of 100 percent (100%) of the final estimate for all work. This Bond will be in effect for ONE 1 YEAR from the date of final acceptance of the work, and, notwithstanding any provision of the Contract or this document to the contrary, for purposes of this provision, the final acceptance date will be the date of final payment, or as approved by the Commissioner of Public Works. The bond shall be approved by the Corporation Counsel. NOTICE TO ALL BIDDERS

Prior to the exceeding of any item, which will result in the increase in the total Contract price, approval of the City of Rome Board of Estimate and Contract must be obtained. The Contractor must give written notice of exceeding the price of any item to the Commissioner of Public Works or his representative. Without formal approval of the Board of Estimate and Contract, or the written acceptance by at least 3 (three) board members, the Contractor is not authorized to proceed. If the Contractor undertakes any work without approvals listed above, it is at their full responsibility and does not obligate the City or its agents in any way.

*********** The Department of Engineers’ will reserve the right to delete or add any items or special projects to this project

*********** Contractors and/or Subcontractors are hereby put on notice that the provisions of Industrial Code Rule 53 (12 NYCRR) effective April 1, 1975 apply to this project and no direct payment for any work required by the Code will be made.

***********

SOIL EROSION, WATER AND AIR POLLUTION ABATEMENT.

The Contractor shall schedule and conduct his operations to minimize erosion of soils and to minimize silting and muddying of streams, rivers, irrigation systems, impoundments (lakes, reservoirs, etc.) and lands adjacent to or affected by the work. Construction of drainage facilities and performance of other contract work, which will contribute to the control of erosion and sedimentation shall be carried out in conjunction with earthwork operations, or as soon thereafter as practicable. The area of bare soil exposed at any one time by construction operations shall be kept to a minimum.

At the pre-construction conference or prior to the start of the applicable construction, the Contractor shall submit to the Engineer, for acceptance, schedules for accomplishment of temporary and permanent erosion control work as are applicable for clearing and grubbing; grading; and bridges and other structures at watercourses; construction; and paving. In addition, he shall also submit for acceptance, at the same time, his proposed method of erosion control on haul roads and borrow pits, and his plan for disposal of surplus excavated materials. No work shall be started until the erosion control schedules and methods of operation have been accepted by the Engineer. If conditions change during construction, the Contractor may be required to submit a revised schedule for acceptance as directed by the Engineer.

Whenever the Contractor’s operations, carried out in accordance with the approved erosion control schedule, result in a situation where temporary erosion control measures not shown on the plans, must be taken and these measures are approved or ordered by the Engineer, the Contractor shall conduct this work in accordance with the provisions in NYSDOT §209, "Temporary Soil Erosion and Water Pollution Control."

In carrying out the control measures under this subsection, the Contractor will be guided by, but not limited to, the following controls:

A. When borrow material is obtained from other than commercially operated sources, erosion of the borrow site shall be so controlled both during and after completion of the work that erosion will be minimized and minimal sediment will enter waterways, impoundments or adjacent properties. Waste or spoil areas and construction roads shall be located, constructed and maintained in a manner that will minimize sediment entering waterways and impoundments. The Contractor shall submit grading plans for all borrow pits or areas, spoil or waste areas to the Engineer for acceptance prior to the start of work on, or the use of, such areas. The grading plans shall indicate the sequence of operations, temporary slopes, and other factors, which may have an influence on erosion control;

B. Frequent fording of live waterways will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of waterway crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live waterways;

C. When work areas or gravel pits are located in or adjacent to live waterways and impoundments, such areas shall be separated from the rest of the waterway or impoundment by a dike or other barrier to minimize sediment entering a flowing

waterway or impoundment. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a waterway or impoundment;

D. All waterways shall be cleared as soon as practicable of false-work, piling, debris or other obstructions placed during construction operations and which are not a part of the finished work. Ditches which are filled, or partly inoperative shall be cleaned and made operative before the Contractor stops work for any day, and shall be maintained in a condition satisfactory to the Engineer for the duration of the contract;

E. Water from aggregate washing or other operations containing sediment shall be treated by filtration, settling basin or other means sufficient to reduce the turbidity so as not to cause a substantial visible contrast to natural conditions. Wash water or waste from concrete mixing operations shall not be allowed to enter waterways or impoundments;

F. Pollutants such as fuels, lubricants, bitumens, raw sewage and other harmful materials shall not be discharged in, on or near waterways and impoundments or into natural or manmade channels leading thereto;

G. All applicable regulations of fish and wildlife agencies and statutes relating to the prevention and abatement of pollution shall be complied with in the performance of the contract; H. Any material generated by any activity for the development, modification and construction of any transportation facility shall not be burned on or off the contract site. This shall include but not be limited to land clearing material and demolition material. Such material shall hereinafter be referred to as disposable material in the clearing and grubbing specifications; I. The Contractor shall not discharge dust into the atmosphere of such quantity, character or duration that it unreasonably interferes with the comfortable enjoyment of life and property or is harmful to plants or animals.

No payment will be made for any labor, material or equipment needed for soil erosion, water and air pollution abatement as described above.

When it becomes necessary, the Engineer will inform the Contractor of unsatisfactory construction procedures and operations insofar as erosion control, water and air pollution are concerned. If the unsatisfactory construction procedures and operations are not corrected promptly, the Engineer may suspend the performance of any or all of other construction until the unsatisfactory condition has been corrected.

MAINTENANCE AND PROTECTION OF TRAFFIC

The Contractor shall maintain traffic and protect the public from damage to persons and property within the limits of and for the duration of the Contract.

A. Traffic Signs The Contractor shall place "Road Work Ahead" signs in such locations that all motorists traveling towards the area of construction, including intersecting streets will be notified of the work area at least 100 feet prior to entering the work zone. Signs shall be adequately supported and located so that they are easily readable by the public at all times. Signs shall remain in advance of the work area at all times, including overnight, until all construction operations are complete. Where construction operations require other information to be displayed to the motorists, additional signs showing this information shall be furnished by the contractor and posted in a manner acceptable to the Engineer. All signs shall conform to NYSDOT standards for size, material and legend. B. Barricades The Contractor shall provide and maintain lighted and/or unlighted barricades to prevent traffic movement within a specific area that is unsuitable for use by vehicles in the opinion of the Engineer. Said barricades shall conform to the standards of the Department of Engineering. All barricades to remain overnight shall be lighted. C. Flagmen The Contractor shall provide flagmen at all times to maintain vehicular and pedestrian traffic while the work is in progress. All flagmen shall use flagging techniques recommended by the NY State Manual of Uniform Traffic Control Devices. D. Street Closings No street shall be closed for milling operations unless authorized by the Engineer. E. Penalties When the Contractor fails to comply with instructions of the Engineer regarding the maintenance and protection of traffic, he shall be liable to the City of Rome $100.00 per calendar day per city block as liquidated damages. This liquidated damage clause shall be in addition to that stipulated for failure to complete the contract on time, as specified at Table 108-1 of Section 200--INFORMATION TO BIDDERS, attached hereto.

FIELD CHANGE PAYMENT

The Field Change Payment provides a contract contingency allowance for the timely payment of authorized extra work that was completed to fulfill the intent of the contract documents. BASIS OF PAYMENT- The work to be paid under the Field Change Payment item must receive prior authorization in conformance with changes, contingences, extra work and deductions. Disputed work, force account work or payments for time related provisions are not eligible for Field Change Payment.

Field Change Payment item payments will be determined from the quantities and the unit prices of eligible work that have been completed. Work for which Field Change Payment item payments are processed will be paid in accordance with the specifications governing the work. Prior to processing the final agreement, the Field Change Payment item payments will be reconciled through an Order-on Contract, such that the amount of Field Change Payment item is converted to the corresponding quantities of the pertinent contract pay items. When the amount of Field Change Payment item payments is transferred to the appropriate items, the remaining amount of Field Change Payment funds will be deleted.

MOBILIZATION

Under this work the Contractor shall provide all required bonds, insurance, and pre-financing and shall set up any necessary general plant, including shops, storage area, office and such sanitary and other facilities as required by local or state regulation. It shall include all costs including labor and equipment to move and relocate all equipment necessary to complete the work throughout the city. Such materials as required for mobilization and that are not to be part of the completed contract shall be as determined by the Contractor, except that they shall conform to any local or State law, regulation or code. The work required to provide the above facilities and service for mobilization shall be done in a safe workmanlike manner and shall conform with any pertinent local, or State law, regulation or code. Good housekeeping consistent with safety shall be maintained. Payment for mobilization shall be made by two equal payments based upon completion of TEN (10%) and THIRTY (30%) of the work. Each payment will represent FIFTY (50%) of the lump sun bid. BASIS OF PAYMENT The amount bid for mobilization shall not exceed FOUR percent (4%) the total contract bid price excluding the bid price for mobilization. Should the bidder exceed the foregoing FOUR percent (4%), the Department will make the necessary adjustments to determine the total amount bid based on the arithmetically correct proposal. The amount bid shall include the furnishing and maintaining of services and facilities noted under Item 234 DESCRIPTION, to the extent and at the time the Contractor deems necessary for his operations, consistent with the requirements of this work and the respective contract. The amount bid shall be payable to the Contractor whenever he shall have completed TEN percent (10%) and Thirty (30%) of the contract work. For purposes of this item, 10% and 30% of the work shall be considered completed when the total payments earned as reflected by the estimates of the work done, as per payment section of BID DOCUMENTS. Payment of Estimates, not including the amount bid for this work, shall exceed 10% and 30% of the total amount of the Contractor’s bid for this contract.

SUBMITTALS

Whenever a material or article is specific or described and/or a particular manufacturer or vendor is mentioned, the specific item/method shall be understood as established. The type of function or quality desired from other products of equivalent function or quality will be accepted. The low Bidder will submit other products to be reviewed and approved by the Engineer in charge prior to award of Project.

Refer to individual Specification Sections for required submittal items/materials.

GC-2 New York State

Prevailing Wage Rate Schedule

PREVAILING WAGE SCHEDULE FOR ARTICLE 8 PUBLIC WORK PROJECT Attached is the current schedule(s) of the prevailing wage rates and prevailing hourlysupplements for the project referenced above. A unique Prevailing Wage Case Number(PRC#) has been assigned to the schedule(s) for your project. The schedule is effective from July 2017 through June 2018. All updates, corrections, postedon the 1st business day of each month, and future copies of the annual determination areavailable on the Department's website www.labor.state.ny.us. Updated PDF copies ofyour schedule can be accessed by entering your assigned PRC# at the proper location onthe website. It is the responsibility of the contracting agency or its agent to annex and make part, theattached schedule, to the specifications for this project, when it is advertised for bids and /orto forward said schedules to the successful bidder(s), immediately upon receipt, in order toinsure the proper payment of wages. Please refer to the "General Provisions of Laws Covering Workers on Public WorkContracts" provided with this schedule, for the specific details relating to otherresponsibilities of the Department of Jurisdiction. Upon completion or cancellation of this project, enter the required information and mail ORfax this form to the office shown at the bottom of this notice, OR fill out the electronicversion via the NYSDOL website.

NOTICE OF COMPLETION / CANCELLATION OF PROJECT

Date Completed: Date Cancelled:

Name & Title of Representative:

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

www.labor.state.ny.us. PW 200 [email protected]

Andrew M. Cuomo, Governor Roberta Reardon, Commissioner

City of Rome Julian Clark, Project EngineerPlumley Engineering8232 Loop RoadBaldwinsville NY 13027

Schedule Year 2017 through 2018Date Requested 09/05/2017PRC# 2017009766

Location City of RomeProject ID# TBDProject Type The project involves the removal and reconstruction of a sidewalks, the installation of a pedestrian

crosswalk across West Dominick Street, and streetscape improvements in the City of Rome.

General Provisions of Laws Covering Workers on Article 8 Public Work Contracts Introduction The Labor Law requires public work contractors and subcontractors to pay laborers, workers, or mechanics employed inthe performance of a public work contract not less than the prevailing rate of wage and supplements (fringe benefits) in thelocality where the work is performed. Responsibilities of the Department of Jurisdiction A Department of Jurisdiction (Contracting Agency) includes a state department, agency, board or commission: a county,city, town or village; a school district, board of education or board of cooperative educational services; a sewer, water, fire,improvement and other district corporation; a public benefit corporation; and a public authority awarding a public workcontract. The Department of Jurisdiction (Contracting Agency) awarding a public work contract MUST obtain a Prevailing RateSchedule listing the hourly rates of wages and supplements due the workers to be employed on a public work project.This schedule may be obtained by completing and forwarding a "Request for wage and Supplement Information" form (PW39) to the Bureau of Public Work. The Prevailing Rate Schedule MUST be included in the specifications for the contract tobe awarded and is deemed part of the public work contract. Upon the awarding of the contract, the law requires that the Department of Jurisdiction (Contracting Agency) furnish thefollowing information to the Bureau: the name and address of the contractor, the date the contract was let and theapproximate dollar value of the contract. To facilitate compliance with this provision of the Labor Law, a copy of theDepartment's "Notice of Contract Award" form (PW 16) is provided with the original Prevailing Rate Schedule. The Department of Jurisdiction (Contracting Agency) is required to notify the Bureau of the completion or cancellation ofany public work project. The Department's PW 200 form is provided for that purpose. Both the PW 16 and PW 200 forms are available for completion online. Hours No laborer, worker, or mechanic in the employ of a contractor or subcontractor engaged in the performance of any publicwork project shall be permitted to work more than eight hours in any day or more than five days in any week, except incases of extraordinary emergency. The contractor and the Department of Jurisdiction (Contracting Agency) may apply tothe Bureau of Public Work for a dispensation permitting workers to work additional hours or days per week on a particularpublic work project. There are very few exceptions to this rule. Complete information regarding these exceptions isavailable on the "4 Day / 10 Hour Work Schedule" form (PW 30.1). Wages and Supplements The wages and supplements to be paid and/or provided to laborers, workers, and mechanics employed on a public workproject shall be not less than those listed in the current Prevailing Rate Schedule for the locality where the work isperformed. If a prime contractor on a public work project has not been provided with a Prevailing Rate Schedule, thecontractor must notify the Department of Jurisdiction (Contracting Agency) who in turn must request an original PrevailingRate Schedule form the Bureau of Public Work. Requests may be submitted by: mail to NYSDOL, Bureau of Public Work,State Office Bldg. Campus, Bldg. 12, Rm. 130, Albany, NY 12240; Fax to Bureau of Public Work (518) 485-1870; orelectronically at the NYSDOL website www.labor.state.ny.us. Upon receiving the original schedule, the Department of Jurisdiction (Contracting Agency) is REQUIRED to providecomplete copies to all prime contractors who in turn MUST, by law, provide copies of all applicable county schedules toeach subcontractor and obtain from each subcontractor, an affidavit certifying such schedules were received. If the originalschedule expired, the contractor may obtain a copy of the new annual determination from the NYSDOL websitewww.labor.state.ny.us. The Commissioner of Labor makes an annual determination of the prevailing rates. This determination is in effect fromJuly 1st through June 30th of the following year. The annual determination is available on the NYSDOL websitewww.labor.state.ny.us. Payrolls and Payroll Records Every contractor and subcontractor MUST keep original payrolls or transcripts subscribed and affirmed as true underpenalty of perjury. Payrolls must be maintained for at least Five (5) years from the project's date of completion. See SpotaBill Notice. At a minimum, payrolls must show the following information for each person employed on a public workproject: Name, Address, Last 4 Digits of Social Security Number, Classification(s) in which the worker was employed,Hourly wage rate(s) paid, Supplements paid or provided, and Daily and weekly number of hours worked in eachclassification.

The filing of payrolls to the Department of Jurisdiction is a condition of payment. Every contractor and subcontractor shallsubmit to the Department of Jurisdiction (Contracting Agency), within thirty (30) days after issuance of its first payroll andevery thirty (30) days thereafter, a transcript of the original payrolls, subscribed and affirmed as true under penalty ofperjury. The Department of Jurisdiction (Contracting Agency) shall collect, review for facial validity, and maintain suchpayrolls. In addition, the Commissioner of Labor may require contractors to furnish, with ten (10) days of a request, payroll recordssworn to as their validity and accuracy for public work and private work. Payroll records include, by are not limited to timecards, work description sheets, proof that supplements were provided, cancelled payroll checks and payrolls. Failure toprovide the requested information within the allotted ten (10) days will result in the withholding of up to 25% of thecontract, not to exceed $100,000.00. If the contractor or subcontractor does not maintain a place of business in New YorkState and the amount of the contract exceeds $25,000.00, payroll records and certifications must be kept on the projectworksite. The prime contractor is responsible for any underpayments of prevailing wages or supplements by any subcontractor. All contractors or their subcontractors shall provide to their subcontractors a copy of the Prevailing Rate Schedulespecified in the public work contract as well as any subsequently issued schedules. A failure to provide these schedulesby a contractor or subcontractor is a violation of Article 8, Section 220-a of the Labor Law. All subcontractors engaged by a public work project contractor or its subcontractor, upon receipt of the original scheduleand any subsequently issued schedules, shall provide to such contractor a verified statement attesting that thesubcontractor has received the Prevailing Rate Schedule and will pay or provide the applicable rates of wages andsupplements specified therein. (See NYS Labor Laws, Article 8 . Section 220-a). Determination of Prevailing Wage and Supplement Rate Updates Applicable to All Counties The wages and supplements contained in the annual determination become effective July 1st whether or not the newdetermination has been received by a given contractor. Care should be taken to review the rates for obvious errors. Anycorrections should be brought to the Department's attention immediately. It is the responsibility of the public workcontractor to use the proper rates. If there is a question on the proper classification to be used, please call the districtoffice located nearest the project. Any errors in the annual determination will be corrected and posted to the NYSDOLwebsite on the first business day of each month. Contractors are responsible for paying these updated rates as well,retroactive to July 1st. When you review the schedule for a particular occupation, your attention should be directed to the dates above thecolumn of rates. These are the dates for which a given set of rates is effective. To the extent possible, the Departmentposts rates in its possession that cover periods of time beyond the July 1st to June 30th time frame covered by aparticular annual determination. Rates that extend beyond that instant time period are informational ONLY and may beupdated in future annual determinations that actually cover the then appropriate July 1st to June 30th time period. Withholding of Payments When a complaint is filed with the Commissioner of Labor alleging the failure of a contractor or subcontractor to pay orprovide the prevailing wages or supplements, or when the Commissioner of Labor believes that unpaid wages orsupplements may be due, payments on the public work contract shall be withheld from the prime contractor in a sufficientamount to satisfy the alleged unpaid wages and supplements, including interest and civil penalty, pending a finaldetermination. When the Bureau of Public Work finds that a contractor or subcontractor on a public work project failed to pay or providethe requisite prevailing wages or supplements, the Bureau is authorized by Sections 220-b and 235.2 of the Labor Law toso notify the financial officer of the Department of Jurisdiction (Contracting Agency) that awarded the public work contract.Such officer MUST then withhold or cause to be withheld from any payment due the prime contractor on account of suchcontract the amount indicated by the Bureau as sufficient to satisfy the unpaid wages and supplements, including interestand any civil penalty that may be assessed by the Commissioner of Labor. The withholding continues until there is a finaldetermination of the underpayment by the Commissioner of Labor or by the court in the event a legal proceeding isinstituted for review of the determination of the Commissioner of Labor. The Department of Jurisdiction (Contracting Agency) shall comply with this order of the Commissioner of Labor or of thecourt with respect to the release of the funds so withheld. Summary of Notice Posting Requirements The current Prevailing Rate Schedule must be posted in a prominent and accessible place on the site of the public workproject. The prevailing wage schedule must be encased in, or constructed of, materials capable of withstanding adverseweather conditions and be titled "PREVAILING RATE OF WAGES" in letters no smaller than two (2) inches by two (2)inches. The "Public Work Project" notice must be posted at the beginning of the performance of every public work contract, oneach job site.

Every employer providing workers. compensation insurance and disability benefits must post notices of such coverage inthe format prescribed by the Workers. Compensation Board in a conspicuous place on the jobsite. Every employer subject to the NYS Human Rights Law must conspicuously post at its offices, places of employment, oremployment training centers, notices furnished by the State Division of Human Rights. Employers liable for contributions under the Unemployment Insurance Law must conspicuously post on the jobsite noticesfurnished by the NYS Department of Labor. Apprentices Employees cannot be paid apprentice rates unless they are individually registered in a program registered with the NYSCommissioner of Labor. The allowable ratio of apprentices to journeyworkers in any craft classification can be no greaterthan the statewide building trade ratios promulgated by the Department of Labor and included with the Prevailing RateSchedule. An employee listed on a payroll as an apprentice who is not registered as above or is performing work outsidethe classification of work for which the apprentice is indentured, must be paid the prevailing journeyworker's wage rate forthe classification of work the employee is actually performing. NYSDOL Labor Law, Article 8, Section 220-3, require that only apprentices individually registered with the NYSDepartment of Labor may be paid apprenticeship rates on a public work project. No other Federal or State Agency ofoffice registers apprentices in New York State. Persons wishing to verify the apprentice registration of any person must do so in writing by mail, to the NYSDOL Office ofEmployability Development / Apprenticeship Training, State Office Bldg. Campus, Bldg. 12, Albany, NY 12240 or by Faxto NYSDOL Apprenticeship Training (518) 457-7154. All requests for verification must include the name and socialsecurity number of the person for whom the information is requested. The only conclusive proof of individual apprentice registration is written verification from the NYSDOL ApprenticeshipTraining Albany Central office. Neither Federal nor State Apprenticeship Training offices outside of Albany can provideconclusive registration information. It should be noted that the existence of a registered apprenticeship program is not conclusive proof that any person isregistered in that program. Furthermore, the existence or possession of wallet cards, identification cards, or copies ofstate forms is not conclusive proof of the registration of any person as an apprentice. Interest and Penalties In the event that an underpayment of wages and/or supplements is found:

- Interest shall be assessed at the rate then in effect as prescribed by the Superintendent of Banks pursuant tosection 14-a of the Banking Law, per annum from the date of underpayment to the date restitution is made.

- A Civil Penalty may also be assessed, not to exceed 25% of the total of wages, supplements, and interest due.

Debarment Any contractor or subcontractor and/or its successor shall be ineligible to submit a bid on or be awarded any public workcontract or subcontract with any state, municipal corporation or public body for a period of five (5) years when:

- Two (2) willful determinations have been rendered against that contractor or subcontractor and/or its successorwithin any consecutive six (6) year period.

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

Criminal Sanctions Willful violations of the Prevailing Wage Law (Article 8 of the Labor Law) may be a felony punishable by fine orimprisonment of up to 15 years, or both. Discrimination No employee or applicant for employment may be discriminated against on account of age, race, creed, color, nationalorigin, sex, disability or marital status. No contractor, subcontractor nor any person acting on its behalf, shall by reason of race, creed, color, disability, sex ornational origin discriminate against any citizen of the State of New York who is qualified and available to perform the workto which the employment relates (NYS Labor Law, Article 8, Section 220-e(a)). No contractor, subcontractor, nor any person acting on its behalf, shall in any manner, discriminate against or intimidateany employee on account of race, creed, color, disability, sex, or national origin (NYS Labor Law, Article 8, Section 220-e(b) ).

The Human Rights Law also prohibits discrimination in employment because of age, marital status, or religion. There may be deducted from the amount payable to the contractor under the contract a penalty of $50.00 for eachcalendar day during which such person was discriminated against or intimidated in violation of the provision of the contract (NYS Labor Law, Article 8, Section 220-e(c) ). The contract may be cancelled or terminated by the State or municipality. All monies due or to become due thereundermay be forfeited for a second or any subsequent violation of the terms or conditions of the anti-discrimination sections ofthe contract (NYS Labor Law, Article 8, Section 220-e(d) ). Every employer subject to the New York State Human Rights Law must conspicuously post at its offices, places ofemployment, or employment training centers notices furnished by the State Division of Human Rights. Workers' Compensation In accordance with Section 142 of the State Finance Law, the contractor shall maintain coverage during the life of thecontract for the benefit of such employees as required by the provisions of the New York State Workers' CompensationLaw. A contractor who is awarded a public work contract must provide proof of workers' compensation coverage prior to beingallowed to begin work. The insurance policy must be issued by a company authorized to provide workers' compensation coverage in New YorkState. Proof of coverage must be on form C-105.2 (Certificate of Workers' Compensation Insurance) and must name thisagency as a certificate holder. If New York State coverage is added to an existing out-of-state policy, it can only be added to a policy from a companyauthorized to write workers' compensation coverage in this state. The coverage must be listed under item 3A of theinformation page. The contractor must maintain proof that subcontractors doing work covered under this contract secured and maintained aworkers' compensation policy for all employees working in New York State. Every employer providing worker's compensation insurance and disability benefits must post notices of such coverage inthe format prescribed by the Workers' Compensation Board in a conspicuous place on the jobsite. Unemployment Insurance Employers liable for contributions under the Unemployment Insurance Law must conspicuously post on the jobsite noticesfurnished by the New York State Department of Labor.

Notice of Contract Award New York State Labor Law, Article 8, Section 220.3a requires that certain informationregarding the awarding of public work contracts, be furnished to the Commissioner of Labor.One "Notice of Contract Award" (PW 16, which may be photocopied), MUST be completedfor EACH prime contractor on the above referenced project. Upon notifying the successful bidder(s) of this contract, enter the required information andmail OR fax this form to the office shown at the bottom of this notice, OR fill out theelectronic version via the NYSDOL website.

Contractor InformationAll information must be supplied

Federal Employer Identification Number:

Name:

Address:

aaa

City: State: Zip:

Contract Type:

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

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

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

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

Andrew M. Cuomo, Governor Roberta Reardon, Commissioner

City of Rome Julian Clark, Project EngineerPlumley Engineering8232 Loop RoadBaldwinsville NY 13027

Schedule Year 2017 through 2018Date Requested 09/05/2017PRC# 2017009766

Location City of RomeProject ID# TBDProject Type The project involves the removal and reconstruction of a sidewalks, the installation of a pedestrian

crosswalk across West Dominick Street, and streetscape improvements in the City of Rome.

IMPORTANT NOTICE

FOR

CONTRACTORS & CONTRACTING AGENCIES

Social Security Numbers on Certified Payrolls

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

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

To all State Departments, Agency Heads and Public Benefit Corporations IMPORTANT NOTICE REGARDING PUBLIC WORK ENFORCEMENT FUND

Budget Policy & Reporting Manual

B-610

Public Work Enforcement Fund

effective date December 7, 2005

1. Purpose and Scope:

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

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

2. Background and Statutory References:

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

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

3. Procedures and Agency Responsibilities:

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

Chapter 407 of the Laws of 2005 increased the amount required to be provided to this fundto .10 of one-percent of the total cost of each such contract, to be calculated at the timeagencies or public benefit corporations enter into a new contract or if a contract is amended.The provisions of this bill became effective August 2, 2005.

To all State Departments, Agency Heads and Public Benefit Corporations IMPORTANT NOTICE REGARDING PUBLIC WORK ENFORCEMENT FUND

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

For those contracts which are not approved or administered by the Comptroller, monthlyreports and payments for deposit into the Public Work Enforcement Fund must be providedto the Administrative Finance Bureau at the DOL within 30 days of the end of each monthor on a payment schedule mutually agreed upon with DOL.

Reports should contain the following information:

- Name and billing address of State agency or public

benefit corporation;- State agency or public benefit corporation contact and

phone number;- Name and address of contractor receiving the award;- Contract number and effective dates;- Contract amount and PWEF assessment charge (if

contract amount has been amended, reflect increase ordecrease to original contract and the adjustment in thePWEF charge); and

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

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

Department of Labor

Administrative Finance Bureau-PWEF UnitBuilding 12, Room 464

State Office CampusAlbany, NY 12240

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

Construction Industry Fair Play Act

Required Posting For Labor Law Article 25-B § 861-d

Construction industry employers must post the "Construction Industry Fair Play Act" notice in a prominent and accessible place on the job site. Failure to post the notice can result in penalties of up to $1,500 for a first offense and up to $5,000 for a second offense. The posting is included as part of this wage schedule. Additional copies may be obtained from the NYS DOL website, www.labor.ny.gov. If you have any questions concerning the Fair Play Act, please call the State Labor Department toll-free at 1-866-435-1499 or email us at: [email protected] .

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

ATTENTION ALL EMPLOYEES, CONTRACTORS AND SUBCONTRACTORS:

YOU ARE COVERED BY THE

CONSTRUCTION INDUSTRY FAIR PLAY ACT

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

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

Employee rights. If you are an employee:

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

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

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

Independent Contractors: If you are an independent contractor:

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

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

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

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

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

(11.11)

WORKER NOTIFICATION

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

Effective February 24, 2008

This provision is an addition to the existing prevailing wage rate

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

contractors and subcontractors to provide written notice to all

laborers, workers or mechanics of the prevailing wage rate for

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

contractors and subcontractors to post a notice at the beginning of

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

includes the telephone number and address for the Department of

Labor and a statement informing laborers, workers or mechanics of

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

receiving the proper prevailing rate of wages and/or supplements

for his/her particular job classification. The required notification

will be provided with each wage schedule, may be downloaded

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

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

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

New York State Department of Labor Bureau of Public Work

Attention Employees THIS IS A: PUBLIC WORK

PROJECTIf you are employed on this project as a worker, laborer, or mechanic you are entitled to receive the prevailing wage and supplements rate for the classification at which you are working.

Chapter 629 of the Labor Laws of 2007:

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

If you feel that you have not received proper wages or benefits, please call our nearest office.*

Albany Binghamton Buffalo Garden City New York City Newburgh

(518) 457-2744(607) 721-8005 (716) 847-7159 (516) 228-3915 (212) 932-2419 (845) 568-5156

PatchogueRochester Syracuse Utica White Plains

(631) 687-4882(585) 258-4505 (315) 428-4056 (315) 793-2314 (914) 997-9507

* For New York City government agency construction projects, please contact the Office of the NYC Comptroller at (212) 669-4443, or

www.comptroller.nyc.gov – click on Bureau of Labor Law.

Contractor Name:

Project Location:

PW 101 (4.15)

(03.12) Page 1 of 2

OSHA 10-hour Construction

Safety and Health Course – S1537-A

Effective July 18, 2008

This provision is an addition to the existing prevailing wage rate

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

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

mechanics working on the site, be certified as having successfully

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

It further requires that the advertised bids and contracts for every

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

this requirement.

The OSHA 10 Legislation only applies to workers

on a public work project that are required, under

Article 8, to receive the prevailing wage.

NOTE:

(03.12) Page 2 of 2

Where to find OSHA 10-hour Construction Course 1. NYS Department of Labor website for scheduled outreach training at:

www.labor.state.ny.us/workerprotection/safetyhealth/DOSH_ONSITE_CONSULTATION.shtm

2. OSHA Training Institute Education Centers:

Rochester Institute of Technology OSHA Education Center Rochester, NY Donna Winter Fax (585) 475-6292 e-mail: [email protected] (866) 385-7470 Ext. 2919 www.rit.edu/~outreach/course.php3?CourseID=54 Atlantic OSHA Training Center UMDNJ – School of Public Health Piscataway, NJ Janet Crooks Fax (732) 235-9460 e-mail: [email protected] (732) 235-9455 https://ophp.umdnj.edu/wconnect/ShowSchedule.awp?~~GROUP~AOTCON~10~ Atlantic OSHA Training Center University at Buffalo Buffalo, New York Joe Syracuse Fax (716) 829-2806 e-mail:mailto:[email protected] (716) 829-2125 http://www.smbs.buffalo.edu/CENTERS/trc/schedule_OSHA.php Keene State College Manchester, NH Leslie Singleton e-mail: [email protected] (800) 449-6742 www.keene.edu/courses/print/courses_osha.cfm

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

www.OutreachTrainers.org

Page 1 of 1

Requirements for OSHA 10 Compliance

Chapter 282 of the Laws of 2007, codified as Labor Law 220-h took effect on July 18, 2008. The statute provides as follows:

The advertised specifications for every contract for public work of $250,000.00 or more must contain a provision requiring that every worker employed in the performance of a public work contract shall be certified as having completed an OSHA 10 safety training course. The clear intent of this provision is to require that all employees of public work contractors, required to be paid prevailing rates, receive such training “prior to the performing any work on the project.” The Bureau will enforce the statute as follows: All contractors and sub contractors must attach a copy of proof of completion of the OSHA 10 course to the first certified payroll submitted to the contracting agency and on each succeeding payroll where any new or additional employee is first listed.

Proof of completion may include but is not limited to: • Copies of bona fide course completion card (Note: Completion cards do not have

an expiration date.) • Training roster, attendance record of other documentation from the certified

trainer pending the issuance of the card. • Other valid proof

**A certification by the employer attesting that all employees have completed such a course is not sufficient proof that the course has been completed.

Any questions regarding this statute may be directed to the New York State Department of Labor, Bureau of Public Work at 518-485-5696.

PW30.1-Notice (03.17) NYSDOL Bureau of Public Work 1 of 1

IMPORTANT INFORMATION

Regarding Use of Form PW30.1 (Previously 30R)

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

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

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

project

AND

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

completing the PW30.1 Form.

REMEMBER…

The ‘4 Day / 10 Hour Work Schedule’ applies ONLY to Job Classifications

and Counties listed on the PW30.1 Form.

Do not write in any additional Classifications or Counties.

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

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

PW30.1-Instructions (03.17) NYSDOL Bureau of Public Work 1 of 1

Instructions (Type or Print legibly):

Contractor Information:

Enter the Legal Name of the business, FEIN, Street Address, City, State, Zip Code; the Company’s

Phone and Fax numbers; and the Company’s email address (if applicable)

Enter the Name of a Contact Person for the Company along with their Phone and Fax numbers,

and the personal email address (if applicable)

Project Information:

Enter the Prevailing Rate Case number (PRC#) assigned to this project

Enter the Project Name / Type (i.e. Smithtown CSD – Replacement of HS Roof)

Enter the Exact Location of Project (i.e. Smithtown HS, 143 County Route #2, Smithtown,NY;

Bldgs. 1 & 2)

If you are a Subcontractor, enter the name of the Prime Contractor for which you work

On the Checklist of Job Classifications -

o Go to pages 2 and 3 of the form

o Place a checkmark in the box to the right of the Job Classification you are choosing

o Mark all Job Classifications that apply

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

Requestor Information:

Enter the name of the person submitting the registration, their title with the company , and the

date the registration is filled out

Return Completed Form:

Mail the completed PW30.1 form to: NYSDOL Bureau of Public Work, SOBC – Bldg.12 –

Rm.130, Albany, NY 12240 -OR -

Fax the completed PW30.1 form to: NYSDOL Bureau of Public Work at (518)485-1870

Instructions for Completing Form PW30.1 (Previously 30R)

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

B efore completing Form PW30.1 check to be sure …

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

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

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

PW 30.1 (06/17) 1 of 7

Bureau of Public Work Harriman

State Office Campus

Building 12, Room 130

Albany, New York 12240

Phone: (518) 457-5589 | Fax: (518) 485-1870

www.labor.ny.gov

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

Before completing this form, make sure that:

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

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

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

Please type or print the requested information and then mail or fax to the address above.

Contractor Information

FEIN:

State: Zip Code:

Fax No: Email:

Company Name:

Address:

City:

Phone No:

Contact Person:

Phone No: Fax No: Email:

Project Information

Project PRC#: Project Name/Type:

Exact Location

of Project:

(If you are Subcontractor)

County:

Prime Contractor Name:

Job Classification(s) to Work 4/10 Schedule: (Choose all that apply on Job Classification Checklist - Pages 3-8)

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

Requestor Information

Name:

Title: Date:

2 of 7 PW 30.1 (06/17)

Please use the list below with the number assigned to each county as a reference to the corresponding numbers listed

in the following pages under Entire Counties & Partial Counties.

1. Albany County

2. Allegany County

3. Bronx County

4. Broome County

5. Cattaraugus County

6. Cayuga County

7. Chautauqua County

8. Chemung County

9. Chenango County

10. Clinton County

11. Columbia County

12. Cortland County

13. Delaware County

14. Dutchess County

15. Erie County

16. Essex County

17. Franklin County

18. Fulton County

19. Genesee County

20. Greene County

21. Hamilton County

22. Herkimer County

23. Jefferson County

24. Kings County (Brooklyn)

25. Lewis County

26. Livingston County

27. Madison County

28. Monroe County

29. Montgomery County

30. Nassau County

31. New York County (Manhattan)

32. Niagara County

33. Oneida County

34. Onondaga County

35. Ontario County

36. Orange County

37. Orleans County

38. Oswego County

39. Otsego County

40. Putnam County

41. Queens County

42. Rensselaer County

43. Richmond County (Staten Island)

44. Rockland County

45. Saint Lawrence County

46. Saratoga County

47. Schenectady County

48. Schoharie County

49. Schuyler County

50. Seneca County

51. Steuben County

52. Suffolk County

53. Sullivan County

54. Tioga County

55. Tompkins County

56. Ulster County

57. Warren County

58. Washington County

59. Wayne County

60. Westchester County

61. Wyoming County

62. Yates County

Job Classification Checklist

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

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

3 of 7 PW 30.1 (06/17)

Job Classification Tag # Entire Counties Partial Counties Check

Box

Carpenter – Building 276B-All 7 2 ,5

Carpenter – Building 276B-Cat 15 5

Carpenter – Building 276-B-LIV 26, 28, 35, 59 61

Carpenter – Building 276B-Gen 19, 32, 37 61

Carpenter – Heavy & Highway 276HH-All 2, 5, 7

Carpenter – Heavy & Highway 276HH-Erie 15

Carpenter – Heavy & Highway 276HH- Gen 19, 32, 37, 61

Carpenter – Heavy & Highway 276HH-Liv 26, 28, 35, 59

Carpenter – Residential 276R-All 7 2, 5

Carpenter – Building 277B-Bro 4, 54

Carpenter – Building 277B-CAY 6, 50, 62

Carpenter – Building 277B-CS 8, 12, 49, 51, 55 2

Carpenter – Building 277 JLS 23, 25, 45

Carpenter – Building 277 omh 22, 27, 33

Carpenter – Building 277 On 34

Carpenter – Building 277 Os 38

Carpenter – Building 277CDO

Bldg 9, 13, 39

Carpenter – Heavy & Highway 277CDO

HH 9, 13, 39

Carpenter – Heavy & Highway 277HH-BRO 4, 6, 8, 12, ,22, 23, 25, 27, 33, 34,

38, 45, 49, 50, 51, 54, 55, 62

Carpenter – Building 291B-Alb 1, 18, 20, 29, 42, 47, 48

Carpenter – Building 291B-Cli 10, 16, 17

Carpenter – Building 291B-Ham 21, 57, 58

Carpenter – Building 291B-Sar 46

Carpenter – Heavy & Highway 291HH-Alb 1, 10, 16, 17,18, 20, 21, 29, 42, 46, 47, 48, 57, 58

Electrician 25m 30, 52

Electrician – Teledata Cable Splicer 43 12, 22, 27, 33, 38 6, 9, 34, 39, 55, 59

Job Classification Checklist

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

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

PW 30.1 (06/17) 4 of 7

Job Classification Tag # Entire Counties Partial Counties Check

Box

Electrician 86 26, 28 19, 35, 37, 59, 61

Electrician 840 Teledata

and 840 Z1 62 6, 34, 35, 50, 59

Electrician 910 10, 16, 17, 23, 25, 45

Electrical Lineman 1049Line/Gas 30, 41, 52

Electrical Lineman 1249a

1, 2, 4, 5, 6, 7, 8, 9, 10, 11, 12, 13, 14, 15, 16, 17, 18, 19, 20, 21, 22, 23, 25, 26, 27, 28, 29, 32, 33, 34, 35, 36, 37, 38, 39, 40, 42, 44, 46, 47, 48, 49, 50, 45, 51, 53, 54, 55, 56, 57, 58, 59, 61, 62

Electrical Lineman 1249a West 60

Electrical Lineman 1249a-LT

1, 2, 4, 5, 6, 7, 8, 9, 10, 12, 13, 15, 16, 17, 18, 19, 20, 21, 22, 23, 25, 26, 27, 28, 29, 32, 33, 34, 35, 37, 38, 39, 42, 46, 47, 48, 49, 50, 45, 51, 53, 54, 55, 57, 58, 59, 61, 62

Electrical Lineman 1249aREG8LT 11, 14, 36, 40, 44, 56

Electrical Lineman 1249aWestLT 60

Elevator Constructor 138 11, 14, 20, 36, 40, 53, 56 13, 44, 60

Elevator Constructor 14 2, 5, 7, 15, 19, 32, 37, 61

Elevator Constructor 27 8, 26, 28, 35, 49, 50, 51, 59, 62

Elevator Constructor 35 1, 10, 16, 18, 21, 22, 29, 39, 42, 46, 47, 48, 57, 58

Elevator Constructor 62.1 4, 6, 9, 12, 23, 25, 27, 33, 34, 38, 45, 54, 55

13

Glazier 201 1, 10, 11, 16, 17, 18, 20, 21, 29, 42,

46, 47, 48, 57, 58

Glazier 660r 2, 5, 7, 15, 19, 32, 37, 61

Glazier 660 2, 5, 7, 15, 19, 32, 37, 61

Glazier 677.1 23, 25, 26, 28, 35, 45, 50, 59, 62

Glazier 677Z-2 6, 12, 22, 27, 33, 34, 38

Glazier 677z3 4, 8, 9, 13, 39, 49, 51, 54, 55

Glazier 677r.2 6, 12, 22, 27, 33, 34, 38

Insulator – Heat & Frost 30-Syracuse4, 6, 8, 9, 12, 22, 23, 25, 27, 33, 34,

38, 39, 49, 50, 45, 54, 55

Laborer – Building 621b 2, 7 5

Laborer – Building 633 bON 34

Job Classification Checklist

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

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

5 of 7

Job Classification Tag # Entire Counties Partial Counties Check

Box

Laborer – Building 633b Cay 6

Laborer – Building 633bOS 38

Laborer – Building 785(7) 4 9, 13, 54

Laborer – Building 785B-CS 8, 51 49

Laborers – Heavy & Highway 157h/h 47 18, 29, 46

Laborers – Heavy & Highway 190 h/h 1, 42, 58 11, 20, 46

Laborers – Heavy & Highway 35/2h 21, 22, 27, 33 18, 29

Laborer – Residential 621r 2, 7 5

Laborers – Tunnel 157 47 18, 29, 46

Laborers – Tunnel 35T 21, 22, 27, 33 18, 29

Laborers – Tunnel 190 1, 42, 58 11, 20, 46

PW 30.1 (06/17)

Laborer – Building 7-785b 12, 55 49, 54

Mason – Building 2TS.1 1, 10,11, 16, 17, 18, 20, 21, 29,

42, 46, 47, 48, 57, 58

Mason – Building 2TS.2 22, 23, 25, 33, 45 27

Mason – Building 2TS.3 6, 34, 38 27

Mason – Building 2b-on 34

Mason – Building 2b.1 1, 11, 18, 20, 21, 29, 42, 46, 47, 48, 58

57

Mason – Building 2b.2 22, 33 25

Mason – Building 2b.3 6, 34 27

Mason – Building 2b.4 38

Mason – Building 2b.5 23 25

Mason – Building 2b.6 45

Mason – Building 2b.8 10, 16, 17 57

Mason – Building 3b-Co-Z2 8, 49, 51 2

Mason – Building 3B-Z1 19, 26, 28, 35, 50, 59, 61, 62

Mason – Building – Residential 3B-Z1R 19, 26, 28, 35, 50, 59, 61, 62

Mason – Building 3B-Bing-Z2 4, 9, 13, 39, 54

Mason – Building 3B-Ith-Z2 12, 55

Job Classification Checklist

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

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

6 of 7 PW30. 1 (02/17)

Job Classification Tag # Entire Counties Partial Counties Check

Box

Mason – Building 3B-Jam-Z2 7 2, 5

Mason – Building – Residential 3B-Jam-Z2R 2, 4, 8, 7, 9, 12, 39, 13, 49, 51, 54, 55

5

Mason – Building 3B-Z3 15, 32 5

Mason – Building 3B-Z3.Orleans 37

Mason – Residential 3B-Z3R 15, 32 5

Mason – Residential 3B-

z3R.Orleans 37

Mason - Heavy & Highway 3h 2, 4, 8, 7, 9, 12, 13, 19, 26, 28, 35,

37, 39, 49, 50, 51, 54, 55, 59, 61, 62 5, 15, 32

Mason – Tile Finisher 3TF-Z1 19, 26, 28, 35, 50, 59, 61, 62

Mason – Tile Finisher 3TF-Z2 2, 4, 8, 7, 9, 12, 13, 39, 49, 51, 54, 55

5

Mason – Tile Finisher 3TF-Z3 15, 32, 37 5

Mason – Tile Finisher 3TF-Z1R 19, 26, 28, 35, 50, 59, 61, 62

Mason – Tile Finisher 3TF-Z2R 2, 4, 7, 9, 12, 13, 39, 49, 51, 54, 55 5

Mason – Tile Finisher 3TF-Z3R 15, 32, 37 5

Mason – Tile Setter 3TS-Z1 19, 26, 28, 35, 50, 59, 61, 62

Mason – Tile Setter Residential 3TS-Z1R 19, 26, 28, 35, 50, 59, 61, 62

Mason – Tile Setter 3TS-Z2 2, 4, 7, 8, 9, 12, 13, 39, 49, 51, 54, 55

5

Mason – Tile Setter Residential 3TS-Z2R 2, 4, 7, 8, 9, 12, 13, 39, 49, 51, 54, 55

5

Mason – Tile Setter Residential 3TS-Z3R 15, 32, 37 5

Mason – Building/Heavy & Highway 780 3, 24, 30, 31, 41, 43, 52

Operating Engineer - Heavy & Highway

137H/H 40, 60 14

Operating Engineer – Heavy & Highway

158-832H 2, 8, 26, 28, 35, 49, 51, 59, 62 19

Operating Engineer – Heavy & Highway

158-H/H

1, 4, 9, 10, 11, 14, 16, 17, 18, 20,

21, 22, 29, 39, 42, 46, 47, 48, 54,

57, 58

Operating Engineer – Heavy & Highway

158-545h 6, 12, 23, 25, 27, 33, 38, 45, 50, 55

Painter 1456-LS

1, 3, 10, 11, 14, 16, 17, 18, 20, 21,

24, 29, 30, 31, 36, 40, 41, 42, 43,

44, 46, 47, 48, 52, 53, 56, 57, 58, 60

Painter 150 28, 59, 62 26, 35

Mason – Tile Setter 3TS-Z3 15, 32, 37 5

Job Classification Checklist

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

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

7 of 7PW 30.1 (06/17)

Job Classification Tag # Entire Counties Partial Counties Check

Box

Painter 178 B 4, 9, 54

Painter 178 E 8, 49 51

Painter 178 I 12, 55

Painter 178 O 13, 39

Painter 31 6, 22, 27, 33, 34, 50 25, 35, 38

Painter 38.O 38

Painter 38.W 23, 45 25

Painter 4-

Buf,Nia,Olean 2, 15, 19, 32, 37, 61 5, 7, 26, 51

Painter 4-Jamestown 5, 7

Sheetmetal Worker 46 26, 28, 35, 50, 59, 62

Sheetmetal Worker 46r 26, 28, 35, 50, 59, 62

Teamsters – Heavy & Highway 294h/h 1, 11, 18, 20, 29, 42, 46, 47, 48, 58 57

Teamsters – Heavy & Highway 317bhh 6, 12, 50, 51, 55, 62 2

Teamsters - Building/Heavy & Highway

456 40, 60

Introduction to the Prevailing Rate Schedule

Information About Prevailing Rate Schedule This information is provided to assist you in the interpretation of particular requirements for each classification of worker contained in theattached Schedule of Prevailing Rates.

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

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

Overtime At a minimum, all work performed on a public work project in excess of eight hours in any one day or more than five days in any workweek isovertime. However, the specific overtime requirements for each trade or occupation on a public work project may differ. Specific overtimerequirements for each trade or occupation are contained in the prevailing rate schedules. Overtime holiday pay is the premium pay that is required for work performed on specified holidays. It is only required where the employeeactually performs work on such holidays. The applicable holidays are listed under HOLIDAYS: OVERTIME. The required rate of pay for these covered holidays can be found in theOVERTIME PAY section listings for each classification.

Supplemental Benefits Particular attention should be given to the supplemental benefit requirements. In most cases the payment or provision of supplements is foreach hour worked (noted in the schedule as 'Per hour worked'). Some classifications require the payment or provision of supplements foreach hour paid (noted in the schedule as 'Per hour paid'), which require supplements to be paid or provided at a premium rate for premiumhours worked. Some classifications may also require the payment or provision of supplements for paid holidays on which no work isperformed.

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

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

Title (Trade) Ratio

Boilermaker (Construction) 1:1,1:4

Boilermaker (Shop) 1:1,1:3

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

Carpenter (Residential) 1:1,1:3

Page 30

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Sep 01 2017 PRC Number 2017009766

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

Electrician (Inside) 1:1,1:3

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

Glazier 1:1,1:3

Insulation & Asbestos Worker 1:1,1:3

Iron Worker 1:1,1:4

Laborer 1:1,1:3

Mason 1:1,1:4

Millwright 1:1,1:4

Op Engineer 1:1,1:5

Painter 1:1,1:3

Plumber & Steamfitter 1:1,1:3

Roofer 1:1,1:2

Sheet Metal Worker 1:1,1:3

Sprinkler Fitter 1:1,1:2

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

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

District Office Locations: Telephone # FAX #

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

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

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

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

Bureau of Public Work - Newburgh 845-568-5287 845-568-5332

Bureau of Public Work - New York City 212-932-2419 212-775-3579

Bureau of Public Work - Patchogue 631-687-4882 631-687-4902

Bureau of Public Work - Rochester 585-258-4505 585-258-4708

Bureau of Public Work - Syracuse 315-428-4056 315-428-4671

Bureau of Public Work - Utica 315-793-2314 315-793-2514

Bureau of Public Work - White Plains 914-997-9507 914-997-9523

Bureau of Public Work - Central Office 518-457-5589 518-485-1870

Page 31

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Sep 01 2017 PRC Number 2017009766

Oneida County General Construction

Boilermaker 09/01/2017

JOB DESCRIPTION Boilermaker DISTRICT 6ENTIRE COUNTIESCayuga, Clinton, Cortland, Franklin, Jefferson, Lewis, Madison, Oneida, Onondaga, Oswego, Seneca, St. Lawrence, Tompkins

WAGESPer hour: 07/01/2017

Boilermaker $ 31.03

SUPPLEMENTAL BENEFITSPer hour:Journeyman $ 26.00**

** IMPORTANT NOTE: Portion of supplemental benefits per hour paid at same premium as shown for overtime.

Journeyman $ 24.47

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

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (5, 6, 15, 25) on HOLIDAY PAGENOTE: When a holiday falls on Sunday, the day observed by the State or Nation shall be observed. When Christmas Day and New Year'sfall on Saturday, Friday will be observed as the holiday.

REGISTERED APPRENTICESWAGES per hour:

Six month terms at the following percentage of Journeyman's wage.

1st 2nd 3rd 4th 5th 6th 7th 8th65% 65% 70% 75% 80% 85% 90% 95%

07/01/2017 $ 20.17 $ 20.17 $ 21.72 $ 23.27 $ 24.82 $ 26.38 $ 27.93 $ 29.48

SUPPLEMENTAL BENEFITS per hour:

07/01/2017 $ 19.88 $ 19.88 $ 20.76 $ 21.63 $ 22.49 $ 23.38 $ 24.27 $ 25.14

*IMPORTANT NOTE: Portion of supplemental benefits per hour paid at same premium as shown for overtime.

07/01/2017 $ 18.35* $ 18.35* $ 19.23* $ 20.10* $ 20.96* $ 21.85* $ 22.74* $ 23.61*

6-175

Carpenter - Building 09/01/2017

JOB DESCRIPTION Carpenter - Building DISTRICT 7ENTIRE COUNTIESHerkimer, Madison, Oneida

WAGESPer hour: 07/01/2017 07/01/2018 07/01/2019 07/01/2020

Additional Additional AdditionalCarpenter $ 25.90 $ 1.00 $ 1.00 $ 1.00Floorlayer 25.90 1.00 1.00 1.00Piledriver 26.15 1.00 1.00 1.00Hazardous Waste** 27.40 1.00 1.00 1.00Diver Wet Day 61.25 0.00 0.00 0.00Diver Tender & Dry 26.90 1.00 1.00 1.00Certified Welder 26.90 1.00 1.00 1.00

Depth pay for divers: 0' to 80' no additional fee

Page 32

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Sep 01 2017 PRC Number 2017009766 Oneida County

81' to 100' additional $.50 per foot101' to 150' additional $.75 per foot151' and deeper additional $1.25 per foot

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

**Hazardous site requiring protective gear.On projects for removal and/or abatement of asbestos or any toxic or hazardous material and it is required by the employer or mandated byNYS or Federal Regulation to wear protective equipment an additional $1.50 per hour above their appropriate rate for all classificationsincluding apprentices.

Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day.

NOTE - In order to use the '4 Day/10 Hour Work schedule', as your normal schedule, you must submit an 'Employer Registration for Use of 4Day/10 Hour Work Schedule,' form PW30.1; and there must be a dispensation of hours in place on the project. If the PW30.1 is notsubmitted you may be liable for overtime payments for work over 8 hours per day.

SUPPLEMENTAL BENEFITSPer hour worked:Journeyman $ 18.25

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

*NOTE: Make-up day is on Saturday in the week in which a day or days are lost due to inclement weather. Pay for this make-up day will beat straight time, it being understood that work on this day is voluntary on part of the employees.

*NOTE: Saturday may be used as a make-up day at straight time when an employee has an unexcused absence during the week (appliesonly to those employees on a project that lost a day on that same project).

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGEAny holiday which occurs on Sunday shall be observed the following Monday. IfChristmas falls on a Saturday, it shall be observed on the prior Friday.

REGISTERED APPRENTICESAPPRENTICES INDENTURED BEFORE 01/01/16.

WAGES: One year terms at the following percentages of Journeyman's wage.Appr 1st term 50%Appr 2nd term 60%Appr 3rd term 70%Appr 4th term 80%SUPPLEMENTAL BENEFITS per hour worked:Appr 1st term $ 10.99Appr 2nd term 10.99Appr 3rd term 13.59Appr 4th term 13.59

APPRENTICES INDENTURED AFTER 01/01/16.

WAGES: 1300 hour terms at the following percentages of Journeyman's wage.Appr 1st term 0-1300 50%Appr 2nd term 1301-2600 60%Appr 3rd term 2601-3900 65%Appr 4th term 3901-5200 70%Appr 5th term 5201-6500 80%SUPPLEMENTAL BENEFITS per hour worked:Appr 1st term 0-1300 $ 10.99Appr 2nd term 1301-2600 10.99Appr 3rd term 2601-3900 13.59Appr 4th term 3901-5200 13.59Appr 5th term 5201-6500 13.59

7-277 OMH

Carpenter - Building / Heavy&Highway 09/01/2017

Page 33

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Sep 01 2017 PRC Number 2017009766 Oneida County

JOB DESCRIPTION Carpenter - Building / Heavy&Highway DISTRICT 2ENTIRE COUNTIESAlbany, Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Erie, Essex,Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Niagara, Oneida,Onondaga, Ontario, Orleans, Oswego, Otsego, Rensselaer, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben,Sullivan, Tioga, Tompkins, Ulster, Warren, Washington, Wayne, Wyoming, Yates

PARTIAL COUNTIESOrange: The area lying on Northern side of Orange County demarcated by a line drawn from the Bear Mountain Bridge continuing east tothe Bear Mountain Circle, continue North on 9W to the town of Cornwall where County Road 107 (also known as Quaker Rd) crosses under9W, then east on County Road 107 to Route 32, then north on Route 32 to Orrs Mills Rd, then west on Orrs Mills Rd to Route 94, continuewest and south on Route 94 to the Town of Chester, to the intersection of Kings Highway, continue south on Kings Highway to Bellvale Rd,west on Bellvale Rd to Bellvale Lakes Rd, then south on Bellvale Lakes Rd to Kain Rd, southeast on Kain Rd to Route 17A, then north andsoutheast along Route 17A to Route 210, then follow Route 210 to NJ Border.

WAGESWages per hour:

07/01/2017 07/01/2018Carpenter - ONLY for AdditionalArtificial Turf/SyntheticSport Surface $ 29.88 $ 1.50

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

SUPPLEMENTAL BENEFITSPer hour worked plus paid holidays:

Journeyman $ 21.45

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

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

REGISTERED APPRENTICESWages per hour:

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

Supplemental Benefits per hour worked plus paid holidays:1st year term $ 11.002nd year term 11.003rd year term 13.604th year term 13.60

2-42AtSS

Carpenter - Heavy&Highway 09/01/2017

JOB DESCRIPTION Carpenter - Heavy&Highway DISTRICT 2ENTIRE COUNTIESBroome, Cayuga, Chemung, Cortland, Herkimer, Jefferson, Lewis, Madison, Oneida, Onondaga, Oswego, Schuyler, Seneca, St. Lawrence,Steuben, Tioga, Tompkins, Yates

WAGESPer hour

07/01/2017 07/01/2018Additional

Carpenter $ 29.88 $ 1.50Piledriver 29.88 1.50Diver-Wet Day 54.88 1.50Diver-Dry Day 30.88 1.50Diver-Tender 30.88 1.50

NOTE ADDITIONAL AMOUNTS PAID FOR THE FOLLOWING WORK LISTED BELOW (not subject to overtime premiums):- When Millwright work is performed, the employee will receive an additional $1.50 per hour for all hours worked on the day the millwrightwork was performed.

Page 34

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Sep 01 2017 PRC Number 2017009766 Oneida County

- When project owner mandates a single irregular work shift, the employee will receive an additional $2.00 per hour. A single irregular workshift can start any time from 5:00 p.m. to 1:00 a.m.- State or Federal designated hazardous site, requiring protective gear shall be an additional $2.00 per hour.- Certified welders when required to perform welding work will receive an additional $1.50 per hour.

ADDITIONAL NOTES PERTAINING TO DIVERS/TENDERS:- Divers and Tenders shall receive one and one half (1 1/2) times their regular diver and tender rate of pay for Effluent and Slurry diving.- Divers and tenders being paid at the specified rate for Effluent and Slurry diving shall have all overtime rates based on the specified rateplus the appropriate overtime rates (one and one half or two times the specified rate for Slurry and Effluent divers and tenders).- The pilot of an ADS or submersible will receive one and one-half (1 1/2) times the Diver-Wet Day Rate for time submerged.- Depth pay for Divers based upon deepest depth on the day of the dive:

0' to 50' no additional fee51'to 100' additional $.50 per foot101'to 150' additional $0.75 per foot151'and deeper additional $1.25 per foot

- Penetration pay for Divers based upon deepest penetration on the day of the dive:0' to 50' no additional fee51' to 100' additional $.75 per foot101' and deeper additional $1.00 per foot

- Diver rates applies to all hours worked on dive day.

Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Friday, provided the project duration is more thanforty (40) hours.NOTE - In order to use the '4 Day/10 Hour Work schedule', as your normal schedule, you must submit an 'Employer Registration for Use of 4Day/10 Hour Work Schedule,' form PW30.1; and there must be a dispensation of hours in place on the project. If the PW30.1 is notsubmitted you may be liable for overtime payments for work over 8 hours per day.

SUPPLEMENTAL BENEFITSPer hour worked plus paid holidays:

Journeyman $ 21.45

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

HOLIDAYPaid: See (2, 17) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGEIn the event a Holiday falls on a Saturday, the Friday before will be observed as a Holiday. If a Holiday falls on a Sunday, then Monday willbe observed as a Holiday.

REGISTERED APPRENTICESWages per hour

FOR APPRENTICES INDENTURED PRIOR TO JANUARY 1, 2016One year terms at the following percentage of Journeyman's base wage1st 2nd 3rd 4th50% 60% 70% 80%Supplemental Benefits per hour worked plus paid holidays:1st year term $ 11.002nd year term 11.003rd year term 13.604th year term 13.60

FOR APPRENTICES INDENTURED AFTER JANUARY 1, 20161,300 hour terms at the following percentage of Journeyman's base wage1st 2nd 3rd 4th 5th50% 60% 65% 70% 80%Supplemental Benefits per hour worked plus paid holidays:1st term $ 11.002nd term 11.003rd term 13.604th term 13.605th term 13.60

NOTE ADDITIONAL AMOUNTS PAID TO APPRENTICES FOR THE FOLLOWING WORK LISTED BELOW (not subject to overtimepremiums):- When Millwright work is performed, the employee will receive an additional $1.50 per hour for all hours worked on the day the millwrightwork was performed.

Page 35

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Sep 01 2017 PRC Number 2017009766 Oneida County

- When project owner mandates a single irregular work shift, the employee will receive an additional $2.00 per hour. A single irregular workshift can start any time from 5:00 p.m. to 1:00 a.m.- State or Federal designated hazardous site, requiring protective gear shall be an additional $2.00 per hour.- Certified welders when required to perform welding work will receive an additional $1.50 per hour.

2-277HH-Bro

Electrician 09/01/2017

JOB DESCRIPTION Electrician DISTRICT 6ENTIRE COUNTIESCortland, Herkimer, Madison, Oneida, Oswego

PARTIAL COUNTIESCayuga: Townships of Ira, Locke, Sempronius, Sterling, Summerhill and Victory.Chenango: Only the Townships of Columbus, New Berlin and Sherburne.Onondaga: Entire County except Townships of Elbridge and Skaneateles.Otsego: Only the Townships of Plainfield, Richfield, Springfield, Cherry Valley, Roseboom, Middlefield, Otsego, Exeter, Edmeston,Burlington, Pittsfield and New Lebanon.Tompkins: Only the Township of Groton.Wayne: Only the Townships of Huron, Wolcott, Rose and Butler.

WAGESPer hour: 07/01/2017

Electrician $ 36.75Teledata 36.75Cable Splicer 40.45

NOTES:THE FOLLOWING RATES WILL APPLY ON ALL CONTRACTING AGENCY MANDATED MULTIPLE SHIFTS OF EIGHT (8) HOURS FORAT LEAST FIVE (5) DAYS DURATION WHICH MAY HAVE BEEN WORKED. WHEN TWO (2) SHIFTS OR THREE (3) SHIFTS AREWORKED:

1st Shift - 8:00 AM to 4:30 PM: See rates posted above2nd Shift - 4:30 PM to 1:00 AM: Add 15% to rates posted above3rd Shift - 12:30 AM to 9:00 AM: Add 25% to rates posted above

Occupied Conditions: When necessary to perform alteration and/or renovation work and owner mandates (due to occupied conditions)prevent the work from being performed during "normal" working hours (defined as between 6:00 a.m. and 4:30 p.m. Monday through Friday),alternate hours may be worked, provided: 1) The hours are established for a minimum of five (5) days duration or the length of the job,whichever is shorter; and 2) An entire work scope within a job-site area is performed utilizing the varied hours. If these conditions aresatisfied, all hours worked Monday through Friday of a shift that starts before or ends after the "normal" hours, shall be paid at theappropriate rate plus fifteen percent (15%). However, the following restrictions shall apply:

1) "Alternate" hours shall consist of a minimum of eight consecutive hours per day2) Hours worked in excess of eight (8) hours per day, Monday through Friday, shall be paid at a rate of one and one-half timesthe applicable rate (day-shift + 15%)3) Hours worked on Saturday shall be paid at time and one-half the applicable rate.4) Hours worked on a Sunday and Holidays shall be paid at double the straight time rate.5) Work of a new construction nature may not be worked under these conditions.

** IMPORTANT NOTICE - EFFECTIVE 04/01/2009 **Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day.

NOTE - In order to use the '4 Day/10 Hour Work schedule', as your normal schedule, you must submit an 'Employer Registration for Use of 4Day/10 Hour Work Schedule,' form PW30.1; and there must be a dispensation of hours in place on the project. If the PW30.1 is notsubmitted you may be liable for overtime payments for work over 8 hours per day.

SUPPLEMENTAL BENEFITSPer hour: 07/01/2017

Journeyman $ 23.22 plus*3% of hourlywage paid

*NOTE: The 3% is based on the hourly wage paid, straight time or premium rate.

OVERTIME PAY See ( B,E**,Q ) on OVERTIME PAGE** Double Time after 10 hrs. on Saturday.

Page 36

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Sep 01 2017 PRC Number 2017009766 Oneida County

NOTE: WAGE CAP...Double the straight time hourly base wage shall be the maximum hourly wage compensation for any hour worked.Contractor is still responsible to pay the hourly benefit amount for each hour worked.

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGENOTE: If any of the above holidays fall on Saturday, Friday shall be observed as the holiday. If any of the above holidays fall on Sunday,Monday shall be observed as the holiday.

REGISTERED APPRENTICESWAGES per hour. 07/01/2017

1st period (0-1000 hrs) $ 14.702nd period (1001-2000) 16.553rd period (2001-3500) 18.404th period (3501-5000) 22.055th period (5001-6500) 25.756th Period (6501-8000) 29.40

SUPPLEMENTAL BENEFITS per hour:

1st period $ 10.74 plus*3% of hourlywage paid

2nd period $ 10.74 plus*3% of hourlywage paid

3rd period $ 21.90 plus*3% of hourlywage paid

4th period $ 22.16 plus*3% of hourlywage paid

5th period $ 22.43 plus*3% of hourlywage paid

6th period $ 22.69 plus*3% of hourlywage paid

*NOTE: The 3% is based on the hourly wage paid, straight time rate or premium rate.6-43

Elevator Constructor 09/01/2017

JOB DESCRIPTION Elevator Constructor DISTRICT 6ENTIRE COUNTIESBroome, Cayuga, Chenango, Cortland, Franklin, Jefferson, Lewis, Onondaga, Oswego, St. Lawrence, Tioga, Tompkins

PARTIAL COUNTIESDelaware: Only the towns of: Tompkins, Walton, Masonville, Sidney, Franklin and Deposit.Madison: Only the towns of: Cazenovia, DeRuyter, Eaton, Fenner, Georgetown, Lebanon, Lenox, Nelson and Sullivan.Oneida: Only the towns of: Camden, Florence and Vienna.

WAGESPer hour: 07/01/2017

Elevator Constructor $ 43.79Helper 30.65

** IMPORTANT NOTICE - EFFECTIVE 04/01/2009 **Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday, except work on general repairs andmodernization.

Page 37

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Sep 01 2017 PRC Number 2017009766 Oneida County

NOTE - In order to use the '4 Day/10 Hour Work schedule', as your normal schedule, you must submit an 'Employer Registration for Use of 4Day/10 Hour Work Schedule,' form PW30.1; and there must be a dispensation of hours in place on the project. If the PW30.1 is notsubmitted you may be liable for overtime payments for work over 8 hours per day.

SUPPLEMENTAL BENEFITSPer hour:

Journeyman $ 31.585*

*NOTE - add 6% of regular hourly rate for all hours worked

OVERTIME PAYSee (D, O) on OVERTIME PAGE

HOLIDAYPaid: See (5, 6, 15, 16) on HOLIDAY PAGEOvertime: See (5, 6, 15, 16) on HOLIDAY PAGENOTE: When a paid holiday falls on a Saturday, it shall be observed on Friday. When a paid holiday falls on Sunday, it shall be observed onMonday.

REGISTERED APPRENTICESWAGES: 850 hour terms at the following percentage of Journeyman's wage.

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

SUPPLEMENTAL BENEFITSPer hour:

1st term: None2nd - 8th term: Same as Journeyman.

6-62.1

Elevator Constructor 09/01/2017

JOB DESCRIPTION Elevator Constructor DISTRICT 1ENTIRE COUNTIESAlbany, Clinton, Essex, Fulton, Hamilton, Herkimer, Montgomery, Otsego, Rensselaer, Saratoga, Schenectady, Schoharie, Warren,Washington

PARTIAL COUNTIESMadison: Madison Only the towns of: Brookfield, Hamilton, Lincoln, Madison, Smithfield, Stockbridge and the City of OneidaOneida: Entire county except the towns of: Camden, Florence, and Vienna.

WAGESPer hour

07/01/2017 01/01/2018 01/01/2019

Mechanic $ 43.24 $ 45.40 $ 47.56

Helper 70% of Mechanic 70% of Mechanic 70% of MechanicWage Rate Wage Rate Wage Rate

**** IMPORTANT NOTICE - EFFECTIVE 04/01/2009 ****Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday or Tuesday thru Friday.

NOTE - In order to use the '4 Day/10 Hour Work schedule', as your normal schedule, you must submit an 'Employer Registration for Use of 4Day/10 Hour Work Schedule,' form PW30.1; and there must be a dispensation of hours in place on the project. If the PW30.1 is notsubmitted you may be liable for overtime payments for work over 8 hours per day.

SUPPLEMENTAL BENEFITSPer hour worked

07/01/2017 01/01/2018 01/01/2019Journeyman/Helper

$ 31.585* $ 32.705* $ 33.825*

(*)Plus 6% of regular hourly rate.

OVERTIME PAY

Page 38

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Sep 01 2017 PRC Number 2017009766 Oneida County

See (D, O) on OVERTIME PAGE

HOLIDAYPaid: See (5, 6, 15, 16) on HOLIDAY PAGEOvertime: See (5, 6, 15, 16) on HOLIDAY PAGENote: When a paid holiday falls on Saturday, it shall be observed on Friday. When a paid holiday falls on Sunday, it shall be observed onMonday.

REGISTERED APPRENTICESWages per hour0-6 mo* 50%*No supplemental benefits

6-12 mo 2nd yr 3rd yr 4th yr55 % 65 % 70 % 80 %

Supplemental Benefits per hour worked

Same as Journeyman/Helper1-35

Glazier 09/01/2017

JOB DESCRIPTION Glazier DISTRICT 5ENTIRE COUNTIESCayuga, Cortland, Herkimer, Madison, Oneida, Onondaga, Oswego

WAGESPer Hour: 07/01/2017

Glazier $ 24.25

** IMPORTANT NOTICE **Four (4), ten (10) days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day.

NOTE - In order to use the '4 Day/10 Hour Work schedule', as your normal schedule, you must submit an 'Employer Registration for Use of 4Day/10 Hour Work Schedule,' form PW30.1; and there must be a dispensation of hours in place on the project. If the PW30.1 is notsubmitted you may be liable for overtime payments for work over 8 hours per day.

SUPPLEMENTAL BENEFITSPer hour worked:

Journeyman $ 17.94

OVERTIME PAYSee (B,E,E2*,Q) on OVERTIME PAGE.*Note - Or circumstances beyond the control of the employer.

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

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

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

Supplemental Benefits per hour worked:

Hired before 05/01/2014

Appr. 1st & 2nd term $ 13.44Appr. 3rd term 16.14Appr. 4th term 16.37Appr. 5th term 16.59Appr. 6th term 16.82Appr. 7th term 17.04Appr. 8th term 17.49

Page 39

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Sep 01 2017 PRC Number 2017009766 Oneida County

Hired after 05/01/2014

Appr. 1st term $ 9.17Appr. 2nd term 9.60Appr. 3rd term 12.72Appr. 4th term 13.38Appr. 5th term 14.03Appr. 6th term 14.69Appr. 7th term 15.33Appr. 8th term 16.64

5-677.Z-2

Insulator - Heat & Frost 09/01/2017

JOB DESCRIPTION Insulator - Heat & Frost DISTRICT 6ENTIRE COUNTIESBroome, Cayuga, Chemung, Chenango, Cortland, Herkimer, Jefferson, Lewis, Madison, Oneida, Onondaga, Oswego, Otsego, Schuyler,Seneca, St. Lawrence, Tioga, Tompkins

WAGESPer hour: 07/01/2017

Insulation Installer $ 32.15(On mechanical systems only)

NOTE: THE FOLLOWING RATES WILL APPLY ON ALL CONTRACTING AGENCY MANDATED SHIFTS WORKED.

1ST SHIFT $ 32.152ND SHIFT 36.973RD SHIFT 40.19

** IMPORTANT NOTICE - EFFECTIVE 04/01/2009 **Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day.

NOTE - In order to use the '4 Day/10 Hour Work schedule', as your normal schedule, you must submit an 'Employer Registration for Use of 4Day/10 Hour Work Schedule,' form PW30.1; and there must be a dispensation of hours in place on the project. If the PW30.1 is notsubmitted you may be liable for overtime payments for work over 8 hours per day.

SUPPLEMENTAL BENEFITSPer hour:

Journeyman $ 21.27

OVERTIME PAYSee (*B1, Q) on OVERTIME PAGE*NOTE: First 10 hours on Saturday

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (4,6) on HOLIDAY PAGE. Also Easter.

Triple time for Labor Day if worked.

NOTE: When a holiday falls on Sunday, the following Monday shall be observed as a holiday.

REGISTERED APPRENTICESWAGES: One year terms at the following percentage of Journeyman's wage

1st 2nd 3rd 4th50% 60% 70% 80%

$ 16.08 $ 19.29 $ 22.51 $ 25.72

SUPPLEMENTAL BENEFITSPer hour:

1st & 2nd years $ 19.273rd & 4th years 21.27

6-30-Syracuse

Ironworker 09/01/2017

Page 40

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Sep 01 2017 PRC Number 2017009766 Oneida County

JOB DESCRIPTION Ironworker DISTRICT 7ENTIRE COUNTIESFranklin, Herkimer, Lewis, Oneida, St. Lawrence

PARTIAL COUNTIESChenango: Only the Townships of Columbus, New Berlin, North Norwich, Plymouth, Sherburne and Smyrna.Fulton: Only the Townships of Caroga, Ephratah, Oppenheim, Strafford.Hamilton: Only the Townships of Arietta, Indian Lake, Lake Pleasant, Long Lake and Morehouse.Jefferson: Only the Townships of Antwerp, Champion, Philadelphia and Wilna.Madison: Only the Townships of Brookfield, Eaton, Hamilton, Lebanon, Madison, Oneida and Stockbridge.Montgomery: Only the Townships of Canajoharie, Minden, Palatine and St. Johnsville.Otsego: Only the Townships of Burlington, Cherry Valley, Decatur, Edmeston, Exeter, Hartwick, Middlefield, New Lisbon, Otsego, Pittsfield,Plainfield, Richfield, Roseboom, Springfield and Westford, and Village of Cooperstown.

WAGESPer hour 07/01/2017

Structural/Reinforcing $ 27.25Mach. Mover/Ornamental 27.25Stone Derrickman 27.25Chain Link Fence 27.25Sheeter Ironworker 27.25Pre-Engineered Building 27.25Window Erector 27.25Precast Erector 27.25Welder 27.25

SUPPLEMENTAL BENEFITSPer hour worked:

Journeyman $ 26.69

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

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGENOTE: Any holiday which occurs on Sunday shall be observed the following Monday. Any holiday which occurs on Saturday shall beobserved on the preceding Friday.

REGISTERED APPRENTICESWAGES per hour: 1500 hour terms at the following wage.

1-1500 $ 16.50to 3000 18.50to 4500 20.50to 6000 22.50

SUPPLEMENTAL BENEFITS per hour:

1-1500 $ 10.75to 3000 17.76to 4500 18.76to 6000 19.76

7-440

Laborer - Building 09/01/2017

JOB DESCRIPTION Laborer - Building DISTRICT 7ENTIRE COUNTIESHamilton, Herkimer, Madison, Oneida

PARTIAL COUNTIESFulton: Only the Townships of Stratford, Caroga, Oppenheim and Ephrata.Montgomery: Only the Townships of Minden, Palantine, Canajoharie, Root and St. Johnsville.

WAGESGROUP #1: BasicGROUP #2: Pipe Layer, Mortar Mixer, Walk behind Mortar Buggie and Power LiftGROUP #3: Wagon Drill(Where separate air compressor unit supplies power.)GROUP #4: Blaster, Formsetter, Riding Mortar BuggyGROUP #5: Hazardous Waste RemovalGROUP #6: Asbestos and Lead Removal

Page 41

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Sep 01 2017 PRC Number 2017009766 Oneida County

WAGES per hour: 07/01/2017Building Laborer:Group # 1 $ 22.50Group # 2 22.65Group # 3 22.90Group # 4 23.00Group # 5 24.00Group # 6 24.00

SUPPLEMENTAL BENEFITSPer hour worked:

All groups $ 20.79

OVERTIME PAYOVERTIME:... See ( B,E,E2*,Q ) on OVERTIME PAGE.*When an employee has worked between 16 and 32 hours.

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

REGISTERED APPRENTICES(Hour) terms at the following percentage of Journeyman's wage.to 1000 to 2000 to 400065% 70% 80%

Supplements per hour worked:

All Terms: Same as Journeyman7-35

Laborer - Heavy&Highway 09/01/2017

JOB DESCRIPTION Laborer - Heavy&Highway DISTRICT 7ENTIRE COUNTIESHamilton, Herkimer, Madison, Oneida

PARTIAL COUNTIESFulton: Only the Townships of Stratford, Caroga, Oppenheim and Ephrata.Montgomery: Only the Townships of Minden, Palantine, Canajoharie, Root and St. Johnsville.

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

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

GROUP # C: Rock or Drilling Machine Operators (only where a separate air compressor unit supplies power), Acetylene Torch Operators,Asphalt Raker and Powderman.

GROUP # D: Blasters, Form Setters (prefab curb radius), Stone or Granite Curb Setters.

Per hour: 07/01/2017 07/01/2018Heavy/Highway Laborer: AdditionalGROUP # A $ 28.05 $ 1.85GROUP # B 28.25 1.85GROUP # C 28.45 1.85GROUP # D 28.65 1.85

An additional $2.00 to hourly rate when required to use or wear protective equipment on a Federal or State designated hazardous site.Governmental mandated night work,(single irregular shift): Additional $2.00/hr.

Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day.

NOTE - In order to use the '4 Day/10 Hour Work schedule', as your normal schedule, you must submit an 'Employer Registration for Use of 4Day/10 Hour Work Schedule,' form PW30.1; and there must be a dispensation of hours in place on the project. If the PW30.1 is notsubmitted you may be liable for overtime payments for work over 8 hours per day.

Page 42

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Sep 01 2017 PRC Number 2017009766 Oneida County

SUPPLEMENTAL BENEFITSPer hour worked: $ 23.89

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

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

REGISTERED APPRENTICESWAGES: Hour terms at the following percentage of Journeyman's wage.

to 1000 to 2000 to 400065% 70% 80%

SUPPLEMENTAL BENEFITS per hour worked:

All Terms: Same as Journeyman7-35/2h

Laborer - Tunnel 09/01/2017

JOB DESCRIPTION Laborer - Tunnel DISTRICT 7ENTIRE COUNTIESHamilton, Herkimer, Madison, Oneida

PARTIAL COUNTIESFulton: Only the Townships of Stratford, Caroga, Oppenheim and Ephrata.Montgomery: Only the Townships of Minden, Palantine, Canajoharie, Root and St. Johnsville.

WAGESClass A: Mole nipper, powder handler, changehouse attendant and top laborer, Air spade, jackhammer, pavement breaker, Top bell, Bottombell, side or roofbelt driller, maintenance men, burners, block layers, rodmen, caulkers, miners helper, trackmen, nippers, derailmen,electrical cablemen, hosemen, groutmen, gravelmen, form workers, movers and shaftmen, conveyor men.

Class B: Powder monkey, Blasters, ironmen and cement worker, miner, welder, heading driller, steel erectors, piledriver, rigger

Per hour: 07/01/2017 07/01/2018Additional

Tunnel Laborer:Class A: $ 32.25 $ 1.85Class B: 33.25 1.85

An additional $2.00 to hourly rate when required to use or wear protective equipment on a Federal or State designated hazardous site.Governmental mandated night work,(single irregular shift): Additional $2.00/hr.

Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day.

NOTE - In order to use the '4 Day/10 Hour Work schedule', as your normal schedule, you must submit an 'Employer Registration for Use of 4Day/10 Hour Work Schedule,' form PW30.1; and there must be a dispensation of hours in place on the project. If the PW30.1 is notsubmitted you may be liable for overtime payments for work over 8 hours per day.

SUPPLEMENTAL BENEFITSPer hour worked: $ 24.64

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

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

REGISTERED APPRENTICESWAGES: Hour terms at the following percentage of Journeyman's wage.

to 1000 to 2000 to 400065% 70% 80%

SUPPLEMENTAL BENEFITS per hour worked:

All Terms: Same as Journeyman7-35T

Page 43

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Sep 01 2017 PRC Number 2017009766 Oneida County

Lineman Electrician 09/01/2017

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

WAGESPer hour:

NOTE: Includes Teledata Work within ten (10) feet of High Voltage Transmission Lines

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

07/01/2017 05/07/2018 05/06/2019 05/04/2020

Lineman, Technician $ 49.20 $ 50.60 $ 52.05 $ 53.50Crane, Crawler Backhoe 49.20 50.60 52.05 53.50Welder, Cable Splicer 49.20 50.60 52.05 53.50Digging Mach. Operator 44.28 45.54 46.85 48.15Tractor Trailer Driver 41.82 43.01 44.24 45.48Groundman, Truck Driver 39.36 40.48 41.64 42.80Equipment Mechanic 39.36 40.48 41.64 42.80Flagman 29.52 30.36 31.23 32.10

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

Below rates applicable on all electrical sub-stations, switching structures, fiber optic cable and all other work not defined as "Utility outsideelectrical work". (Ref #14.02.01-A)

Lineman, Technician $ 49.20 $ 50.60 $ 52.05 $ 53.50Crane, Crawler Backhoe 49.20 50.60 52.05 53.50Cable Splicer 54.12 55.66 57.26 58.85Certified Welder -Pipe Type Cable 51.66 53.13 54.65 56.18Digging Mach. Operator 44.28 45.54 46.85 48.15Tractor Trailer Driver 41.82 43.01 44.24 45.48Groundman, Truck Driver 39.36 40.48 41.64 42.80Equipment Mechanic 39.36 40.48 41.64 42.80Flagman 29.52 30.36 31.23 32.10

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

Below rates apply on switching structures, maintenance projects, railroad catenary install/maintenance third rail installation, bonding of railsand pipe type cable and installation of fiber optic cable. (Ref #14.02.01-B)

Lineman, Tech, Welder $ 50.52 $ 51.92 $ 53.37 $ 54.82Crane, Crawler Backhoe 50.52 51.92 53.37 54.82Cable Splicer 55.57 57.11 58.71 60.30Certified Welder -Pipe Type Cable 53.05 54.52 56.04 57.56Digging Mach. Operator 45.47 46.73 48.03 49.34Tractor Trailer Driver 42.94 44.13 45.36 46.60Groundman, Truck Driver 40.42 41.54 42.70 43.86Equipment Mechanic 40.42 41.54 42.70 43.86Flagman 30.31 31.15 32.02 32.89

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

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

Lineman, Tech, Welder $ 51.71 $ 53.11 $ 54.56 $ 56.01Crane, Crawler Backhoe 51.71 53.11 54.56 56.01Cable Splicer 51.71 53.11 54.56 56.01

Page 44

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Sep 01 2017 PRC Number 2017009766 Oneida County

Digging Mach. Operator 46.54 47.80 49.10 50.41Tractor Trailer Driver 43.95 45.14 46.38 47.61Groundman, Truck Driver 41.37 42.49 43.65 44.81Equipment Mechanic 41.37 42.49 43.65 44.81Flagman 31.03 31.87 32.74 33.61

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

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

1ST SHIFT 8:00 AM to 4:30 PM REGULAR RATE2ND SHIFT 4:30 PM to 1:00 AM REGULAR RATE PLUS 17.3 %3RD SHIFT 12:30 AM to 9:00 AM REGULAR RATE PLUS 31.4 %

** IMPORTANT NOTICE **Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day.*Effective 05/06/2013, Tuesday thru Friday may be worked with no make-up day.

NOTE - In order to use the '4 Day/10 Hour Work schedule', as your normal schedule, you must submit an 'Employer Registration for Use of 4Day/10 Hour Work Schedule,' form PW30.1; and there must be a dispensation of hours in place on the project. If the PW30.1 is notsubmitted you may be liable for overtime payments for work over 8 hours per day.

SUPPLEMENTAL BENEFITSPer hour worked (also required on non-worked holidays):

The following SUPPLEMENTAL BENEFITS apply to all classification categories of CONSTRUCTION, TRANSMISSION andDISTRIBUTION.

Journeyman $ 22.65 $ 23.40 $ 24.15 $ 24.90*plus 6.75% of *plus 6.75% of *plus 6.75% of *plus 6.75% ofhourly wage hourly wage hourly wage hourly wage

*The 6.75% is based on the hourly wage paid, straight time rate or premium rate.

OVERTIME PAYSee (B, E, Q,) on OVERTIME PAGE. *Note* Double time for all emergency work designated by the Dept. of Jurisdiction.NOTE: WAGE CAP...Double the straight time hourly base wage shall be the maximum hourly wage compensation for any hour worked.Contractor is still responsible to pay the hourly benefit amount for each hour worked.

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

NOTE: All paid holidays falling on Saturday shall be observed on the preceding Friday. All paid holidays falling on Sunday shall be observedon the following Monday. Supplements for holidays paid at straight time.

REGISTERED APPRENTICESWAGES: 1000 hour terms at the following percentage of the applicable Journeyman Lineman wage.

1st 2nd 3rd 4th 5th 6th 7th60% 65% 70% 75% 80% 85% 90%

SUPPLEMENTAL BENEFITS: Same as Journeyman

6-1249a

Lineman Electrician - Teledata 09/01/2017

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

WAGESPer hour:

Page 45

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Sep 01 2017 PRC Number 2017009766 Oneida County

FOR OUTSIDE WORK.07/01/2017

Cable Splicer $ 30.90Installer, Repairman 29.33Teledata Lineman 29.33Technician, Equipment Operator 29.33Groundman 15.56

NOTE: EXCLUDES Teledata work within ten (10) feet of High Voltage (600 volts and over) transmission lines. For this work please seeLINEMAN.

NOTE: THE FOLLOWING RATES WILL APPLY ON ALL CONTRACTING AGENCY MANDATED MULTIPLE SHIFTS OF AT LEAST FIVE(5) DAYS DURATION WORKED:

1ST SHIFT REGULAR RATE2ND SHIFT REGULAR RATE PLUS 10%3RD SHIFT REGULAR RATE PLUS 15%

SUPPLEMENTAL BENEFITSPer hour:Journeyman $ 4.43

*plus 3% ofwage paid

*The 3% is based on the hourly wage paid, straight time rate or premium rate.

OVERTIME PAYSee (B, E, Q) on OVERTIME PAGENOTE: WAGE CAP...Double the straight time hourly base wage shall be the maximum hourly wage compensation for any hour worked.Contractor is still responsible to pay the hourly benefit amount for each hour worked.

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

6-1249LT - Teledata

Lineman Electrician - Traffic Signal, Lighting 09/01/2017

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

WAGESLineman/Technician shall perform all overhead aerial work. A Lineman/Technician on the ground will install all electrical panels, connect allgrounds, install and connect all electrical conductors which includes, but is not limited to road loop wires; conduit and plastic or other typepipes that carry conductors, flex cables and connectors, and to oversee the encasement or burial of such conduits or pipes.

A Groundman/Groundman Truck Driver shall: Build and set concrete forms, handle steel mesh, set footer cages, transport concrete in awheelbarrow, hand or machine concrete vibrator, finish concrete footers, mix mortar, grout pole bases, cover and maintain footers whilecuring in cold weather, operate jack hammer, operate hand pavement breaker, tamper, concrete and other motorized saws, as a drill helper,operate and maintain generators, water pumps, chainsaws, sand blasting, operate mulching and seeding machine, air tools, electric tools,gas tools, load and unload materials, hand shovel and/or broom, prepare and pour mastic and other fillers, assist digger operator equipmentoperator in ground excavation and restoration, landscape work and painting. Only when assisting a lineman technician, agroundman/groundman truck driver may assist in installing conduit, pipe, cables and equipment.

A flagger's duties shall consist of traffic control only.

(Ref #14.01.01)

Per hour:07/01/2017 05/07/2018 05/06/2019 05/04/2020

Lineman, Technician $ 42.65 $ 43.80 $ 45.00 $ 46.20Crane, Crawler Backhoe 42.65 43.80 45.00 46.20Certified Welder 44.78 45.99 47.25 48.51Digging Machine 38.39 39.42 40.50 41.58

Page 46

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Sep 01 2017 PRC Number 2017009766 Oneida County

Tractor Trailer Driver 36.25 37.23 38.25 39.27Groundman, Truck Driver 34.12 35.04 36.00 36.96Equipment Mechanic 34.12 35.04 36.00 36.96Flagman 25.59 26.28 27.00 27.72

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

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

1ST SHIFT 8:00 AM TO 4:30 PM REGULAR RATE2ND SHIFT 4:30 PM TO 1:00 AM REGULAR RATE PLUS 17.3%3RD SHIFT 12:30 AM TO 9:00 AM REGULAR RATE PLUS 31.4%

** IMPORTANT NOTICE **Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day.*Effective 05/06/2013, Tuesday thru Friday may be worked with no make-up day.

NOTE - In order to use the '4 Day/10 Hour Work schedule', as your normal schedule, you must submit an 'Employer Registration for Use of 4Day/10 Hour Work Schedule,' form PW30.1; and there must be a dispensation of hours in place on the project. If the PW30.1 is notsubmitted you may be liable for overtime payments for work over 8 hours per day.

SUPPLEMENTAL BENEFITSPer hour worked (but also required on non-worked holidays):

Journeyman $ 22.65 $ 23.40 $ 24.15 $ 24.90*plus 6.75% of *plus 6.75% of *plus 6.75% of *plus 6.75% ofhourly wage hourly wage hourly wage hourly wage

*The 6.75% is based on the hourly wage paid, straight time rate or premium rate.Supplements paid at STRAIGHT TIME rate for holidays.

OVERTIME PAYSee (B, E, Q) on OVERTIME PAGE. *Note* Double time for all emergency work designated by the Dept. of Jurisdiction.NOTE: WAGE CAP...Double the straight time hourly base wage shall be the maximum hourly wage compensation for any hour worked.Contractor is still responsible to pay the hourly benefit amount for each hour worked.

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

NOTE: All paid holidays falling on Saturday shall be observed on the preceding Friday. All paid holidays falling on Sunday shall be observedon the following Monday. Supplements for holidays paid at straight time.

REGISTERED APPRENTICESWAGES: Per hour. 1000 hour terms.

07/01/2017 05/07/2018 05/06/2019 05/04/20201st term $ 25.59 $ 26.28 $ 27.00 $ 27.722nd term 27.72 28.47 29.25 30.033rd term 29.86 30.66 31.50 32.344th term 31.99 32.85 33.75 34.655th term 34.12 35.04 36.00 36.966th term 36.25 37.23 38.25 39.277th term 38.39 39.42 40.50 41.58

SUPPLEMENTAL BENEFITS: Same as Journeyman

6-1249a-LT

Lineman Electrician - Tree Trimmer 09/01/2017

JOB DESCRIPTION Lineman Electrician - Tree Trimmer DISTRICT 6ENTIRE COUNTIES

Page 47

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Sep 01 2017 PRC Number 2017009766 Oneida County

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

WAGESPer hour:

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

07/01/2017

Tree Trimmer $ 23.95Equipment Operator 21.13Equipment Mechanic 21.13Truck Driver 17.52Groundman 14.36Flag person 10.23

SUPPLEMENTAL BENEFITSPer hour worked (but also required on non-worked holidays):

Journeyman $ 9.98*plus 3% ofhourly wage

* The 3% is based on the hourly wage paid, straight time rate or premium rate.

OVERTIME PAYSee (B, E, Q) on OVERTIME PAGENOTE: WAGE CAP...Double the straight time hourly base wage shall be the maximum hourly wage compensation for any hour worked.Contractor is still responsible to pay the hourly benefit amount for each hour worked.

HOLIDAYPaid: See (5, 6, 8, 15, 16, 25) on HOLIDAY PAGEOvertime: See (5, 6, 8, 15, 16, 25) on HOLIDAY PAGENOTE: All paid holidays falling on a Saturday shall be observed on the preceding Friday.All paid holidays falling on a Sunday shall be observed on the following Monday.

6-1249TT

Mason - Building 09/01/2017

JOB DESCRIPTION Mason - Building DISTRICT 12

ENTIRE COUNTIESHerkimer, Jefferson, Lewis, Oneida, St. Lawrence

PARTIAL COUNTIESMadison: Entire County except the Townships of Sullivan & Cazenovia

WAGESPer hour 07/01/2017

Tile/Marble/Terrazzo

Setter $ 30.79Finisher 25.44

Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day.

NOTE - In order to use the '4 Day/10 Hour Work Schedule,' as your normal schedule, you must submit an 'Employer Registration for Use of4 Day/10 Hour Work Schedule,' form PW30.1; and there must be a dispensation of hours in place on the project. If the PW30.1 is notsubmitted you may be liable for overtime payments for work over 8 hours per day.

SUPPLEMENTAL BENEFITSPer hour worked

Journeyman Setters $ 17.22Journeyman Finishers 16.82

Page 48

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Sep 01 2017 PRC Number 2017009766 Oneida County

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

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

REGISTERED APPRENTICESWages per hour

Hour terms at the following percentage of journeyman's wage

Setter:1st term 500 hours 60%2nd term 1000 hours 70%3rd term 1000 hours 80%4th term 1000 hours 85%5th term 1000 hours 90%6th term 1500 hours 95%

Finsher;1st term 500 HOURS 70%2ND term 1000 HOURS 80%3RD term 1000 HOURS 90%4TH term 1200 HOURS 95%

Supplemental Benefits per hour worked

Setter:1st & 2nd Term $ 10.483rd & 4th Term 13.855th Term 15.536th Term 17.22

Finishers:1st & 2nd Term $ 10.13All others 13.47

12-2TS.2

Mason - Building 09/01/2017

JOB DESCRIPTION Mason - Building DISTRICT 12

ENTIRE COUNTIESHerkimer, Oneida

PARTIAL COUNTIESLewis: The townships of Lewis, Leyden, Osceola, Turin and West TurinMadison: Entire County except the Townships of Sullivan and Cazenovia

WAGESPer hour 07/01/2017

Bricklayer/Blocker $ 33.76Cement Mason(Bldg) $ 33.76Plasterer/Fireproofing* $ 33.76Stone Mason $ 33.76Concrete Cutter $ 33.76Pointer/Caulker/Cleaner $ 33.76

Additional $.25 per hr. for work in restricted radiation area of atomic plant.Additional $5.00 per day more for employees working on a two-point suspension scaffold (Pointer, Caulker, and Cleaner are excluded).

(*)Fireproofer on Structural only.

Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day.

NOTE - In order to use the '4 Day/10 Hour Work Schedule,' as your normal schedule, you must submit an 'Employer Registration for Use of4 Day/10 Hour Work Schedule,' form PW30.1; and there must be a dispensation of hours in place on the project. If the PW30.1 is notsubmitted you may be liable for overtime payments for work over 8 hours per day.

Page 49

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Sep 01 2017 PRC Number 2017009766 Oneida County

SUPPLEMENTAL BENEFITSPer hour worked

Journeyman $ 18.41

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

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

REGISTERED APPRENTICESWages per hour

750 hour terms at the following percentage of Journey's wage

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

Supplemental Benefits per hour worked

All terms $ 18.4112-2b.2

Mason - Heavy&Highway 09/01/2017

JOB DESCRIPTION Mason - Heavy&Highway DISTRICT 12

ENTIRE COUNTIESAlbany, Cayuga, Clinton, Columbia, Essex, Franklin, Fulton, Greene, Hamilton, Herkimer, Jefferson, Lewis, Madison, Montgomery, Oneida,Oswego, Rensselaer, Saratoga, Schenectady, Schoharie, St. Lawrence, Warren, Washington

PARTIAL COUNTIESOnondaga: For Heavy & Highway Cement Mason or Plaster Work in Onondaga County, refer to Mason-Heavy&Highway tag 1-2h/h on.

WAGESPer hour

07/01/2017Mason &Bricklayer $36.06

Additional $1.00 per hour for work on any swing scaffold or staging suspended by means of ropes or cables.

SUPPLEMENTAL BENEFITSPer hour worked

Journeyman$ 19.23

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

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGENote: If a holiday falls on Sunday, the Monday following shall constitute the day of the legal holiday.

REGISTERED APPRENTICESWages per hour

750 HR TERMS at the following percent of Journeyman's wage

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

Supplemental Benefits per hour worked

$ 19.2312-2hh.1

Millwright 09/01/2017

JOB DESCRIPTION Millwright DISTRICT 7Page 50

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Sep 01 2017 PRC Number 2017009766 Oneida County

ENTIRE COUNTIESAllegany, Broome, Cattaraugus, Cayuga, Chautauqua, Herkimer, Madison, Oneida, Seneca, Tioga, Yates

WAGESPer Hour 07/01/2017

Building:Millwright $ 27.00Certified welder 28.25Hazardous 28.25Machinist 28.25

SUPPLEMENTAL BENEFITSPer hour worked:

Journeyman $ 20.03

OVERTIME PAYSee (B, E, *E2, Q) on OVERTIME PAGE*Note - Saturday may be used as a make-up day and worked at the straight time rate of pay during a work week when conditions such asweather, power failure, fire, or natural disaster prevent the performance of work on a regular scheduled work day.

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGENOTE: Any holiday that falls on Sunday shall be observed the following Monday. Any holiday that falls on a Saturday shall be observed thepreceding Friday.

REGISTERED APPRENTICESWAGES: (1) year terms at the following percentage of Journeyman's wage.

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

SUPPLEMENTAL BENEFITS per hour worked:

Appr. 1st year $ 10.00Appr. 2nd year 17.03Appr. 3rd year 18.02Appr. 4th year 19.03

7-1163 Zone 2

Operating Engineer - Building 09/01/2017

JOB DESCRIPTION Operating Engineer - Building DISTRICT 6ENTIRE COUNTIESCayuga, Cortland, Jefferson, Lewis, Madison, Oneida, Onondaga, Oswego, Seneca, St. Lawrence, Tompkins

WAGESNOTE:---If a prime contract is let for site work only, meaning no buildings are involved in their site contract, the Heavy/Highway rates would beapplicable. When a prime contract is let for site work and building excavation is part of that contract, the Building rates would be applicablefor the Operators classification.---In the event that equipment listed below is operated by robotic control, the classification covering the operation will be the same as ifmanually operated.---If a second employee is required by the employer for operation of any covered machine, they shall be an Engineer Class C.

CLASSIFICATION A: Air Plako, Asphalt & Blacktop Roller, Automated Concrete Spreader (CMI or equivalent), Automated Fine GradeMachine (CMI), Backhoe, Barrel Shredder, Belt Placer, Blacktop Spreader (such as Barber-Greene & Blaw Knox), Blacktop Plant(automated), Blast or Rotary Drill (Truck or Cat mounted), Boom Truck, Burning Plant Operator, Cableway, Caisson Auger, Central Mix Plant(automated), Concrete Pump, Crane*, Crusher (Rock), Derrick, De-watering Press, Diesel Power Unit, Dirt Filter Press with OperationEquipment, Dragline, Dredge, Dual Drum Paver, Elevating Grader (self-propelled or towed), Elevator Hoist - Two Cage, Excavator - allpurpose hydraulically operated, Fork Lift (Loed/Lull and other rough terrain type), Front End Loader (4 c.y. and over), Gradall, Grader(Power), Head Tower (Saurman or equal), Hoist (2 or 3 Drum), Hydroblaster (Laser Pump), Light Plants - Compressors and Generators,Locomotive, Maintenance Engineer, Maintenance Welder, Mine Hoist, Mucking Machine or Mole, Overhead Crane - fixed permanent, PileDriver, Quarry Master or Equivalent, Refrigeration Equipment (for soil stabilization), Scraper, Sea Mule, Shovel, Side Boom, Slip FormPaver, Straddle Buggy (Ross Carrier, Lumber Carrier), Tractor Drawn Belt Type Loader (Euclid Loader), Trenching Machine (diggingcapacity of over 4ft. depth), Truck Crane Operator, Truck or Trailer Mounted Log Chipper (self-feeder), Tug Operator (Manned, rentedequipment excluded), Tunnel Shovel, Vibro or Sonic Hammer Controls (when not mounted in proximity to Rig Operator), Work Boat Operatorincluding LCM's.

Page 51

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Sep 01 2017 PRC Number 2017009766 Oneida County

CLASSIFICATION B: "A" Frame Truck, Back Dumps, Blacktop Plant (non-automatic), Boring Machine, Bulldozer, Cage-Hoist, Central MixPlant (non-automated), Compressor, Pump, Generator or Welding machine (when used in battery of not more than five (5)), Concrete Paver(single drum over 16'), Core boring machine, Drill Rigs - tractor mounted, Elevator - as material hoist, Farm Tractor (with or withoutaccessories), Fork Lift (over 10 ton with or without attachments), Front End Loader (under 4 c.y.), Grout Pump, Gunite Machine, HighPressure Boiler (15 lbs. & over), Hoist (one drum), Hydraulic Breaking Hammer (Drop Hammer), Kolman Plant Loader (screening gravel),Maintenance Grease Man, Mixer for stabilized base - self-propelled (Seaman Mixer), Monorail Machine, Parapet Concrete or PavementGrinder, Parts Man, Post Driver (truck or tractor mounted), Post Hole Digger (truck or tractor mounted), Power Sweeper (Wayne or similar),Pump-Crete or Squeeze-Crete, Road Widener (front end of Grader or self-propelled), Roller, Self-contained hydraulic bench drill, ShellWinder (motorized), Skid steer (Bobcat) type loader, Snorkel (overhead arms), Snowblower control man, Tractor (with or withoutaccessories), Trenching Machine (digging capacity of 4 ft. or less), Tugger Hoist, Vacuum Machine (self-propelled or mounted), Vibro Tamp,Well Drill / Well Point System (Submersible pumps when used in lieu of Well Point System), Winch (Motor driven), Winch Cat, Winch Truck

CLASSIFICATION C: Compressor (up to 500 cfm), Concrete Paver or Mixer (under 16'), Concrete Pavement Spreaders & Finishers (notautomated), Conveyor (over 12 ft), Electric Submersible Pump (4" and over), Fine Grade Machine (not automated), Fireman, Fork Lift ("withor without" attachments, 10 ton and under), Form Tamper, Generator (2,500 watts and over), Hydraulic Pump, Mechanical Heaters (Morethan two (2) Mechanical Heaters or any Mechanical Heater or Heaters whose combined output exceeds 640,000 BTU per hour(manufacturer's rating) plus one self-contained heating unit - i.e. Sundog or Air Heat type - New Holland Hay Dryer type excluded), MulchingMachine, Oiler, Power Driven Welding Machine (300 amp and over, other than all electric. One Welding Machine under 300 amp will notrequire an engineer unless in a battery), Power Heaterman (hay dryer), Pumps (water and trash), Revinus Widener (road widener), SingleLight Plant, Steam Cleaner or Jenny.

Per Hour:07/01/2017 07/01/2018

Building:Master Mechanic $ 38.84 $ 40.41Asst. Master Mechanic 37.84 39.41Class A* 36.84 38.41Class B 34.78 36.29Class C 30.68 32.07Pile Driver** 38.59 40.16Tower Crane* 38.34 39.91

ADDITIONAL $ 2.00 per hour for employees required by Federal, State, Project Owner(s),or Employer rules or regulations to wear level A, Bor C respiratory protection. Paper dust masks are excluded.

(*) Cranes subject to tonnage and boom length premiums below.(**) with Boom or Leads 100' and over.

TONNAGE PREMIUMS:All cranes from 30 to 64 ton - Add $ .75All lattice boom cranes 65 ton capacity & over - Add $ 2.00All hydraulic cranes 65 ton to 79 ton capacity - Add $ 1.35All hydraulic cranes 80 ton to 99 ton capacity - Add $ 1.50All hydraulic cranes 100 ton capacity and over - Add $ 2.00

BOOM LENGTH PREMIUMS:150 ft to 199 ft add $ 1.75200 ft to 299 ft add $ 2.75300 ft and over add $ 3.75NOTE: The boom length premium is in addition to the crane tonnage premiums listed above.

SUPPLEMENTAL BENEFITSPer hour:

Journeyman $ 23.89 $ 24.14

OVERTIME PAYSee (B, E, Q) on OVERTIME PAGENOTE: All hours worked on designated holidays shall be paid at 2x the hourly rate of pay, plus 8 hours of straight time.

HOLIDAYPaid: See (5, 6) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGENOTE: If the holiday falls on Sunday, it will be celebrated on Monday.

REGISTERED APPRENTICESWAGES: 1000 hour terms

07/01/2017 07/01/2018

Page 52

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Sep 01 2017 PRC Number 2017009766 Oneida County

1st term $ 22.10 $ 23.052nd term 23.95 24.973rd term 25.79 26.894th term 29.47 30.72

SUPPLEMENTAL BENEFITS per hour: Same as Journeyman

6-158-545b.s

Operating Engineer - Heavy&Highway 09/01/2017

JOB DESCRIPTION Operating Engineer - Heavy&Highway DISTRICT 6ENTIRE COUNTIESCayuga, Cortland, Jefferson, Lewis, Madison, Oneida, Onondaga, Oswego, Seneca, St. Lawrence, Tompkins

WAGESNOTE:---In the event that equipment listed below is operated by robotic control, the classification covering the operation will be the same as ifmanually operated.---If a second employee is required by the employer for operation of any covered machine, they shall be an Engineer Class C

CLASS A: Asphalt Curb Machine (self-propelled, slipform); Asphalt Paver; Automated Concrete Spreader (CMI type); Automatic FineGrader; Backhoe (except tractor mounted, rubber tired); Backhoe Excavator, Full Swing (CAT 212 or similar type); Back Filling Machine; BeltPlacer (CMI type); Blacktop Plant (automated); Boom Truck; Cableway; Caisson Auger; Central Mix Concrete Plant (automated); CherryPicker*; Concrete Curb Machine (self-propelled, slipform); Concrete Pump; Crane*; Derricks*; Directional Boring/Drilling Machine; Dragline*;Dredge; Dual Drum Paver; Excavator (all purpose-hydraulic, Gradall or similar); Front End Loader (4 cu. yd. & over); Head Tower (Sauermanor equal); Hoist (two or three drum); Holland Loader; Maintenance Engineer; Mine Hoist; Mucking Machine or Mole; Overhead Crane*(gantry or straddle type); Pavement Breaker (SP Wertgen; PB-4 and similar type); Profiler (over 105 h.p.); Pile Driver*; Power Grader; Quad9; Quarry Master (or equivalent); Scraper; Shovel; Side Boom; Slip Form Paver; Tractor Drawn Belt-Type Loader; Truck Crane*; Truck orTrailer Mounted Chipper (self-feeder); Tug Operator (manned rented equipment excluded); Tunnel Shovel

CLASS B: Backhoe (tractor mounted, rubber tired); Bituminous Recycler Machine; Bituminous Spreader and Mixer; Blacktop Plant (non-automated); Blast or Rotary Drill (truck or tractor mounted); Boring Machine; Bridge Deck Finishing Machine; Cage Hoist; Central Mix Plant(non-automated) and All Concrete Batching Plants; Concrete Paver (over 16'); Crawler Drill (self-contained); Crusher; Diesel Power Unit; DrillRigs (truck or tractor mounted); Front End Loader (under 4 cu. yd.); Greaseman - Lubrication Engineer; HiPressure Boiler (15 lbs & over);Hoist (one drum); Hydro-Axe; Kolman Plant Loader & similar type loaders; Locomotive; Material Handling Knuckle Boom; Mixer (forstabilized base, self-propelled); Monorail Machine; Profiler (105 h.p. and under); Plant Engineer; Pug Mill; Pump Crete; Ready Mix ConcretePlant; Refrigeration Equipment (for soil stabilization); Road Widener; Roller (all above subgrade); Sea Mule; Self-contained ride-on Rock Drill(excluding Air-Track type drill); Skidder; Tractor with Dozer and/or Pusher; Trencher; Tugger Hoist; Vacuum Machine (mounted or towed);Vermeer Saws (ride-on, any size or type); Welder; Winch and Winch Cat; Work Boat Operator including L.C.M.'s

CLASS C: "A" Frame Winch Hoist (On Truck); Aggregate Plant; Articulated Heavy Hauler; Asphalt or Concrete Grooving Machine (ride-on);Ballast Regulator (ride-on); Bituminous Heater (self-propelled); Boat (powered); Boiler (used in conjunction with production); Cement & BinOperator; Compressors**; Concrete Pavement Spreader and Finisher; Concrete Paver or Mixer (16' & under); Concrete Saw (self-propelled);Conveyor; Deck Hand; Directional Boring/Drilling Machine Locator; Drill (Core); Drill (Well); Dust Collectors**; Electric Pump When Used inConjunction with Well Point System; Farm Tractor with accessories; Fine Grade Machine; Fireman; Fork Lift; Form Tamper; Generators**;Grout Pump; Gunite Machine; Hammers (hydraulic self-propelled); Heaters**; Hydra-Spiker (ride-on); Hydraulic Pump (jacking system);Hydro-Blaster (water); Light Plants**; Mulching Machine; Oiler; Parapet Concrete or Pavement Grinder; Post Hole Digger (excluding hand-held); Post Driver; Power Broom (towed); Power Heaterman; Power Sweeper; Pumps**; Revinius Widener; Roller (subgrade & fill); Scarifier(ride-on); Shell Winder; Skid Steer Loader (Bobcat or similar); Span Saw (ride-on); Steam Cleaner; Tamper (ride-on); Tie Extractor (ride-on);Tie Handlers (ride-on); Tie Inserters (ride-on); Tie Spacers (ride-on); Tire Repair; Track Liner (ride-on); Tractor; Tractor (with towedaccessories); Vacuum Machine (self-propelled); Vibratory Compactor; Vibro Tamp; Welding Machines**; Well Point

**CLASS C NOTE: Considered Hands-Off (unmanned). Includes only operation and maintenance of the equipment.

WAGES per hour:07/01/2017 07/01/2018

Master Mechanic $ 42.15 $ 44.05CLASS A* 40.80 42.70CLASS B 39.92 41.82CLASS C 36.64 38.54

(*) Premiums for CRANES is based upon Class A rates with the following premiums:---Additional $4.00 per hr for Tower Cranes, including self erecting.---Additional $3.00 per hr for Lattice Boom Cranes and all other cranes with a manufacturer's rating of fifty tons and over.---Additional $2.00 per hr for all Hydraulic Cranes and Derricks with a manufacturer's rating of 49 ton and below, including boom trucks.

Page 53

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Sep 01 2017 PRC Number 2017009766 Oneida County

Additional $2.50 per hour for EPA or DEC classified toxic or hazardous waste work OR where an employee is required by regulations to useor wear personal protection.

SINGLE IRREGULAR WORK SHIFT: Additional $2.00 per hour for all employees who work a single irregular work shift starting from 5:00PM to 1:00 AM that is mandated by the Contracting Agency.

Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day.

NOTE - In order to use the '4 Day/10 Hour Work Schedule,' as your normal schedule, you must submit an 'Employer Registration for Use of4 Day/10 Hour Work Schedule,' form PW30.1; and there must be a dispensation of hours in place on the project. If the PW30.1 is notsubmitted you may be liable for overtime payments for work over 8 hours per day.

SUPPLEMENTAL BENEFITSPer hour: 07/01/2017 07/01/2018

Journeyman $ 25.20 $ 25.45

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

HOLIDAYPaid: See (5, 6) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGENOTE: If a holiday falls on Sunday, it will be celebrated on Monday. If an employee works on this Monday, they shall be compensated atdouble time plus the holiday pay (triple time). If a holiday falls on a Saturday, employees who work a Saturday Holiday shall be paid doubletime plus the holiday pay.

REGISTERED APPRENTICESWAGES: 1000 hour terms

07/01/2017 07/01/2018

1st term, 0-1000 hrs $ 23.95 $ 25.092nd term, 1001-2000 hrs 27.94 29.273rd term, 2001-3000 hrs 31.94 33.464th term, 3001-4000 hrs 35.93 37.64

SUPPLEMENTAL BENEFITS per hour: Same as Journeyman6-158-545h

Operating Engineer - Survey Crew 09/01/2017

JOB DESCRIPTION Operating Engineer - Survey Crew DISTRICT 12

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

PARTIAL COUNTIESDutchess: The northern portion of the county from the northern boundary line of the City of Poughkeepsie, north.Genesee: Only the portion of the county that lies east of a line down the center of Route 98 to include all area that lies within the City ofBatavia.

WAGESThese rates apply to Building and Heavy Highway.

Per hour:SURVEY CLASSIFICATIONS:

Party Chief - One who directs a survey party.Instrument Person - One who operates the surveying instruments.Rod Person - One who holds the rods and assists the Instrument Person.

07/01/2017

Party Chief $ 40.01Instrument Person 36.74Rod Person 27.15

Additional $3.00 per hr. for work in a Tunnel.Additional $2.50 per hr. for EPA or DEC certified toxic or hazardous waste work.

SUPPLEMENTAL BENEFITSPage 54

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Sep 01 2017 PRC Number 2017009766 Oneida County

Per hour worked:

Journeyman $ 24.20

OVERTIME PAYSee (B, E, P, T) on OVERTIME PAGE

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

REGISTERED APPRENTICESWAGES: 1000 hour terms based on the Percentage of Rod Persons Wage:

07/01/2017

0-1000 60%1001-2000 70%2001-3000 80%

SUPPLEMENTAL BENIFIT per hour worked:

0-1000 $ 16.241001-2000 $ 18.962001-3000 $ 21.67

12-158-545 D.H.H.

Operating Engineer - Survey Crew - Consulting Engineer 09/01/2017

JOB DESCRIPTION Operating Engineer - Survey Crew - Consulting Engineer DISTRICT 12

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

PARTIAL COUNTIESDutchess: The northern portion of the county from the northern boundary line of the City of Poughkeepsie, north.Genesee: Only the portion of the county that lies east of a line down the center of Route 98 to include all area that lies within the City ofBatavia.

WAGESThese rates apply to feasibility and preliminary design surveying, line and grade surveying for inspection or supervision of constructionwhen performed under a Consulting Engineer Agreement.

Per hour:SURVEY CLASSIFICATIONS:

Party Chief - One who directs a survey party.Instrument Person - One who operates the surveying instruments.Rod Person - One who holds the rods and assists the Instrument Person.

07/01/2017

Party Chief $ 40.01Instrument Person 36.74Rod Person 27.15

Additional $3.00 per hr. for work in a Tunnel.Additional $2.50 per hr. for EPA or DEC certified toxic or hazardous waste work.

SUPPLEMENTAL BENEFITSPer hour worked:

Journeyman $ 24.20

OVERTIME PAYSee (B, E, P, T) on OVERTIME PAGE

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

REGISTERED APPRENTICESWAGES: 1000 hour terms based on percentage of Rod Persons Wage:

Page 55

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Sep 01 2017 PRC Number 2017009766 Oneida County

07/01/2017

0-1000 60%1001-2000 70%2001-3000 80%

SUPPLEMENTAL BENIFIT per hour worked:

0-1000 $ 16.241001-2000 $ 18.862001-3000 $ 21.67

12-158-545 DCE

Operating Engineer - Tunnel 09/01/2017

JOB DESCRIPTION Operating Engineer - Tunnel DISTRICT 7ENTIRE COUNTIESAlbany, Allegany, Broome, Cayuga, Chemung, Chenango, Clinton, Columbia, Cortland, Essex, Franklin, Fulton, Greene, Hamilton,Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Oneida, Onondaga, Ontario, Oswego, Otsego, Rensselaer,Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Tioga, Tompkins, Warren, Washington, Wayne, Yates

PARTIAL COUNTIESDutchess: Northern part of Dutchess to the northern boundary line of the City of Poughkeepie then due east to Route 115 to Bedelt Roadthen east along Bedelt Road to VanWagner Road then north along VanWagner Road to Bower Road then east along Bower Road to Rte. 44east to Rte. 343 then along Rte. 343 east to the northern boundary of the Town of Dover Plains and east along the northern boundary of theTown of Dover Plains to Connecticut.Genesee: Only that portion of the county that lies east of a line drawn down the center of Route 98 and the entirety of the City of Batavia.

WAGESCLASS A: Automatic Concrete Spreader (CMI Type); Automatic Fine Grader; Backhoe (except tractor mounted,rubber tired); Belt Placer(CMI Type); Blacktop Plant (automated); Cableway; Caisson Auger; Central Mix Concrete Plant (automated); Concrete Curb Machine (self-propelled slipform); Concrete Pump (8" or over); Dredge; Dual Drum Paver; Excavator; Front End Loader (4 cu. yd & over); Gradall; HeadTower (Sauerman or Equal); Hoist (shaft); Hoist (two or three Drum); Log Chipper/Loader (self-feeder); Maintenance Engineer (shaft andtunnel); any Mechanical Shaft Drill; Mine Hoist; Mining Machine(Mole and similar types); Mucking Machine or Mole; Overhead Crane (Gantryor Straddle Type); Pile Driver; Power Grader; Remote Controlled Mole or Tunnel Machine; Scraper; Shovel; Side Boom; Slip Form Paver (Ifa second man is needed, they shall be an Oiler); Tripper/Maintenance Engineer (shaft & tunnel); Tractor Drawn Belt-Type Loader; TugOperator (manned rented equipment excluded); Tunnel Shovel

CLASS B: Automated Central Mix Concrete Plant; Backhoe (topside); Backhoe (track mounted, rubber tired); Backhoe (topside); BituminousSpreader and Mixer, Blacktop Plant (non-automated); Blast or Rotary Drill (truck or tractor mounted); Boring Machine; Cage Hoist; CentralMix Plant(non-automated); all Concrete Batching Plants; Compressors (4 or less exceeding 2,000 c.f.m. combined capacity); ConcretePump; Crusher; Diesel Power Unit; Drill Rigs (tractor mounted); Front End Loader (under 4 cu. yd.); Grayco Epoxy Machine; Hoist (OneDrum); Hoist (2 or 3 drum topside); Knuckle Boom material handler; Kolman Plant Loader & similar type Loaders (if employer requiresanother person to clean the screen or to maintain the equipment, they shall be an Oiler); L.C.M. Work Boat Operator; Locomotive;Maintenance Engineer (topside); Maintenance Grease Man; Mixer (for stabilized base-self propelled); Monorail Machine; Plant Engineer;Personnel Hoist; Pump Crete; Ready Mix Concrete Plant; Refrigeration Equipment (for soil stabilization); Road Widener; Roller (all abovesub-grade); Sea Mule; Shotcrete Machine; Shovel (topside); Tractor with Dozer and/or Pusher; Trencher; Tugger Hoist; Tunnel Locomotive;Welder; Winch; Winch Cat

CLASS C: A Frame Truck; All Terrain Telescoping Material Handler; Ballast Regulator (ride-on); Compressors (4 not to exceed 2,000 c.f.m.combined capacity; or 3 or less with more than 1200 c.f.m. but not to exceed 2,000 c.f.m.); Compressors ((any size, but subject to otherprovisions for compressors), Dust Collectors, Generators, Pumps, Welding Machines, Light Plants (4 or any type combination)); ConcretePavement Spreaders and Finishers; Conveyor; Drill (core); Drill (well); Electric Pump used in conjunction with Well Point System; FarmTractor with Accessories; Fine Grade Machine; Fork Lift; Grout Pump (over 5 cu. ft.); Gunite Machine; Hammers (hydraulic-self-propelled);Hydra-Spiker (ride-on); Hydra-Blaster (water); Hydro-Blaster; Motorized Form Carrier; Post Hole Digger and Post Driver; Power Sweeper;Roller grade & fill); Scarifer (ride-on); Span-Saw (ride-on); Submersible Electric Pump (when used in lieu of well points); Tamper (ride-on);Tie-Extractor (ride-on), Tie Handler (ride-on), Tie Inserter (ride-on), Tie Spacer (ride-on); Track Liner (ride-on); Tractor with towedaccessories; Vibratory Compactor; Vibro Tamp, Well Point

CLASS D: Aggregate Plant; Cement & Bin Operator; Compressors (3 or less not to exceed 1,200 c.f.m. combined capacity); Compressors((any size, but subject to other provisions for compressors), Dust Collectors, Generators, Pumps, Welding Machines, Light Plants (3 or lessor any type or combination)); Concrete Saw (self-propelled); Form Tamper; Greaseman; Hydraulic Pump (jacking system); Junior Engineer;Light Plants; Mulching Machine; Oiler; Parapet Concrete or Pavement Grinder; Power Broom (towed); Power Heaterman (when used forproduction); Revinius Widener; Shell Winder; Steam Cleaner; Tractor

WAGES per hour:07/01/2017 07/01/2018

Master Mechanic 45.49 47.15CLASS A 43.15 44.74

Page 56

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Sep 01 2017 PRC Number 2017009766 Oneida County

CLASS B 41.93 43.52CLASS C 39.14 40.73CLASS D 36.13 37.72

Additional $5.00 per hour for Hazardous Waste Work on a state or federally designated hazardous waste site where the Operating Engineeris in direct contact with hazardous material and when personal protective equipment is required for respiratory, skin and eye protection.Fringe benefits will be paid at the hourly wage premium.

CRANES:Crane 1: All cranes, including self-erecting to be paid $4.00 per hour over the Class A rate.Crane 2: All Lattice Boom Cranes and all cranes with a manufacturer's rating of fifty (50) ton and over to be paid $3.00 per hour over Class Arate.Crane 3: All hydraulic cranes and derricks with a manufacturer's rating of forty nine (49) ton and below, including boom trucks, to be paid$2.00 per hour over Class A rate.

Crane 1 $ 47.15 $ 48.74Crane 2 46.15 47.74Crane 3 45.15 46.74

SUPPLEMENTAL BENEFITSPer hour paid:

$ 27.20 $ 27.90

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

HOLIDAYPaid: See (5, 6) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGEIf a holiday falls on Sunday, it shall be observed on Monday.

REGISTERED APPRENTICESWAGES:(1000) hours terms at the following percentage of Journeyman's wage.

1st term 60% of Class B2nd term 65% of Class B3rd term 70% of Class B4th term 75% of Class B

SUPPLEMENTAL BENEFITS per hour paid: Same as Journeyman

7-158-832TL.

Painter 09/01/2017

JOB DESCRIPTION Painter DISTRICT 6ENTIRE COUNTIESCayuga, Herkimer, Madison, Oneida, Onondaga, Seneca

PARTIAL COUNTIESLewis: Only the Townships of High Market, Lewis, Leyden, Lyonsdale, Osceola, Turin and West Turin.Ontario: The City and Township of Geneva.Oswego: Only the Townships of Amboy, Constantia, Williamstown and Oneida Lake.

WAGESPer hour: 07/01/2017 05/01/2018 05/01/2019

Additional AdditionalBrush, Roller, Wallcovering $ 23.25 $ 1.32 $ 1.32Sign painting 23.25Parking Lot, Hwy Striping 23.25Lead based Paint Abatement 23.25Drywall Taper, Finisher 23.25Drywall Machine Operator 23.75Spray 23.75Epoxy (Brush-Roller) 23.75Epoxy (Spray) 23.75Sandblasting (Operator) 23.75Boatswain Chair 23.75Swing Scaffold 23.75Structural Steel 23.75(except bridges,tunnels,tanks)

Page 57

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Sep 01 2017 PRC Number 2017009766 Oneida County

Coal Tar epoxy 24.75Asbestos Encapsulation 25.45

NOTE: FOR ANY SHIFT WHICH STARTS PRIOR TO 6:00 AM OR AFTER 12:00 NOON, ALL EMPLOYEES WHO WORK A SINGLEIRREGULAR WORK SHIFT ON GOVERNMENTAL MANDATED WORK SHALL BE PAID AN ADDITIONAL $2.00 PER HOUR ABOVE THEAPPLICABLE WAGE SCALE.

** IMPORTANT NOTICE - EFFECTIVE 04/01/2009 **Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day.

NOTE - In order to use the '4 Day/10 Hour Work schedule', as your normal schedule, you must submit an 'Employer Registration for Use of 4Day/10 Hour Work Schedule,' form PW30.1; and there must be a dispensation of hours in place on the project. If the PW30.1 is notsubmitted you may be liable for overtime payments for work over 8 hours per day.

SUPPLEMENTAL BENEFITSPer hour:

Journeyman $ 21.46

OVERTIME PAYSee (B, *F, R) on OVERTIME PAGE* NOTE - Saturday is payable at straight time if the employee misses work, except where a doctor's or hospital verification of illness isproduced Monday through Friday when work was available to the employee.

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGENOTE: A holiday that falls on a Sunday will be celebrated on Monday. A holiday that falls on a Saturday will be celebrated on Friday.

REGISTERED APPRENTICESWAGES: 750 hour terms at the following percentage of Journeyman's Brush-Roller wage rate:

1st 2nd 3rd 4th 5th 6th 7th 8th$ 11.63 $ 12.79 $ 13.95 $ 15.11 $ 16.28 $ 17.44 $ 18.60 $ 20.93

SUPPLEMENTAL BENEFITS per hour:

Appr 1st & 2nd $ 5.42Appr 3rd & 4th 5.42Appr 5th & 6th 6.60Appr 7th & 8th 7.76

6-31

Painter 09/01/2017

JOB DESCRIPTION Painter DISTRICT 3ENTIRE COUNTIESAllegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Cortland, Delaware, Erie, Genesee, Herkimer, Jefferson,Lewis, Livingston, Madison, Monroe, Niagara, Oneida, Onondaga, Ontario, Orleans, Oswego, Otsego, Schuyler, Seneca, St. Lawrence,Steuben, Tioga, Tompkins, Wayne, Wyoming, Yates

WAGESPer hour: 07/01/2017 05/01/2018 05/01/2019

Additional AdditionalBridge* $ 38.00 $ 1.25 $ 1.05Tunnel* 38.00 1.25 1.05Tank* 36.00 1.25 1.05

For Bridge Painting Contracts, ALL WORKERS on and off the bridge (including Flagmen) are to be paid Painter's Rate; the contract must beONLY for Bridge Painting.

Tank rate applies to indoor and outdoor tanks, tank towers, standpipes, digesters, waste water treatment tanks, chlorinator tanks, etc.Covers all types of tanks including but not limited to steel tanks, concrete tanks, fiberglass tanks, etc.

* Note an additional $1.00 per hour is required when the contracting agency or project specification requires any shift to start prior to 6:00amor after 12:00 noon.

SUPPLEMENTAL BENEFITSPer hour worked:

$ 26.90

Page 58

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Sep 01 2017 PRC Number 2017009766 Oneida County

OVERTIME PAYExterior work only See ( B, E4, F*, R ) on OVERTIME PAGE.All other work See ( B, F*, R ) on OVERTIME PAGE.*Note - Saturday is payable at straight time if the employee misses work, except where a doctor's or hospital verification of illness isproduced Monday through Friday when work was available to the employee.

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

REGISTERED APPRENTICESWages per hour:

750 hour terms at the following percentage of Journeyman's wage rate:1st 2nd 3rd 4th 5th 6th50% 55% 60% 65% 75% 85%

Supplemental benefits per hour worked:

1st & 2nd terms $ 5.353rd & 4th terms 5.355th & 6th terms 6.35

3-4-Bridge, Tunnel, Tank

Painter - Metal Polisher 09/01/2017

JOB DESCRIPTION Painter - Metal Polisher DISTRICT 8ENTIRE COUNTIESAlbany, Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware,Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Kings, Lewis, Livingston, Madison, Monroe,Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Queens, Rensselaer,Richmond, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Suffolk, Sullivan, Tioga, Tompkins,Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates

WAGES07/01/2017 06/01/2018

Metal Polisher $ 29.73 $ 30.58Metal Polisher** 30.68 31.53Metal Polisher*** 33.23 34.08

**Note: Applies on New Construction & complete renovation*** Note: Applies when working on scaffolds over 34 feet.

SUPPLEMENTAL BENEFITSPer Hour: 07/01/2017 06/01/2018

Journeyworker:All classification $ 7.55 $ 7.65

OVERTIME PAYSee (B, E, E2, P, T) on OVERTIME PAGE

HOLIDAYPaid: See (5, 6, 11, 15, 16, 25, 26) on HOLIDAY PAGEOvertime: See (5, 6, 9, 11, 15, 16, 25, 26) on HOLIDAY PAGE

REGISTERED APPRENTICESWages per hour:One (1) year term at the following wage rates:

07/01/2017 06/01/2018

1st year $ 12.14 $ 14.252nd year 13.44 15.503rd year 16.29 18.25

Supplentals benefits:Per hour paid:

1st year $ 5.62 $ 5.62Page 59

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Sep 01 2017 PRC Number 2017009766 Oneida County

2nd year 5.62 5.623rd year 5.62 5.62

8-8A/28A-MP

Plumber 09/01/2017

JOB DESCRIPTION Plumber DISTRICT 7ENTIRE COUNTIESHerkimer, Oneida

PARTIAL COUNTIESHamilton: Only the Town of Inlet.Lewis: Towns of Lewis, Leyden, Lyonsdale, and West Turin.Madison: Towns of Brookfield, Eaton, Fenner, Hamilton, Lebanon, Lenox, Lincoln, Madison, Nelson, Oneida, Smithfield, and Stockbridge.Otsego: Towns of Cherry Valley, Exeter, Middlefield, Otsego, Plainfield, Richfield, Roseboom and Springfield.

WAGESWAGES per hour:

07/01/2017

Plumber $ 35.00Steamfitter $ 35.00

SUPPLEMENTAL BENEFITSPer hour worked:

Journeyman $ 26.55

Agency-mandated shift operations:1. Single irregular shiftwork, less than 3 consecutive days-Time-and-one-half of regular hourly rate.

2. 3 consecutive work days or more: Second shift-regular hourly rate plus 12% Third shift-regular hourly rate plus 18%

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

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGEIf a holiday falls on Sunday, it will be observed the following day. If a holiday falls on Saturday, it will be observed that day unless sodetermined by the Federal Government to be celebrated on a different day.

REGISTERED APPRENTICESWAGES: Yearly terms at the following percentages of journeyman's wage.1st 2nd 3rd 4th 5th40% 50% 60% 70% 85%

SUPPLEMENTAL BENEFITS per hour worked:$ 22.09

7-112n-SF

Roofer 09/01/2017

JOB DESCRIPTION Roofer DISTRICT 6ENTIRE COUNTIESCayuga, Cortland, Franklin, Herkimer, Jefferson, Lewis, Madison, Oneida, Onondaga, Oswego, Seneca, St. Lawrence

WAGESPer hour: 07/01/2017 06/01/2018

AdditionalRoofer, Waterproofer $ 26.23 $ 1.25

Additional per hour:Green Roofing** $ 0.25Pitch Removal & Appl. 0.90Asbestos Abatement 1.20

NOTES:Does not include metal flashing, gravel stop and metal roofing; see Sheetmetal Worker wage schedule.

Page 60

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Sep 01 2017 PRC Number 2017009766 Oneida County

** Green Roofing is any component of green technology or living roof above the roof membrane. Including but not limited to the fabric, dirtand plantings.

WHEN MANDATED BY THE OWNER OR CONTRACTING AGENCY, FOR HOURS WORKED AFTER 5:30 PM AND BEFORE 5:30 AM,THERE WILL BE AN ADDITIONAL $ 3.75 PER HOUR PREMIUM.

SUPPLEMENTAL BENEFITSPer hour:Journeyman $ 21.22

Additional contribution 0.75on any Asbestos Abatement work.

OVERTIME PAYSee (B, E*, Q) on OVERTIME PAGE*NOTE - Saturday may be paid at straight time if it is the 5th day worked, unless it was a previously scheduled work day. If a holiday falls inthat week and 32 hours were worked, Saturday will be paid at 1 1/2 times the rate.

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGENOTE: When any of these holidays falls on Sunday, the following day shall be observed as a holiday.

REGISTERED APPRENTICESWAGES: 1000 hour terms

1st term (0 to 999) $ 14.432nd term (1000 to 1999) 17.053rd term (2000 to 2999) 19.674th term (3000 to 3999) 22.30

Additional per hour:Green Roofing** $ 0.25Pitch Removal & Appl. 0.90Asbestos Abatement 1.20

SUPPLEMENTAL BENEFITS per hour:

1st & 2nd term $ 17.773rd term 20.224th term 21.22

Additional contribution 0.75on any Asbestos Abatement work

6-195

Sheetmetal Worker 09/01/2017

JOB DESCRIPTION Sheetmetal Worker DISTRICT 6ENTIRE COUNTIESCayuga, Chenango, Cortland, Herkimer, Jefferson, Lewis, Madison, Oneida, Onondaga, Oswego, St. Lawrence

WAGESPer hour: 07/01/2017 05/01/2018 05/01/2019 05/01/2020

Additional Additional AdditionalSheetmetal Worker: $ 1.00 $ 1.00 $ 1.00**(under $10 million) $ 27.46**(over $10 million) 28.46

**For total cost of Sheetmetal contract only.

TO INCLUDE METAL STANDING SEAM ROOFING, METAL ROOF FLASHINGS, AND GRAVEL STOP.

SUPPLEMENTAL BENEFITSPer hour:

Journeyman $ 20.07plus 3% ofhourly wage

Page 61

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Sep 01 2017 PRC Number 2017009766 Oneida County

paid

NOTE: The 3% is based on the hourly wage paid, straight time rate or premium rate.

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

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGEWhen any holiday falls on a Saturday, the Friday before such holiday shall be recognized as the legal holiday. Any holiday falling on Sunday,the following Monday shall be recognized as the legal holiday.

REGISTERED APPRENTICESWAGES: Six month terms at the following percentage of Journeyman's wage.

1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th40% 45% 50% 55% 60% 65% 70% 75% 80% 85%

$ 10.98 $ 12.36 $ 13.73 $ 15.10 $ 16.48 $ 17.85 $ 19.22 $ 20.60 $ 21.97 $ 23.34

SUPPLEMENTAL BENEFITS per hour:

11.68* 12.18* 12.69* 13.19* 13.69* 14.20* 15.73* 16.24* 16.74* 17.25*

*Plus 3% of hourly wage paid. The 3% is based on the hourly wage paid, straight time or premium rate.6-58

Sprinkler Fitter 09/01/2017

JOB DESCRIPTION Sprinkler Fitter DISTRICT 1ENTIRE COUNTIESAllegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Erie, Essex, Franklin,Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Niagara, Oneida, Onondaga,Ontario, Orleans, Oswego, Otsego, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Tioga, Tompkins, Washington, Wayne, Wyoming,Yates

WAGESPer hour 07/01/2017 01/01/2018 04/01/2018Sprinkler $ 33.76 33.76 34.91Fitter

SUPPLEMENTAL BENEFITSPer hour worked

Journeyman $ 22.14 22.84 23.14

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

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGENote: When a holiday falls on Sunday, the following Monday shall be considered a holiday and all work performed on either day shall be atthe double time rate. When a holiday falls on Saturday, the preceding Friday shall be considered a holiday and all work performed on eitherday shall be at the double time rate.

REGISTERED APPRENTICESWages per hour

For Apprentices HIRED ON OR AFTER 04/01/2010:

One Half Year terms at the following percentage of journeyman's wage.

1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th45% 50% 55% 60% 65% 70% 75% 80% 85% 90%

Supplemental Benefits per hour worked

1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th$ 8.73 $ 8.77 $ 16.34 $ 16.38 $ 16.93 $ 16.97 $ 17.02 $ 17.06 $ 17.11 $ 17.15

For Apprentices HIRED ON OR AFTER 04/01/2013:

Page 62

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Sep 01 2017 PRC Number 2017009766 Oneida County

One Half Year terms at the following percentage of journeyman's wage.

1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th45% 50% 55% 60% 65% 70% 75% 80% 85% 90%

Supplemental Benefits per hour worked

1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th$ 8.07 $ 8.07 $ 16.24 $ 16.24 $ 16.49 $ 16.49 $ 16.49 $ 16.49 $ 16.49 $ 16.49

1-669

Teamster - Building 09/01/2017

JOB DESCRIPTION Teamster - Building DISTRICT 1ENTIRE COUNTIESHamilton, Herkimer, Oneida

PARTIAL COUNTIESChenango: Entire county except the Townships of Afton, Bainbridge, Coventry, Greene, Guilford, Oxford and Smithville.Lewis: Only the Township of Grieg, Lewis, Leyden, Lowville, Lyonsdale, Martinsburg, Turin, West Turin and Watson.Madison: Only the Townships of Brookfield, Eaton, Hamilton, Lebanon, Lincoln, Madison, Smithfield, Stockbridge and the City of OneidaOtsego: Entire county EXCEPT Townships of Butternuts, Laurens, Maryland, Milford, Morris, Oneonta, Otego, Unidilla and Worchester.

WAGESGROUP # A:Straight trucks, winch, transit mix on the site, road oilers,dump trucks, pick-ups, panel, water trucks, fuel trucks on the site(including nozzle).

GROUP # B:Low boy or Low boy trailer, Euclids or similar equipment.

WAGES per hour07/01/2017

Group A $ 20.76Group B 21.06

SUPPLEMENTAL BENEFITSPer hour worked

07/01/2017

Journeyman $ 20.64

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

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGENote: Any holiday which occurs on Sunday shall be observed the following Monday.

1-294z2

Teamster - Heavy&Highway 09/01/2017

JOB DESCRIPTION Teamster - Heavy&Highway DISTRICT 1ENTIRE COUNTIESAlbany, Columbia, Fulton, Greene, Hamilton, Herkimer, Montgomery, Oneida, Rensselaer, Saratoga, Schenectady, Schoharie, Washington

PARTIAL COUNTIESChenango: Entire county except the Townships of Afton, Bainbridge, Coventry, Greene, Guilford, Oxford and Smithville.Lewis: Only the Township of Grieg, Lewis, Leyden, Lowville, Lyonsdale, Martinsburg, Turin, West Turin and Watson.Madison: Only the Townships of Brookfield, Eaton, Hamilton, Lebanon, Lincoln, Madison, Smithfield, Stockbridge and the City of OneidaOtsego: Entire county EXCEPT Townships of Butternuts, Laurens, Maryland, Milford, Morris, Oneonta, Otego, Unidilla and Worchester.Warren: Only the Townships of Bolton, Warrensburg, Thurman, Stony Creek, Luzerne, Caldwell, and Queensbury.

WAGESGROUP #1:

Page 63

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Sep 01 2017 PRC Number 2017009766 Oneida County

Warehousemen, Yardmen, Truck Helpers, Pickups, Panel Trucks, Flatboy Material Trucks(straight jobs), Single Axel Dump Trucks,Dumpsters, Material Checkers and Receivers, Greasers, Truck Tiremen, Mechanics Helpers and Parts Chasers.

GROUP #2:Tandems and Batch Trucks, Mechanics, Dispatcher.

GROUP #3:Semi-Trailers, Low-boy Trucks, Asphalt Distribitor Trucks, and Agitator, Mixer Trucks and dumpcrete type vehicles, Truck Mechanic, FuelTrucks.

GROUP #4:Specialized Earth Moving Equipment, Euclid type, or similar off-highway,where not self-loading, Straddle (Ross) Carrier, and self-containedconcrete mobile truck.

GROUP #5:Off-highway Tandem Back-Dump, Twin Engine Equipment and Double-Hitched Equipment where not self-loading.

WAGES per hour 07/01/2017 07/01/2018

Group #1 $ 28.42 $ 29.17Group #2 28.47 29.22Group #3 28.56 29.31Group #4 28.67 29.42Group #5 28.82 29.57

Hazardous waste projects that require a Level C or greater protection shall be paid an additional $ 1.00 per hour.All employees who work a single irregular work shift starting between 5pm and 1 am on governmental mandated night shifts shall be paid anadditional $1.50 per hour.For work bid on or after April 1, 1995, there shall be a 12 month carryover of the negotiated rate in effect at the time of the bid.

** IMPORTANT NOTICE - EFFECTIVE 04/01/2009 **Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Friday.

NOTE - In order to use the '4 Day/10 Hour Work schedule', as your normal schedule, you must submit an 'Employer Registration for Use of 4Day/10 Hour Work Schedule,' form PW30.1; and there must be a dispensation of hours in place on the project. If the PW30.1 is notsubmitted you may be liable for overtime payments for work over 8 hours per day.

SUPPLEMENTAL BENEFITSPer hour paid:

$ 23.00 $ 24.10+$1.00 per +$1.00 perhour worked hour worked

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

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

1-294h/h

Welder 09/01/2017

JOB DESCRIPTION Welder DISTRICT 1ENTIRE COUNTIESAlbany, Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware,Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Kings, Lewis, Livingston, Madison, Monroe,Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Queens, Rensselaer,Richmond, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Suffolk, Sullivan, Tioga, Tompkins,Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates

WAGESPer hour 07/01/2017

Welder: To be paid the same rate of the mechanic performing the work.*

*EXCEPTION: If a specific welder certification is required, then the 'Certified Welder' rate in that trade tag will be paid.

Page 64

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Sep 01 2017 PRC Number 2017009766 Oneida County

OVERTIME PAYHOLIDAY

1-As Per Trade

Page 65

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Sep 01 2017 PRC Number 2017009766 Oneida County

Overtime Codes Following is an explanation of the code(s) listed in the OVERTIME section of each classification contained in the attached schedule.Additional requirements may also be listed in the HOLIDAY section. NOTE: Supplemental Benefits are 'Per hour worked' (for each hour worked) unless otherwise noted

( AA ) Time and one half of the hourly rate after 7 and one half hours per day

( A ) Time and one half of the hourly rate after 7 hours per day

( B ) Time and one half of the hourly rate after 8 hours per day

( B1 ) Time and one half of the hourly rate for the 9th & 10th hours week days and the 1st 8 hours on Saturday.Double the hourly rate for all additional hours

( B2 ) Time and one half of the hourly rate after 40 hours per week

( C ) Double the hourly rate after 7 hours per day

( C1 ) Double the hourly rate after 7 and one half hours per day

( D ) Double the hourly rate after 8 hours per day

( D1 ) Double the hourly rate after 9 hours per day

( E ) Time and one half of the hourly rate on Saturday

( E1 ) Time and one half 1st 4 hours on Saturday; Double the hourly rate all additional Saturday hours

( E2 ) Saturday may be used as a make-up day at straight time when a day is lost during that week due to inclementweather

( E3 ) Between November 1st and March 3rd Saturday may be used as a make-up day at straight time when a day islost during that week due to inclement weather, provided a given employee has worked between 16 and 32hours that week

( E4 ) Saturday and Sunday may be used as a make-up day at straight time when a day is lost during that week dueto inclement weather

( E5 ) Double time after 8 hours on Saturdays

( F ) Time and one half of the hourly rate on Saturday and Sunday

( G ) Time and one half of the hourly rate on Saturday and Holidays

( H ) Time and one half of the hourly rate on Saturday, Sunday, and Holidays

( I ) Time and one half of the hourly rate on Sunday

( J ) Time and one half of the hourly rate on Sunday and Holidays

( K ) Time and one half of the hourly rate on Holidays

( L ) Double the hourly rate on Saturday

( M ) Double the hourly rate on Saturday and Sunday

( N ) Double the hourly rate on Saturday and Holidays

( O ) Double the hourly rate on Saturday, Sunday, and Holidays

( P ) Double the hourly rate on Sunday

( Q ) Double the hourly rate on Sunday and Holidays

( R ) Double the hourly rate on Holidays

( S ) Two and one half times the hourly rate for Holidays, if worked

Page 66

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Sep 01 2017 PRC Number 2017009766

( S1 ) Two and one half times the hourly rate the first 8 hours on Sunday or Holidays One and one half times thehourly rate all additional hours.

( T ) Triple the hourly rate for Holidays, if worked

( U ) Four times the hourly rate for Holidays, if worked

( V ) Including benefits at SAME PREMIUM as shown for overtime

( W ) Time and one half for benefits on all overtime hours.

Page 67

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Sep 01 2017 PRC Number 2017009766

Holiday Codes PAID Holidays: Paid Holidays are days for which an eligible employee receives a regular day's pay, but is not required to perform work. If an employeeworks on a day listed as a paid holiday, this remuneration is in addition to payment of the required prevailing rate for the work actuallyperformed. OVERTIME Holiday Pay: Overtime holiday pay is the premium pay that is required for work performed on specified holidays. It is only required where the employeeactually performs work on such holidays. The applicable holidays are listed under HOLIDAYS: OVERTIME. The required rate of pay forthese covered holidays can be found in the OVERTIME PAY section listings for each classification. Following is an explanation of the code(s) listed in the HOLIDAY section of each classification contained in the attached schedule. TheHolidays as listed below are to be paid at the wage rates at which the employee is normally classified.

( 1 ) None

( 2 ) Labor Day

( 3 ) Memorial Day and Labor Day

( 4 ) Memorial Day and July 4th

( 5 ) Memorial Day, July 4th, and Labor Day

( 6 ) New Year's, Thanksgiving, and Christmas

( 7 ) Lincoln's Birthday, Washington's Birthday, and Veterans Day

( 8 ) Good Friday

( 9 ) Lincoln's Birthday

( 10 ) Washington's Birthday

( 11 ) Columbus Day

( 12 ) Election Day

( 13 ) Presidential Election Day

( 14 ) 1/2 Day on Presidential Election Day

( 15 ) Veterans Day

( 16 ) Day after Thanksgiving

( 17 ) July 4th

( 18 ) 1/2 Day before Christmas

( 19 ) 1/2 Day before New Years

( 20 ) Thanksgiving

( 21 ) New Year's Day

( 22 ) Christmas

( 23 ) Day before Christmas

( 24 ) Day before New Year's

( 25 ) Presidents' Day

( 26 ) Martin Luther King, Jr. Day

( 27 ) Memorial Day

Page 68

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Sep 01 2017 PRC Number 2017009766

New York State Department of Labor - Bureau of Public Work State Office Building Campus

Building 12 - Room 130 Albany, New York 12240

REQUEST FOR WAGE AND SUPPLEMENT INFORMATION

Fax (518) 485-1870 or mail this form for new schedules or for determination for additional occupations. This Form Must Be Typed

Submitted By:(Check Only One)

A. Public Work Contract to be let by: (Enter Data Pertaining to Contracting/Public Agency)

1. Name and complete address 2. 07 City01 DOT 08 Local School District02 OGS 09 Special Local District, i.e.,03 Dormitory Authority Fire, Sewer, Water District

1O Village04 State University11 TownConstruction Fund12 County05 Mental Hygiene

Facilities Corp. 13 Other Non-N.Y. StateFax:Telephone:

06 OTHER N.Y. STATE UNIT (Describe)E-Mail:

check if new or change) 4. SERVICE REQUIRED. Check appropriate box and provide projectinformation.

3. SEND REPLY TO (Name and complete address:

New Schedule of Wages and Supplements.

APPROXIMATE BID DATE :

Additional Occupation and/or Redetermination

PRC NUMBER ISSUED PREVIOUSLY FORTHIS PROJECT :

OFFICE USE ONLYTelephone: Fax:

E-Mail:

B. PROJECT PARTICULARS

6. Location of Project:5.Location on Site

Route No/Street Address

Village or City

Town

County

7. Nature of Project - Check One: 8. OCCUPATION FOR PROJECT :1. New Building Guards, WatchmenConstruction (Building, Heavy2. Addition to Existing Structure Highway/Sewer/Water) Janitors, Porters, Cleaners,

Elevator Operators3. Heavy and Highway Construction (New and Repair) TunnelMoving furniture and4. New Sewer or Waterlineequipment

Residential5. Other New Construction (Explain)

Trash and refuse removalLandscape Maintenance

6. Other Reconstruction, Maintenance, Repair or Alteration Elevator maintenanceWindow cleaners7. Demolition Exterminators, FumigatorsOther (Describe)8. Building Service Contract

SignatureName and Title of Requester10.

SEE PAGE TWO FOR LAWS RELATING TO PUBLIC WORK CONTRACTSPW-39 (04.11)

( ) ( )

Project Title

Description of Work

Contract Identification Number

Note: For NYS units, the OSC Contract No.

NY State Units (see Item 5)

9. Has this project been reviewed for compliance with the Wicks Law involving separate bidding? YES

( ) ( )

As Required by Articles 8 and 9 of the NYS Labor Law

Contracting Agency Architect or Engineering Firm Public Work District Office Date:

(Check if new or change)

Fire Safety Director, NYC Only

NO

Under Article 8 and Article 9 of the NYS Labor Law, a contractor, sub-contractor and/or

its successor shall be debarred and ineligible to submit a bid on or be awarded any

public work or public building service contract/sub-contract with the state, any municipal

corporation or public body for a period of five (5) years from the date of debarment

when:

• Two (2) final determinations have been rendered within any consecutive six-year

(6) period determining that such contractor, sub-contractor and/or its successor has

WILLFULLY failed to pay the prevailing wage and/or supplements

• One (1) final determination involves falsification of payroll records or the kickback of

wages and/or supplements

NOTE: The agency issuing the determination and providing the information, is denoted

under the heading ‘Fiscal Officer’. DOL = NYS Dept. of Labor; NYC = New York City

Comptroller's Office; AG = NYS Attorney General’s Office; DA = County District

Attorney’s Office.

A list of those barred from bidding, or being awarded, any public work contract or

subcontract with the State, under section 141-b of the Workers' Compensation Law,

may be obtained at the following link, on the NYS DOL Website:

https://dbr.labor.state.ny.us/EDList/searchPage.do

NEW YORK STATE DEPARTMENT OF LABOR Bureau of Public Work - Debarment List

LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT

AGENCY Fiscal Officer FEIN EMPLOYER NAME EMPLOYERDBA NAME

ADDRESS DEBARMENTSTART DATE

DEBARMENTEND DATE

DOL DOL 4618 FOSTER AVE LLC C/O KAHAN & KAHAN225 BROADWAY-SUITE

715NEW YORK NY 10007

02/05/2013 02/05/2018

DOL DOL *****0996 A-1 CONSTRUCTION &RENOVATION INC

1973 81ST ST - SUITE A-5BROOKLYN NY 11214

01/08/2015 01/08/2020

DOL NYC *****4486 ABBEY PAINTING CORP 21107 28TH AVENUEBAYSIDE NY 11360

07/02/2012 07/02/2017

DOL DOL *****9095 ABDO TILE CO 6179 EAST MOLLOY ROADEAST SYRACUSE NY 13057

06/25/2010 07/02/2017

DOL DOL *****9095 ABDO TILE COMPANY 6179 EAST MOLLOY ROADEAST SYRACUSE NY 13057

06/25/2010 07/02/2017

DOL NYC ABDUL KARIM C/O NORTH AMERICAN IRONW

1560 DECATURSTREETRIDGEWOOD NY

11385

05/15/2015 05/15/2020

DOL DOL *****8488 ABELCRAFT OF NEW YORKCORP

640 ASHFORD AVENUEARDSLEY NY 10502

08/27/2013 08/27/2018

DOL DOL *****1219 ABSOLUTE GENERALCONTRACTING INC

1229 AVENUE UBROOKLYN NY 11229

01/28/2013 01/28/2018

DOL DOL *****4539 ACCOMPLISHED WALLSYSTEMS INC

112 OSCAWANA HEIGHTSROAD

PUTNAM VALLEY NY 10542

08/27/2013 08/27/2018

DOL DOL *****8018 ACCURATE MECHANICAL LLC 9547 BUSTLETON AVENUEPHILADELPHIA PA 19115

02/05/2014 02/05/2019

DOL DOL ACCURATE MECHANICAL OFPHILADELPHIA LLC

9547 BUSTLETON AVENUEPHILADELPHIA PA 19115

02/05/2014 02/05/2019

DOL DOL *****3344 ACT INC 6409 LAND O LAKES BLVDLAND O LAKES FL 34638

11/10/2015 11/10/2020

DOL NYC ADRIANA SELA C/O COLONIALROOFING

COMPANY INC

247 48TH STREETBROOKLYN NY 11220

02/05/2014 02/05/2019

DOL DOL *****6367 ADVANCED METALS 387 RIVERSIDE DRIVEJOHNSON CITY NY 13790

10/01/2012 10/01/2017

DOL DOL *****1687 ADVANCED SAFETYSPRINKLER INC

261 MILL ROADP O BOX 296EAST AURORA

NY 14052

07/29/2015 07/29/2020

DOL DOL *****2538 AGG MASONRY INC 160 72ND ST - SUITE 721BROOKLYN NY 11209

03/19/2013 03/19/2018

DOL DOL AJ TORCHIA 10153 ROBERTS RDSAUQUOIT NY 13456

08/09/2016 08/09/2021

DOL DOL ALISHER KARIMOV C/O AGG MASONRY INC7105 3RD AVENUEBROOKLYN

NY 11209

03/19/2013 03/19/2018

DOL DOL *****3344 ALL CATASTROPHECONSTRUCTION TEAM INC

ACT INC 6409 LAND O LAKES BLVDLAND O LAKES FL 34638

11/10/2015 11/10/2020

DOL DOL *****8740 ALLSTATE ENVIRONMENTALCORP

C/O JOSE MONTAS27 BUTLER PLACEYONKERS

NY 10710

03/18/2011 03/19/2020

DOL DOL AMADEO J TORCHIA TORCHIA'SHOME

IMPROVEMENT

10153 ROBERTS RDSAUQUOIT NY 13456

08/09/2016 08/09/2021

DOL DOL *****4274 AMERICAN STEELMECHANICAL INC

693 PAINTER STREETMEDIA PA 19063

02/20/2013 02/20/2018

DOL DOL ANDREW DIPAUL C/O CONSOLIDATEDINDUSTRI

2051 ROUTE 44/55MODENA NY12548

12/11/2012 12/11/2017

DOL NYC ANDRZEJ WROBEL 24 CONGRESS LANESOUTH RIVER NJ 08882

05/01/2013 05/01/2018

DOL NYC ANISUL ISLAM C/O RELIANCE GENERALCONS

644 OCEANPARKWAYBROOKLYN NY

11230

09/02/2015 09/02/2020

DOL DOL *****7004 ANNEX CONTRACTING LTD 3005 WYNSUM AVENUEMERRICK NY 11566

08/18/2014 08/18/2019

DOL DOL *****7004 ANNEX GENERALCONTRACTING INC

3005 WYNSUM AVENUEMERRICK NY 11566

08/18/2014 08/18/2019

DOL DA ANTHONY CARDINALE 58-48 59TH STREETMASPETH NY 11378

05/16/2012 05/08/2020

DOL DOL ANTHONY J MINGARELLI JR C/O T & T CONCRETE INC2560 HAMBURG

TURNPIKELACKAWANNA NY14218

07/08/2015 07/08/2020

DOL DOL ANTHONY PERGOLA 3 WEST MAIN ST/SUITE 208ELMSFORD NY 10323

01/23/2017 01/23/2022

NYSDOL Bureau of Public Work Debarment List 05/17/2017

Page 1 of 13

Article 8

DOL DOL *****3020 APCO CONTRACTING CORP 24 SOUTH MARYLAND

AVENUEPORT WASHINGTON NY

11050

09/24/2012 09/02/2020

DOL DOL *****3219 APOLLO CONSTRUCTIONSERVICES CORP

APOLLOPAINTING CO

157 TIBBETTS ROADYONKERS NY 10705

03/12/2014 03/12/2019

DOL DOL APOLLO PAINTING CO 157 TIBBETTS ROADYONKERS NY 10705

03/12/2014 03/12/2019

DOL DOL *****3295 APOLLO PAINTING CORP 3 ALAN B SHEPART PLACEYONKERS NY 10705

03/12/2014 03/12/2019

DOL AG *****0194 APPLIED CONSTRUCTION INC 46 RUGBY ROADWESTBURY NY 11590

11/20/2013 11/20/2018

DOL NYC *****8403 AQUA JET PAINTING CORP 10 VIKING DRIVEWEST ISLIP NY 11795

04/16/2014 04/16/2019

DOL NYC *****9232 ARKAY CONSTRUCTION INC 102-104 GREYLOCK AVENUEBELLEVILLE NJ 07109

07/15/2015 07/15/2020

DOL DOL *****3953 ASCAPE LANDSCAPE &CONSTRUCTION CORP

634 ROUTE 303BLAUVELT NY 10913

07/26/2012 11/19/2018

DOL NYC *****4779 ASTORIA GENERALCONTRACTING CORP

35-34 31ST STREETLONG ISLAND CITY NY 11106

09/02/2015 09/02/2020

DOL NYC *****7217 ASTRO COMMUNICATIONS OFNY CORP

79 ALEXANDER AVE- STE 36ABRONX NY 10454

10/30/2015 10/30/2020

DOL NYC *****6046 ATLANTIC SUNCONTRUCTION CORP

58-46 59TH AVENUEMASPETH NY 11378

05/08/2015 05/08/2020

DOL NYC AUDLEY O'BRIEN 1273 NORTH AVENUE/#1 CPNEW ROCHELLE NY 10804

04/07/2015 04/07/2020

DOL DOL AVIS R HILL 3510 HICKORY WALK LANEELLENWOOD GA 32094

01/22/2015 01/22/2020

DOL AG AVTAR SINGH 116-24 127TH STREETSOUTH OZONE PARK NY

11420

12/22/2015 12/22/2020

DOL AG BALDEV SINGH 116-24 127TH STREETSOUTH OZONE PARK NY

11420

12/22/2015 12/22/2020

DOL DOL BARBARA CASSIDY 7 BLENIS PLACEVALHALLA NY 10595

04/02/2015 04/02/2020

DOL DOL BARRY KINNEY 6409 LAND O LAKES BLVDLAND O LAKES FL 34638

11/10/2015 11/10/2020

DOL NYC *****3915 BEACON RESTORATION INC SUITE B-8782 PELHAM PARKWAY

SOUTHBRONX NY 10462

04/21/2016 04/21/2021

DOL DOL BEVERLY F WILLIAMS 1238 PRESIDENT STREETBROOKLYN NY 11225

11/18/2013 11/18/2018

DOL DOL *****8551 BRANDY'S MASONRY 216 WESTBROOK STREETP O BOX 304SAYRE PA 18840

08/09/2016 08/09/2021

DOL NYC *****6555 BROOKLYN WELDING CORP 1273 NORTH AVENUE/ #1 CPNEW ROCHELLE NY 10804

04/07/2015 04/07/2020

DOL DOL *****1449 BRRESTORATION NY INC 140 ARCADIA AVENUEOSWEGO NY 13126

09/12/2016 09/12/2021

DOL DOL BRUCE MORSEY C/O KENT HOLLOW SIDING LL29A BRIDGE STREETNEW

MILFORD CT 06776

01/15/2016 01/15/2021

DOL DOL *****6156 C & J LANDSCAPING &MAINTENANCE INC

520 PINE HILL ROADCHESTER NY 10940

06/23/2014 06/23/2019

DOL DOL CARIBBEAN POOLS C/O DOUGLAS L MALARKEY64 VICTORIA

DRIVEBINGHAMTON NY 13904

02/04/2016 02/04/2021

DOL NYC *****9172 CASSIDY EXCAVATING INC 14 RAILROAD AVENUEVALHALLA NY 10595

05/15/2014 04/02/2020

DOL DOL *****6745 CATSKILL FENCEINSTALLATIONS INC

5445 ROUTE 32CATSKILL NY 12414

08/22/2014 08/22/2019

DOL DOL *****8530 CAZ CONTRACTING CORP 37-11 35TH AVENUELONG ISLAND CITY NY 11101

08/26/2013 08/26/2018

DOL DOL *****8809 CBE CONTRACTING CORP 142 EAST MARKET STREETLONG BEACH NY 11561

03/07/2017 03/07/2022

DOL DOL *****5556 CERTIFIED INSTALLERS INC 113 N MAPLE AVENUEGREENSBURG PA 15601

02/21/2013 02/21/2018

DOL DOL *****7655 CHAMPION CONSTRUCTIONSERVICES CORP

2131 SCHENECTADY AVENUEBROOKLYN NY 11234

11/18/2015 11/18/2020

DOL NYC CHARLES CASSIDY JR 14 RAILROAD AVENUEVALHALLA NY 10595

05/15/2014 04/02/2020

DOL DOL CHARLES ZIMMER JR 216 WESTBROOK STREETP O BOX 304SAYRE PA 18840

08/09/2016 08/09/2021

DOL DOL CHRISTINE J HEARNE C/O CJ-HEARNECONSTRUCTIO

131 PONCE DE LEON AVENEATLANTA GA 30308

12/01/2015 12/01/2020

NYSDOL Bureau of Public Work Debarment List 05/17/2017

Page 2 of 13

Article 8

DOL DOL *****3360 CITY LIMITS GROUP INC 2279 HOLLERS AVENUE

BRONX NY 1047501/07/2014 06/23/2019

DOL DOL *****0671 CJ-HEARNE CONSTRUCTIONCO

SUITE 204131 PONCE DE LEON

AVENUEATLANTA GA 30308

12/01/2015 12/01/2020

DOL NYC *****2905 COLONIAL ROOFINGCOMPANY INC

247 48TH STREETBROOKLYN NY 11220

02/05/2014 02/05/2019

DOL NYC *****3182 COLORTECH INC 5990 58TH AVENUEMASPETH NY 11378

11/18/2013 11/18/2018

DOL DOL *****2703 CONKLIN'S TECH-MECHANICAL INC

5 PARKER AVENUEPOUGHKEEPSIE NY 12601

03/25/2014 03/25/2019

DOL DOL *****4175 CONSOLIDATED INDUSTRIALSERVICES INC

2051 ROUTE 44/55MODENA NY 12548

12/11/2012 01/28/2018

DOL DOL CONSTANTINOS ZERVAS 37-11 35TH AVENUELONG ISLAND CITY NY 11101

08/26/2013 08/26/2018

DOL NYC *****4468 CRAFT CONTRACTINGGROUP INC

3256 BRUNER AVENUEBRONX NY 10469

07/29/2014 07/29/2019

DOL NYC *****8507 CRAFT FENCE INC 3256 BRUNER AVENUEBRONX NY 10469

07/29/2014 07/29/2019

DOL NYC *****2164 CREATIVE TRUCKING INC 58-83 54TH STREETMASPETH NY 11378

02/26/2016 02/26/2021

DOL DOL *****7761 D L MALARKEYCONSTRUCTION

64 VICTORIA DRIVEBINGHAMTON NY 13904

02/04/2016 02/04/2021

DOL DOL *****7888 D L MALARKEYCONSTRUCTION INC

64 VICTORIA DRIVEBINGHAMTON NY 13904

02/04/2016 02/04/2021

DOL DOL *****5629 DAKA PLUMBING ANDHEATING LLC

2561 ROUTE 55POUGHQUAG NY 12570

02/19/2016 02/19/2021

DOL DOL DARYL T RIEKS C/O RIEKS CONTRACTING LLC4804 GAHWILER

ROADAUBURN NY 13021

05/01/2015 05/01/2020

DOL NYC *****7707 DASSLE CONTRACTING INC 213-37 39TH AVE/SUITE 120BAYSIDE NY 11360

05/08/2015 05/08/2020

DOL DOL DAVID MARTINEZ C/O EMPIRE TILE INC6 TREMONT

COURTHUNTINGTON STATIONNY 11746

03/08/2016 03/08/2021

DOL NYC DAWN AVILA AKA DAWNBECHTOLD

1ST FLOOR STORE FRONT88-10 LITTLE NECK

PARKWAYFLORAL PARK NY11001

06/24/2014 06/24/2019

DOL NYC DAWN BECHTOLD AKA DAWNAVILA

1ST FLOOR STORE FRONT88-10 LITTLE NECK

PARKWAYFLORAL PARK NY11001

06/24/2014 06/24/2019

DOL DOL DEAN ROBBINS III 212 OXFORD WAYSCHENECTADY NY 12309

12/11/2012 09/16/2018

DOL DOL DEBBIE STURDEVANT 29 MAPLEWOOD DRIVEBINGHAMTON NY 13901

02/21/2017 02/21/2022

DOL NYC *****3865 DECOMA BUILDINGCORPORATION

134 EVERGREEN PL/STE 101EAST ORANGE NJ 07018

12/30/2013 12/30/2018

DOL DOL DEDA GAZIVODAN C/O DAKA PLUMBING AND H2561 ROUTE 55POUGHQUAG

NY 12570

02/19/2016 02/19/2021

DOL DOL *****1446 DELTA CONTRACTINGPAINTING AND DECORATING

INC

437 SUNRISE HIGHWAYWEST BABYLON NY 11707

08/12/2013 08/12/2018

DOL DOL *****3538 DELTA CONTRACTINGPAINTING AND DESIGN INC

75 MCCULLOCH DRIVEDIX HILLS NY 11746

10/19/2010 08/12/2018

DOL DOL DEMETRIOS KOUTSOURAS 530 BEECH STREETNEW HYDE PARK NY 11040

07/02/2012 07/02/2017

DOL DOL DENNIS SCHWANDTNER C/O YES SERVICE AND REPAI145 LODGE AVEHUNTINGTON

STATION NY 11476

08/09/2016 08/09/2021

DOL DOL *****9868 DESANTIS ENTERPRISES 161 OSWEGO RIVER ROADPHOENIX NY 13135

09/24/2013 11/18/2018

DOL NYC *****8234 DEWATERS PLUMBING ANDHEATING LLC

30 COLUMBUS CIRCLEEASTCHESTER NY 10709

08/21/2012 08/21/2017

DOL DOL *****9252 DI BERNARDO TILE ANDMARBLE CO INC

15 WALKER WAYALBANY NY 12205

03/21/2014 03/21/2019

DOL DOL DIANE DEAVER 731 WARWICK TURNPIKEHEWITT NJ 07421

06/25/2012 12/11/2017

DOL NYC DIMITRIOS KOUTSOUKOS C/O ASTORIA GENERALCONTR

35-34 31ST STREETLONGISLAND CITY NY 11106

09/02/2015 09/02/2020

DOL DA *****6789 DOL DBA NAMEQMC

BUILDING 12ALBANY NY 12240

12/01/2017 12/01/2018

NYSDOL Bureau of Public Work Debarment List 05/17/2017

Page 3 of 13

Article 8

DOL DOL DORIS SKODA C/O APCO CONTRACTING

CORP24 SOUTH MARYLAND

AVENUEPORT WASHINGTONNY 11050

09/24/2012 09/02/2020

DOL NYC *****7404 DOSANJH CONSTRUCTIONCORP

9439 212TH STREETQUEENS VILLAGE NY 11428

02/25/2016 02/25/2021

DOL DOL DOUGLAS L MALARKEY MALARKEYCONSTRUCTI

ON

64 VICTORIA DRIVEB INGHAMTON NY 13904

02/04/2016 02/04/2021

DOL DOL *****6982 DUFOUR GROUP INC DUFOURMASONRY

353 WEST 56TH STREET #7MNEW YORK NY 10019

06/10/2014 06/10/2019

DOL DOL DUFOUR MASONRY 353 WEST 56TH ST #7MNEW YORK NY 10019

06/10/2014 06/10/2019

DOL DOL DUFOUR MASONRY &RESTORATION INC

353 WEST 56TH STREET #7MNEW YORK NY 10019

06/10/2014 06/10/2019

DOL DOL *****5840 DYNA CONTRACTING INC 363 88TH STREETBROOKLYN NY 11209

11/18/2013 11/18/2018

DOL DOL E C WEBB 6409 LAND O LAKES BLVDLAND O LAKES FL 34638

11/10/2015 11/10/2020

DOL DOL EARL GALBREATH 640 ASHFORD AVENUEARDSLEY NY 10502

08/27/2013 08/27/2018

DOL DOL EARL L WILSON WILSONBROTHERDRYWALL

CONTRACTORS

36 ABERSOLD STREETROCHESTER NY 14621

08/31/2015 08/31/2020

DOL DOL *****1496 EAST COAST DRYWALL INC 1238 PRESIDENT STREETBROOKLYN NY 11225

11/18/2013 11/18/2018

DOL DOL EDWARD L GAUTHIER C/O IMPERIAL MASONRYREST

141 ARGONNEDRIVEKENMORE NY 14217

10/03/2012 10/03/2017

DOL NYC EDWARD MENKEN C/O AQUA JET PAINTING10 VIKING DRIVEWEST ISLIP

NY 11795

04/16/2014 04/16/2019

DOL NYC *****0900 EF PRO CONTRACTING INC 147 BROOME AVENUEATLANTIC BEACH NY 11509

03/03/2014 03/03/2019

DOL NYC EFSTRATIOS BERNARDIS 23-73 48TH STREETLONG ISLAND CITY NY 11103

04/24/2014 04/24/2019

DOL DOL ELIZABETH RAMADANI C/O RAMADA CONSTRUCTION80 SAVO LOOPSTATEN

ISLAND NY 10309

01/07/2014 01/07/2019

DOL DOL ELLEN DESANTIS DESANTISENTERPRISES

161 OSWEGO RIVER ROADPHOENIX NY 13135

09/24/2013 11/18/2018

DOL DOL *****0780 EMES HEATING & PLUMBINGCONTR

5 EMES LANEMONSEY NY 10952

01/20/2002 01/20/3002

DOL AG EMILIO FRANZA 90 JUNIUS STREETBROOKLYN NY 11212

01/23/2014 01/23/2019

DOL DOL EMPIRE CONCRETESERVICES LLC

101 SULLYS TRAIL/SUITE 20PITTSFORD NY 14534

11/18/2013 01/07/2019

DOL DOL *****0511 EMPIRE CONCRETE SYSTEMSLLC

101 SULLYS TRAIL/ SUITE 2PITTSFORD NY 14534

11/18/2013 01/07/2019

DOL DOL *****2353 EMPIRE CONSTRUCTORS LLC 101 SULLYS TRAIL/SUITE 20PITTSFORD NY 14534

11/18/2013 01/07/2019

DOL DOL EMPIRE PRECAST LLC 101 SULLYS TRAIL/SUITE 20PITTSFORD NY 14534

11/18/2013 01/07/2019

DOL DOL *****3270 EMPIRE TILE INC 6 TREMONT COURTHUNTINGTON STATION NY

11746

03/08/2016 03/08/2021

DOL DOL ERIKA BARNETT 253 BEACH BREEZE LANEUNIT BARVERNE NY 11692

02/05/2013 02/05/2018

DOL DOL ESTEVES & FRAGACONSTRUCTION CO INC

986 MADISON AVENUEPATERSON NJ 07501

01/03/2013 01/03/2018

DOL DOL ESTEVES & FRAGA INC 986 MADISON AVENUEPATERSON NJ 07501

01/03/2013 01/03/2018

DOL DOL EVELIO ELLEDIAS 114 PEARL STREETPORT CHESTER NY 10573

08/15/2012 08/15/2017

DOL NYC EVERTON CARLESS 134 EVERGREEN PL/STE 101EAST ORANGE NJ 07018

12/30/2013 12/30/2018

DOL DOL *****7403 F & B PAINTINGCONTRACTING INC

2 PARKVIEW AVENUEHARRISON NY 10604

09/26/2016 09/26/2021

DOL DOL F KALAFATIS 2279 HOLLERS AVENUEBRONX NY 10475

01/07/2014 06/23/2019

DOL DOL FANTASTIC PAINTING 493 LANSING ROADFULTONVILLE NY 12072

11/18/2013 11/18/2018

NYSDOL Bureau of Public Work Debarment List 05/17/2017

Page 4 of 13

Article 8

DOL DOL FAY MATTHEW C/O CHAMPION

CONSTRUCTION2131 SCHENECTADY

AVENUEBROOKLYN NY 11234

11/18/2015 11/18/2020

DOL DOL FAZIA GINA ALI-MOHAMMED C/OCHAMPION

CONSTRUCTION

2131 SCHENECTADY AVENUEBROOKLYN NY 11234

11/18/2015 11/18/2020

DOL DOL *****1311 FLOZ-ON PAINTING &DECORATING INC

12 DUNDERBERG ROADTOMKINS NY 10986

10/16/2013 10/16/2018

DOL DOL *****8961 FLOZ-ON PAINTING INC 12 DUNDERBERG ROADTOMKINS NY 10986

10/16/2013 10/16/2018

DOL DOL FMS 4 LEGHORN COURTNEW YORK NY 11746

11/28/2012 11/28/2017

DOL DOL *****8067 FORTH SPORT FLOORS INC P O BOX 74EAST GREENBUSH NY 12061

02/28/2012 10/01/2017

DOL DOL FRAN MICELI 2279 HOLLERS AVENUEBRONX NY 10475

01/07/2014 06/23/2019

DOL DOL FRANCES KALAFATIS 2279 HOLLERS AVENUEBRONX NY 10475

01/07/2014 06/23/2019

DOL DOL FRANCES KALAFATIS-MICELI 2279 HOLLERS AVENUEBRONX NY 10475

01/07/2014 06/23/2019

DOL DOL FRANK BENEDETTO C/O F & B PAINTING CONTRA2 PARKVIEW

AVENUEHARRISON NY 10604

09/26/2016 09/26/2021

DOL DOL FRANK DEMARTINO 101-61 99TH STREETOZONE PARK NY 11416

02/15/2017 02/15/2022

DOL DOL FRANK J MERCANDO 134 MURRAY AVENUEYONKERS NY 10704

12/11/2009 02/03/2019

DOL DOL FRANK MICELI JR C/O FRANKMICELI JR

CONTRACTING INC

19 CLIFF STREETNEW ROCHELLE NY 10801

10/16/2013 10/16/2018

DOL DOL *****1321 FRANK MICELI JRCONTRACTING INC

19 CLIFF STREETNEW ROCHELLE NY 10801

10/16/2013 10/16/2018

DOL DOL FRED ABDO ABDO TILECOMPANYAKA ABDO

TILE CO

6179 EAST MOLLOY ROADEAST SYRACUSE NY 13057

06/25/2010 07/02/2017

DOL DOL *****2724 FRESH START PAINTINGCORP

157 TIBBETS ROADYONKERS NY 10705

03/12/2014 03/12/2019

DOL DOL G FUCCI CONSTRUCTIONSERVICES

3 ALAN B SHEPARD PLACEYONKERS NY 10705

03/12/2014 03/12/2019

DOL DOL *****6767 G FUCCI PAINTING INC C/O SPIEGEL & UTRERA1 MAIDEN LANE - 5TH FLNEW

YORK NY 10038

03/12/2014 03/12/2019

DOL DOL *****4546 GAF PAINTING LLC 157 TIBBETS ROADYONKERS NY 10705

03/12/2014 03/12/2019

DOL DOL GALINDA ROTENBERG C/O GMDV TRANS INC67-48 182ND STREETFRESH

MEADOWS NY 11365

06/24/2016 06/24/2021

DOL DOL GARDEN STATE PAINTING 157 TIBBETTS ROADYONKERS NY 10705

03/12/2014 03/12/2019

DOL DOL GARY MCDOWELL GMCONSTRUCTION & LAWN

CARESERVICE

76 PLEASANT STREETWELLSVILLE NY 14895

06/11/2013 06/11/2018

DOL DOL GEORGE DI BERNARDO C/O DI BERNARDO TILE15 WALKER WAYALBANY NY

12205

03/21/2014 03/21/2019

DOL DA GEORGE LUCEY 150 KINGS STREETBROOKLYN NY 11231

01/19/1998 01/19/2998

DOL DOL *****1075 GLOBAL TANKCONSTRUCTION LLC

P O BOX 1238SALINA OK 74365

11/28/2012 11/28/2017

DOL DOL *****0878 GM CONSTRUCTION & LAWNCARE SERVICE

76 PLEASANT STREETWELLSVILLE NY 14895

06/11/2013 06/11/2018

DOL DOL *****5674 GMDV TRANS INC 67-48 182ND STREETFRESH MEADOWS NY 11365

06/24/2016 06/24/2021

DOL DOL *****0090 GOLDS FLOORINGINSTALLATIONS INC

25 HAMILTON ROADMONTICELLO NY 12701

10/16/2013 10/16/2018

DOL DOL GREGORY A FUCCI C/O PAF PAINTING SERVICES157 TIBBETTS ROADYONKERS

NY 10705

03/12/2014 03/12/2019

DOL DOL GREGORY FUCCI JR C/O APOLLO CONSTRUCTION157 TIBBETTS ROADYONKERS

NY 10705

03/12/2014 03/12/2019

DOL DOL *****9456 GUILLO CONTRACTING CORP P O BOX 229CALVERTON NY 11933

07/08/2013 07/08/2018

NYSDOL Bureau of Public Work Debarment List 05/17/2017

Page 5 of 13

Article 8

DOL NYC *****0346 H N H CONTRACTORS CORP 4558 BROADWAY # 6

NEW YORK NY 1004008/04/2014 08/04/2019

DOL DOL HALSSAM FOSTOK 5 HANSEN PLACEWAYNE NJ 07470

09/18/2013 09/18/2018

DOL NYC HAMEEDUL HASAN 240 HOME STREETTEANECK NJ 07666

08/04/2014 08/04/2019

DOL AG *****9918 HARA ELECTRIC CORP 2461 47TH STREETASTORIA NY 11103

09/26/2013 09/26/2018

DOL NYC HARMEL SINGH 15 CLINTON LANEHICKSVILLE NY 11801

02/25/2016 02/25/2021

DOL NYC HAROLD KUEMMEL 58-83 54TH STREETMASPETH NY 11378

02/26/2016 02/26/2021

DOL AG HARVINDER SINGH PAUL 90 JUNIUS STREETBROOKLYN NY 11212

01/23/2014 01/23/2019

DOL DOL HENRY VAN DALRYMPLE 2663 LANTERN LANEATLANTA GA 30349

12/01/2015 12/01/2020

DOL DOL HI-TECH CONTRACTING CORP 114 PEARL STREETPORT CHESTER NY 10573

08/15/2012 08/15/2017

DOL DOL *****6370 HILLIANO CONSTRUCTION &ELECTRICAL INC

354 MAGNOLIA STREETROCHESTER NY 14611

01/22/2015 01/22/2020

DOL DOL *****8282 IDEMA DEVELOPMENT INC 91 COLLEGE AVENUEPOUGHKEEPSIE NY 12603

12/04/2015 12/04/2020

DOL DOL *****8282 IDEMA GENERALCONTRACTORS INC

91 COLLEGE AVENUEPOUGHKEEPSIE NY 12603

12/04/2015 12/04/2020

DOL DOL *****8426 IMPERIAL MASONRYRESTORATION INC

141 ARGONNE DRIVEKENMORE NY 14217

10/03/2012 10/03/2017

DOL DOL *****7001 INTEGRATED CONSTRUCTION& POWER SYSTEMS INC

SUITE 1002105 W GENESEE

STREETSYRACUSE NY 13219

01/06/2016 01/06/2021

DOL DOL ISABEL FRAGA C/O THREE FRIENDS CONSTR986 MADISON

AVENUEPATERSON NJ 07501

01/03/2013 01/03/2018

DOL AG *****0000 J A M CONSTRUCTION CORP SUITE 125265 SUNRISE

HIGHWAYROCKVILLE CENTRENY 10457

04/07/2016 04/07/2021

DOL DOL *****7598 J M RICH LLC P O BOX 268STILLWATER NY 12170

09/16/2013 03/21/2019

DOL DOL *****3478 J N P CONSTRUCTION CORP 50 LOUIS COURTP O BOX 1907SOUTH

HACKENSACK NY 07606

03/21/2014 03/21/2019

DOL DOL J N RICH LLC P O BOX 268STILLWATER NY 12170

09/16/2013 03/21/2019

DOL DOL *****9368 J TECH CONSTRUCTION PO BOX 64782ROCHESTER NY 14624

09/24/2012 09/24/2017

DOL DOL J THE HANDYMAN 09/24/2012 09/24/2017

DOL DOL *****4910 J V MAGIC TOUCHCORPORATION

94-25 57TH AVENUE, APT 5GELMHURST NY 11373

01/12/2015 01/12/2020

DOL DOL JACQUELINE HOWE C/O FLOZ-ON PAINTING INC12 DUNDERBERG

ROADTOMKINS NY 10986

10/16/2013 10/16/2018

DOL DOL *****8627 JAG I LLC 635 LUZERNE ROADQUEENSBURY NY 12804

09/16/2013 09/16/2018

DOL DOL *****2868 JAG INDUSTRIES INC 175 BROAD ST - SUITE 320GLENS FALLS NY 12801

09/16/2013 09/16/2018

DOL DOL JAMES B RHYNDERS 91 COLLEGE AVENUEPOUGHKEEPSIE NY 12603

12/04/2015 12/04/2020

DOL DOL JAMES BOYCE C/O EMPIRE CONCRETE SYST101 SULLYS TRAIL/SUITE20PITTSFORD NY 14534

11/18/2013 01/07/2019

DOL DOL JAMES E RHYNDERS 91 COLLEGE AVENUEPOUGHKEEPSIE NY 12603

12/04/2015 12/04/2020

DOL AG JAMES FALCONE SUITE 125265 SUNRISE

HIGHWAYROCKVILLE CENTRENY 10457

04/07/2016 04/07/2021

DOL DOL JAMES RHYNDERS SR 91 COLLEGE AVENUEPOUGHKEEPSIE NY 12603

12/04/2015 12/04/2020

DOL DOL JAMES SICKAU 3090 SHIRLEY ROADNORTH COLLINS NY 14111

04/19/2011 07/08/2020

DOL DOL JASON M RICH P O BOX 268STILLWATER NY 12170

09/16/2013 03/21/2019

DOL DOL JASON W MILLIMAN C/O ROCHESTERACOUSTICAL

P O BOX 799HILTON NY 14468

02/19/2016 02/19/2021

NYSDOL Bureau of Public Work Debarment List 05/17/2017

Page 6 of 13

Article 8

DOL DOL JAY PRESUTTI C/O CONSOLIDATED

INDUSTRI2051 ROUTE 44/55MODENA NY

12548

01/28/2013 01/28/2018

DOL DOL JEFF P BRADLEY 520 PINE HILL ROADCHESTER NY 10940

06/23/2014 06/23/2019

DOL NYC JEFFREY CASSIDY 14 RAILROAD AVENUEVALHALLA NY 10595

05/15/2014 04/02/2020

DOL DOL JERALD HOWE C/O FLOZ-ON PAINTING INC12 DUNDERBERG

ROADTOMKINS NY 10986

10/16/2013 10/16/2018

DOL DOL JEROME LACITIGNOLA C/O CATSKILL FENCE INSTAL5445 ROUTE 32 CATSKILL NY

12414

08/22/2014 08/22/2019

DOL NYC JERRY DEWATERS 30 COLUMBUS CIRCLEEASTCHESTER NY 10709

08/21/2012 08/21/2017

DOL DOL JESSICA WHITESIDE C/O BRRESTORATION NY INC140 ARCADIA

AVENUEOSWEGO NY 13126

09/12/2016 09/12/2021

DOL DOL JOHN DESCUL 437 SUNRISE HIGHWAYAWEST BABYLON NY 11704

08/12/2013 08/12/2018

DOL DOL JOHN H LEE JOHN LEEQUALITYPAVING

67 WILER ROADHILTON NY 14468

01/28/2013 01/28/2018

DOL DOL *****1749 JOHN LEE QUALITY PAVING 67 WILER ROADHILTON NY 14468

01/28/2013 01/28/2018

DOL DOL JON E DEYOUNG 261 MILL ROADP O BOX 296EAST AURORA

NY 14052

07/29/2015 07/29/2020

DOL DOL *****9368 JORGE I DELEON J TECHCONSTRUCTI

ON

PO BOX 64782ROCHESTER NY 14624

09/24/2012 09/24/2017

DOL DOL JORGE VILLALOBOS 94-25 57TH AVENUE - APT 5ELMHURST NY 11373

01/12/2015 01/12/2020

DOL DOL JOSE MONTAS 27 BUTLER PLACEYONKERS NY 10710

03/18/2011 03/19/2020

DOL AG JOSEPH FALCONE SUITE 125265 SUNRISE

HIGHWAYROCKVILLE CENTRENY 10457

04/07/2016 04/07/2021

DOL DOL *****9273 JOSEPH M LOVETRO P O BOX 812BUFFALO NY 14220

08/09/2016 08/09/2021

DOL DOL JOSEPH MARTONE 112 OSCAWANA HEIGHTSROAD

PUTNAM VALLEY NY 10542

08/27/2013 08/27/2018

DOL DOL JOSHUA DEBOWSKY 9547 BUSTLETON AVENUEPHILADELPHIA PA 19115

02/05/2014 02/05/2019

DOL DOL JOYA MUSCOLINO 10 ST CHARLES STREETTHORNWOOD NY 10594

09/03/2013 09/03/2018

DOL DOL JUANA MARTINEZ C/O LEAD CONSTRUCTION27 BUTLER PLACEYONKERS

NY 10710

03/19/2015 03/19/2020

DOL DOL *****4340 JUBCO SITE DEVELOPMENTLLC

462 LAKEVIEW AVENUEVALHALLA NY 10595

12/16/2013 12/16/2018

DOL DOL JULIUS AND GITA BEHREND 5 EMES LANEMONSEY NY 10952

11/20/2002 11/20/3002

DOL DOL *****5062 K R F SITE DEVELOPMENTINC

375 LAKE SHORE DRIVEPUTNAM VALLEY NY 10579

01/23/2017 01/23/2022

DOL DOL KAREN HARTMAN C/O GUILLO CONTRACTINGP O BOX 229CALVERTON NY

11933

07/08/2013 07/08/2018

DOL NYC KATHLEEN SELA C/O COLONIALROOFING

COMPANY INC

247 48TH STREETBROOKLYN NY 11220

02/05/2014 02/05/2019

DOL DOL KEITH SCHEPIS C/O KJS HAULING AND HOME95 MAPLE AVENUENEW CITY

NY 10956

04/15/2013 04/15/2018

DOL DOL KEN DEAVER 731 WARWICK TURNPIKEHEWITT NJ 07421

06/25/2012 12/11/2017

DOL DOL KENNETH FIORENTINO 375 LAKE SHORE DRIVEPUTNAM VALLEY NY 10579

01/23/2017 01/23/2022

DOL DOL *****9732 KENT HOLLOW SIDING LLC 29A BRIDGE STREETNEW MILFORD CT 06776

01/15/2016 01/15/2021

DOL DOL KEVIN BABCOCK JR P O BOX 46THOMPSON RIDGE NY 10985

08/22/2014 08/22/2019

DOL DOL KEVIN M BABCOCK P O BOX 46THOMPSON RIDGE NY 10985

08/22/2014 08/22/2019

DOL DOL KIM SOROCENSKI C/O SOLUTION MATTERS INC198 NORWOOD ROADPORT

JEFFERSON NY 11776

11/19/2015 11/19/2020

NYSDOL Bureau of Public Work Debarment List 05/17/2017

Page 7 of 13

Article 8

DOL DOL *****2463 KJS HAULING AND HOME

IMPROVEMENT INC95 MAPLE AVENUENEW CITY NY 10956

04/15/2013 04/15/2018

DOL AG KOSTAS "GUS"ANDRIKOPOULOS

2461 47TH STREETASTORIA NY 11103

09/26/2013 09/26/2018

DOL DOL *****6033 KUSNIR CONSTRUCTION 2677 ANAWALK ROADKATONAH NY 10536

08/03/2012 08/03/2017

DOL DA *****8816 LAKE CONSTRUCTION ANDDEVELOPMENTCORPORATION

150 KINGS STREETBROOKLYN NY 11231

08/19/1998 08/19/2998

DOL DOL *****6224 LAKESIDE FIRE SPRINKLERSLLC

125 CHAUTAUQUA AVENUELAKEWOOD NY 14750

06/24/2015 06/24/2020

DOL DOL *****4505 LARAPINTA ASSOCIATES INC 29 MAPLEWOOD DRIVEBINGHAMTON NY 13901

02/21/2017 02/21/2022

DOL DOL LARRY DOMINGUEZ 114 PEARL STREETPORT CHESTER NY 10573

08/15/2012 08/15/2017

DOL DOL LAURA A. GAUTHIER C/O IMPERIAL MASONRYREST

141 ARGONNEDRIVEKENMORE NY 14217

10/03/2012 10/03/2017

DOL DOL LAURI MARTONE 112 OSCAWANA HEIGHTSROAD

PUTNAM VALLEY NY 10542

08/27/2013 08/27/2018

DOL DOL LAVERN GLAVE C/O RAW POWER ELECTRIC3 PARK CIRCLEMIDDLETOWN

NY 10940

09/15/2014 09/15/2019

DOL DOL LAWRENCE J RUGGLES P O BOX 371ROUND LAKE NY 12151

05/12/2014 05/12/2019

DOL DOL *****1364 LEAD CONSTRUCTIONSERVICES INC

3 ALAN B SHEPARD PLACEYONKERS NY 10705

03/19/2015 03/19/2020

DOL DOL *****0597 LEED INDUSTRIES CORP HI-TECHCONTRACTIN

G CORP

114 PEART STREETPORT CHESTER NY 10573

08/15/2012 08/15/2017

DOL DOL *****4388 LEN J CONSTRUCTION LLC P O BOX 10007ALBANY NY 12201

06/24/2016 01/30/2022

DOL AG LEONID FRIDMAN APT 5200 BRIGHTON, 15TH

STBROOKLYN NY 11235

01/23/2014 01/23/2019

DOL DOL LEROY NELSON JR C/O LEN J CONSTRUCTION LLP O BOX 10007ALBANY NY

12201

06/24/2016 01/30/2022

DOL DOL LINDSEY R CRILL 143 FILLMORE AVENUEBUFFALO NY 14210

01/08/2015 01/08/2020

DOL DOL *****8453 LINPHILL ELECTRICALCONTRACTORS INC

523 SOUTH 10TH AVENUEMOUNT VERNON NY 10553

01/07/2011 04/15/2018

DOL DOL LINVAL BROWN 523 SOUTH 10TH AVENUEMOUNT VERNON NY 10553

01/07/2011 04/15/2018

DOL NYC *****2850 M A 2 FLAGS CONTRACTINGCORP

25-18 100TH STREETEAST ELMHURST NY 11369

08/21/2013 08/21/2018

DOL DOL M ANVER BEIG 142 EAST MARKET STREETLONG BEACH NY 11561

03/07/2017 03/07/2022

DOL AG *****6957 M B DIN CONSTRUCTION INC 8831 20TH AVENUE/SUITE 6EBROOKLYN NY 11214

11/17/2015 11/17/2020

DOL NYC *****6317 M S QUALITY CONSTRUCTIONLLC

27 MAPLEWOOD AVENUECOLONIA NJ 07067

02/04/2015 02/04/2020

DOL NYC MACIEJ SONTOWSKI 27 MAPLEWOOD AVENUECOLONIA NJ 07067

02/04/2015 02/04/2020

DOL NYC *****9590 MACK GLASSNAUTH IRONWORKS INC

137 LIBERTY AVENUEBROOKLYN NY 11212

12/21/2015 12/21/2020

DOL NYC *****3141 MACKEY REED ELECTRIC INC 1ST FLOOR STORE FRONT88-10 LITTLE NECK

PARKWAYFLORAL PARK NY11001

06/24/2014 06/24/2019

DOL DOL *****1784 MADISON AVECONSTRUCTION CORP

39 PENNY STREETWEST ISLIP NY 11795

11/02/2016 11/02/2021

DOL DOL MALARKEY'S BAR & GRILLLLC

64 VICTORIA DRIVEBINGHAMTON NY 13904

02/04/2016 02/04/2021

DOL DOL *****0705 MALARKEY'S PUB & GRUBLLC

64 VICTORIA DRIVEBINGHAMTON NY 13904

02/04/2016 02/04/2021

DOL DA MANUEL P TOBIO 150 KINGS STREETBROOKLYN NY 14444

08/19/1998 08/19/2998

DOL DA MANUEL TOBIO 150 KINGS STREETBROOKLYN NY 11231

08/19/1998 08/19/2998

DOL DOL MAR CONTRACTING CORP 620 COMMERCE STREETTHORNWOOD NY 10594

09/24/2012 09/24/2017

DOL DOL MARGARET FORTH P O BOX 74EAST GREENBUSH NY 12061

02/28/2012 10/01/2017

NYSDOL Bureau of Public Work Debarment List 05/17/2017

Page 8 of 13

Article 8

DOL DOL MARIA ESTEVES AKA MARIA

MARTINSC/O THREE FRIENDS CONSTR

986 MADISONAVENUEPATERSON NJ 07501

01/03/2013 01/03/2018

DOL DOL MARIA MARTINS AKA MARIAESTEVES

C/O THREE FRIENDS CONSTR986 MADISON

AVENUEPATERSON NJ 07501

01/03/2013 01/03/2018

DOL DOL MARIACHI'S PIZZERIA C/O DOUGLAS L MALARKEY64 VICTORIA

DRIVEBINGHAMTON NY 13904

02/04/2016 02/04/2021

DOL DOL MARIO LUIS 31 DURANT AVENUEBETHEL CT 06801

07/02/2012 07/02/2017

DOL DOL MARK MIONIS 6409 LAND O LAKES BLVDLAND O LAKES FL 34638

11/10/2015 11/10/2020

DOL DOL *****5533 MARQUISE CONSTRUCTION &DEVELOPMENT CORP

10 ST CHARLES STREETTHORNWOOD NY 10594

09/03/2013 09/03/2018

DOL DOL *****8810 MARQUISE CONSTRUCTIONASSOCIATES INC

20 BOSWELL ROADPUTNAM VALLEY NY 10579

09/03/2013 09/03/2018

DOL DOL *****1134 MARQUISE CONSTRUCTIONCORP

10 ST CHARLES STREETTHORNWOOD NY 10594

09/03/2013 09/03/2018

DOL DOL MARVIN A STURDEVANT 29 MAPLEWOOD DRIVEBINGHAMTON NY 13901

02/21/2017 02/21/2022

DOL DOL MATTHEW IDEMA GENERALCONTRACTORS INC

91 COLLEGE AVENUEPOUGHKEEPSIE NY 12603

12/04/2015 12/04/2020

DOL DOL *****6416 MCCALL MASONRY P O BOX 304SAYRE PA 18840

08/09/2016 08/09/2021

DOL DOL *****9028 MCINTOSH INTERIORS LLC 8531 AVENUE BBROOKLYN NY 11236

02/05/2013 02/05/2018

DOL DOL *****4259 MERCANDO CONTRACTINGCO INC

134 MURRAY AVENUEYONKERS NY 10704

12/11/2009 02/03/2019

DOL DOL *****0327 MERCANDO INDUSTRIES LLC 134 MURRAY AVENUEYONKERS NY 10704

12/11/2009 02/03/2019

DOL NYC *****5330 METRO DUCT SYSTEMS INC 1219 ASTORIA BOULEVARDLONG ISLAND CITY NY 11102

04/16/2014 11/19/2020

DOL DOL *****3368 MICEK CONSTRUCTION COINC

20 CROSS STREETFALCONER NY 14733

12/02/2014 12/02/2019

DOL DOL MICHAEL A PASCARELLA SUITE 1002105 WEST GENESEE STREET

SYRACUSE NY 13219

01/06/2016 01/06/2021

DOL DOL *****9198 MICHAEL CZECHOWICZ OCTAGON CO 37-11 35TH AVENUE-2ND FLLONG ISLAND CITY NY 11101

01/08/2013 01/08/2018

DOL DOL MICHAEL F LEARY JR3813 SNOWDEN HILL

ROADNEW HARTFORD NY13413

06/19/2013 06/19/2018

DOL DOL MICHAEL F LEARY JR METALSTUD & DRYWALL

3813 SNOWDEN HILL ROADNEW HARTFORD NY 13413

06/19/2013 06/19/2018

DOL NYC MICHAEL HIRSCH C/O MZM CORP163 S MAIN STREETNEW CITY

NY 10956

01/28/2016 01/28/2021

DOL DOL MICHAEL KTISTAKIS 363 88TH STREETBROOKLYN NY 11209

11/18/2013 11/18/2018

DOL DOL *****6033 MICHAEL KUSNIR KUSNIRCONSTRUCTI

ON

2677 ANAWALK ROADKATONAH NY 10536

08/03/2012 08/03/2017

DOL DOL MICHAEL MARGOLIN 4 LEGHORN COURTNEW YORK NY 11746

11/28/2012 11/28/2017

DOL DOL MICHAEL WILSON WILSONBROTHERDRYWALL

CONTRACTORS

36 ABERSOLD STREETROCHESTER NY 14621

08/31/2015 08/31/2020

DOL DOL MICHELLE L BARBER 635 LUZERNE ROADQUEENSBURY NY 12804

09/16/2013 09/16/2018

DOL NYC MIGUEL ACOSTA 25-18 100TH STREETEAST ELMHURST NY 11369

08/21/2013 08/21/2018

DOL NYC MILANCE HADZIC 22 CALIFORNIA AVE - STE 1PATERSON NJ 07503

03/11/2015 03/11/2020

DOL AG MOHAMMAD RIAZ 46 RUGBY ROADWESTBURY NY 11590

11/20/2013 11/20/2018

DOL AG MOHAMMED N CHATHA 8831 20TH AVENUE/SUITE 6EBROOKLYN NY 11214

11/17/2015 11/17/2020

DOL DOL *****2737 MOUNTAIN'S AIR INC 2471 OCEAN AVENUE- STE 7ABROOKLYN NY 11229

09/24/2012 09/18/2020

DOL DOL MUHAMMAD BEIG 142 EAST MARKET STREETLONG BEACH NY 11561

03/07/2017 03/07/2022

DOL DOL MUHAMMAD PERVAIZ C/O CHAMPIONCONSTRUCTION

2131 SCHENECTADYAVENUEBROOKLYN NY 11234

11/18/2015 11/18/2020

NYSDOL Bureau of Public Work Debarment List 05/17/2017

Page 9 of 13

Article 8

DOL DOL MURRAY FORTH P O BOX 74

EAST GREENBUSH NY 1206102/28/2012 10/01/2017

DOL DOL MUZAFFAR HUSSAIN C/O ABSOLUTE GENERALCONT

1129 AVENUE UBROOKLYN NY11229

01/28/2013 01/28/2018

DOL NYC *****3613 MZM CORP 163 S MAIN STREETNEW CITY NY 10956

01/28/2016 01/28/2021

DOL NYC *****1284 NEW AMERICANRESTORATION INC

22 CALIFORNIA AVE - STE 1PATERSON NJ 07503

03/11/2015 03/11/2020

DOL DA *****6988 NEW YORK INSULATION INC 58-48 59TH STREETMASPETH NY 11378

05/16/2012 05/08/2020

DOL NYC *****4839 NEW YORK RIGGING CORP 58-83 54TH STREETMASPETH NY 11378

02/26/2016 02/26/2021

DOL DOL NICHOLAS DEGREGORY JR NJDEGREGORY& COMPANY

1698 ROUTE 9GLENS FALLS NY 12801

05/23/2013 05/23/2018

DOL NYC NICHOLAS PROVENZANO 147 BROOME AVENUEATLANTIC BEACH NY 11509

03/03/2014 03/03/2019

DOL NYC NICHOLAS PROVENZANO 147 BROOME AVENUEATLANTIC BEACH NY 11509

03/03/2014 03/03/2019

DOL DOL *****5279 NJ DEGREGORY & COMPANY 1698 ROUTE 9GLENS FALLS NY 12801

05/23/2013 05/23/2018

DOL DOL NJ DEGREGORY & SONSCONSTRUCTION

1698 ROUTE 9GLENS FALLS NY 12801

05/23/2013 05/23/2018

DOL NYC *****1968 NORTH AMERICAN IRONWORKS INC

1560 DECATUR STREETRIDGEWOOD NY 11385

05/15/2015 05/15/2020

DOL DOL *****6966 NORTH COUNTRY DRYWALLAND PAINT

23167 COUNTY ROUTE 59DEXTER NY 13634

10/24/2016 10/24/2021

DOL DOL *****0065 NORTHEAST LANDSCAPEAND MASONRY ASSOC

3 WEST MAIN ST/SUITE 208ELMSFORD NY 10523

01/23/2017 01/23/2022

DOL DOL *****9198 OCTAGON CO 37-11 35TH AVENUE-2ND FLLONG ISLAND CITY NY 11101

01/08/2013 01/08/2018

DOL NYC *****8337 OPTIMUM CONSTRUCTIONINC

23-73 48TH STREETLONG ISLAND CITY NY 11103

04/24/2014 04/24/2019

DOL NYC ORSON ARROYO C/O METRO DUCT SYSTEMS12-19 ASTORIA

BOULEVARDLONG ISLANDCITY NY 11102

04/16/2014 11/19/2020

DOL DOL *****4546 PAF PAINTING CORP 161 TIBBETTS ROADYONKERS NY 10705

03/12/2014 03/12/2019

DOL DOL *****5242 PAF PAINTING SERVICES INC GARDENSTATE

PAINTING

157 TIBBETTS ROADYONKERS NY 10103

03/12/2014 03/12/2019

DOL DOL PAF PAINTING SERVICES OFWESTCHESTER INC

C/O SPIEGEL & UTRERA1 MAIDEN LANE - 5TH FLNEW

YORK NY 10038

03/12/2014 03/12/2019

DOL DOL *****8802 PAT'S HEATING AND AIRCONDITIONING LTD

P O BOX 371ROUND LAKE NY 12151

05/12/2014 05/12/2019

DOL DOL PATRICIA M RUGGLES P O BOX 371ROUND LAKE NY 12151

05/12/2014 05/12/2019

DOL DOL PAUL VERNA C/O AMERICAN STEELMECHA

693 PAINTER STREETMEDIAPA 19063

02/20/2013 02/20/2018

DOL DOL *****9569 PERFORM CONCRETE INC 31 DURANT AVENUEBETHEL CT 06801

07/02/2012 07/02/2017

DOL NYC PETER LUSTIG 30 COLUMBUS CIRCLEEASTCHESTER NY 10709

08/21/2012 08/21/2017

DOL DOL PETER M PERGOLA 3 WEST MAIN ST/SUITE 208ELMSFORD NY 10523

01/23/2017 01/23/2022

DOL NYC PETER TRITARIS 5990 58TH AVENUEMASPETH NY 11378

11/18/2013 11/18/2018

DOL DOL *****2989 PROFESSIONAL ESTIMATING& BUSINESS CORP

157 TIBBETS ROADYONKERS NY 10705

03/12/2014 03/12/2019

DOL DOL *****6895 PROLINE CONCRETE OF WNYINC

3090 SHIRLEY ROADNORTH COLLINS NY 14111

04/19/2011 07/08/2020

DOL DA *****6817 QUADRANT METALBUILDINGS LLC

2740 SW MARTIN DOWNSBLVD

PALM CITY FL 34990

08/25/2016 08/25/2021

DOL DOL *****0015 RAMADA CONSTRUCTIONCORP

80 SAVO LOOPSTATEN ISLAND NY 10309

01/07/2014 01/07/2019

DOL NYC RAMESHWAR ASU 137 LIBERTY AVENUEBROOKLYN NY 11212

12/21/2015 12/21/2020

DOL DOL RANA A KAHN 1973 81ST ST - SUITE A-5BROOKLYN NY 11214

01/08/2015 01/08/2020

DOL NYC RANTIK PARIKH 13 LORIANN ROADWARREN NJ 07059

07/15/2015 07/15/2020

NYSDOL Bureau of Public Work Debarment List 05/17/2017

Page 10 of 13

Article 8

DOL DOL *****2633 RAW POWER ELECTRIC CORP 3 PARK PLACE

MIDDLETOWN NY 1094009/16/2013 09/15/2019

DOL NYC RAYMOND PEARSON P O BOX 957PORT JEFFERSON STA NY

11776

03/12/2014 03/12/2019

DOL DOL REBECCA THORNE 113 N MAPLE AVENUEGREENSBURG PA 15601

02/21/2013 02/21/2018

DOL DOL REGINALD WARREN C/O RAW POWER ELECTRIC3 PARK CIRCLEMIDDLETOWN

NY 10940

09/15/2014 09/15/2019

DOL NYC *****3461 RELIANCE GENERALCONSTRUCTION INC

644 OCEAN PARKWAYBROOKLYN NY 11230

09/02/2015 09/02/2020

DOL DOL REVOLUTIONARY FLOORSLLC

P O BOX 268STILLWATER NY 12170

09/16/2013 03/21/2019

DOL DOL RHINO CONCRETE LLC 101 SULLYS TRAIL/SUITE 20PITTSFORD NY 14534

11/18/2013 01/07/2019

DOL DA RIANN MULLER 2740 SW MARTIN DOWNSBLVD

PALM CITY FL 34990

08/25/2016 08/25/2021

DOL DOL RICHARD WILSON C/O DUFOUR GROUP INC353 WEST 56TH STREET#7MNEW YORK NY 10019

06/10/2014 06/10/2019

DOL DOL *****8618 RIEKS CONTRACTING LLC 4804 GAHWILER ROADAUBURN NY 13021

05/01/2015 05/01/2020

DOL DOL ROBBYE BISSESAR 89-51 SPRINGFIELD BLVDQUEENS VILLAGE NY 11427

01/11/2003 01/11/3003

DOL DOL *****1855 ROBERT D BISHOP JR ROBERT DBISHOP JR

P O BOX 112MORRISSONVILLE NY 12962

07/15/2014 07/15/2019

DOL DOL ROBERT D BISHOP JR P O BOX 112MORRISONVILLE NY 12962

07/15/2014 07/15/2019

DOL NYC ROBERT GUIDO 3256 BRUNER AVENUEBRONX NY 10469

07/29/2014 07/29/2019

DOL DOL ROBERT L EVANS 128A NORTH STAMFORDROAD

STAMFORD CT 06903

05/23/2013 05/23/2018

DOL DOL ROBERT TORDELLA 125 CHAUTAUQUA AVENUELAKEWOOD NY 14750

06/24/2015 06/24/2020

DOL DOL ROCCO ESPOSITO C/O ROCMAR CONTRACTINGCO

620 COMMERCESTREETTHORNWOOD NY

10594

09/24/2012 09/24/2017

DOL DOL *****3859 ROCHESTER ACOUSTICALCORP

P O BOX 799HILTON NY 14468

02/19/2016 02/19/2021

DOL DOL ROCMAR CONSTRUCTIONCORP

620 COMMERCE STREETTHORNWOOD NY 10594

09/24/2012 09/24/2017

DOL DOL *****7083 ROCMAR CONTRACTINGCORP

620 COMMERCE STREETTHORNWOOD NY 10594

09/24/2012 09/24/2017

DOL NYC RODNEY SCOTT 201 HEMPSTEAD AVENUEWEST HEMPSTEAD NY 11552

10/30/2015 10/30/2020

DOL DOL ROMEO WARREN C/O RAW POWER ELECTRCORP

3 PARK PLACEMIDDLETOWNNY 10940

09/16/2013 09/15/2019

DOL DOL ROSS J MUSCOLINO 10 ST CHARLES STREETTHORNWOOD NY 10594

09/03/2013 09/03/2018

DOL DOL RYAN ALBIE 21 S HOWELLS POINT ROADBELLPORT NY 11713

02/21/2017 02/21/2022

DOL DOL *****3347 RYAN ALBIE CONTRACTINGINC

21 S HOWELLS POINT ROADBELLPORT NY 11713

02/21/2017 02/21/2022

DOL DOL S & S ELECTRIC 235 BROADWAYSCHENECTADY NY 12306

06/19/2013 06/19/2018

DOL NYC SABIR MUHAMMED SUITE B-8782 PELHAM PARKWAYSOUTHBRONX NY 10462

04/21/2016 04/21/2021

DOL NYC SAEED HASAN 4558 BROADWAY #6NEW YORK NY 10040

08/04/2014 08/04/2019

DOL DOL *****4923 SCHENLEY CONSTRUCTIONINC

731 WARWICK TURNPIKEHEWITT NJ 07421

06/25/2012 12/11/2017

DOL NYC *****2117 SCOTT ELECTRICAL LLC 201 HEMPSTEAD AVENUEWEST HEMPSTEAD NY 11552

10/30/2015 10/30/2020

DOL DOL SCOTT LEONARD GLOBAL TANKCONSTRUCTI

ON LLC

P O BOX 1238SALINA OK 74365

11/28/2012 11/28/2017

DOL DOL *****9751 SCW CONSTRUCTION 544 OLD ROUTE 23ACRE NY 12405

02/14/2017 02/14/2022

DOL DOL SEAKCO CONSTRUCTIONCOMPANY LLC

128A NORTH STAMFORDROAD

STAMFORD CT 06903

05/23/2013 05/23/2018

NYSDOL Bureau of Public Work Debarment List 05/17/2017

Page 11 of 13

Article 8

DOL DOL *****9030 SEAKCO NEW YORK LLC SEAKCO

CONSTRUCTION COMPANY

128A NORTH STAMFORDROAD

STAMFORD CT 06903

05/23/2013 05/23/2018

DOL DOL SEAN BURBAGE C/O SEANBURBAGE

CORP

445 ROOSA GAP ROADBLOOMINGBURG NY 12721

04/14/2014 04/14/2019

DOL DOL *****6586 SEAN BURBAGE CORP 445 ROOSA GAP ROADBLOOMINGBURG NY 12721

04/14/2014 04/14/2019

DOL NYC SHAHZAD ALAM 21107 28TH AVEBAYSIDE NY 11360

07/02/2012 07/02/2017

DOL DOL *****6904 SIGNING STAR LIMITEDLIABILITY COMPANY

5 HANSEN PLACEWAYNE NJ 07470

09/18/2013 09/18/2018

DOL DOL *****4025 SOLUTION MATTERS INC 198 NORWOOD ROADPORT JEFFERSON NY 11776

11/19/2015 11/19/2020

DOL NYC *****4934 SPHINX CONTRACTING CORP 240 HOME STREETTEANECK NJ 07666

08/04/2014 08/04/2019

DOL DOL SPORTSCRAFTERS INC 113 N MAPLE AVENUEGREENSBURG PA 15601

02/21/2013 02/21/2018

DOL DOL *****3496 STAR INTERNATIONAL INC 89-51 SPRINGFIELD BLVDQUEENS VILLAGE NY 11427

08/11/2003 08/11/3003

DOL DOL STEPHEN BIANCHI 462 LAKEVIEW AVENUEVALHALLA NY 10595

12/16/2013 12/16/2018

DOL DOL *****9751 STEPHEN C WAGAR 544 OLD ROUTE 23ACRE NY 12405

02/14/2017 02/14/2022

DOL DOL STEPHEON SHELDON FANTASTICPAINTING

493 LANSING ROADFULTONVILLE NY 12072

11/18/2013 11/18/2018

DOL DOL STEVEN P SUCATO 15-68 208TH STREETBAYSIDE NY 11360

06/23/2016 06/23/2021

DOL DOL STEVEN SAGGESE 3005 WYNSUM AVENUEMERRICK NY 11566

08/18/2014 08/18/2019

DOL DOL STEVEN TESTA 50 SALEM STREET - BLDG BLYNNFIELD MA 01940

01/23/2017 01/23/2022

DOL DOL STUART CHAITIN 634 ROUTE 303BLAUVET NY 10913

07/26/2012 11/19/2018

DOL NYC *****9432 SUBLINK LTD 346 THIRD AVENUEPELHAM NY 10803

11/19/2015 11/19/2020

DOL DOL *****3210 SUPER SWEEP FMS 4 LEGHORN COURTNEW YORK NY 11746

11/28/2012 11/28/2017

DOL DOL SUZANNE G GOLD C/O GOLDSFLOORING

INSTALLATIONS INC

25 HAMILTON ROADMONTICELLO NY 12701

10/16/2013 10/16/2018

DOL DOL *****7441 T & T CONCRETE INC 2560 HAMBURG TURNPIKEP O BOX 367LACKAWANNA NY

14218

07/08/2015 07/08/2020

DOL DOL *****9676 T D CONTRACTORS CORP T DCONTRACTOR

S INC

113 N MAPLE AVENUEGREENSBURG PA 15601

02/21/2013 02/21/2018

DOL DOL T D CONTRACTORS INC 113 N MAPLE AVENUEGREENSBURG PA 15601

02/21/2013 02/21/2018

DOL DOL TADCO CONSTRUCTION 101-61 99TH STREETOZONE PARK NY 11416

02/15/2017 02/15/2022

DOL DOL *****7417 TADCO CONSTRUCTIONCORP

101-61 99TH STREETOZONE PARK NY 11416

02/15/2017 02/15/2022

DOL DOL TAMMY LACITIGNOLA C/O CATSKILL FENCE INSTAL5445 ROUTE 32CATSKILL NY

12414

08/22/2014 08/22/2019

DOL DOL *****9852 TAP STEEL INC ROUTE 26 3101P O BOX 457CONSTABLEVILLE

NY 13325

01/28/2016 01/28/2021

DOL DOL TECH-MECHANICAL FAB DCINC

5 PARKER AVENUEPOUGHKEEPSIE NY 12601

03/25/2014 03/25/2019

DOL DOL *****5570 TESTA CORP 50 SALEM STREET - BLDG BLYNNFIELD MA 01940

01/23/2017 01/23/2022

DOL DOL *****0887 THE BRINSON PAINTINGCORPORATION

72 TAUNTON PLACEBUFFALO NY 14216

04/14/2015 04/14/2020

DOL DOL *****8174 THE DALRYMPLECORPORATION

UNIT 278541 10TH STREET

NWATLANTA GA 30318

12/01/2015 12/01/2020

DOL DOL *****8174 THE DALRYMPLE GROUP LLC 289 JONESBORO RD/ STE 216MCDONOUGH GA 30253

12/01/2015 12/01/2020

DOL DOL THE THORNE GROUP INC 113 N MAPLE AVENUEGREENSBURG PA 15601

02/21/2013 02/21/2018

DOL DOL *****2070 THE UNIVERSAL GROUP OFNEW YORK INC

212 OXFORD WAYSCHENECTADY NY 12309

12/11/2012 09/16/2018

DOL DOL *****9243 THE WELCOME MATPROPERTY MANAGEMENT

LLC

P O BOX 268STILLWATER NY 12170

09/16/2013 03/21/2019

NYSDOL Bureau of Public Work Debarment List 05/17/2017

Page 12 of 13

Article 8

DOL DOL THOMAS DESANTIS DESANTISENTERPRISES

161 OSWEGO RIVER ROADPHOENIX NY 13135

09/24/2013 11/18/2018

DOL NYC THOMAS SCARINCI 130-43 92ND AVENUERICHMOND HILLS NY 11418

11/27/2013 11/27/2018

DOL DOL *****2734 THREE FRIENDSCONSTRUCTION CORP

986 MADISON AVENUEPATERSON NJ 07501

01/03/2013 01/03/2018

DOL NYC *****6253 THUNDER BROTHERS CORP 24 CONGRESS LANESOUTH RIVER NJ 08882

05/01/2013 05/01/2018

DOL DOL TIMOTHY A PALUCK C/O TAP STEEL INCRTE 26 3101/ P O BOX

457CONSTABLEVILLE NY13325

01/28/2016 01/28/2021

DOL DOL TIMOTHY F BARBER 635 LUZERNE ROADQUEENSBURY NY 12804

09/16/2013 09/16/2018

DOL NYC *****1523 TM MECHANICAL CORP 130-43 92ND AVENUERICHMOND HILLS NY 11418

11/27/2013 11/27/2018

DOL DOL *****0600 TOMSON ALLOYS RECYCLINGINC

143 FILLMORE AVENUEBUFFALO NY 14210

01/08/2015 01/08/2020

DOL DOL *****3453 TORCHIA'S HOMEIMPROVEMENT

10153 ROBERTS RDSAUQUOIT NY 13456

08/09/2016 08/09/2021

DOL DOL *****6914 TRI-COUNTY RESTORATIONS& CONSTRUCTION INC

13 SUMMERSET DRIVEWALLKILL NY 12589

08/22/2014 08/22/2019

DOL DOL TRI-COUNTY RESTORATIONSINC

392 ROCK CUT ROADWALDEN NY 12586

08/22/2014 08/22/2019

DOL DOL TROY D CLARKE ADVANCEDMETALS

387 RIVERSIDE DRIVEJOHNSON CITY NY 13790

10/01/2012 10/01/2017

DOL DOL *****9407 TURBO GROUP INC 15-68 208TH STREETBAYSIDE NY 11360

06/23/2016 06/23/2021

DOL AG *****6490 UNIVERSAL STEELFABRICATORS INC

90 JUNIUS STREETBROOKLYN NY 11212

01/23/2014 01/23/2019

DOL NYC *****7174 V&R CONTRACTING P O BOX 957PORT JEFFERSON STA NY

11776

03/12/2014 03/12/2019

DOL NYC VALERIE VISCONTI 346 THIRD AVENUEPELHAM NY 10803

11/19/2015 11/19/2020

DOL NYC VEAP SELA C/O COLONIALROOFING

COMPANY INC

247 48TH STREETBROOKLYN NY 11220

02/05/2014 02/05/2019

DOL DOL *****3270 VEZANDIO CONTRACTINGCORP

530 BEECH STREETNEW HYDE PARK NY 11040

07/02/2012 07/02/2017

DOL NYC VICK CONSTRUCTION 21 DAREWOOD LANEVALLEY STREAM NY 11581

12/31/2013 12/31/2018

DOL NYC VICKRAM MANGRU VICKCONSTRUCTI

ON

21 DAREWOOD LANEVALLEY STREAM NY 11581

12/31/2013 12/31/2018

DOL DOL VICTOR ROTENBERG C/O GMDV TRANS INC67048 182ND STREETFRESH

MEADOWS NY 11365

06/24/2016 06/24/2021

DOL NYC VINCENT PIZZITOLA P O BOX 957PORT JEFFERSON STA NY

11776

03/12/2014 03/12/2019

DOL DOL WAYNE LIVINGSTON JR NORTHCOUNTRYDRYWALLAND PAINT

23167 COUNTY ROUTE 59DEXTER NY 13634

10/24/2016 10/24/2021

DOL DOL WESLEY J STAROBA 206 TALLY HO COURTSCHENECTADY NY 12303

06/19/2013 06/19/2018

DOL DOL *****0078 WESLEY J STAROBA INC S & SELECTRIC

235 BROADWAYSCHENECTADY NY 12306

06/19/2013 06/19/2018

DOL DOL WILLIAM CONKLIN 5 PARKER AVENUEPOUGHKEEPSIE NY 12601

03/25/2014 03/25/2019

DOL DOL WILLIAM DEAK C/O MADISON AVE CONSTRCO

39 PENNY STREETWEST ISLIPNY 11795

11/02/2016 11/02/2021

DOL DOL WILLIAM MAZZELLA 134 MURRAY AVENUEYONKERS NY 10704

02/03/2014 02/03/2019

DOL DOL WILLIAM THORNE 113 N MAPLE AVENUEGREENSBURG PA 15601

02/21/2013 02/21/2018

DOL DOL WILLIE BRINSON 72 TAUNTON PLACEBUFFALO NY 14216

04/14/2015 04/14/2020

DOL DOL *****6195 WILSON BROTHER DRYWALLCONTRACTORS

36 ABERSOLD STREETROCHESTER NY 14621

08/31/2015 08/31/2020

DOL DOL *****7345 YES SERVICE AND REPAIRSCORPORATION

145 LODGE AVEHUNTINGTON STATION NY

11476

08/09/2016 08/09/2021

DOL DOL YURIY IVANIN C/O MOUNTAIN'S AIR INC2471 OCEAN AVENUE-STE

7ABROOKLYN NY 11229

09/24/2012 09/18/2020

NYSDOL Bureau of Public Work Debarment List 05/17/2017

Page 13 of 13

Article 8

GC-3 Federal

Prevailing Wage Rate Schedule

�������������� ������� �������������������� ����������������������������� ������� ����������������� ������ �!����������"#�����$��%#�����$&'��#�$()*��+�$,�$-)��!. �"/0!",. �!����#��.�����!����#��� ������ 1�$()*��) ��$,�$-)��!. �"/0!",. �2/.3(!"�� �����0�����(4���%��.�����5(.6��7�8�9����'����#���������&���:�;��1���:�����������#����������������������������������<�������'����%�=>����)��:����''��'�������������������5������#�������������������6��������:����3�����#��9����81�,:��'������������%������#��'��(.9��'������������������#�������� ��������#�����:���������������'����&�����������������������;��1���5����'�������������&�����������������'����&�������������9�:�����'&'��6�:�������'��������������:����&�����'�������������������#��������1�"'��(.���������&����������������<�������������#1�)���������:����������������������?���������������� ��������������������'��(.����%�������������1���1&�%��'��&�%�������1�@��:����� ����������2���������������������������������������������������������������������������������������������������������������8�������������������7������������������������������������������������������A����������������8��������������������������������������������������������������������������������������������������>/ �����=��A������������0",!)�!$)2"(/�����������������������������������/��������������B��&���!(@( "�@)�. �!. !/("(�B, ,�$(/111;�781�A��������������1�8�B.." ."(������1��2���$����#����@���������#9�3��#��'����'9�C�������#9�������"'�� �&%�&���#�5���%�����'�������#����������#���������5�6���#���:������������5�6���#��:�����'��'����#61�================================================================��!)/2����=���������������$()*��+�$,�$-)��!. �"/0!",. �����������������������������������/��������������B��&���!�������������������!���������9�@����&'��9��������2����%���1111111111111111;��A1����������������1���================================================================��(C(!���7=�������������������������������������������������/��������������B��&���

��������������������������������� �� �������������� ������������������������������������������������������ ���������������������������������������������������������������������������� ������������������������������������������������������������������� !"������������#��������$���%��$�&��'(��'���)�����������'����!*+,- !"��!.�����!-��++�� /���$0� *���/+�����!�*�����.�12�����11 *�� "!�+�����.���3�4����11 *�52! �2� !"�����.���3���!-�2�-�6���7������ !12�3�� 2!��.���3�8���������+�"3�!������������������������������������9:�����:�������'�2,!-3�!�#��,*;�)� <��8������� �����������9:�����:�������'�2,!-3�!���,*;�)� <���������#���*�2����� +���,! �8���������������������9:�����:�������� !�3�!�=���*7! * �!���������� ������������9:�����:�������5�*7�! *����������������������� �����������9:�����:���$$��$��&���������>�?���@��)�.4�5�32� �+�)�.4�!-�0�!-�!*��)�.4���/2����)�.4��7�!;�" < !"�)�.4��7� ��3���)�.4�0+,������ -�!�@��)�.4���'22-��� -�.4�)�*2��� 2!�)�.4��+�*� 2!�)�.�12���7������ -�!����21��7��%! ��-���������!-��+�*� 2!�)�.�12���7��'2<��!2��21����7��������21���>�?2�;4�0�2< -�-��7���30+2.���>2�;���7��-�.���/�12���2���7��-�.��1�����7��72+ -�.�������������������������������������������������������������������������� ���� �������������������������������������������������������������� !"������������#� !������2!���,*� 2!8��������$<��7��-��!-�,!-��"�2,!-�������- ��� /,� 2!��!-�������3� !��!�!*��>2�;��!-��++�������2<��7��-��!-�,!-��"�2,!-����������!�3 �� 2!�+ !��>2�;������� !*+,- !"��!.��!-��++�������1 /���20� *�"�2,!-�> ��4�������1 /���20� *��7 �+-�> ���2���������!.�2�7���+ ;��0�2-,*��/.��������!.�2�7���!�3��������3�!,1�*�,��-�12���7��-,�+�������0,�02���21�"�2,!-�1�,+��������0�2��*� 2!��!-�1 /���20� *�������*�0�/ + � ���&��������+�"3�!�����������������������������������9:�����:��������'�2,!-3�!�- "" !"�3�*7 !���������20����2���������������������� ��A��������9:�����:��������'�2,!-3�!���,*;�-� <����������#���*�2����� +���,! �8������� ��A���������9:�����:��������'�2,!-3�!���,*;�-� <����������������������9:�����:��������� !�3�!��!-���*7! * �!������� ������������9:�����:��������5�*7�! *����������������������������������9:�����:��������,/���� 2!&���������/+���0+ *�������������������������������9:�����:���������+�"3�!�����������������������A�����������9:�����:��������'�2,!-�3�!���,*;�-� <���������A�����������9:�����:��

����������������������� ��������������������������������������������������������������������������������������������������������������� ��������!��������������������������"�����#�$�� ���������������%������������������������&�� ������������������������'�������������������������()�� ���*��������*+������������������,��������*������������������������-�� �������������,���������������.��������������*�.��������*�**��������������������/����������*������*�����������������,�������./�����������������������������/,��,��������� ����������.�������������.���� �����������*���.��������������.�����������������������./����������������/���* -�����,����������/����*�������������������������0�/*�������������0���*-�������������������/�������.���*+�1���,����������/����*�������������2/���(�������������������������!�����������������������3���������������������������%�����������������������������������4�����&� ����������5����������������������������������������������������������������$�����4�������������������6��������� ����������''��������������������������������$�����4������������%��������������������������"�����#�$�� �������������%��������������������������&�� ������������������������%��������������������355$75$89�������1:;4�<5";4:=(9�7�)�=��>*�4,-�1��*����*>�4,-�&��������4,-������3��,-�;������������4,-�"/���4,-�$ ��*�������4,-�2 �*��*�4,-����8�������4,�.���� ��1��*������.���� ��?�����(���*����8�������4,�.���� ������������.�7�)���=����(���-���������� �������,���)���*��)���,*�/�.����������)���,*�.����� �� ���,��6666666666666666666666666666666666666666666666666666666666666666��8"82���%6!!'�!�@!�@�!�������������������������������������A��*����������3����*�8"82$A;2;:7��"������2��*������� ��������$8"81<578-�2:$B�������3;C8A51$;2(�2:C"8�:74�������8D?;1&87$�������2/���*����������������������!�%!���������������������������������������������������������������������������������;�*������A�����6�������$�������������"����@$�� ���6�������8E�������5������������������%��������������������������$����$��������������������������%������������%�%'������7�)�=��>*�4,-�1��*����>*�4,-������3��,-�4����������4,-�;������������4,-�"/���4,-�B�����>*�4,-�

��������������� �������������������� �������������������������������������������������������������������������������������������������� ��� !�"�#$%�&�"��"'#%�����������������������������������(��������������)������*+,����-./�����+/����+��0���������(12*� ���������������������3�45�6��������������6�7��������(12*�����������������������3�45��6�������������6�7��������(12*�4���������������������3�4��5 �������������6�7��������(12*�����������������������3����6��������������6�7��������(12*�����������������������3�� �6��������������6�7��������(12*�!���������������������3����6��������������6�7��������(12*�����������������������3����4��������������6�7��*1'�(��82�*9����1*�(#�1(:��;#::�)��#��1�:�<"�#$%�&�"��"'#%=�����(12*� 0�#�/��>���.�?�9�@��� �:�>��*�+/�>>�A �:>/�+�� ���#.�+����A��+�@�����:/���A���<�9����/�= �#.�+���@�)��������A�� �B�@��+��<�C@�/�����@�+��9+.���A �(.??������A= ���B�@��+���C@���+��).>>�:,���<�#��� ��+����>�����/�= ���B�@��)>>���9�@��� �B�>��*>�@���<�9����/�= �B>�@��+/���*>����<#.�+����A= �B++����.@�� ���?>�,�� �����+��#.��� ���������>�9C���+�@�����*>����<#.�+����A= ��+�@������.�?���9�@��� �:�>��*�+/�>>�A �:>/�+�� ��+�@�����*.�/ ������ ����������*@��� �����@���<����>����@�+�= �����>�� ���1�����A�������<�������+��:���AA>����/�= �*>������ �����.@������� ����@�+��>���>>���9�@��� ����A�� ��.�>�����.��*��� ��C@���+��<#>>�*.�/+���"�A��.>@�>>��1/�����A=���<���A�>>�+��:�>��= �)�+�����A�;+�A���<���@.���A����A���1��= �"��A��+,���<:�.������+���-.�>= �"+���<�,+�+������������.�= �"+>>��A�;+�A�� �9�������@��������� �9���"+�� ���9.@����9�@����+��9+>��*�������B������<:*=�'������D�*B�������A���>�����/� �*+,������A�� �*�+�>���<+��� ���"�*�=���8.�A�6 �8.�����9������<+���-.�>���= �:@��/�� �)����� ���)+���;�� �)+������/�� ���+.��*.�/ ��.����9�@��� �"���������<"�A��.>@���>��/�+/�>>�A= �"�A���:/��� ��A��+� ���"�A��.>@�*.�/�<E�@����������= �"�A�+�B>������<'����= ���9.>@����9�@��� �1>�� �*���/����+�@�����+��*������ ���:�+�> �:A��B++� �:>/�)+���*��� ����@�+�����,� �B�>���/����;+�A�� ���.@��+�����>���9+.���A�;+�� ���//���<:�>����)��A��= ��.��1/����+��<9����A�(����A��-./������C@>.A�A= ����.���>�:�+�>����(12*��0�#�/��>��*��� �B�@��+��<���@�+��9+.���A �(.??��������A= �B�.��+.��(�@�@>���9�@��� �B�.��+.��:/���A�������A�9C�� �B>�@��+/�*>����<�+�#.�+����A= �B>����+��(+���������>>�<��.@��+�����@�+��9+.���A= �B+����9�@��� ��������"+�� �������>�9C�*>����<�+�#.�+����A=���A�#>>��+�@�������B��@����*>���� ��������*@����<���+���@�/�@�����A�.�A��= ����+�@�����*����<1��� !:= ����,>�����>> �:�>��@+�����A �����.���� �����>�*+,���2�� ���>>�(�� ����@�+��9+.���A ���)�+�����A�;+�A���<2�A�����@.���A�= �����������;.?�@��+����������� �"*����.���B+>���< ��>?�����A�+��= �"+���<1�������.�= �"�A�+�#C� �F+>����*>����;+�A�����A�:�>�����/����;+�A��� �;���9��'+���B+���1/����+� �;+@+�+���9C���<�+�������?>G�A�?������>�/�+/�>>�A= �9+�+��>�9�@��� �*>������������� �*�+�>���< ���"�*����A�.�A��= ����A�� �*+���"+>������������A�*+������� �*+,���B�++��<�+,�A= �*+,�����"�������� �*+,���:,��/�� �(��.��'A���� �(+>>���<���A������A�)>>= �:@����� ��A��+� �:��>>�'�A�� �:�A���������>+�A���<B+?@���+����>��= �:/���:�, ��A��+� �:�����

�������������� �������������������� ���������������������� ����� ����� ������������� ������ � ��� ����������� ���������������������� ������������!����������!���"����� ����� ��"������#�$� ��������� ���% �"&���#�&������$� ����!# ������&�������' �(�$��������)����(����&����(��*���&�����+� ����,���������'��� ������������ ���������������� ��(��� ��(�������-�./�01�%�2������ ��(�+� ������&��#���%�� �������+�� ����+������%���������������%��(����������������-��� ���������( ����� ��������3������������������ ��"���3� ����������� �����4��� ���' �(������� �����3 �� ����+�������������"�����������3�������'������������������3 ��.������������������������$���������������-�������������������� ��������( �����5 �(���������+��������(����"������ �������������������� ������!������������2 � �(�������������� ��������� �����67!���������������������!�'������"����������������� ������$��#�+�����$ ���� �����$� ������( ���5����������$� ������������$� ������������2����&�������' �(����������� ����2 ���-��������( ����&�������� ��"����& ���������������� ��"����& ��+��������� ��"����& ��8������������ ��"����& ��!�������� ��"����& ������� ���&���#�5 �������� ��"����&��������&��������' �(���'����������� �������, �������������������, ����&����������� ���-�./�91�&�'����������-�./�:1��������:;����������� ���-�./�71��������9<��������������'�-�./�=1�����������(�� ��2..&>.&�1������*��>�'�?���@��$��������� ���$����8������������$����5�������$����&(��#�� ���$�����(� ������$������ �����(�������������(���'��#����(��'��# �������������������(��'��# ����������������(��(�� ���*�""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""�A�8�.>;99;";;6�;:);6)B;6=����%>8>$���.2��./>&?��������������������������������������������������2� �����8���'��#���1��������!���������.����������������������������( ������� ����������� ������2���������������������� ����������������!�����������$��� �#���******************C�B=*B:������������B:*99�""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""""��5%3.;;0:";;B�;=);6)B;67��������������������������������������������������2� �����5%3.�����������-�./�6*********************C�BD*;:����������B6*D<E�������-�./�B*********************C�BD*B:����������B6*D<E�������-�./�0*********************C�BD*9:����������B6*D<E�������-�./�9*********************C�BD*7:����������B6*D<E�������-�./�:*********************C�B9*;;����������6D*<9E��

������������������� ������������������������������� ��������������������������� ����!��������������"�#���$�������� ������!������� �������%�!�" ���!���������& �������!���" ���!��������&!�������� ������! ���������� ����������'(�)*�+������ ������&�������� %!� ������������� �!�����'(�)*�,���-%����� �!�� �����.�"�� ����!���������!��������� ����!��- !�����'���-%�����/���� ���������0����! �����1������������� ���������� �! ���2����*������!�-����������/�������� &������!����������.�����������! ���& ����� ����$����! �������!����!� �� &����������������3�*�������������0����! ��!����� ���������������������� �! �������� ��.���"��������! �� ��������!��������4�!����%��� ����! ��5+�+6,7����������������������8��� 99�������������5�����!���%���!��������������������������!���8����� ����� �������������&�����������!� ���( �������!!�������� "���%��!��*%�����!������� ����!����"��������� !�������������!����� ��������:���! ���� ����! ����4����������� �������'(�)*�;���:���� ��� ������������������� ����! ���5�2���!���<%��������!���������������!���8���:��!������! ������ ����! ��������:�����!��������* "��������'(�)*�=���-���!�������& �����!!������! ������������!���%�������!!����'(�)*�>���/�9��� %��"��!����� ����????????????????????????????????????????????????????????????????�@�*:��AAA=?A,A�A>6A+6,A+B�����������������������������������(�!��������������������*���!������������-)�����'� ��.�() �����������-�%���C�( �������"�����������������6���������D�,;,>������������,+,+�������.������.�������!������������.!�%�!%����.!���D�,;B>������������,+,+������/�:0#�C�/�'/4:#������� ��.�() �����������-������D�;EAA������������,FFA�????????????????????????????????????????????????????????????????�@�*:��AFBB?AA,�A>6A+6,A+B�����������������������������������(�!��������������������'�:G��(D�,=,>������������+BFH�????????????????????????????????????????????????????????????????��*�)A++,?AA>�A>6A+6,A+B�����������������������������������(�!��������������������*�)-�(�5����%��������.!���&�!!���8��������� �!�����G ��D�;>AA������������,FFA�????????????????????????????????????????????????????????????????��.��#AFFH?AA+�A=6A+6,A+B�����������������������������������(�!��������������������

������������������������������� ����������������������������������������������������������������������������������������������������� !"#��� $%&' !(� �)*�+,����������������������� ���������-�*�+,����������������������� ���������-�*�+,����������������������� ���������-�*�+,����������������������� ���������-�*�+,����������������������� ���������-�++��+���)���./+��.�0�)����10�� 2�.�345���67 !�8.�349��"'�:�"'�"%�.�34.���;7 .�34���<�"&�#!(!"#.�34�9< !��6��.�3����!'/78!'�3�)�"'�:�"'�"%�.�3�"'��;7 .�3: 7(!'�'�<��6:873��17 &�<!��%<�'$8�''�3;�=7 ��"'<!��%<�'$8�''�3�=�� �<�<78!'�3�"'!�7"�<�:�3 7881��&!"1<!%<�<�<78!'�3=�88����,9�.��>���)*�+,��)�!%&$:�4:�"�8� $%&�4=8��;736��� !�8� $%&?�� �!#<�@7;�A4�!"#8��B8�'$6:� $%&�4'$6:��� �4 �%�!(��4# ���� �4� $%&�! �6�"�*�+,��)��"'�6�4;��%<� $%&�46�%<�"!%��*�+,��)��6!�� �!8� �4871�;73� $%&�4��:<�8�'!�� !;$�7 �� $%&�4�#!���7 46!B� � $%&��"''$6:% ����3:�(�<!%8��4� $%&6�%<�"!%4=$�8� $%&�*�+,��)�:�%!�8!C�'�� �<67(!"#�D$!:6�"���$%8!'�3:�7 �!6!8� 7==�<!#<1�3�D$!:6�"�1<� �"7���8=�87�'� 4�"'�� �''8�? 7��A%� !� 4��8=%7"��!"�'%7"% ���$"!�*�+,��)+==�<!#<1�3��"'�6;�%&�'$6:4�1!"�"#!"��D$!:6�"��"''7$;8�<!�%<�'�D$!:6�"�1<� �"7���8=�87�'�'�����������������������������������������������������������������E��.������%�!(� ���: ��% !;�'=7 % �=�:� =7 6!"#7:� ��!7"�71<!%<1�8'!"#!�!"%!'�"��8�FFFFFFFFFFFFFFFFFFFFFFFFFFFFFFFFFFFFFFFFFFFFFFFFFFFFFFFFFFFFFFFF�7��)�B�%$�!(�+ '� ?�+A�����4����;8!�<!"#��!'�!%&���(�=7 �'� �897"� �%�7 ��::8!���7�88%7"� �%���$;@�%��7�<�.�(!��5�%7"�%�=7 1<!%<�<�%7"� �%�!��1� '�'?�"'�"3�78!%!���!7"1��!��$�'A7"7 �=�� G�"$� 3�4������=�<!�%7"� �%�!�%7(� �';3�<��+4�<�%7"� �%�7 6$��: 7(!'��6:873���1!�<�<7$ 7=:�!'�!%&8��(�=7 �(� 3��<7$ ��<�317 &4$:�7��<7$ �7=:�!'�!%&8��(���%<3�� ��6:873���6$��;�:� 6!���'�7$��:�!'�!%&8��(�=7 �<�! 71"!88"���4!"@$ 37 7�<� <��8�<� �8���'"��'�4!"%8$'!"#: �(�"�!(�%� �H�7���!���=�6!836�6;� ?7 :� �7"1<7!�8!&�=�6!83�7�<��6:873��A1<7!�!884!"@$ �'47 <��7�<� <��8�<� �8���'"��'�4!"%8$'!"#: �(�"�!(�%� �H7 =7 ���7"� ��$8�!"#= 7647 �7���!���=�6!836�6;� ?7 :� �7"1<7!�8!&�=�6!83�7�<��6:873��A1<7!��(!%�!67=4'76���!%(!78�"%�4��B$�8����$8�47 ���8&!"#��''!�!7"�8!"=7 6��!7"

����������������������� ���������������������� �������������� ����������������������������������������� ������ ������� ��������� ���������������������������������������� ��������������� ��������� ��� ����������������������������������� ����������������������� ������� ������������� � ��� !"#�$�$���%��&%����%%��''''''''''''''''''''''''''''''''''''''''''''''''''''''''''''''''���(������������������������������������� � �������� ����������������������� ��������������������������������������������������������� %������� �������������������������������������������������������(������ ��������� ������� �����������������������������)���������� )������������������������������������������� ���������������������������������������������������%*��� ��������������������������������%���������������������������������������������������%��������#����+��������� �,��������������� ��������������������������������������� ����������������� ������������������������� ������������)-�)����)�,./)������� ������������������ ����������������������������������������������� ����������������� �������0�����1�23�45& 6'55$�57�5&��5&8��23�4�� ��������������������������������������������������������������� ������������ ���� ���������*������������� ��0��������������2����� ��5& 6��������� ��������������������������� �����������������������������������*�����*�2����� �3�����5& 6��(�����0�������*�55$���������0�����*�� ������������������� ����������� ����������������������������57�5&��5&8�� ����������������������������� ������������������������*������������� ��0������� �9���&*��5&8���������������������������� �������������������������������������� �����������������������������������������!:,%�������������� ���� ��������������������-�����#����+��������� �!�� ��������� ��� �������������)-�)������������������������������������������������������� ���� ����������������� ����������������� ���������� ����������������������������������������������� ������������������ ����������������� ����������������� ������������, ���� ����������������������������� ��������� ����������������� ����*��������������������������������'��������� ���0�����1�-�3,�5&�'557�$�&;��5&8��-���������� ��������� ����� ��������� ��� ������������������������������������������� ���������������<���������� ��3,��������� �����-��������3�� �������5&��� ������������� ����������������� ����� ��������� ��������� ������� ����(�����0�������*�557���������0�����*�� ������������������� ���������������������������������������$�&;��5&8��������� ����� �������������������������������� ��������� ��������� �����������������������-�������������� ������������������������������������������������ ������ �����������������,�������#����+��������� �!�� ���������� %��� ��������������,./����������������������������� ��������<���������������������������� ��

����������������� ������������������������������������������������������� ���������������������� �!"#$%#������&'()'(��*�� �!"����������������������������� ��+��������������+��������$%���������������������,����-���./����������������-�.������������������./�����������������+����� �+�������.��������&'()'(��*�������������������0���.������������������������������������������������������������������� �!"������ ����/����������������0�����������0���1����0���������0������������������ ��+����������+�����������������+�������'23����������������������������.� �����������������/��������################################################################��������������������4�"��5�,�6�78�,7$8�������9��6$2�99���:�%���������/��������������������������.�����;�,�������/���<�����-����+���/������� �+�������.������<���������0������0�+��� �+�������.������<����4�+�����%����5�������������������+������������������������ �+�������.������.������<���������.����=�������������������������������:�����+�$������0���������.�����������������������������+���>������������..��������������0����������/�� ��������4�+�����%����6�+�����$��������������������� ��������������0� ������������/�������������6�+�����$�������������������/����0���������5����#3���������0����+��.��7�����������������.�������������������������������������0������������������������/�����(�:����?�:��������/������� ����4������+��������0�������.���������0�������������������.�����������������/������������������������������/�� ��������3��������2����������4�+��5����.���������4���������������������3��������2����������4�+��5����.�������������������4�+�����%����5������������������� �9��5�����.��������/���������������(���2�����������������8�4��������������4����+����52�(�(���(�:�7�������� ����������>�����������:����0������������������������0�=���������������/0����������:������>���������� ���������������������.�����4�+�����%������.����������=9���()�2@6��������&����()�2@6������A:��4���������������������4�+�����%������.���������������������� �9��5�����.��������/���������������(���2�����������������8�4��������������4����+����52�(�(���,�����>������������/������.������/0�������������.������������������������0B�������������/0��0�����.�����= �+����0.������������C������������������������������.�������������:������������>��������������������������������������?�:�7�����������������������.����������������������/��������������������0�.�0���������������0����������.�����������6���� �3�����=���.���0�����4�+����������3����:���4���������

������������������������� ��������������������������������������������������������������������������������������������������� ��!�����������"��#�$��%%���&��������'�� ��������������� ���������������%��((((((((((((((((((((((((((((((((((((((((((((((((((((((((((((((((�����������)���*+�,)�) ����)�-�-*��

GC-4 Section 3 Requirements

SPECIFICATIONS

Fifth Street Pedestrian Access Improvement Project

013100-1 PROJECT MANAGEMENT AND COORDINATION

SECTION 013100 PROJECT MANAGEMENT AND COORDINATION

PART 1 - GENERAL

1.1 SUMMARY

A. This Section includes administrative provisions for coordinating construction operations on the Project including, but not limited to, the following:

1. General Project coordination procedures.

2. Coordination Drawings.

3. Project meetings.

B. Related Sections:

1. See Section "Execution Requirements" for procedures for coordinating general installation and field-engineering services, including establishment of benchmarks and control points.

2. See Section “Closeout Procedures” for submitting Record (As-Built) survey with Project Record Documents, recording of Owner-accepted deviations from indicated lines and levels, and final cleaning.

1.2 COORDINATION

A. Coordination: Coordinate construction operations included in various Sections of the Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations, included in different Sections, which depend on each other for proper installation, connection, and operation.

1. Schedule construction operations in sequence required to obtain the best results where installation of one part of the Work depends on installation of other components, before or after its own installation.

2. Coordinate installation of different components with other contractors to ensure maximum accessibility for required maintenance, service, and repair.

3. Make adequate provisions to accommodate items scheduled for later installation.

B. If necessary, prepare memoranda for distribution to each party involved, outlining special procedures required for coordination. Include such items as required notices, reports, and list of attendees at meetings.

1. Prepare similar memoranda for Owner and separate contractors if coordination of their Work is required.

C. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities and activities of other contractors to avoid conflicts and to ensure orderly progress of the Work. Such administrative activities include, but are not limited to, the following:

Fifth Street Pedestrian Access Improvement Project

013100-2 PROJECT MANAGEMENT AND COORDINATION

1. Preparation of Contractor's Construction Schedule.

2. Preparation of the Schedule of Values.

3. Installation and removal of temporary facilities and controls.

4. Delivery and processing of submittals.

5. Progress meetings.

6. Pre-installation conferences.

7. Project closeout activities.

1.3 SUBMITTALS

A. Coordination Drawings: Prepare Coordination Drawings if limited space availability necessitates maximum utilization of space for efficient installation of different components or if coordination is required for installation of products and materials fabricated by separate entities.

1. Indicate relationship of components shown on separate Shop Drawings.

2. Indicate required installation sequences.

1.4 PROJECT MEETINGS

A. General: Schedule and conduct meetings and conferences at Project site, unless otherwise indicated.

1. Attendees: Inform participants and others involved, and individuals whose presence is required, of date and time of each meeting. Notify Owner and Engineer of scheduled meeting dates and times.

2. Agenda: Prepare the meeting agenda. Distribute the agenda to all invited attendees.

3. Minutes: Record significant discussions and agreements achieved. Distribute the meeting minutes to everyone concerned, including Owner and Engineer, within 3 days of the meeting.

B. Preconstruction Conference: Schedule a preconstruction conference before starting construction, at a time convenient to Owner and Engineer, but no later than 15 days after execution of the Agreement. Hold the conference at Project site or another convenient location. Conduct the meeting to review responsibilities and personnel assignments.

1. Attendees: Authorized representatives of Owner, Engineer, and their consultants; Contractor and its superintendent; major subcontractors; manufacturers; suppliers; and other concerned parties shall attend the conference. All participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work.

2. Agenda: Discuss items of significance that could affect progress, including the following:

Fifth Street Pedestrian Access Improvement Project

013100-3 PROJECT MANAGEMENT AND COORDINATION

a. Tentative construction schedule.

b. Phasing.

c. Critical work sequencing.

d. Designation of responsible personnel.

e. Procedures for processing field decisions and Change Orders.

f. Procedures for processing Applications for Payment.

g. Distribution of the Contract Documents.

h. Submittal procedures.

i. Preparation of Record Documents.

j. Use of the premises.

k. Responsibility for temporary facilities and controls.

l. Parking availability.

m. Office, work, and storage areas.

n. Equipment deliveries and priorities.

o. First aid.

p. Security.

q. Progress cleaning.

r. Working hours.

s. Stormwater Discharge Permit

t. Erosion and Sediment Control Plan

C. Pre-installation Conferences: Conduct a pre-installation conference at Project site before each construction activity that requires coordination with other construction.

1. Attendees: Installer and representatives of manufacturers and fabricators involved in or affected by the installation and its coordination or integration with other materials and installations that have preceded or will follow, shall attend the meeting. Advise Engineer of scheduled meeting dates.

2. Agenda: Review progress of other construction activities and preparations for the particular activity under consideration, including requirements for the following:

a. Contract Documents.

Fifth Street Pedestrian Access Improvement Project

013100-4 PROJECT MANAGEMENT AND COORDINATION

b. Options.

c. Related Change Orders.

d. Purchases.

e. Deliveries.

f. Submittals.

g. Review of mockups.

h. Possible conflicts.

i. Compatibility problems.

j. Time schedules.

k. Weather limitations.

l. Manufacturer's written recommendations.

m. Warranty requirements.

n. Compatibility of materials.

o. Acceptability of substrates.

p. Temporary facilities and controls.

q. Space and access limitations.

r. Regulations of authorities having jurisdiction.

s. Testing and inspecting requirements.

t. Required performance results.

u. Protection of construction and personnel.

3. Record significant conference discussions, agreements, and disagreements.

4. Do not proceed with installation if the conference cannot be successfully concluded. Initiate whatever actions are necessary to resolve impediments to performance of the Work and reconvene the conference at earliest feasible date.

D. Progress Meetings: Conduct progress meetings at regular intervals. Coordinate dates of meetings with preparation of payment requests.

1. Attendees: In addition to representatives of Owner and Engineer, each contractor, subcontractor, supplier, and other entity concerned with current progress or involved in planning, coordination, or performance of future activities shall be represented at these meetings. All participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work.

Fifth Street Pedestrian Access Improvement Project

013100-5 PROJECT MANAGEMENT AND COORDINATION

2. Agenda: Review and correct or approve minutes of previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to status of Project.

a. Contractor's Construction Schedule: Review progress since the last meeting. Determine whether each activity is on time, ahead of schedule, or behind schedule, in relation to Contractor's Construction Schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the Contract Time.

b. Review present and future needs of each entity present, including the following:

1) Interface requirements.

2) Sequence of operations.

3) Status of submittals.

4) Deliveries.

5) Off-site fabrication.

6) Access.

7) Site utilization.

8) Temporary facilities and controls.

9) Work hours.

10) Hazards and risks.

11) Progress cleaning.

12) Quality and work standards.

13) Change Orders.

14) Documentation of information for payment requests.

3. Reporting: Distribute minutes of the meeting to each party present and to parties who should have been present. Include a brief summary, in narrative form, of progress since the previous meeting and report. a. Schedule Updating: Revise Contractor's Construction Schedule after each

progress meeting where revisions to the schedule have been made or recognized. Issue revised schedule concurrently with the report of each meeting.

1.5 CLOSEOUT PROCEDURES

A. Notify Project Coordinator when Work is considered ready for Substantial Completion. Accompany Project Coordinator on preliminary inspection to determine items to be listed for completion or correction in Contractor’s Notice of Substantial Completion.

Fifth Street Pedestrian Access Improvement Project

013100-6 PROJECT MANAGEMENT AND COORDINATION

B. Comply with Project Coordinator’s instructions to correct items of work listed in executed Certificates of Substantial Completion and for access to Owner occupied areas.

C. Notify Project Coordinator when Work is considered finally complete. Accompany Project Coordinator on preliminary final inspection.

D. Comply with Project Coordinator’s instructions for completion of items of Work determined by Engineer’s final inspection.

E. Provide Record Documents in accordance with Item 1.5 of Section “Closeout Procedures” for submitting Record (As-Built) survey.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION 013100

Fifth Street Pedestrian Access Improvement Project

017000-1 EXECUTION REQUIREMENTS

SECTION 017000 EXECUTION REQUIREMENTS

PART 1 - GENERAL

1.1 SUMMARY

A. This Section includes general procedural requirements governing execution of the Work including, but not limited to, the following:

1. Construction layout.

2. Field engineering and surveying.

3. General installation of products.

4. Progress cleaning.

5. Starting and adjusting.

6. Protection of installed construction.

7. Correction of the Work.

B. See Section "Closeout Procedures" for submitting Record (As-Built) survey with Project Record Documents, recording of Owner-accepted deviations from indicated lines and levels, and final cleaning.

1.2 SUBMITTALS

A. Certificates: Submit certificate signed by land surveyor or professional engineer certifying that location and elevation of improvements comply with requirements.

B. Landfill Receipts: Submit copy of receipts issued by a landfill facility, licensed to accept hazardous materials, for hazardous waste disposal.

C. Certified Surveys: Submit two copies signed by land surveyor or professional engineer.

D. Final Property Survey: Submit two copies showing the Work performed and record survey data.

1.3 QUALITY ASSURANCE

A. Land Surveyor or Professional Engineer Qualifications: A professional land surveyor or engineer who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing land-surveying services of the kind indicated.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION

Fifth Street Pedestrian Access Improvement Project

017000-2 EXECUTION REQUIREMENTS

3.1 EXAMINATION

A. Existing Conditions: The existence and location of site improvements, utilities, and other construction indicated as existing are not guaranteed. Before beginning work, investigate and verify the existence and location of mechanical and electrical systems and other construction affecting the Work.

1. Before construction, verify the location and points of connection of utility services.

B. Existing Utilities: The existence and location of underground and other utilities and construction indicated as existing are not guaranteed. Before beginning site work, investigate and verify the existence and location of underground utilities and other construction affecting the Work.

1. Furnish location data for work related to Project that must be performed by public utilities serving Project site.

C. Acceptance of Conditions: Examine substrates, areas, and conditions, with Installer or Applicator present where indicated, for compliance with requirements for installation tolerances and other conditions affecting performance. Record observations.

1. Verify compatibility with and suitability of substrates.

2. Examine roughing-in for mechanical and electrical systems to verify actual locations of connections before equipment and fixture installation.

3. Proceed with installation only after unsatisfactory conditions have been corrected. Proceeding with the Work indicates acceptance of surfaces and conditions.

3.2 PREPARATION

A. Existing Utility Information: Furnish information to Owner that is necessary to adjust, move, or relocate existing utility structures, utility poles, lines, services, or other utility appurtenances located in or affected by construction. Coordinate with authorities having jurisdiction.

B. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated:

1. Notify City not less than two days in advance of proposed utility interruptions.

2. Do not proceed with utility interruptions without City’s written permission.

C. Field Measurements: Take field measurements as required to fit the Work properly. Recheck measurements before installing each product. Where portions of the Work are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication. Coordinate fabrication schedule with construction progress to avoid delaying the Work.

D. Space Requirements: Verify space requirements and dimensions of items shown diagrammatically on Drawings.

E. Review of Contract Documents and Field Conditions: Immediately on discovery of the need for clarification of the Contract Documents, submit a request for information to Engineer. Include a detailed description of problem encountered, together with recommendations for changing the Contract Documents.

Fifth Street Pedestrian Access Improvement Project

017000-3 EXECUTION REQUIREMENTS

3.3 CONSTRUCTION LAYOUT

A. Verification: Before proceeding to lay out the Work, verify layout information shown on Drawings, in relation to the property survey and existing benchmarks. If discrepancies are discovered, notify Engineer promptly.

B. General: Engage a land surveyor or other professional to lay out the Work using accepted surveying practices.

1. Establish benchmarks and control points to set lines and levels at each stage of construction and elsewhere as needed to locate each element of Project.

2. Establish dimensions within tolerances indicated. Do not scale Drawings to obtain required dimensions.

3. Inform installers of lines and levels to which they must comply.

4. Check the location, level and plumb, of every major element as the Work progresses.

5. Notify Engineer when deviations from required lines and levels exceed allowable tolerances.

6. Close site surveys with an error of closure equal to or less than the standard established by authorities having jurisdiction.

C. Site Improvements: Locate and lay out site improvements, including pavements, grading, fill and topsoil placement, utility slopes, and invert elevations.

D. Record Log: Maintain a log of layout control work. Record deviations from required lines and levels. Include beginning and ending dates and times of surveys, weather conditions, name and duty of each survey party member, and types of instruments and tapes used. Make the log available for reference by Engineer.

3.4 FIELD ENGINEERING

A. Reference Points: Locate existing permanent benchmarks, control points, and similar reference points before beginning the Work. Preserve and protect permanent benchmarks and control points during construction operations.

B. Benchmarks: Establish and maintain a minimum of two permanent benchmarks on Project site, referenced to data established by survey control points. Comply with authorities having jurisdiction for type and size of benchmark.

1. Record benchmark locations, with horizontal and vertical data, on Project Record Documents.

C. Certified Survey: On completion of major site improvements and other work requiring field-engineering services, prepare a certified survey showing dimensions, locations, angles, and elevations of construction and site work.

3.5 INSTALLATION

A. General: Locate the Work and components of the Work accurately, in correct alignment and elevation, as indicated.

Fifth Street Pedestrian Access Improvement Project

017000-4 EXECUTION REQUIREMENTS

1. Make vertical work plumb and make horizontal work level.

2. Where space is limited, install components to maximize space available for maintenance and ease of removal for replacement.

B. Comply with manufacturer's written instructions and recommendations for installing products in applications indicated.

C. Install products at the time and under conditions that will ensure the best possible results. Maintain conditions required for product performance until Substantial Completion.

D. Conduct construction operations so no part of the Work is subjected to damaging operations or loading in excess of that expected during normal conditions of occupancy.

E. Joints: Make joints of uniform width. Where joint locations in exposed work are not indicated, arrange joints for the best visual effect. Fit exposed connections together to form hairline joints.

F. Hazardous Materials: Use products, cleaners, and installation materials that are not considered hazardous.

3.6 PROGRESS CLEANING

A. General: Clean Project site and work areas daily, including common areas. Coordinate progress cleaning for joint-use areas where more than one installer has worked. Enforce requirements strictly. Dispose of materials lawfully.

1. Comply with requirements in NFPA 241 for removal of combustible waste materials and debris.

2. Do not hold materials more than 7 days during normal weather or 3 days if the temperature is expected to rise above 80°F (27°C).

3. Containerize hazardous and unsanitary waste materials separately from other waste. Mark containers appropriately and dispose of legally, according to regulations.

B. Site: Maintain Project site free of waste materials and debris.

C. Work Areas: Clean areas where work is in progress to the level of cleanliness necessary for proper execution of the Work.

1. Remove liquid spills promptly.

2. Where dust would impair proper execution of the Work, broom-clean or vacuum the entire work area, as appropriate.

D. Installed Work: Keep installed work clean. Clean installed surfaces according to written instructions of manufacturer or fabricator of product installed, using only cleaning materials specifically recommended. If specific cleaning materials are not recommended, use cleaning materials that are not hazardous to health or property and that will not damage exposed surfaces.

E. Waste Disposal: Burying or burning waste materials on-site will not be permitted. Washing waste materials down sewers or into waterways will not be permitted.

Fifth Street Pedestrian Access Improvement Project

017000-5 EXECUTION REQUIREMENTS

F. During handling and installation, clean and protect construction in progress and adjoining materials already in place. Apply protective covering where required to ensure protection from damage or deterioration at Substantial Completion.

G. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period.

H. Limiting Exposures: Supervise construction operations to assure that no part of the construction, completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period.

I. Maintain erosion control practices in good working order at all times, until final stabilization of the site has been achieved.

3.7 PROTECTION OF INSTALLED CONSTRUCTION

A. Provide final protection and maintain conditions that ensure installed Work is without damage or deterioration at time of Substantial Completion.

B. Comply with manufacturer's written instructions.

3.8 CORRECTION OF THE WORK

A. Repair or remove and replace defective construction. Restore damaged substrates and finishes.

1. Repairing includes replacing defective parts, refinishing damaged surfaces, touching up with matching materials, and properly adjusting equipment.

B. Restore permanent facilities used during construction to their specified condition.

C. Remove and replace damaged surfaces that are exposed to view if surfaces cannot be repaired without visible evidence of repair.

D. Repair components that do not operate properly. Remove and replace operating components that cannot be repaired.

E. Remove and replace chipped, scratched, and broken materials.

END OF SECTION 017000

Fifth Street Pedestrian Access Improvement Project

017700-1 CLOSEOUT PROCEDURES

SECTION 017700 CLOSEOUT PROCEDURES

PART 1 - GENERAL

1.1 SUMMARY

A. This Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following:

1. Inspection procedures.

2. Project Record Documents.

3. Operation and maintenance manuals.

4. Warranties.

5. Instruction of Owner's personnel.

6. Final cleaning.

1.2 SUBSTANTIAL COMPLETION

A. Preliminary Procedures: Before requesting inspection for determining date of Substantial Completion, complete the following. List items below that are incomplete in request.

1. Prepare a list of items to be completed and corrected (punch list), the value of items on the list, and reasons why the Work is not complete.

2. Submit specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents.

3. Obtain and submit releases permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases.

4. Prepare and submit Project Record Documents, operation and maintenance manuals, Final Completion construction photographs, damage or settlement surveys, property surveys, and similar final record information.

5. Deliver tools, spare parts, extra materials, and similar items to location designated by Owner. Label with manufacturer's name and model number where applicable.

6. Terminate and remove temporary facilities from Project site, along with mockups, construction tools, and similar elements.

7. Complete final cleaning requirements.

B. Inspection: Submit a written request for inspection for Substantial Completion. On receipt of request, Engineer will either proceed with inspection or notify Contractor of unfulfilled requirements. Engineer will prepare the Certificate of Substantial Completion after inspection or

Fifth Street Pedestrian Access Improvement Project

017700-2 CLOSEOUT PROCEDURES

will notify Contractor of items, either on Contractor's list or additional items identified by Engineer, that must be completed or corrected before certificate will be issued.

1. Re-inspection: Request re-inspection when the Work identified in previous inspections as incomplete is completed or corrected.

2. Results of completed inspection will form the basis of requirements for Final Completion.

1.3 FINAL COMPLETION

A. Preliminary Procedures: Before requesting final inspection for determining date of Final Completion, complete the following:

1. Submit a final Application for Payment.

2. Submit certified copy of Engineer's Substantial Completion inspection list of items to be completed or corrected (punch list), endorsed and dated by Engineer. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance.

3. Instruct Owner's personnel in operation, adjustment, and maintenance of products, equipment, and systems.

B. Inspection: Submit a written request for final inspection for acceptance. On receipt of request, Engineer will either proceed with inspection or notify Contractor of unfulfilled requirements. Owner will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued.

1. Re-inspection: Request re-inspection when the Work identified in previous inspections as incomplete is completed or corrected.

1.4 LIST OF INCOMPLETE ITEMS (PUNCH LIST)

A. Preparation: Submit copy of list. Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction.

1. Organize list of spaces in sequential order.

2. Organize items applying to each space by major element.

1.5 PROJECT RECORD DOCUMENTS

A. General: Do not use Project Record Documents for construction purposes. Protect Project Record Documents from deterioration and loss. Provide access to Project Record Documents for Engineer's reference during normal working hours.

B. Record Drawings: Maintain a minimum of one set of Contract Drawings and Shop Drawings.

1. Mark Record Prints to show the actual installation where installation varies from that shown originally. Require individual or entity who obtained record data, whether individual or entity is Installer, subcontractor, or similar entity, to prepare the marked-up Record Prints.

Fifth Street Pedestrian Access Improvement Project

017700-3 CLOSEOUT PROCEDURES

a. Give particular attention to information on concealed elements that cannot be readily identified and recorded later.

b. Record data as soon as possible after obtaining it. Record and check the markup before enclosing concealed installations.

2. Mark record sets with erasable, red-colored pencil. Use other colors to distinguish between changes for different categories of the Work at the same location.

3. Note Construction Change Directive numbers, Change Order numbers, alternate numbers, and similar identification where applicable.

4. Identify and date each Record Drawing; include the designation "PROJECT RECORD DRAWING" in a prominent location. Organize into manageable sets; bind each set with durable paper cover sheets. Include identification on cover sheets.

C. Record Specifications: Submit one copy of Project's Specifications, including addenda and contract modifications. Mark copy to indicate the actual product installation where installation varies from that indicated in Specifications, addenda, and contract modifications.

1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later.

2. Mark copy with the proprietary name and model number of products, materials, and equipment furnished, including substitutions and product options selected.

3. Note related Change Orders and Record Drawings, where applicable.

D. Miscellaneous Record Submittals: Assemble miscellaneous records required by other Specification Sections for miscellaneous record keeping and submittal in connection with actual performance of the Work. Bind or file miscellaneous records and identify each, ready for continued use and reference.

1.6 OPERATION AND MAINTENANCE MANUALS

A. Assemble a complete set of operation and maintenance data indicating the operation and maintenance of each system, subsystem, and piece of equipment not part of a system. Include operation and maintenance data required in individual Specification Sections and as follows:

1. Operation Data: Include emergency instructions and procedures, system and equipment descriptions, operating procedures, and sequence of operations.

2. Maintenance Data: Include manufacturer's information, list of spare parts, maintenance procedures, maintenance and service schedules for preventive and routine maintenance, and copies of warranties and bonds.

B. Organize operation and maintenance manuals into suitable sets of manageable size. Bind and index data in heavy-duty, three-ring, vinyl-covered, loose-leaf binders, in thickness necessary to accommodate contents, with pocket inside the covers to receive folded oversized sheets. Identify each binder on front and spine with the printed title "OPERATION AND MAINTENANCE MANUAL," Project name, and subject matter of contents.

1.7 WARRANTIES

Fifth Street Pedestrian Access Improvement Project

017700-4 CLOSEOUT PROCEDURES

A. Submittal Time: Submit written warranties on request of Engineer for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated.

B. Organize warranty documents into an orderly sequence based on the table of contents of the Project Manual.

1. Bind warranties and bonds in heavy-duty, 3-ring, vinyl-covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-1/2-by-11-inch (115-by-280-mm) paper.

2. Provide heavy paper dividers with plastic-covered tabs for each separate warranty. Mark tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product and the name, address, and telephone number of Installer.

3. Identify each binder on the front and spine with the typed or printed title "WARRANTIES," Project name, and name of Contractor.

C. Provide additional copies of each warranty to include in operation and maintenance manuals.

PART 2 - PRODUCTS

2.1 MATERIALS

A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces.

PART 3 - EXECUTION

3.1 FINAL CLEANING

A. General: Provide final cleaning. Conduct cleaning and waste-removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations.

B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Comply with manufacturer's written instructions.

1. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a portion of Project:

a. Clean Project site, yard, and grounds, in areas disturbed by construction activities, including landscape development areas, of rubbish, waste material, litter, and other foreign substances.

b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits.

c. Rake grounds that are neither planted nor paved to a smooth, even-textured surface.

d. Remove tools, construction equipment, machinery, and surplus material from Project site.

Fifth Street Pedestrian Access Improvement Project

017700-5 CLOSEOUT PROCEDURES

e. Wipe surfaces of electrical equipment and similar equipment. Remove excess lubrication, paint and mortar droppings, and other foreign substances.

f. Clean light fixtures, lamps, globes, and reflectors to function with full efficiency. Replace burned-out bulbs, and those noticeably dimmed by hours of use, and defective and noisy starters in fluorescent and mercury vapor fixtures to comply with requirements for new fixtures.

g. Leave Project clean and ready for use.

h. Once the site has achieved final stabilization (80% vigorous grass growth) and paving is completed, remove temporary erosion control devices.

C. Comply with safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on Owner's property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from Project site and dispose of lawfully.

END OF SECTION 017700

Fifth Street Pedestrian Access Improvement Project

 

  055220‐1  ALUMINUM PIPE RAILINGS 

SECTION 055220

ALUMINUM PIPE RAILINGS

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes:

1. Aluminum pipe handrails.

a. Provide concealed mechanical fasteners at connections and structural adhesive for splices.

b. Fabricate railing system base mounting into concrete.

B. Products Furnished But Not Installed Under This Section:

1. Sleeves installed in Concrete.

1.2 RELATED SECTIONS

A. Section “Cast-In-Place Concrete”

1.3 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract apply to this Section.

1.4 ADMINISTRATIVE REQUIREMENTS

A. Coordination: Supply items required to be cast in to concrete with setting templates on instruction to appropriate sections.

1.5 SUBMITTALS

A. Product Data: Submit sufficient manufacturer's data to indicate compliance with these

specifications, including:

1. Details of material and construction. 2. Storage and handling requirements and recommendations. 3. Recommended installation requirements to properly accommodate the proposed

railing and accessories.

B. Shop Drawings: Submit shop drawings for fabrication and installation of ornamental metal work. Include plans, elevations and detail sections. Indicate materials, methods, finishes and types of joinery, fasteners, anchorages and accessory items. Provide setting diagrams and templates for anchorages, sleeves, and bolts installed by others.

C. Maintenance Instructions.

1.6 QUALITY ASSURANCE

A. Regulatory Requirements: Comply with requirements of authorities having jurisdiction in Project location and the following:

Fifth Street Pedestrian Access Improvement Project

 

  055220‐2  ALUMINUM PIPE RAILINGS 

1. Handrail Standard: ANSI A1264.1 2. Occupational Safety and Health Administration

B. Manufacturer’s Qualifications: Minimum three (3) years documented experience producing

systems specified in this section.

1.7 DELIVERY, STORAGE AND HANDLING

A. Deliver railing systems and related components in protective packaging.

1. Upon delivery open cartons and carefully inspect for damage.

2. Contact manufacturer if there are questions or problems.

3. Maintain material in original packaging until installation.

B. Store components to avoid damage from moisture, abrasion, and other construction activities.

1.8 SITE CONDITIONS

A. Field Measurements: Take measurements of actual dimensions where necessary for fit without gaps. Indicate measurements on shop drawings.

PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS

A. Structural Performance: Engineer, fabricate, and install railing systems to withstand, when

tested per ASTM E 935, loadings required by applicable building and safety codes but not less than the following:

1. Concentrated and uniform loading need not be applied simultaneously. 2. Uniform load: 50 pounds per foot applied at the top in any direction. 3. Concentrated load: 200 pounds applied at the top in any direction.

2.2 MATERIALS

A. Rail, Post and Pickets: Aluminum extrusions; alloy and temper 6063-T4.

1. Pipe: ASTM B 429.

B. Base Flanges, Anchors, and Railing Accessories: ASTM B 247.

1. Manufacturer's standard 713 aluminum alloy cast bases or solid aluminum 6063 stock.

C. Fasteners: Provide concrete anchorage for fastening and complying with applicable Federal standards. All fasteners used in the system shall be aluminum or stainless steel.

D. Sleeves: ASTM A 120 or ASTM A 53 pipe.

E. Grout: Non-shrink Portland cement-based hydraulic grout mixed and applied in accordance

with manufacturer's instructions.

1. Provide formulation that is resistant to erosion from water exposure without needing protection by a sealer or waterproof coating and that is recommended by manufacturer for exterior use.

Fifth Street Pedestrian Access Improvement Project

 

  055220‐3  ALUMINUM PIPE RAILINGS 

2.3 ASSEMBLY

A. Configuration: Size and space members in compliance with applicable codes. All posts shall be un-spliced single pipe length. Lower rails shall be a single un-spliced length between posts. All top rails shall be continuous whenever possible.

1. Vertical posts spacing shall not exceed 4 feet center-to-center.

2. Open tube ends or sections are not acceptable.

B. Railing Member Sizes:

1. 1-1/2 inch Schedule 40 pipe, 1.9 inch outside diameter.

C. All posts grouted in concrete to have one nominal 1/4 inch diameter weep hole, 1/2 inch above post collar, in the plane of the rail.

D. Provide all posts with a 19 inch hollow rod for internal reinforcing.

E. Fit, shape and assemble components in largest practical sizes, for delivery to the site.

Fabricate components with joints tightly fitted and secured.

1. All pipe cuts shall be square and accurate for minimum joint-gap. Cuts shall be clean and free of chamfer, from deburring, nicks and burrs.

2. Drill holes of proper size for a tight flush fit of rivets and screws.

F. Provide components required for anchorage of framing. Fabricate anchors and related components of material and finish as required, or as specifically noted.

2.4 FINISHES

A. Primer

1. Rust-Oleum 5300 Water Based Epoxy Primer 2. Apply per product specifications

B. Two coats of black water based epoxy.

1. Rust-oleum 5300 Series Water-Based Epoxy or Approved Equal. 2. Apply per product specifications

PART 3 - EXECUTION 3.1 EXAMINATION

A. Installer's Examination: Examine conditions under which construction activities of this section

are to be performed.

1. Submit written notification to Owner if such conditions are unacceptable. 2. Beginning of erection constitutes installer's acceptance of conditions.

3.2 PREPARATION

A. Ensure that adjacent surfaces, structures, and finishes are protected from damage by

construction activities of this section.

B. Use wood blocks and padding to prevent damage to railing members and fittings during

Fifth Street Pedestrian Access Improvement Project

 

  055220‐4  ALUMINUM PIPE RAILINGS 

installation. 3.3 INSTALLATION

A. Install units in accordance with the manufacturer's instructions. Keep perimeter lines straight,

plumb, and level. Provide grounds, clips, backing materials, adhesives, brackets, anchors, and accessories necessary for a complete installation.

1. Sleeve Mounting: a. Arrange for casting of sleeves or core drill in-situ concrete to provide holes for

railing uprights.

b. After setting, fill holes with hydraulic grout; brace members until grout is cured.

B. Install posts in a concrete foundation to a depth that provides frost protection.

C. Connect railing components with mechanical and/or adhesive joints.

1. All pipe railing splices should be made no more than 12 inches (30cm) from the nearest post.

2. Tighten all fasteners so that completed railing is rigid and free of play at joints and component attachments.

D. Expansion Joints: Provide expansion joints for continuous spans in excess of 40 feet.

Construct joints by deleting structural adhesive from one end of the spliced joint so that it is free to move in or out of the pipe. If a joint is provided every 30 feet, the width of the gap should allow 1/8 inch expansion for each 40°F of expected temperature rise.

E. Erection Tolerances: Install railings plumb and level, securely fastened, with vertical members

plumb.

1. Maximum variation from plumb: 1/4 inch. 2. Maximum misalignment from true position: 1/4 inch. 3. Maximum misalignment between adjacent separated members: 1/8 inch.

3.4 CLEANING

A. Remove dust or other foreign matter from component surfaces; clean finishes in accordance

with manufacturer's instructions.

B. Clean units in accordance with the manufacturer's instructions. 3.5 PROTECTION

A. After installation, protect installed work until project completion.

1. Ensure that finishes and structure of installed systems are not damaged by subsequent construction activities.

B. If minor damage to finishes occurs, repair damage in accordance with manufacturer's

recommendations; provide replacement components if repaired finishes are unacceptable to Owner.

END OF SECTION 055220

311000 - 1 SITE CLEARING

Fifth Street Pedestrian Access Improvement Project  

 

PART 1 - GENERAL

SECTION 311000 SITE CLEARING

1.1 SUMMARY

A. This Section includes the following:

1. Protecting existing trees to remain.

2. Removing existing trees, shrubs and plants.

3. Clearing and grubbing.

4. Stripping and stockpiling topsoil.

5. Removing above- and below-grade site improvements.

6. Temporary erosion and sedimentation control measures.

1.2 RELATED SECTIONS

1. Section "Earth Moving" for soil materials, excavating, backfilling, and site grading.

2. Section “Plants" for finish grading including preparing and placing planting soil mixes and testing of topsoil material.

1.3 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract apply to this Section.

1.4 DEFINITIONS

A. Topsoil: Natural or cultivated surface-soil layer containing organic matter and sand, silt, and clay particles; friable, pervious, and black or a darker shade of brown, gray, or red than underlying subsoil; reasonably free of subsoil, clay lumps, gravel, and other objects more than 2 inches (50 mm) in diameter; and free of subsoil and weeds, roots, toxic materials, or other non-soil materials.

B. Tree Protection Zone: Area surrounding individual trees or groups of trees to be protected during construction, and defined by the drip line of individual trees or the perimeter drip line of groups of trees, unless otherwise indicated.

1.5 MATERIAL OWNERSHIP

A. Except for stripped topsoil or other materials indicated to remain Owner's property, cleared materials shall become Contractor's property and shall be removed from Project site.

1.6 SUBMITTALS

A. Photographs or videotape, sufficiently detailed, of existing conditions of trees and plantings, adjoining construction, and site improvements that might be misconstrued as damage caused by site clearing.

311000 - 2 SITE CLEARING

Fifth Street Pedestrian Access Improvement Project  

 

B. Record drawings, identifying and accurately locating capped utilities and other subsurface

structural, electrical, and mechanical conditions.

1.7 QUALITY ASSURANCE

A. Pre-installation Conference: Conduct conference at Project site to comply with requirements in Section "Project Management and Coordination."

1.8 PROJECT CONDITIONS

A. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during site-clearing operations.

1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction.

2. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction.

B. Salvable Improvements: Carefully remove items indicated to be salvaged and store on Owner's premises where directed by owner.

C. Utility Locator Service: Notify utility locator service for area where Project is located before site clearing.

D. Do not commence site clearing operations until temporary erosion and sedimentation control measures are in place.

PART 2 - PRODUCTS

2.1 SOIL MATERIALS

A. Satisfactory Soil Materials: Requirements for satisfactory soil materials are specified in Section "Earth Moving."

1. Obtain approved borrow soil materials off-site when satisfactory soil materials are not available on-site.

PART 3 - EXECUTION

3.1 PREPARATION

A. Protect and maintain benchmarks and survey control points from disturbance during construction.

B. Locate and clearly flag trees and vegetation to remain or to be relocated.

C. Protect existing site improvements to remain from damage during construction.

1. Restore damaged improvements to their original condition, as acceptable to Owner.

311000 - 3 SITE CLEARING

Fifth Street Pedestrian Access Improvement Project  

 

3.2 TEMPORARY EROSION AND SEDIMENTATION CONTROL

A. Provide temporary erosion and sedimentation control measures to prevent soil erosion and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways.

B. Inspect, repair, and maintain erosion and sedimentation control measures during construction until permanent vegetation has been established.

C. Remove erosion and sedimentation controls and restore and stabilize areas disturbed during removal.

3.3 TREE PROTECTION

A. Erect and maintain temporary fencing/barrier around tree protection zones before starting site clearing. Remove fence/barrier when construction is complete.

1. Do not store construction materials, debris, or excavated material within fenced/barricaded area.

2. Do not permit vehicles, equipment, or foot traffic within fenced/barricaded area.

3. Maintain fenced/barricaded area free of weeds and trash.

B. Do not excavate within tree protection zones, unless otherwise indicated.

C. Where excavation for new construction is required within tree protection zones, hand clear and excavate to minimize damage to root systems. Use narrow-tine spading forks, comb soil to expose roots, and cleanly cut roots as close to excavation as possible.

1. Cover exposed roots with burlap and water regularly.

2. Temporarily support and protect roots from damage until they are permanently redirected and covered with soil.

3. Coat cut faces of roots more than 1-1/2 inches (38 mm) in diameter with an emulsified asphalt or other approved coating formulated for use on damaged plant tissues.

4. Backfill with soil as soon as possible.

D. Repair or replace trees and vegetation indicated to remain that are damaged by construction operations, in a manner approved by City.

1. Employ an arborist, licensed in jurisdiction where Project is located, to submit details of proposed repairs and to repair damage to trees and shrubs.

2. Replace trees that cannot be repaired and restored to full-growth status, as determined by City.

3.4 UTILITIES

A. Owner will arrange for disconnecting and sealing indicated utilities that serve existing structures before site clearing, when requested by Contractor.

1. Verify that utilities have been disconnected and capped before proceeding with site clearing.

311000 - 4 SITE CLEARING

Fifth Street Pedestrian Access Improvement Project  

 

B. Locate, identify, disconnect, and seal or cap off utilities indicated to be removed.

1. Arrange with utility companies to shut off indicated utilities.

2. Owner will arrange to shut off indicated utilities when requested by Contractor.

C. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated:

1. Notify City not less than two days in advance of proposed utility interruptions.

2. Do not proceed with utility interruptions without City's written permission.

D. Excavate for and remove underground utilities indicated to be removed.

3.5 CLEARING AND GRUBBING

A. Remove obstructions, trees, shrubs, grass, and other vegetation to permit installation of new construction.

1. Do not remove trees, shrubs, and other vegetation indicated to remain or to be relocated.

2. Cut minor roots and branches of trees indicated to remain in a clean and careful manner where such roots and branches obstruct installation of new construction.

3. Grind stumps and remove roots, obstructions, and debris extending to a depth of 18 inches (450 mm) below exposed subgrade.

4. Use only hand methods for grubbing within tree protection zone.

5. Chip removed tree branches and dispose of off-site.

B. Fill depressions caused by clearing and grubbing operations with satisfactory soil material unless further excavation or earthwork is indicated.

1. Place fill material in horizontal layers not exceeding a loose depth of 8 inches (200 mm), and compact each layer to a density equal to adjacent original ground.

3.6 TOPSOIL STRIPPING

A. Remove sod and grass before stripping topsoil.

B. Strip topsoil to whatever depths are encountered in a manner to prevent intermingling with underlying subsoil or other waste materials.

1. Remove subsoil and non-soil materials from topsoil, including trash, debris, weeds, roots, and other waste materials.

C. Stockpile topsoil materials away from edge of excavations without intermixing with subsoil. Grade and shape stockpiles to drain surface water. Cover to prevent windblown dust.

1. Limit height of topsoil stockpiles to 72 inches (1800 mm).

2. Do not stockpile topsoil within tree protection zones.

3. Dispose of excess topsoil as specified for waste material disposal.

311000 - 5 SITE CLEARING

Fifth Street Pedestrian Access Improvement Project  

 

4. Stockpile surplus topsoil to allow for re-spreading deeper topsoil.

3.7 SITE IMPROVEMENTS

A. Remove existing above and below-grade improvements as indicated and as necessary to facilitate new construction.

B. Remove slabs, paving, curbs, gutters, and aggregate base as indicated.

1. Unless existing full-depth joints coincide with line of demolition, neatly saw-cut length of existing pavement to remain before removing existing pavement. Saw-cut faces vertically.

2. Paint cut ends of steel reinforcement in concrete to remain to prevent corrosion.

3.8 DISPOSAL

A. Disposal: Remove surplus soil material, unsuitable topsoil, obstructions, demolished materials, and waste materials including trash and debris, and legally dispose of them off Owner's property.

1. Separate recyclable materials produced during site clearing from other non-recyclable materials. Store or stockpile without intermixing with other materials and transport them to recycling facilities.

END OF SECTION 311000

 

 

312000 - 1 EARTH MOVING

Fifth Street Pedestrian Access Improvement Project  

 

PART 1 - GENERAL

SECTION 312000 EARTH MOVING

1.1 SUMMARY

A. This Section includes the following:

1. Preparing subgrades for slabs-on-grade and pavements.

2. Excavating and backfilling for buildings and structures.

3. Drainage course for slabs-on-grade.

4. Subbase course for concrete pavements.

5. Subbase course for asphalt paving and permeable pavers.

6. Subsurface drainage backfill for walls and trenches.

7. Excavating and backfilling for utility trenches.

8. Excavating and backfilling trenches for buried mechanical and electrical utilities and pits for buried utility structures.

9. Bioretention Soil Mix for stormwater management areas.

1.2 RELATED SECTIONS

A. Section "Site Clearing" for temporary erosion and sedimentation control measures, site stripping, grubbing, stripping and stockpiling topsoil, and removal of above- and below-grade improvements and utilities.

B. Section "Plants" for planting bed establishment and tree and shrub pit excavation and planting.

C. Section “Soil Preparation” for soil acquisition, preparation, installation and testing.

1.3 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract apply to this Section.

B. Geotechnical Investigation/Soil Borings.

C. NYS DOT Standard Specifications (September 1, 2015).

D. NYS DEC Deep-Ripping and Decompaction (April 2008).

1.4 DEFINITIONS

A. Backfill: Soil material or controlled low-strength material used to fill an excavation.

1. Initial Backfill: Backfill placed beside and over pipe in a trench, including haunches to support sides of pipe.

312000 - 2 EARTH MOVING

Fifth Street Pedestrian Access Improvement Project  

 

2. Final Backfill: Backfill placed over initial backfill to fill a trench.

B. Bedding Course: Course placed over the excavated subgrade in a trench before laying pipe.

C. Borrow Soil: Satisfactory soil imported from off-site for use as fill or backfill.

D. Drainage Course: Course supporting the slab-on-grade that also minimizes upward capillary flow of pore water.

E. Excavation: Removal of material encountered above subgrade elevations and to lines and dimensions indicated.

1. Authorized Additional Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions as directed by Engineer. Authorized additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work.

2. Bulk Excavation: Excavation more than 10 feet (3 m) in width and more than 30 feet (9 m) in length.

3. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions without direction by Engineer. Unauthorized excavation, as well as remedial work directed by Engineer, shall be without additional compensation.

F. Fill: Soil materials used to raise existing grades.

G. Rock: Rock material in beds, ledges, unstratified masses, conglomerate deposits, and boulders of rock material that exceed 1 cu. yd. (0.76 cu. m) for bulk excavation or 3/4 cu. yd. (0.57 cu. m) for footing, trench, and pit excavation that cannot be removed by rock excavating equipment equivalent to the following in size and performance ratings, without systematic drilling, ram hammering, ripping, or blasting, when permitted:

1. Excavation of Footings, Trenches, and Pits: Late-model, track-mounted hydraulic excavator; equipped with a 42-inch (1065-mm) wide, maximum, short-tip-radius rock bucket; rated at not less than 138-hp (103-kW) flywheel power with bucket-curling force of not less than 28,090 lbf (125 kN) and stick-crowd force of not less than 18,650 lbf (83 kN); measured according to SAE J-1179.

2. Bulk Excavation: Late-model, track-mounted loader; rated at not less than 210-hp (157- kW) flywheel power and developing a minimum of 48,510-lbf (216-kN) breakout force with a general-purpose bare bucket; measured according to SAE J-732.

H. Rock: Rock material in beds, ledges, unstratified masses, conglomerate deposits, and boulders of rock material 3/4 cu. yd. (0.57 cu. m) or more in volume that exceed a standard penetration resistance of 100 blows/2 inches (97 blows/50 mm) when tested by an independent geotechnical testing agency, according to ASTM D 1586.

I. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface.

J. Subbase Course: Course placed between the subgrade and base course for hot-mix asphalt pavement, or course placed between the subgrade and a cement concrete pavement or a cement concrete or hot-mix asphalt walk.

K. Subgrade: Surface or elevation remaining after completing excavation, or top surface of a fill or backfill immediately below subbase, drainage fill, or topsoil materials.

312000 - 3 EARTH MOVING

Fifth Street Pedestrian Access Improvement Project  

 

L. Utilities: On-site underground pipes, conduits, ducts, and cables, as well as underground services within buildings.

1.5 SUBMITTALS

A. Product Data: For the following:

1. Each type of plastic warning tape.

2. Separation fabric.

3. Drainage fabric.

B. Samples: 12-inch by 12-inch (300 mm by 300 mm) sample of drainage and separation geotextiles.

C. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated:

1. Classification according to ASTM D 2487 of each on-site and borrow soil material proposed for fill and backfill.

2.  Laboratory compaction curve according to ASTM D 1557 for each on-site and borrow soil material proposed for fill and backfill.

D. Pre-excavation Photographs or Videotape: Show existing conditions of adjoining construction and site improvements, including finish surfaces that might be misconstrued as damage caused by earthwork operations. Submit before earthwork begins.

1.6 QUALITY ASSURANCE

A. Geotechnical Testing Agency Qualifications: An independent testing agency qualified according to ASTM E 329 to conduct soil materials and rock-definition testing, as documented according to ASTM D 3740 and ASTM E 548.

B. Pre-excavation Conference: Conduct conference at Project site to comply with requirements in Section "Project Management and Coordination."

1.7 PROJECT CONDITIONS

A. Existing Utilities: Do not interrupt utilities serving facilities occupied by City or others unless permitted in writing by Engineer and then only after arranging to provide temporary utility services according to requirements indicated.

1. Notify City not less than two days in advance of proposed utility interruptions.

2. Do not proceed with utility interruptions without City’s written permission.

3. Contact utility-locator service for area where Project is located before excavating.

B. Demolish and completely remove from site existing underground utilities indicated to be removed. Coordinate with utility companies to shut off services if lines are active.

PART 2 - PRODUCTS

312000 - 4 EARTH MOVING

Fifth Street Pedestrian Access Improvement Project  

 

2.1 SOIL MATERIALS

A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations.

B. Satisfactory Soils: ASTM D 2487 Soil Classification Groups GW, GP, GM, SW, SP, and SM, AASHTO M 145 Soil Classification Groups A-1, A-2-4, A-2-5, and A-3, or a combination of these groups; free of rock or gravel larger than 3 inches (75 mm) in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter.

C. Unsatisfactory Soils: Soil Classification Groups GC, SC, CL, ML, OL, CH, MH, OH, and PT according to ASTM D 2487, A-2-6, A-2-7, A-4, A-5, A-6, and A-7 according to AASHTO M 145, or a combination of these groups.

1. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction.

D. Subbase Material: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; Refer to Gradations and Compaction of Subbase Material Table in Contract Drawings and Section 733-04 Subbase Course of NYS DOT Standard Specifications for further information.

E. General Fill: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; NYS DOT Item 203.06; with 0-70 percent passing a No. 40 sieve and 0-15 percent passing a No. 200 sieve.

F. Bedding Course: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; NYSDOT Item 203.07; except with 100 percent passing a 2-inch (25-mm) sieve and not more than 8 percent passing a No. 200 (0.075-mm) sieve.

G. Granular/Structural Fill: W e l l graded mixture of crushed stone, or crushed or uncrushed gravel; NYS DOT Items 203.07 and 203.21; with 100 percent passing a 4-inch sieve, 0-70 percent passing a No. 40 sieve, and 0 to 15 percent passing a No. 200 sieve.

H. Sand: NYS DOT Item 203.25; fine aggregate, natural, or manufactured sand; with 100 percent passing a one half-inch sieve, 90 to 100 percent passing a one quarter-inch sieve, and 0 to 5 percent passing a No. 200 sieve.

I. Impervious Fill: Clayey gravel and sand mixture capable of compacting to a dense state.

J. Bioretention Soil: Uniform mix of three parts sand and one part topsoil by volume. Sand shall meet the requirements of 703-07 Concrete Sand of NYS DOT Standard Specifications, with Topsoil in accordance with requirements of 713-01 Topsoil for Topsoil Type A.

K. Choker Course for Porous Pavement and Permeable Pavers: Meeting AASHTO No. 57 and AASHTO No. 8 Stone. Refer to Gradations and Compaction of Subbase Material Table in Contract Drawings for further information.

L. Filter Course for Porous Pavement and Permeable Pavers: Meeting Size Designation 2 of Section 703-02 Coarse Aggregate of NYS DOT Standard Specifications. Refer to Gradations and Compaction of Subbase Material Table in Contract Drawings for further information.

M. Reservoir Course for Porous Pavement: Meeting AASHTO No. 3 gradations. Refer to Gradations and Compaction of Subbase Material Table in Contract Drawings for further information.

N. Pea Gravel for Porous Pavement: Having median particle diameter of 3/8 inches.

312000 - 5 EARTH MOVING

Fifth Street Pedestrian Access Improvement Project  

 

2.2 GEOTEXTILES

A. Drainage Fabric: Mirafi 140N Nonwoven Polypropylene Geotextile, manufactured for subsurface drainage applications, made from polypropylene staple fibers; with elongation of 50 percent at break; complying with AASHTO M 288 and the following, measured per test methods referenced:

1. Tensile Strength: 120 lb (0.53 kN); ASTM D 4632.

2. Trapezoidal Tear: 50 lb (0.22 kN); ASTM D 4355.

3. Puncture Strength: 65 lb (0.3 kN); ASTM D 4833.

4. Apparent Opening Size: No. 70 (0.212 mm) sieve; ASTM D 4751.

5. Permittivity:  1.8 per second; ASTM D 4491.

B. Separation Geotextile: M i r a f i 5 0 0 X geotextile fabric for pavement stabilization, or approved equal. The geotextile shall be woven fabric compr ised of UV stabi l ized polypropylene s l i t f i lm. The fabric shall have the following properties:

Acceptable

1.

Grab Tensile Strength, kN (lbs)

Value

0.90 (200)

Test Method

ASTM D4632 2. Grab Tensile Elongation, % 15 MD, 10 CD ASTM D4632 3. Trapezoidal Tear Strength, kN (lbs) 0.33 (75) ASTM D4533 4. Puncture Strength, kN (lbs) 0.40 (90) ASTM D4833 5. Apparent Opening Size (AOS) 50 US Std. Sieve     0.30 mm ASTM D4751

6. Permittivity, sec-1 0.05 ASTM D4491 7. UV Resistance after 500 hrs, % strength 70 ASTM D4355

2.3 ACCESSORIES

A. Detectable Warning Tape: Acid- and alkali-resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, a minimum of 6 inches (150 mm) wide and 4 mils (0.1 mm) thick, continuously inscribed with a description of the utility, with metallic core encased in a protective jacket for corrosion protection, detectable by metal detector when tape is buried up to 30 inches (750 mm) deep; colored as follows:

1. Red: Electric.

2. Yellow: Gas, oil, steam, and dangerous materials.

3. Orange: Telephone and other communications.

4. Blue: Water systems.

5. Green: Sewer systems.

312000 - 6 EARTH MOVING

Fifth Street Pedestrian Access Improvement Project  

 

PART 3 - EXECUTION

3.1 PREPARATION

A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations.

B. Preparation of subgrade for earthwork operations including removal of vegetation, topsoil, debris, obstructions, and deleterious materials from ground surface is specified in Section "Site Clearing."

C. Protect and maintain erosion and sedimentation controls, which are specified in Section "Site Clearing," during earthwork operations.

D. Provide protective insulating materials to protect subgrades and foundation soils against freezing temperatures or frost.

3.2 DEWATERING

A. Prevent surface water and ground water from entering excavations, from ponding on prepared subgrades, and from flooding Project site and surrounding area.

B. Protect subgrades from softening, undermining, washout, and damage by rain or water accumulation.

1. Reroute surface water runoff away from excavated areas. Do not allow water to accumulate in excavations. Do not use excavated trenches as temporary drainage ditches.

2. Install a dewatering system to keep subgrades dry and convey ground water away from excavations. Maintain until dewatering is no longer required.

3.3 EXPLOSIVES

A. Do not use explosives.

3.4 DEEP-RIPPING AND DECOMPACTION

A. For areas intended for soil restoration (those areas beneath and adjacent to where infiltration practices will be installed), perform deep-ripping and decompaction in accordance with NYS DEC’s April 2008 Deep-Ripping and Decompaction guidelines.

3.5 EXCAVATION, GENERAL

A. Unclassified Excavation: Excavate to subgrade elevations regardless of the character of surface and subsurface conditions encountered. Unclassified excavated materials may include rock, soil materials, and obstructions. No changes in the Contract Sum or the Contract Time will be authorized for rock excavation or removal of obstructions.

1. If excavated materials intended for fill and backfill include unsatisfactory soil materials and rock, replace with satisfactory soil materials.

2. Remove rock to lines and grades indicated to permit installation of permanent construction without exceeding the following dimensions:

a. 24 inches outside of concrete forms other than at footings.

312000 - 7 EARTH MOVING

Fifth Street Pedestrian Access Improvement Project  

 

b. 12 inches outside of concrete forms at footings.

c. 6 inches outside of minimum required dimensions of concrete cast against grade.

d. Outside dimensions of concrete walls indicated to be cast against rock without forms or exterior waterproofing treatments.

e. 6 inches beneath bottom of concrete slabs on grade.

f. 6 inches beneath pipe in trenches, and the greater of 24 inches wider than pipe or 42 inches wide.

B. Classified Excavation: Excavate to subgrade elevations. Material to be excavated will be classified as earth and rock. Do not excavate rock until it has been classified and cross sectioned by Engineer. The Contract Sum will be adjusted for rock excavation according to unit prices included in the Contract Documents. Changes in the Contract time may be authorized for rock excavation.

1. Earth excavation includes excavating pavements and obstructions visible on surface; underground structures, utilities, and other items indicated to be removed; together with soil, boulders, and other materials not classified as rock or unauthorized excavation.

a. Intermittent drilling; ram hammering; or ripping of material not classified as rock excavation is earth excavation.

2. Rock excavation includes removal and disposal of rock. Remove rock to lines and subgrade elevations indicated to permit installation of permanent construction without exceeding the following dimensions:

a. 24 inches outside of concrete forms other than at footings.

b. 12 inches outside of concrete forms at footings.

c. 6 inches outside of minimum required dimensions of concrete cast against grade.

d. Outside dimensions of concrete walls indicated to be cast against rock without forms or exterior waterproofing treatments.

e. 6 inches beneath bottom of concrete slabs on grade.

f. 6 inches beneath pipe in trenches, and the greater of 24 inches wider than pipe or 42 inches wide.

3.6 EXCAVATION FOR STRUCTURES

A. Excavate to indicated elevations and dimensions within a tolerance of plus or minus 1 inch (25 mm). If applicable, extend excavations a sufficient distance from structures for placing and removing concrete formwork, for installing services and other construction, and for inspections.

1. Excavations for Footings and Foundations: Do not disturb bottom of excavation. Excavate by hand to final grade just before placing concrete reinforcement. Trim bottoms to required lines and grades to leave solid base to receive other work.

2. Excavation for Underground Tanks, Basins, and Mechanical or Electrical Utility Structures: Excavate to elevations and dimensions indicated within a tolerance of plus or

312000 - 8 EARTH MOVING

Fifth Street Pedestrian Access Improvement Project  

 

minus 1 inch (25 mm). Do not disturb bottom of excavations intended as bearing surfaces.

3.7 EXCAVATION FOR WALKS AND PAVEMENTS

A. Excavate surfaces under walks and pavements to indicated lines, cross sections, elevations, and subgrades.

3.8 EXCAVATION FOR UTILITY TRENCHES

A. Excavate trenches to indicated gradients, lines, depths, and elevations.

1. Beyond building perimeter, excavate trenches to allow installation of top of pipe below frost line.

B. Excavate trenches to uniform widths to provide the following clearance on each side of pipe or conduit. Excavate trench walls vertically from trench bottom to 12 inches (300 mm) higher than top of pipe or conduit, unless otherwise indicated.

1. Clearance: 12 inches (300 mm) each side of pipe or conduit.

C. Trench Bottoms: Excavate and shape trench bottoms to provide uniform bearing and support of pipes and conduit. Shape subgrade to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. Remove projecting stones and sharp objects along trench subgrade.

1. For pipes and conduit less than 6 inches (150 mm) in nominal diameter and flat- bottomed, multiple-duct conduit units, hand-excavate trench bottoms and support pipe and conduit on an undisturbed subgrade.

2. For pipes and conduit 6 inches (150 mm) or larger in nominal diameter, shape bottom of trench to support bottom 90 degrees of pipe circumference. Fill depressions with tamped sand backfill.

3. Excavate trenches 6 inches (150 mm) deeper than elevation required in rock or other unyielding bearing material to allow for bedding course.

D. Trench Bottoms: Excavate trenches 4 inches (100 mm) deeper than bottom of pipe elevation to allow for bedding course. Hand excavate for bell of pipe.

1. Excavate trenches 6 inches (150 mm) deeper than elevation required in rock or other unyielding bearing material to allow for bedding course.

3.9 SUBGRADE INSPECTION

A. Notify Engineer when excavations have reached required subgrade.

B. If Engineer determines that unsatisfactory soil is present, continue excavation and replace with compacted backfill or fill material as directed.

C. Proof-roll subgrade below the pavements with heavy pneumatic-tired equipment to identify soft pockets and areas of excess yielding. Do not proof-roll wet or saturated subgrades.

1. Completely proof-roll subgrade in one direction, repeating proof-rolling in direction perpendicular to first direction. Limit vehicle speed to 3 mph (5 km/h).

2. Proof-roll with a loaded 10-wheel, tandem-axle dump truck weighing not less than 15 tons

312000 - 9 EARTH MOVING

Fifth Street Pedestrian Access Improvement Project  

 

(13.6 tonnes).

3. Excavate soft spots, unsatisfactory soils, and areas of excessive pumping or rutting, as determined by Engineer, and replace with compacted backfill or fill as directed.

D. Authorized additional excavation and replacement material will be paid for according to Contract provisions for unit prices.

E. Reconstruct subgrades damaged by freezing temperatures, frost, rain, accumulated water, or construction activities, as directed by Engineer, without additional compensation.

3.10 UNAUTHORIZED EXCAVATION

A. Fill unauthorized excavation under foundations or wall footings by extending bottom elevation of concrete foundation or footing to excavation bottom, without altering top elevation. Lean concrete fill, with 28-day compressive strength of 2500 psi (17.2 MPa), may be used when approved by Engineer.

1. Fill unauthorized excavations under other construction or utility pipe as directed by Engineer.

3.11 STORAGE OF SOIL MATERIALS

A. Stockpile borrow soil materials and excavated satisfactory soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust.

1. Stockpile soil materials away from edge of excavations. Do not store within drip line of remaining trees.

3.12 BACKFILL

A. Place and compact backfill in excavations promptly, but not before completing the following:

1. Construction below finish grade including, where applicable, subdrainage, dampproofing, waterproofing, and perimeter insulation.

2. Surveying locations of underground utilities for Record Documents.

3. Testing and inspecting underground utilities.

4. Removing concrete formwork.

5. Removing trash and debris.

6. Removing temporary shoring and bracing, and sheeting.

7. Installing permanent or temporary horizontal bracing on horizontally supported walls.

B. Place backfill on subgrades free of mud, frost, snow, or ice.

3.13 UTILITY TRENCH BACKFILL

A. Place backfill on subgrades free of mud, frost, snow, or ice.

B. Place and compact bedding course on trench bottoms and where indicated. Shape bedding course to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits.

312000 - 10 EARTH MOVING

Fifth Street Pedestrian Access Improvement Project  

 

C. Backfill trenches excavated under footings and within 18 inches (450 mm) of bottom of footings with satisfactory soil; fill with concrete to elevation of bottom of footings.

D. Provide 4-inch- (100-mm-) thick, concrete-base slab support for piping or conduit less than 30 inches (750 mm) below surface of roadways. After installing and testing, completely encase piping or conduit in a minimum of 4 inches (100 mm) of concrete before backfilling or placing roadway subbase.

E. Place and compact initial backfill of subbase material, free of particles larger than 1 inch (25 mm) in any dimension, to a height of 12 inches (300 mm) over the utility pipe or conduit.

1. Carefully compact initial backfill under pipe haunches and compact evenly up on both sides and along the full length of utility piping or conduit to avoid damage or displacement of piping or conduit. Coordinate backfilling with utilities testing.

F. Controlled Low-Strength Material: Place initial backfill of controlled low-strength material to a height of 12 inches (300 mm) over the utility pipe or conduit.

G. Backfill voids with satisfactory soil while installing and removing shoring and bracing.

H. Place and compact final backfill of satisfactory soil to final subgrade elevation.

I. Controlled Low-Strength Material: Place final backfill of controlled low-strength material to final subgrade elevation.

J. Install warning tape directly above utilities, 12 inches (300 mm) below finished grade, except 6 inches (150 mm) below subgrade under pavements and slabs.

3.14 SOIL FILL

A. Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so fill material will bond with existing material.

B. Place and compact fill material in layers to required elevations as follows:

1. Under grass and planted areas, use satisfactory soil material unless otherwise indicated.

2. Under walks and pavements, use satisfactory soil material unless otherwise indicated.

3. Under steps and ramps, use engineered fill unless otherwise indicated.

C. Place soil fill on subgrades free of mud, frost, snow, or ice.

3.15 SOIL MOISTURE CONTROL

A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill soil layer before compaction to within 2 percent of optimum moisture content.

1. Do not place backfill or fill soil material on surfaces that are muddy, frozen, or contain frost or ice.

2. Remove and replace, or scarify and air dry otherwise satisfactory soil material that exceeds optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight.

3.16 COMPACTION OF SOIL BACKFILLS AND FILLS

312000 - 11 EARTH MOVING

Fifth Street Pedestrian Access Improvement Project  

 

A. Place backfill and fill soil materials in layers not more than 8 inches (200 mm) in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches (100 mm) in loose depth for material compacted by hand-operated tampers.

B. Place backfill and fill soil materials evenly on all sides of structures to required elevations, and uniformly along the full length of each structure.

C. Compact soil materials to not less than the following percentages of maximum dry unit weight according to ASTM D 1557:

1. Under structures, building slabs, steps, and pavements, scarify and compact top 12 inches (300 mm) of existing subgrade and each layer of backfill or fill soil material at 95 percent.

2. Under walkways, scarify and compact top 6 inches (150 mm) below subgrade and compact each layer of backfill or fill soil material at 92 percent.

3. Under lawn or unpaved areas, scarify and compact top 6 inches (150 mm) below subgrade and compact each layer of backfill or fill soil material at 85 percent.

4. For utility trenches, compact each layer of initial and final backfill soil material at 85 percent.

3.17 GRADING

A. General: Uniformly grade areas to a smooth surface, free of irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated.

1. Provide a smooth transition between adjacent existing grades and new grades.

2. Cut out soft spots, fill low spots, and trim high spots to comply with required surface tolerances.

B. Site Grading: Slope grades to direct water away from buildings and to prevent ponding. Finish subgrades to required elevations within the following tolerances:

1. Lawn or Unpaved Areas: Plus or minus 1 inch (25 mm).

2. Walks: Plus or minus 1 inch (25 mm).

3. Pavements: Plus or minus 1/2 inch (13 mm).

3.18 SUBBASE COURSE

A. Place subbase course on subgrades free of mud, frost, snow, or ice.

B. On prepared subgrade, place subbase course under pavements and walks as follows:

1. Install separation geotextile on prepared subgrade according to manufacturer's written instructions, overlapping sides and ends.

2. Place base course material over subbase course under hot-mix asphalt pavement.

3. Shape subbase course to required crown elevations and cross-slope grades.

312000 - 12 EARTH MOVING

Fifth Street Pedestrian Access Improvement Project  

 

4. Place subbase course 6 inches (150 mm) or less in compacted thickness in a single layer.

5. Place subbase course that exceeds 6 inches (150 mm) in compacted thickness in layers of equal thickness, with no compacted layer more than 6 inches (150 mm) thick or less than 3 inches (75 mm) thick.

6. Compact subbase course at optimum moisture content to required grades, lines, cross sections, and thickness to not less than 95 percent of maximum dry unit weight according to ASTM D 1557.

3.19 DRAINAGE COURSE

A. Place drainage course on subgrades free of mud, frost, snow, or ice.

B. On prepared subgrade, place and compact drainage course under cast-in-place concrete slabs- on-grade as follows:

1. Install subdrainage geotextile on prepared subgrade according to manufacturer's written instructions, overlapping sides and ends.

2. Place drainage course 6 inches (150 mm) or less in compacted thickness in a single layer.

3. Place drainage course that exceeds 6 inches (150 mm) in compacted thickness in layers of equal thickness, with no compacted layer more than 6 inches (150 mm) thick or less than 3 inches (75 mm) thick.

4. Compact each layer of drainage course to required cross sections and thicknesses to not less than 95 percent of maximum dry unit weight according to ASTM D 698.

3.20 FIELD QUALITY CONTROL

A. Testing Agency: Owner will engage a qualified independent geotechnical engineering testing agency to perform field quality-control testing.

B. Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with subsequent earthwork only after test results for previously completed work comply with requirements.

C. Testing agency will test compaction of soils in place according to ASTM D 1556, ASTM D 2167, ASTM D 2922, and ASTM D 2937, as applicable. Tests will be performed at the following locations and frequencies:

1. Paved Areas: At subgrade and at each compacted fill and backfill layer, at least 1 test for every 1,000 sq. ft. or less of paved area, but in no case fewer than 3 tests.

2. Trench Backfill: At each compacted initial and final backfill layer, at least 1 test for each 150 feet (46 m) or less of trench length, but no fewer than 2 tests.

D. When testing agency reports that subgrades, fills, or backfills have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and replace soil to depth required; re-compact and re-test until specified compaction is obtained.

3.21 PROTECTION

A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep

312000 - 13 EARTH MOVING

Fifth Street Pedestrian Access Improvement Project  

 

free of trash and debris.

B. Repair and re-establish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions.

1. Scarify or remove and replace soil material to depth as directed by Engineer; reshape and re-compact.

C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing.

1. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to greatest extent possible.

3.22 DISPOSAL OF SURPLUS AND WASTE MATERIALS

A. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property.

END OF SECTION 312000

 

 

Fifth Street Pedestrian Access Improvement Project

312500 - 1 EROSION AND SEDIMENT CONTROL

SECTION 312500 EROSION AND SEDIMENT CONTROL

PART 1 GENERAL

1.1 SUMMARY

A. This section includes procedures for providing erosion and sediment control and dust control.

1.2 RELATED SECTIONS

A. Section “Site Clearing”

B. Section “Earth Moving”

C. Section “Plants”

1.3 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract apply to this Section.

1.4 REFERENCE STANDARDS

A. In accordance with the NYSDEC’s New York State Standards and Specifications for Erosion and Sediment Control, July 2016.

PART 2 PRODUCTS

2.1 GENERAL REQUIREMENTS

A. Mirafi 100X, Stablelinka T140N Silt Fence or approved equal.

1. Wire fencing should be a minimum 14 gage with a maximum 6-inch mesh opening.

2. Fence Post lengths shall be a minimum of 36-inches long. Wood posts will be of sound quality hardwood with a minimum cross-sectional area of 2 square inches.

3. Option: Steel posts will be standard T or U section weighing not less than 1.00 pound per lineal foot.

PART 3 EXECUTION

3.1 CONSTRUCTION SCHEDULE AND SEQUENCE

A. Verify construction schedule prior to beginning work.

Fifth Street Pedestrian Access Improvement Project

312500 - 2 EROSION AND SEDIMENT CONTROL

3.2 GENERAL NOTES

A. The general site notes and anticipated construction sequence for the site improvements consist of the following:

1. One week prior to beginning earthwork operations, a pre-construction meeting will be held to discuss the erosion and sediment control plan.

2. Erosion and sediment control measures shall be provided by the contractor prior to beginning any land disturbance activities. The devices providing protection to a given area shall not be removed until the disturbed lands in that area are stabilized.

3. No disturbed land shall remain exposed for more than 14 calendar days, except for portions of the site in which work will be continuous beyond 14 days.

3.3 CONSTRUCTION SEQUENCE

A. Land Grading/Utility Work:

1. Utilize stabilized construction entrance for access to and from the construction site. Contractor is responsible for immediately removing sediment and mud tracked onto the public streets by the construction activities.

2. Install silt fence as necessary.

3. Begin earthwork and grading operations.

a. Provide silt fencing around perimeter of staged topsoil and/or temporarily staged piles of fill.

b. During grading operations, install and maintain temporary silt fencing as necessary to prevent off-site discharge.

4. Install utilities. Contractor is to protect all utilities from sediment infiltration.

5. Remove temporary erosion control devices once vegetation has been established and/or paving is completed.

3.4 INSPECTION PROCEDURES AND MAINTENANCE

A. During construction, the contractor will be responsible for inspecting and maintaining the erosion control facilities. Also, areas that have been planted will be inspected regularly to ensure complete coverage of exposed areas.

B. Inspections of all devices should be completed weekly and after each rainfall event. Repairs should be completed immediately upon discovery.

The contractor will designate a qualified person(s) to perform the following inspections:

1. Stabilization Measures: Disturbed areas and areas used for storage of materials that are exposed to precipitation will be inspected for evidence of, or the potential for, pollutants entering the drainage system. After a portion of the site is finally stabilized, inspections will be conducted at least once every month throughout the life of the project.

Fifth Street Pedestrian Access Improvement Project

312500 - 3 EROSION AND SEDIMENT CONTROL

2. Structural Controls: Silt fencing and all other erosion and sediment control measures will be inspected regularly for proper positioning, anchoring and effectiveness in trapping sediment. Sediment will be removed from the upstream or up-slope side of the filter fabric.

3. Discharge Points: Discharge points or locations will be inspected to determine whether erosion control measures are effective in preventing significant amounts of pollutants from entering receiving waters.

4. Construction Entrances: Locations where vehicles enter or exit the site will be inspected for evidence of off-site sediment tracking.

C. Sediment around silt fencing should be removed, as needed, to maintain the functionality of the devices.

3.5 DUST CONTROL

A. Dust control measures to be implemented by the Contractor shall include the following, as directed:

1. Applying water to haul roads.

2. Wetting equipment and excavation faces.

3. Spraying water on buckets during excavation and dumping.

4. Hauling materials in properly tarped or watertight containers.

5. Restricting vehicle speeds to 10 mph after excavation activity ceases.

6. Reducing the excavation size and/or number of excavations.

3.6 REMOVAL

A. Once site has been stabilized, all temporary erosion control measures are to be removed and properly disposed of.

END OF SECTION 312500

Fifth Street Pedestrian Access Improvement Project

321216 - 1 Asphalt Paving

SECTION 321216 ASPHALT PAVING

PART 1 - GENERAL

1.1 SUMMARY

A. This Section includes:

1. Hot-Mix Asphalt Paving.

2. Pavement Striping.

1.2 RELATED SECTIONS

A. Section “Earthwork”

1.3 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract apply to this Section.

B. New York State Department of Transportation (NYSDOT) Standard Specifications: Construc-tion and Materials, dated September 1, 2015.

C. NYSDOT Manual of Uniform Traffic Control Devices, 2009 Edition

1.4 SUBMITTALS

A. Product Data: For each type of product indicated include technical data and tested physical and performance properties.

B. Job-Mix Designs: Certification, by authorities having jurisdiction, of approval of each job mix proposed for the Work.

C. Material certificates.

1.5 QUALITY ASSURANCE

A. Manufacturer Qualifications: Manufacturer shall be approved NYSDOT asphaltic pavement suppliers.

B. Regulatory Requirements: Comply with applicable sections of the NYS DOT Standard Specifications for all asphalt paving work.

1.6 PROJECT CONDITIONS

A. Environmental Limitations: Do not apply subbase or asphalt materials if subgrade is wet or excessively damp or if the following conditions are not met:

1. Tack Coat: Minimum surface temperature of 60°F.

2. Asphalt Binder Course: Minimum surface temperature of 40°F and rising at time of placement.

Fifth Street Pedestrian Access Improvement Project

321216 - 2 Asphalt Paving

3. Asphalt Surface Course: Minimum surface temperature of 60°F at time of placement.

B. Pavement-Marking Paint: Proceed with pavement marking only on clean, dry surfaces and at a minimum ambient or surface temperature of 40°F for oil-based materials, 50°F for water-based materials, and not exceeding 95°F.

PART 2 - PRODUCTS

2.1 AGGREGATES

A. Subbase Aggregate: Provide subbase aggregate meeting the requirements of NYSDOT Standard Specifications Section 304 for Type 2 (Item No. 304.12) material.

2.2 ASPHALT MATERIALS

A. Asphalt Subbase: Provide asphalt subbase material meeting the requirements of NYSDOT Item No. 304.12 Subbase Course, Type 2.

B. Asphalt Binder: Provide asphalt binder material meeting the requirements of NYSDOT Item No. 402.258902 25 F9 Binder Course HMA, 80 Series Compaction.

C. Asphalt Top Course: Provide asphalt top course material meeting the requirements of NYSDOT Item No. 402.098102 9.5 F1 Top Course HMA, 80 Series Compaction.

D. Tack Coat: Provide asphalt tack coat meeting the requirements of NYSDOT Item No. 407.0103.

2.3 AUXILIARY MATERIALS

A. Geotextile Fabric: Geotextile fabric shall be Mirafi HP370 Woven Geotextile or approved equal.

B. Pavement-Marking Paint: Alkyd-resin type, lead and chromate free, ready mixed, complying with AASHTO M 248, Type F.

1. Color: Per MUTCD requirements and as indicated on design plans.

2.4 MIXES

A. Hot-Mix Asphalt: Dense, hot-laid, hot-mix asphalt plant mixes prepared in accordance with NYSDOT Standard Specifications – Construction and Materials manual, dated September 1, 2015.

PART 3 - EXECUTION

3.1 SURFACE PREPARATION

A. Proof-roll subgrade using heavy, pneumatic-tired rollers to locate areas that are unstable or that require further compaction.

B. Areas identified to be unstable shall be immediately brought to the attention of the Engineer. At the Engineer’s discretion, over-excavate unsuitable subgrade soils. Replace these soils with general fill as defined in Section “Earth Moving”. Fill shall be placed in loose lifts not exceeding 9 inches. Compact with a vibratory compactor to the satisfaction of the Engineer.

Fifth Street Pedestrian Access Improvement Project

321216 - 3 Asphalt Paving

C. Place geotextile fabric over subgrade. Overlap edges of geotextile fabric a minimum of 12 inches.

D. Place subbase material over fabric. Place and spread subbase in a manner that does not damage or reposition geotextile fabric. Subbase material may be placed in a single or in multiple lifts. The final compacted depth of subbase shall be no less than 8 inches. Subbase shall be compacted to no less than 95% of its maximum dry density as determined in accordance with ASTM D 1577.

3.2 HOT-MIX ASPHALT PLACING

A. Machine place hot-mix asphalt on prepared surface, spread uniformly, and strike off. Place asphalt mix by hand in areas inaccessible to equipment in a manner that prevents segregation of mix. Place each course to required grade, cross section, and thickness when compacted.

1. Spread mix at minimum temperature of 250°F.

2. Regulate paver machine speed to obtain smooth, continuous surface free of pulls and tears in asphalt-paving mat.

B. Place paving in consecutive strips not less than 10 feet wide unless infill edge strips of a lesser width are required.

C. Promptly correct surface irregularities in paving course behind paver. Use suitable hand tools to remove excess material forming high spots. Fill depressions with hot-mix asphalt to prevent segregation of mix; use suitable hand tools to smooth surface.

D. Tack Coat:

1. A tack coat shall be applied between the binder course and the top course if the time period between applying these two layers of asphalt exceeds 48 hours, if it has rained, or for any other reason at the discretion of the Engineer. Apply tack coat uniformly to surfaces of existing pavement at a rate of 0.03 to 0.04 gal./sq. yd. (Note: The use of tack coat shall be assumed and should be part of the Contractor’s bid price. If tack coat is not required on any or all of the project, a credit may be requested by the Owner).

2. Tack coat shall be applied on all vertical services receiving hot-mix asphalt paving. Apply tack coat uniformly to surfaces of existing pavement at a rate of 0.06 to 0.07 gal./sq. yd. (Note: The use of tack coat shall be assumed and should be part of the Contractor’s bid price. If tack coat is not required on any or all of the project, a credit may be requested by the Owner).

3. Allow tack coat to cure undisturbed before applying hot-mix asphalt paving.

4. Avoid smearing or staining adjoining surfaces, appurtenances, and surroundings. Remove spillages and clean affected surfaces.

3.3 COMPACTION

A. General: Begin compaction as soon as placed hot-mix paving will bear roller weight without excessive displacement. Compact hot-mix paving with hot, hand tampers or vibratory-plate compactors in areas inaccessible to rollers.

1. Complete compaction before mix temperature cools to 185°F.

Fifth Street Pedestrian Access Improvement Project

321216 - 4 Asphalt Paving

B. Breakdown Rolling: Complete breakdown or initial rolling immediately after rolling joints and outside edge. Examine surface immediately after breakdown rolling for indicated crown, grade, and smoothness. Correct laydown and rolling operations to comply with requirements.

C. Intermediate Rolling: Begin intermediate rolling immediately after breakdown rolling while hot-mix asphalt is still hot enough to achieve specified density. Continue rolling until hot-mix asphalt course has been uniformly compacted to the following density:

1. Average Density: 92% of reference maximum theoretical density according to ASTM D 2041, but not greater than 95%.

D. Finish Rolling: Finish roll paved surfaces to remove roller marks while hot-mix asphalt is still warm.

E. Protection: After final rolling, do not permit vehicular traffic on pavement until it has cooled and hardened.

F. Erect barricades to protect paving from traffic until mixture has cooled enough not to become marked.

3.4 INSTALLATION TOLERANCES

A. Thickness: Compact each course to produce the thickness indicated within the following tolerances:

1. Subbase Course: Plus ½ inch or minus ¼ inch.

2. Binder Course: Plus ½ inch or minus ¼ inch.

3. Top Course: Plus ¼ inch, no minus.

B. Surface Smoothness: Compact each course to produce a surface smoothness within the following tolerances as determined by using a 10-foot straightedge applied transversely or longitudinally to paved areas:

1. Subbase Course: ¼ inch.

2. Binder Course: ¼ inch.

3. Top Course: 1/8 inch.

4. Crowned Surfaces: Test with crowned template centered and at right angle to crown. Maximum allowable variance from template is ¼ inch.

3.5 PAVEMENT MARKING

A. Do not apply pavement-marking paint until layout, colors, and placement have been verified with Engineer.

B. Allow paving to age for 14 days before starting pavement marking.

C. Sweep and clean surface to eliminate loose material and dust.

Fifth Street Pedestrian Access Improvement Project

321216 - 5 Asphalt Paving

D. Apply paint with mechanical equipment to produce pavement markings, of dimensions indicated, with uniform, straight edges. Apply at manufacturer’s recommended rates to provide a minimum wet film thickness of 15 mils.

3.6 FIELD QUALITY CONTROL

A. Testing Agency: Contractor shall engage a qualified independent testing and inspecting agency to perform field tests and inspections and to prepare test reports.

B. The following field quality assurance tests shall be performed:

1. Subbase – Compaction tests shall be completed for every 1,000 square feet of subbase placed. Testing shall verify specified in-place compaction.

2. Binder Course – Compaction tests shall be completed for every 1,000 square feet of binder placed. Testing shall verify specified in-place compaction.

3. Top Course – Compaction tests shall be completed for every 1,000 square feet of top course placed. Testing shall verify specified in-place compaction.

4. Surface Smoothness – Using a straightedge, the Contractor shall demonstrate to the Engineer that the specified smoothness tolerance have been met at locations identified by the Engineer.

C. All testing shall be completed and test results submitted to the Engineer before placement of the next layer of material. The Contractor shall receive written approval from the Engineer before proceeding with the next layer of work. If the Contractor places the next layer of work without the Engineer’s written approval of the subsequent layer, he does so at risk of having to remove all work above that layer.

D. All test results shall be submitted to the Engineer for review.

E. The Contractor will be required to remove and replace, complete additional compaction or install additional hot-mix asphalt where test results or measurements indicate that it does not comply with specified requirements. All costs associated with rework will be bore by the Contractor at no additional cost to the Owner.

3.7 DISPOSAL

A. Except for material indicated to be recycled, remove excavated materials from Project site and legally dispose of them in an EPA-approved landfill.

END OF SECTION 321216

321313 - 1 CONCRETE PAVING

Fifth Street Pedestrian Access Improvement Project  

 

PART 1 - GENERAL

SECTION 321313 CONCRETE PAVING

1.1 SUMMARY

A. This Section includes exterior cement concrete pavement for the following:

1. Curbs.

2. Walkways.

3. ADA detectable warning plates.

1.2 RELATED SECTIONS

1. Section "Earth Moving" for subgrade preparation, grading, and subbase course.

1.3 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract apply to this Section.

1.4 DEFINITIONS

A. Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, fly ash and other pozzolans, and ground granulated blast-furnace slag.

1.5 SUBMITTALS

A. Product Data: For each type of manufactured material and product indicated.

B. Design Mixtures: For each concrete pavement mixture. Include alternate mixture designs when characteristics of materials, Project conditions, weather, test results, or other circumstances warrant adjustments.

C. Qualification Data: For manufacturers.

D. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated, based on comprehensive testing of current materials:

1. Aggregates. Include service record data indicating absence of deleterious expansion of concrete due to alkali-aggregate reactivity.

E. Material Certificates: Signed by manufacturers certifying that each of the following materials complies with requirements:

1. Cementitious materials.

2. Steel reinforcement and reinforcement accessories.

3. Admixtures.

4. Curing compounds.

321313 - 2 CONCRETE PAVING

Fifth Street Pedestrian Access Improvement Project  

 

5. Bonding agent or epoxy adhesive.

6. Joint fillers.

7. Detectable warning plates.

8. Joint sealants.

F. Field quality-control test reports.

G. Minutes of pre-installation conference.

1.6 LEED SUBMITTALS

A. Product Certificates for Credit MR 5: For products and materials required to comply with requirements for regional materials indicating location and distance from Project of material manufacturer and point of extraction, harvest, or recovery for each raw material. Include statement indicating cost for each regional material and the fraction by weight that is considered regional.

1.7 QUALITY ASSURANCE

A. Manufacturer Qualifications: Manufacturer of ready-mixed concrete products who complies with ASTM C 94/C 94M requirements for production facilities and equipment.

1. Manufacturer certified according to NRMCA's "Certification of Ready Mixed Concrete Production Facilities."

2. Comply with ACI and NYSDOT requirements for manufacturers of ready-mix concrete products.

B. Testing Agency Qualifications: An independent agency qualified according to ASTM C1077 and ASTM E329 for testing indicated, as documented according to ASTM E548.

1. Personnel conducting field tests shall be qualified as ACI Concrete Field Testing Technician, Grade 1, according to ACI CP-01 or an equivalent certification program.

C. ACI Publications: Comply with ACI 301, "Specifications for Structural Concrete," unless modified by requirements in the Contract Documents.

D. Concrete Testing Service: Engage a qualified independent testing agency to perform material evaluation tests and to design concrete mixtures.

E. Pre-installation Conference: Conduct conference at Project site to comply with requirements in Section "Project Management and Coordination."

1. Before submitting design mixtures, review concrete pavement mixture design and examine procedures for ensuring quality of concrete materials and concrete pavement construction practices. Require representatives, including the following, of each entity directly concerned with concrete pavement, to attend conference:

a. Contractor's superintendent.

b. Independent testing agency responsible for concrete design mixtures.

c. Ready-mix concrete producer.

321313 - 3 CONCRETE PAVING

Fifth Street Pedestrian Access Improvement Project  

 

d. Concrete pavement subcontractor.

1.8 PROJECT CONDITIONS

A. Traffic Control: Maintain access for vehicular and pedestrian traffic as required for other construction activities.

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection:

1. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified.

2. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified.

2.2 FORMS

A. Form Materials: Plywood, metal, metal-framed plywood, or other approved panel-type materials to provide full-depth, continuous, straight, smooth exposed surfaces.

1. Use flexible or curved forms for curves with a radius 100 feet or less.

B. Form-Release Agent: Commercially formulated form-release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces.

2.3 STEEL REINFORCEMENT

A. Plain-Steel Welded Wire Reinforcement: ASTM A185, fabricated from as-drawn steel wire into flat sheets.

B. Reinforcing Bars: ASTM A615, Grade 60; deformed.

C. Epoxy-Coated Reinforcing Bars: ASTM A775 or ASTM A934; with ASTM A615, Grade 60 deformed bars.

D. Epoxy-Coated Joint Dowel Bars: ASTM A775; with ASTM A615, Grade 60 plain steel bars.

E. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars, welded wire reinforcement, and dowels in place. Manufacture bar supports according to CRSI's "Manual of Standard Practice" from steel wire, plastic, or precast concrete of greater compressive strength than concrete, and as follows:

1. Equip wire bar supports with sand plates or horizontal runners where base material will not support chair legs.

2. For epoxy-coated reinforcement, use epoxy-coated or other dielectric-polymer-coated wire bar supports.

321313 - 4 CONCRETE PAVING

Fifth Street Pedestrian Access Improvement Project  

 

F. Epoxy Repair Coating: Liquid two-part epoxy repair coating, compatible with epoxy coating on reinforcement.

2.4 CONCRETE MATERIALS

A. Cementitious Material: Use the following cementitious materials, of the same type, brand, and source throughout the Project:

1. Portland Cement: ASTM C150, Type I/II:

a. Fly Ash: ASTM C618, Class F.

b. Ground Granulated Blast-Furnace Slag: ASTM C989, Grade 100 or 120.

B. Normal-Weight Aggregates: ASTM C33, Class 4S coarse aggregate, uniformly graded. Provide aggregates from a single source.

1. Maximum Coarse-Aggregate Size: 1- inch (25 mm) nominal.

2. Fine Aggregate: Free of materials with deleterious reactivity to alkali in cement.

C. Water: ASTM C94.

D. Air-Entraining Admixture: ASTM C260.

E. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and to contain no more than 0.1 percent water-soluble chloride ions by mass of cementitious material.

1. Water-Reducing Admixture: ASTM C494, Type A.

2. Retarding Admixture: ASTM C494, Type B.

3. Water-Reducing and Retarding Admixture: ASTM C494, Type D.

4. High-Range, Water-Reducing Admixture: ASTM C494, Type F.

5. High-Range, Water-Reducing and Retarding Admixture: ASTM C494, Type G.

6. Plasticizing and Retarding Admixture: ASTM C1017, Type II.

2.5 CURING MATERIALS

A. Absorptive Cover: AASHTO M182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 oz./sq. yd. (305 g/sq. m) dry or white burlap-polyethylene sheet.

1. Available Products:

a. BurLene, by Max Katz Bag Company, Inc., http://www.maxkatzbag.com

b. UltraCure DOTTM Disposable Wet Cure Blanket, as provided by McTech Group,

Inc., http://www.mctechgroup.com

c. conKure X80W Wet Curing Blanket, by Raven Industries, www.ravenefd.com.

d. Approved equivalent.

321313 - 5 CONCRETE PAVING

Fifth Street Pedestrian Access Improvement Project  

 

B. Water: Potable.

C. Transparent Acrylic Water-Based Curing, Sealing and Dustproofing compound

1. Available Products:

a. Masterkure N Seal W by Kure-N-Seal W by Sonneborn/BASF.

b. Kure-N-Seal WB.

c. Approved equivalent.

D. Evaporation Retarder: NOT PERMITTED

E. Clear Waterborne Membrane-Forming Curing Compound: NOT PERMITTED

F. White Waterborne Membrane-Forming Curing Compound: NOT PERMITTED

2.6 RELATED MATERIALS

A. Expansion- and Isolation-Joint-Filler Strips: ASTM D 1751, asphalt-saturated cellulosic fiber.

B. Clear, penetrating, breathable 100 percent blended silane sealer: ASTM 1315, Type 1,

Class A.

1. Products: Subject to compliance with requirements, provide the following:

a. Baracade Silane 100, as provided by Tamms Industries.

b. Iso-Flex® 618-100 Corrosion Reducing Sealer, as provided by LymTal International, Inc.

c. KlereSeal 9100-S, as provided by Pecora Corporation.

2.7 ADA DETECTABLE WARNING PLATES

A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

1. East Jordan Iron Works.

2. Neenah Foundry.

3. Ironped, Inc.

B. Product:

1. ADA compliant, cast iron slip resistant embedded detectable warning plates.

a. Size: 24” x 36” or as needed to provide minimum width required.

b. Color: To be selected by City from manufacturer’s full range of colors.

2. Meeting NYS DOT Item No. 608.21 Embedded Detectable Warning Units

321313 - 6 CONCRETE PAVING

Fifth Street Pedestrian Access Improvement Project  

 

2.8 CONCRETE MIXTURES

A. Prepare design mixtures, proportioned according to ACI 301, for each type and strength of normal-weight concrete determined by either laboratory trial mixes or field experience.

1. Use a qualified independent testing agency for preparing and reporting proposed concrete mixture designs for the trial batch method.

B. Proportion mixtures to provide normal-weight concrete in accordance with the following:

1. NYSDOT Standard Specifications Section 500, Table 501-3:

a. Class F: High early strength (No pozzolan).

C. Add air-entraining admixture at manufacturer's prescribed rate to result in normal-weight concrete at point of placement.

D. Limit water-soluble, chloride-ion content in hardened concrete to 0.15 percent by weight of cement.

E. Chemical Admixtures: Use admixtures according to manufacturer's written instructions.

1. Use water-reducing and retarding admixture when required by high temperatures, low humidity, or other adverse placement conditions.

F. Cementitious Materials: Limit percentage, by weight, of cementitious materials other than Portland cement according to ACI 301 requirements as follows:

1. Fly Ash or Pozzolan: 25 percent.

2. Ground Granulated Blast-Furnace Slag: 50 percent.

3. Combined Fly Ash or Pozzolan, and Ground Granulated Blast-Furnace Slag: 50 percent, with fly ash or pozzolan not exceeding 25 percent.

2.9 CONCRETE MIXING

A. Ready-Mixed Concrete: Measure, batch, and mix concrete materials and concrete according to ASTM C94. Furnish batch certificates for each batch discharged and used in the Work.

1. When air temperature is between 85°F (30°C) and 90°F (32°C), reduce mixing and delivery time from 90 minutes to 75 minutes; when air temperature is above 90°F (32°C), reduce mixing and delivery time to 60 minutes.

B. Project-Site Mixing: Measure, batch, and mix concrete materials and concrete according to ASTM C94. Mix concrete materials in appropriate drum-type batch machine mixer.

1. For concrete mixes of 1 cu. yd. (0.76 cu. m) or smaller, continue mixing at least 1-1/2 minutes, but not more than 5 minutes after ingredients are in mixer, before any part of batch is released.

2. For concrete mixes larger than 1 cu. yd. (0.76 cu. m), increase mixing time by 15 seconds for each additional 1 cu. yd. (0.76 cu. m).

3. Provide batch ticket for each batch discharged and used in the Work, indicating Project identification name and number, date, mixture type, mixing time, quantity, and amount of water added.

321313 - 7 CONCRETE PAVING

Fifth Street Pedestrian Access Improvement Project  

 

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine exposed subgrades and subbase surfaces for compliance with requirements for dimensional, grading, and elevation tolerances.

B. Proof-roll prepared subbase surface below concrete pavements with heavy pneumatic-tired equipment to identify soft pockets and areas of excess yielding.

1. Completely proof-roll subbase in one direction and repeat in perpendicular direction. Limit vehicle speed to 3 mph (5 km/h).

2. Proof-roll with a loaded 10-wheel tandem-axle dump truck weighing not less than 15 tons (13.6 tonnes).

3. Subbase with soft spots and areas of pumping or rutting exceeding depth of 1/2 inch (13 mm) require correction according to requirements in Section "Earth Moving."

C. Proceed with concrete pavement operations only after nonconforming conditions have been corrected and subgrade is ready to receive pavement.

3.2 PREPARATION

A. Remove loose material from compacted subbase surface immediately before placing concrete.

3.3 EDGE FORMS AND SCREED CONSTRUCTION

A. Set, brace, and secure edge forms, bulkheads, and intermediate screed guides for pavement to required lines, grades, and elevations. Install forms to allow continuous progress of work and so forms can remain in place at least 24 hours after concrete placement.

B. Clean forms after each use and coat with form-release agent to ensure separation from concrete without damage.

3.4 STEEL REINFORCEMENT

A. General: Comply with CRSI's "Manual of Standard Practice" for fabricating, placing, and supporting reinforcement.

B. Clean reinforcement of loose rust and mill scale, earth, ice, or other bond-reducing materials.

C. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement. Maintain minimum cover to reinforcement.

D. Install welded wire reinforcement in lengths as long as practicable. Lap adjoining pieces at least one full mesh, and lace splices with wire. Offset laps of adjoining widths to prevent continuous laps in either direction.

E. Epoxy-Coated Reinforcement: Use epoxy-coated steel wire ties to fasten epoxy-coated reinforcement. Repair cut and damaged epoxy coatings with epoxy repair coating according to ASTM D3963.

F. Install fabricated bar mats in lengths as long as practicable. Handle units to keep them flat and free of distortions. Straighten bends, kinks, and other irregularities, or replace units as required before placement. Set mats for a minimum 2-inch (50-mm) overlap of adjacent mats.

321313 - 8 CONCRETE PAVING

Fifth Street Pedestrian Access Improvement Project  

 

3.5 JOINTS

A. General: Form construction, isolation, and contraction joints and tool edgings true to line with faces perpendicular to surface plane of concrete. Construct transverse joints at right angles to centerline, unless otherwise indicated.

1. When joining existing pavement, place transverse joints to align with previously placed joints, unless otherwise indicated.

B. Construction Joints: Set construction joints at side and end terminations of pavement and at locations where pavement operations are stopped for more than 30 minutes unless pavement terminates at isolation joints.

1. Continue steel reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of pavement strips, unless otherwise indicated.

2. Provide tie bars at sides of pavement strips where indicated.

3. Doweled Joints: Install dowel bars and alignment sleeve assemblies at joints where indicated. Lubricate one-half of dowel length to prevent concrete bonding to one side of joint.

C. Isolation Joints: Form isolation joints of preformed joint-filler strips abutting concrete curbs, catch basins, manholes, inlets, structures, walks, other fixed objects, and where indicated.

1. Locate expansion joints at intervals of 30 feet, unless otherwise indicated.

2. Extend joint fillers full width and depth of joint.

3. Terminate joint filler not less than 1/2 inch (13 mm) or more than 1 inch (25 mm) below finished surface if joint sealant is indicated.

4. Place top of joint filler flush with finished concrete surface if joint sealant is not indicated.

5. Furnish joint fillers in one-piece lengths. Where more than one length is required, lace or clip joint-filler sections together.

6. Protect top edge of joint filler during concrete placement with metal, plastic, or other temporary preformed cap. Remove protective cap after concrete has been placed on both sides of joint.

D. Contraction Joints: Form weakened-plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one-fourth of the concrete thickness, as follows:

1. Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint with grooving tool to a 1/4-inch (6-mm)] radius. Repeat grooving of contraction joints after applying surface finishes. Eliminate groover marks on concrete surfaces.

2. Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond-rimmed blades. Cut 1/8-inch (3 mm) wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before developing random contraction cracks.

321313 - 9 CONCRETE PAVING

Fifth Street Pedestrian Access Improvement Project  

 

3. Doweled Contraction Joints: Install dowel bars and alignment sleeve assemblies at joints where indicated. Lubricate one-half of dowel length to prevent concrete bonding to one side of joint.

E. Edging: Tool edges of pavement, gutters, curbs, and joints in concrete after initial floating with an edging tool to a 1/4-inch (6-mm) radius. Repeat tooling of edges after applying surface finishes. Eliminate tool marks on concrete surfaces.

3.6 CONCRETE PLACEMENT

A. Inspection: Before placing concrete, inspect and complete formwork installation, steel reinforcement, and items to be embedded or cast in. Notify other trades to permit installation of their work.

B. Remove snow, ice, or frost from subbase surface and reinforcement before placing concrete. Do not place concrete on frozen surfaces.

C. Moisten subbase to provide a uniform dampened condition at time concrete is placed. Do not place concrete around manholes or other structures until they are at required finish elevation and alignment.

D. Comply with ACI 301 requirements for measuring, mixing, transporting, and placing concrete.

E. Do not add water to concrete during delivery.

F. Do not add water to fresh concrete after testing.

G. Deposit and spread concrete in a continuous operation between transverse joints. Do not push or drag concrete into place or use vibrators to move concrete into place.

H. Consolidate concrete according to ACI 301 by mechanical vibrating equipment supplemented by hand spading, rodding, or tamping.

1. Consolidate concrete along face of forms and adjacent to transverse joints with an internal vibrator. Keep vibrator away from joint assemblies, reinforcement, or side forms. Use only square-faced shovels for hand spreading and consolidation. Consolidate with care to prevent dislocating reinforcement, dowels, and joint devices.

I. Place concrete in two operations; strike off initial pour for entire width of placement and to the required depth below finish surface. Lay welded wire fabric or fabricated bar mats immediately in final position. Place top layer of concrete, strike off, and screed.

1. Remove and replace concrete that has been placed for more than 15 minutes without being covered by top layer, or use bonding agent if approved by Engineer.

J. Screed pavement surfaces with a straightedge and strike off.

K. Commence initial floating using bull floats or darbies to impart an open textured and uniform surface plane before excess moisture or bleed water appears on the surface. Do not further disturb concrete surfaces before beginning finishing operations or spreading surface treatments.

L. Curbs: When automatic machine placement is used for curb placement, submit revised mix design and laboratory test results that meet or exceed requirements. Produce curbs to required cross section, lines, grades, finish, and jointing as specified for formed concrete. If results are not approved, remove and replace with formed concrete.

M. When adjoining pavement lanes are placed in separate pours, do not operate equipment on concrete until pavement has attained 85 percent of its 28-day compressive strength.

321313 - 10 CONCRETE PAVING

Fifth Street Pedestrian Access Improvement Project  

 

N. Cold-Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures.

1. When air temperature has fallen to or is expected to fall below 40°F (4.4° C), uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50°F (10°C) and not more than 80°F (27°C) at point of placement.

2. Do not use frozen materials or materials containing ice or snow.

3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise specified and approved in mix designs.

O. Hot-Weather Placement: Comply with ACI 301 and as follows when hot-weather conditions exist:

1. Cool ingredients before mixing to maintain concrete temperature below 90° F (32° C) at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option.

2. Cover steel reinforcement with water-soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete.

3. Fog-spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas.

3.7 FLOAT FINISHING

A. General: Do not add water to concrete surfaces during finishing operations.

B. Float Finish: Begin the second floating operation when bleed-water sheen has disappeared and concrete surface has stiffened sufficiently to permit operations. Float surface with power-driven floats, or by hand floating if area is small or inaccessible to power units. Finish surfaces to true planes. Cut down high spots and fill low spots. Refloat surface immediately to uniform granular texture.

1. Medium-to-Coarse-Textured Broom Finish: Provide a coarse finish by striating float- finished concrete surface 1/16 to 1/8 inch (1.6 to 3 mm) deep with a stiff-bristled broom, perpendicular to line of traffic.

3.8 CONCRETE PROTECTION AND CURING

A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures.

B. Comply with ACI 306.1 for cold-weather protection.

C. Begin curing after finishing concrete but not before free water has disappeared from concrete surface.

D. Curing Methods: Cure concrete by moist curing or moist curing with curing and sealing compound, or a combination of these as follows:

1. Moist Curing: Keep surfaces continuously moist for not less than seven days with the following materials:

321313 - 11 CONCRETE PAVING

Fifth Street Pedestrian Access Improvement Project  

 

a. Water.

b. Continuous water-fog spray.

c. Absorptive cover, water saturated and kept continuously wet. Cover concrete surfaces and edges with 12-inch (300-mm) overlap over adjacent absorptive covers.

2. Moist Curing with Curing and Sealing Compound: Prior to moist curing per the above, apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period.

3.9 PAVEMENT TOLERANCES

A. Comply with tolerances of ACI 117 and as follows:

1. Elevation: 1/4 inch (6 mm).

2. Thickness: Plus 3/8 inch (10 mm), minus 1/4 inch (6 mm).

3. Surface: Gap below 10-foot (3-m) long, unleveled straightedge not to exceed 1/4 inch (6 mm).

4. Lateral Alignment and Spacing of Tie Bars and Dowels: 1 inch (25 mm).

5. Vertical Alignment of Tie Bars and Dowels: 1/4 inch (6 mm).

6. Alignment of Tie-Bar End Relative to Line Perpendicular to Pavement Edge: 1/2 inch (13 mm).

7. Alignment of Dowel-Bar End Relative to Line Perpendicular to Pavement Edge: Length of dowel 1/4 inch per 12 inches (6 mm per 300 mm).

8. Joint Spacing: 3 inches (75 mm).

9. Contraction Joint Depth: Plus 1/4 inch (6 mm), no minus.

10. Joint Width: Plus 1/8 inch (3 mm), no minus.

3.10 FIELD QUALITY CONTROL

A. Testing Agency: Owner will engage a qualified independent testing and inspecting agency to perform field tests and inspections and prepare test reports.

B. Testing Services: Testing of composite samples of fresh concrete obtained according to ASTM C172 shall be performed according to the following requirements:

1. Testing Frequency: Obtain at least 1 composite sample for each 100 cu. yd. (76 cu. m) or fraction thereof of each concrete mix placed each day.

a. When frequency of testing will provide fewer than five compressive-strength tests for each concrete mixture, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used.

2. Slump: ASTM C143; one test at point of placement for each composite sample, but not less than one test for each day's pour of each concrete mix. Perform additional tests when concrete consistency appears to change.

321313 - 12 CONCRETE PAVING

Fifth Street Pedestrian Access Improvement Project  

 

3. Air Content: ASTM C231, pressure method; one test for each composite sample, but not less than one test for each day's pour of each concrete mix.

4. Concrete Temperature: ASTM C1064; one test hourly when air temperature is 40°F (4.4°C) and below and when 80°F (27°C) and above, and one test for each composite sample.

5. Compression Test Specimens: ASTM C31; cast and laboratory cure one set of three standard cylinder specimens for each composite sample.

6. Compressive-Strength Tests: ASTM C39; test 1 specimen at 7 days and 2 specimens at 28 days.

a. A compressive-strength test shall be the average compressive strength from 2 specimens obtained from same composite sample and tested at 28 days.

C. Strength of each concrete mix will be satisfactory if average of any 3 consecutive compressive- strength tests equals or exceeds specified compressive strength and no compressive-strength test value falls below specified compressive strength by more than 500 psi (3.4 MPa).

D. Test results shall be reported in writing to Engineer, concrete manufacturer, and Contractor within 48 hours of testing. Reports of compressive-strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, design compressive strength at 28 days, concrete mixture proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests.

E. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Engineer but will not be used as sole basis for approval or rejection of concrete.

F. Additional Tests: Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air entrainment, compressive strengths, or other requirements have not been met, as directed by Engineer.

G. Remove and replace concrete pavement where test results indicate that it does not comply with specified requirements.

H. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements.

3.11 REPAIRS AND PROTECTION

A. Remove and replace concrete pavement that is broken, damaged, or defective or that does not comply with requirements in this Section.

B. Drill test cores, where directed by Engineer, when necessary to determine magnitude of cracks or defective areas. Fill drilled core holes in satisfactory pavement areas with Portland cement concrete bonded to pavement with epoxy adhesive.

C. Protect concrete from damage. Exclude traffic from pavement for at least 14 days after placement. When construction traffic is permitted, maintain pavement as clean as possible by removing surface stains and spillage of materials as they occur.

D. Maintain concrete pavement free of stains, discoloration, dirt, and other foreign material. Sweep concrete pavement not more than two days before date scheduled for Substantial Completion inspections.

END OF SECTION 321313

Fifth Street Pedestrian Access Improvement Project

329113 - 1 SOIL PREPARATION

PART 1 - GENERAL

SECTION 329113 SOIL PREPARATION

1.1 SUMMARY

A. This Section specifies administrative and procedural requirements for planting soil including, but not limited to the following:

1. Planting soil material acquisition.

2. Preparation of soil mixes and testing for conformance.

3. Installation and placement of soils.

1.2 RELATED SECTIONS

1. Section “Site Clearing” for protection of existing trees and planting.

2. Section “Earth Moving” for excavation, filling, rough grading, and backfill.

3. Section “Plants.”

1.3 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract apply to this Section.

1.4 REFERENCES

A. ANSI: American National Standards Institute.

B. AOAC: Association of Official Agricultural Chemists.

C. ASTM: American Society for Testing Materials.

1.5 DEFINITIONS

A. Backfill: The earth used to replace or the act of replacing earth in an excavation.

B. Finish Grade: Elevation of finished surface of planting soil.

C. Planting Soil: Stockpiled or imported topsoil mixed with soil amendments for planting trees, shrubs and ground covers.

D. Subgrade: Surface or elevation of subsoil remaining after completing excavation, or top surface of a fill or backfill.

E. Subsoil: All soil beneath the topsoil layer of the site soil profile, and typified by the lack of organic matter and soil organisms. Subsoil is unsuitable for plant growth.

F. Topsoil: Natural or cultivated surface-soil layer containing organic matter and sand, silt, and clay particles; friable, pervious, and black or a darker shade of brown, gray, or red than underlying subsoil; reasonably free of subsoil, clay lumps, gravel, and other objects more than 2 inches (50 mm) in diameter; and free of subsoil and weeds, roots, toxic materials, or other nonsoil materials.

Fifth Street Pedestrian Access Improvement Project

329113 - 2 SOIL PREPARATION

1.6 APPLICABLE STANDARDS

A. American Society for Testing Material (ASTM).

B. All standards shall include the latest additions and amendments as of the date of advertisement for bids.

1.7 DEFINITIONS

A. ASA: American Society of Agronomy.

1.8 SUBMITTALS

A. Topsoil:

1. Product Data: For each type of product indicated, including source.

2. Testing: As described in Quality Assurance.

3. Amendment recommendations from qualified Soil Scientist as described in Quality Assurance.

4. Samples: 1 gallon Ziploc bag labeled with source for each stockpiled and imported topsoil source.

B. Compost:

1. Product Data: For each type of product indicated, including source.

2. Certificates: Provide certificates required by authorities having jurisdiction, especially for any composted materials containing sewage sludge. Approval as EPA Type 1 “exceptional quality” is required as well as that of the State of New York.

3. Testing: As described in Quality Assurance.

C. Coarse sand:

1. Product Data: For each type of product indicated, including source.

2. Testing: As described in Quality Assurance.

D. All Other Amendments: Product Data.

E. Subgrade:

1. Field percolation test results as described in Part 3 Execution. Percolation tests shall be measured in inches per hour of drainage.

F. Samples: Prior to ordering the below listed materials, submit representative samples for selection and approval. Do not order materials until Engineer and/or Soil Scientist's approval has been obtained.

G. Sources for Soil Components and Planting Soil Mixes: Submit information identifying sources for all soil components and the firm responsible for mixing of planting soil mixes.

1. Engineer and/or Soil Scientist shall have the right to reject any soil supplier.

2. Soil mix supplier shall have a minimum of five years’ experience at supplying custom

Fifth Street Pedestrian Access Improvement Project

329113 - 3 SOIL PREPARATION

planting soil mixes.

3. Submit supplier name, address, telephone and fax numbers and contact name.

4. Submit certification that accepted supplier is able to provide sufficient quantities of materials and mixes for the entire project.

1.9 QUALITY ASSURANCE

A. Source Limitations for Topsoil and Planting Soil Mix: Obtain all topsoil and/or planting soil mix through one source that has been tested according to the requirements below. If there are any additional proposed sources, Contractor must provide topsoil analysis and testing for each source as described below.

B. Sources for Soil Components and Planting Soil Mixes: Submit information identifying sources for all soil components and the firm responsible for mixing of planting soil mixes.

1. Engineer and/or Soil Scientist shall have the right to reject any soil supplier.

2. Soil mix supplier shall have a minimum of five years’ experience at supplying custom planting soil mixes.

3. Submit supplier name, address, telephone and fax numbers and contact name.

C. Submit certification that accepted supplier is able to provide sufficient quantities of materials and mixes for the entire project.

D. Samples: Prior to ordering the below listed materials, submit representative samples to the Engineer, Owner’s Representative and/or Soil Scientist for selection and approval. Do not order materials until Engineer and/or Soil Scientist's approval has been obtained.

1. Proposed topsoil

2. Proposed sand

3. Proposed compost

E. Soil-Testing Laboratory Qualifications: The Contractor shall engage an independent laboratory, recognized by the State Department of Agriculture, with the experience and capability to conduct the testing indicated and that specializes in types of tests to be performed.

1. Testing Agencies: The following firms are acceptable testing agencies for the various components.

a. CME Associates, Inc.

6035 Corporate Drive East Syracuse, NY 13057 Tel: 315.701.0522, Fax: 315.701.0526

b. Atlantic Testing Laboratories 301 St. Anthony Street Utica, NY 13501 Tel: 315.735.3309, Fax: 315.735.0742

c. Parratt-Wolff, Inc. 5879 Fisher Road PO Box 56 East Syracuse, NY 13057

Fifth Street Pedestrian Access Improvement Project

329113 - 4 SOIL PREPARATION

Tel: 315.437.1429, Fax: 315.437.1770

d. Professional Service Industries, Inc. 3784 Commerce Court Suite 300 North Tonawanda, NY 14120 Tel: 716.694.8657, Fax: 716.694.8638

F. Topsoil Analysis: For both stockpiled topsoil and additional imported topsoil (if necessary), furnish soil analysis by a qualified soil-testing laboratory stating percentages of organic matter; gradation of sand, silt, and clay content; cation exchange capacity; deleterious material; pH; and mineral and plant-nutrient content of topsoil.

1. Particle Size Analysis: Include sand, silt and clay, sand size distribution, sand particle shape, pH, uniformity coefficient by hydrometer method (ASTM D-422-63).

2. Organic Matter: Percent organic matter by combustion (ASTM F-1647, Method A).

3. Report of suitability of topsoil for plant growth.

4. State recommended quantities of nitrogen, phosphorus and potassium nutrients and other soil amendments to be added to produce satisfactory topsoil.

5. Amend topsoil with recommended quantities of nitrogen, phosphorus, potassium nutrients and other soil amendments.

G. Soil Mixes: The following testing is required at the following intervals:

1. Particle Size Analysis: Include sand, silt and clay, sand size distribution, sand particle shape, pH, uniformity coefficient by hydrometer method (ASTM D-422-63).

2. Organic Matter: Percent organic matter by combustion (ASTM F-1647, Method 1).

3. Report suitability of soil mixes for plant growth. Verify compliance with recommended quantities of nitrogen, phosphorus and potassium nutrients and soil amendments to be added to produce satisfactory soil mixes.

4. Test results for soil mixes must be accepted prior to placement.

H. Material Certification and Testing of Subgrade: Prior to placement of the planting soil, test the subgrade as described in this Section. Coordinate the testing of the subgrade for percolation with the Sitework Contractor, Soil Scientist, and/or Engineer.

1.10 DELIVERY, STORAGE AND HANDLING

A. Material should not be handled or hauled, placed or compacted when it is wet as after a heavy rainfall or is frozen. Soil should be handled only when the moisture content is less than at field capacity. The Engineer and/or the Soil Scientist shall be consulted to determine if the soil is too wet to handle.

Fifth Street Pedestrian Access Improvement Project

329113 - 5 SOIL PREPARATION

B. Store and handle packaged materials in strict compliance with manufacturer’s instructions and recommendations. Protect all materials from weather, damage, injury and theft.

C. Sequence deliveries to avoid delay. On-site storage space is permissible only with written notice from Construction Manager. Deliver materials only after preparations for placement of planting soil have been completed.

D. Prohibit vehicular and pedestrian traffic on or around stockpiled planting soil.

E. Soil that is to be stockpiled longer than two weeks, whether on or off site, shall be placed in mounds less than six feet high. If soil stockpiles greater than six feet high are present longer than two weeks then the contractor shall break down and disperse soil so that mounds do not exceed the six foot height restriction for longer than two weeks.

1. Provide silt fencing around topsoil mounds.

F. Before construction, the Contractor shall provide a plan showing proposed routing for deliveries and site access.

PART 2 - PRODUCTS

2.1 TOPSOIL

A. Topsoil: New York State Department of Transportation Standard Specifications Section 713, pH range of 5.5 to 7.6, a range of 6 to 12 percent organic material content; clean and screened free of deleterious materials and weeds, including but not limited to any plant listed by NYSDEC or other authority as invasive, nuisance or noxious weed species; and free of stones 1 inch (25 mm) or larger in any dimension and other extraneous materials harmful to plant growth.

1. Topsoil Source: Reuse topsoil stockpiled on-site. Verify suitability of stockpiled soil to support plant growth by testing and amend as noted above. Screen soil free of roots, plants, sod, stones, clay lumps, and other extraneous materials harmful to plant growth.

a. Supplement with imported or manufactured topsoil from off-site sources when on-

site quantities are insufficient. Obtain topsoil displaced from naturally well-drained construction or mining sites where topsoil occurs at least 4 inches (100 mm) deep; do not obtain from agricultural land, bogs or marshes.

2. Topsoil Source: Import topsoil or manufactured topsoil from off-site sources. Obtain topsoil displaced from naturally well-drained construction or mining sites where topsoil occurs at least 4 inches (100 mm) deep; do not obtain from agricultural land, bogs or marshes.

B. All topsoil shall be tested per requirements listed above.

2.2 ORGANIC SOIL AMENDMENTS

A. Compost: Well-composted, stable, and weed-free organic matter not exceeding 0.5 percent inert contaminants and free of substances toxic to plantings. The compost shall be a dark brown to black color and be capable of supporting plant growth with appropriate management practices in conjunction with other amendments as applicable, with no visible free water or dust, with no unpleasant odor, and meeting the following criteria as reported by laboratory tests. Debris such as metal, glass, plastic, wood (other than residual chips), asphalt or

Fifth Street Pedestrian Access Improvement Project

329113 - 6 SOIL PREPARATION

masonry shall not be visible and shall not exceed one percent dry weight. 1. Organic Matter Content: 50 to 60 percent of dry weight. (ASTM F-1647, Method 1).

2. The ratio of carbon to nitrogen shall be in the range of 10:1 to 25:1.

3. One hundred percent of the material shall pass a 3/8-inch (or smaller) screen. (ASTM D- 422-63).

4. pH: The pH shall be between 5.5 to 7.5 as determined from a 1:1 soil-distilled water suspension using a glass electrode pH meter. (American Society of Agronomy Methods of Soil Analysis, Part 2, 1986).

5. Salinity: Electrical conductivity of a one to two soil to water ratio extract shall not exceed 4.0 mmhos/cm (dS/m).

6. Heavy metal contents shall conform to state and federal regulations.

7. Feedstock: Agricultural, food, or industrial residuals; biosolids; yard trimmings; or source- separated or compostable mixed solid waste.

2.3 DRY SCREENED SAND

A. Dry Screened Sand: Sand for producing soil mixes shall be uniformly graded coarse sand consisting of clean, inert, rounded grains of quartz or other durable rock free from loam or clay, surface coatings, mica, and other deleterious materials with the following particle size distribution as determined by ASTM F1632:

U.S. Sieve Size No.

% Passing Minimum

% Passing Maximum

4 100  

8 90 10016 80 100 30 25 6050 0 25100 0 5 270 0 3

1. Maximum size shall be one half-inch largest dimension. The maximum retained on the

#4 sieve shall be 5% by weight of the total sample. The ratio of the particle size for 80% passing (D80) to the particle size for 30% passing (D30) shall be 3.0 or less. (D80/D30 < 3.0) Tests shall be by combined hydrometer and wet sieving in compliance with ASTM D422.

2.4 PLANTING SOIL MIX

A. Planting soil shall be created from combination of accepted sand, topsoil, and compost.

B. Mix topsoil, sand and compost in an approximate by-volume ratio as follows:

1 part sand 1 part topsoil 1 part compost

Fifth Street Pedestrian Access Improvement Project

329113 - 7 SOIL PREPARATION

C. Resultant soil mix shall contain a minimum of 35% to 60% sand by volume. Clay content should be less than 25% by volume. Soil mix should fall within the SM or ML classifications of the Unified Soil Classification System USCS.

D. A permeability of at least 1.0 foot per day (0.5 inches per hour) is required.

E. Provide soil free of stones over ½ inch, stumps, roots or other woody material over 2 inches in diameter, and brush or seeds from noxious weeds.

F. Provide soil mix with the following characteristics: 1. pH 5.5 to 7.2 2. Organic Matter Minimum 5.0% 3. Magnesium 35 lbs.s per acre, minimum 1. Phosphorus (P2O5) 75 lbs. per acre, minimum 2. Potassium (K2O) 85 lbs. per acre, minimum 3. Soluble salts <500 ppm 4. Clay 10% to 25% 5. Silt 30% to 55% 6. Sand 35% to 60%

G. Provide test results from a certified soil scientist confirming that soil mix conforms to the characteristics as outlined above.

2.5 BIORETENTION SOIL MIX

A. Planting soil shall be created from combination of accepted sand, soil fines, and organic matter.

B. Mix sand, fines and organic matter in an approximate by-volume ratio as follows:

85% Sand 35 10% Soil Fines 5% Organic Matter

C. Soil mix should fall within the U S D A s o i l t y p e s o f l o a m y s a n d , s a n d y l o a m or loam.

D. A permeability of at least 1.0 foot per day (0.5 inches per hour) is required.

E. Provide soil free of stones over ½ inch, stumps, roots or other woody material over 2” in diameter, and brush or seeds from noxious weeds.

2.6 CU STRUCTURAL SOIL

A. CU Structural Soil is a two-part system comprised of a rigid stone “lattice” to meet engineering requirements for a load-bearing soil, and a quantity of soil, to meet tree requirements for root growth.

B. Provide ¾” to 1-1/2” angular crushed stone and a heavy clay loam or loam soil, with a minimum of 20% clay and organic content ranging from 2-5% to ensure nutrient and water holding.

C. Utilize Gelscape hydrogel as a non-toxic, non-phytotoxic tackifier.

Fifth Street Pedestrian Access Improvement Project

329113 - 8 SOIL PREPARATION

D. CU Structural Soil should be used at a depth of 24” to 36”. Provide 2 cubic feet of soil for every square foot of tree crown projection (anticipated area under the drip line of the tree at expected maturity). Compact soil to 95-100% Proctor Density or Modified Proctor Density.

PART 3 - EXECUTION

3.1 COORDINATION

A. Coordinate activities with other project contractors so that there is no soil disturbance from traffic or other construction activities subsequent to placement.

B. Pre-Installation Examination Required: The Contractor shall examine previous work, related work, and conditions under which this work is to be performed and shall notify Engineer in writing of all deficiencies and conditions detrimental to the proper completion of this work. Beginning work means Contractor accepts substrates, previous work, and conditions. The Contractor shall not place any planting or soil mix until all work in adjacent areas is complete and approved by the City.

C. Examination of Subgrade

1. The subgrade shall be inspected prior to the start of soil placement for conformance with the Drawings for elevations of subgrade relative to finish grade. Subgrade shall be graded smooth and parallel to the finish grades unless otherwise noted in the Drawings.

2. Percolation tests shall be performed on a minimum of 10% of tree pits and 20% of shrub beds, and on any areas of questionable drainage or as required by City/Engineer. Contact City and conduct percolation tests in his or her presence. Percolation tests shall be measured in inches per hour of drainage at the base of the plant root level.

a. Should any planting areas yield a percolation test result of less than 4 inches of

drainage per hour, stop work on these areas and obtain direction from Engineer.

3.2 EXCAVATION AND REMOVAL

A. Refer to Section Earth Moving.

B. Dispose of all excess materials legally off Owner’s property.

3.3 MIXING OF SOIL MIXES

A. Soil Mix Preparation: Examine soil and remove foreign materials, stones over ½ inch, and organic debris over 2 inches in length. Mix-in amendments as recommended by soil testing laboratory and as approved by the Engineer. All preparation and mixing shall be accomplished when the soil moisture content is less than field capacity. If lime is to be added, it shall be mixed with dry soil.

B. Adequate quantities of mixed planting soil materials shall be provided to attain, after compaction and natural settlement, all design finish grades.

C. Soil mixes shall be produced with equipment that blends together each component in a thorough and uniform manner.

D. Uniformly mix ingredients by windrowing/tilling on an approved hard surface area. Organic matter shall be maintained moist, not wet, during mixing.

Fifth Street Pedestrian Access Improvement Project

329113 - 9 SOIL PREPARATION

1. Test all soil components prior to mixing. After soil component tests have been accepted, planting soil may be mixed.

2. Amendments shall not be added unless approved to extent and quantity by the Engineer and additional tests have been conducted to verify type and quantity of amendment is acceptable.

3. Percentages of components, unless otherwise noted, will be established upon completion of individual test results for components of the various mixes.

E. After component percentages are determined by the Engineer, each planting soil mix shall be tested for physical and chemical analysis.

1. Retest mixed planting soil and adjust mix as necessary to meet project requirements.

3.4 COORDINATION AND EXCESS MATERIALS

A. Coordinate activities with other project contractors so that there is no soil disturbance from traffic or other construction activities subsequent to soil placement.

B. Excess Planting Soil Mixture and Materials: Remove the excess planting soil mixture and materials from the site at no additional cost to the Owner unless otherwise requested.

3.5 POST-INSTALLATION TESTING

A. In-place density testing is required in all areas. The standard test for surface and subsurface density shall be ASTM D-1556.

END OF SECTION 329113 

Fifth Street Pedestrian Access Improvement Project

329200 - 1 LAWNS

SECTION 329200 LAWNS

PART 1 - GENERAL

1.1 SUMMARY

A. This Section includes the following:

1. Seeding and mulching.

1.2 RELATED SECTIONS

A. Section “Site Clearing”

B. Section “Erosion & Sediment Control”

C. Section “Earthwork”

D. Section “Soil Preparation”

E. Section “Plants”

1.3 RELATED DOCUMENTS

A. Contract Drawings and general provisions of the Contract apply to this Section.

1.4 DEFINITIONS

A. Finish Grade: Elevation of finished surface of planting soil.

B. Manufactured Soil: Soil produced off-site by homogeneously blending mineral soils or sand with stabilized organic soil amendments to produce topsoil or planting soil.

C. Planting Soil: Native or imported topsoil, manufactured topsoil, or surface soil modified to become topsoil; mixed with soil amendments.

D. Subgrade: Surface or elevation of subsoil remaining after completing excavation, or top surface of a fill or backfill immediately beneath planting soil.

E. NYSDOT: New York State Department of Transportation.

1.5 SUBMITTALS

A. Product Data: For each type of product indicated.

B. Certification of Grass Seed: From seed vendor for each grass-seed monostand or mixture stating the botanical and common name and percentage by weight of each species and variety, and percentage of purity, germination, and weed seed. Include the year of production and date of packaging.

C. Product Certificates: For fertilizers, signed by product manufacturer.

329200 - 2 LAWNS

D. Material Test Reports: For imported topsoil.

E. Planting Schedule: Indicating anticipated planting dates for each type of planting.

F. Maintenance Instructions: Recommended procedures to be established by Owner for maintenance of lawns during a calendar year. Submit before expiration of required maintenance periods.

1.6 QUALITY ASSURANCE

A. Topsoil Analysis: Furnish soil analysis by a qualified soil-testing laboratory stating percentages of organic matter; gradation of sand, silt, and clay content; deleterious material; pH; and mineral and plant-nutrient content of topsoil.

1. Report suitability of topsoil for lawn growth. State recommended quantities of nitrogen, phosphorus, and potash nutrients and soil amendments to be added to produce satisfactory topsoil.

1.7 DELIVERY, STORAGE, AND HANDLING

A. Seed: Deliver seed in original sealed, labeled, and undamaged containers.

1.8 SCHEDULING

A. Planting Restrictions: Plant during one of the following periods.

1. Spring Planting: April to June

2. Fall Planting: September to October

B. Coordinate planting periods with maintenance periods to provide required maintenance from date of Substantial Completion.

C. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit.

1.9 LAWN MAINTENANCE

A. Begin maintenance immediately after each area is planted and continue until acceptable lawn is established, but for not less than the following periods:

1. Seeded Lawns: 60 days from date of Substantial Completion.

a. When full maintenance period has not elapsed before end of planting season, or if lawn is not fully established, continue maintenance during next planting season.

B. Maintain and establish lawn by watering, fertilizing, weeding, mowing, trimming, replanting, and other operations. Roll, regrade, and replant bare or eroded areas and remulch to produce a uniformly smooth lawn.

1. In areas where mulch has been disturbed by wind or maintenance operations, add new mulch. Anchor as required to prevent displacement.

C. Watering: Provide and maintain temporary piping, hoses, and lawn-watering equipment to convey water from sources and to keep lawn uniformly moist to a depth of 4 inches.

329200 - 3 LAWNS

1. Schedule watering to prevent wilting, puddling, erosion, and displacement of seed or mulch. Lay out temporary watering system to avoid walking over muddy or newly planted areas.

D. Mow lawn as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than 40 percent of grass height. Remove no more than 40 percent of grass-leaf growth in initial or subsequent mowings. Do not delay mowing until grass blades bend over and become matted. Do not mow when grass is wet. Schedule initial and subsequent mowings to maintain the following grass height:

1. Mow grass 1½ to 2 inches high.

E. Lawn Post Fertilization: Apply fertilizer after initial mowing and when grass is dry.

1. Use 10-0-4 fertilizer at 25 pounds per 1,000 square feet to lawn area.

PART 2 - PRODUCTS

2.1 SEED

A. Grass Seed: Fresh, clean, dry, new-crop seed complying with AOSA’s “Journal of Seed Technology; Rules for Testing Seeds” for purity and germination tolerances.

1. Disturbed Areas: Proportioned by weight as follows:

a. 55 percent Kentucky Bluegrass.

b. 20 percent Perennial Ryegrass.

c. 25 percent Red Fescue.

2. Waterways / Stream banks: Proportioned by weight as follows:

a. 45 percent Kentucky Bluegrass.

b. 36 percent Creeping Red Fescue.

c. 18 percent Perennial Ryegrass.

2.2 TOPSOIL

A. See Section 329113.

2.3 INORGANIC SOIL AMENDMENTS

A. See Section 329113.

2.4 ORGANIC SOIL AMENDMENTS

A. See Section 319113.

329200 - 4 LAWNS

2.5 FERTILIZER

A. Commercial Fertilizer: Commercial-grade complete fertilizer of neutral character, consisting of fast- and slow-release nitrogen, 50 percent derived from natural organic sources of urea formaldehyde, phosphorous, and potassium in the following composition:

1. Composition: Use 10-0-4 fertilizer at 25 pounds per 1,000 square feet to lawn area.

2.6 MULCHES

A. Straw Mulch: Provide air-dry, clean, mildew- and seed-free, salt hay or threshed straw of wheat, rye, oats, or barley.

B. Fiber Mulch: Biodegradable, dyed-wood, cellulose-fiber mulch; nontoxic; free of plant-growth or germination inhibitors; with maximum moisture content of 15 percent and a pH range of 4.5 to 6.5.

C. Nonasphaltic Tackifier: Colloidal tackifier recommended by fiber-mulch manufacturer for slurry application; nontoxic and free of plant-growth or germination inhibitors.

2.7 EROSION-CONTROL MATERIALS

A. Erosion-Control Blankets: Biodegradable wood excelsior, straw, or coconut-fiber mat enclosed in a photodegradable plastic mesh. Include manufacturer's recommended steel wire staples, 6 inches long.

B. Erosion-Control Fiber Mesh: Biodegradable twisted jute or spun-coir mesh, a minimum of 0.92 pounds per square yard, with 50 to 65 percent open area. Include manufacturer’s recommended steel wire staples, 6 inches long.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine areas to receive lawns and grass for compliance with requirements and other conditions affecting performance. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2 PREPARATION

A. Protect structures, utilities, sidewalks, pavements, and other facilities, trees, shrubs, and plantings from damage caused by planting operations.

1. Protect adjacent and adjoining areas from hydroseeding overspray.

B. Provide erosion-control measures to prevent erosion or displacement of soils and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways.

3.3 LAWN PREPARATION

A. Limit lawn subgrade preparation to areas to be planted.

329200 - 5 LAWNS

B. Newly Graded Subgrades: Loosen subgrade to a minimum depth of 4 inches. Remove stones larger than 1½ inches in any dimension and sticks, roots, rubbish and other extraneous matter, and legally dispose of them off Owner’s property.

1. Apply fertilizer directly to subgrade before loosening.

2. Spread top soil to a depth of 3 inches but not less than required to meet finish grades after light rolling and natural settlement. Do not spread if top soil or subgrade is frozen, muddy, or excessively wet.

C. Unchanged Subgrades: For lawns planted in areas unaltered or undisturbed by excavating, grading, or surface soil stripping operations, prepare surface soil as follows:

1. Remove existing grass, vegetation, and turf. Do not mix into surface soil.

2. Loosen surface soil to a depth of at least 6 inches. Apply soil amendments and fertilizers and mix thoroughly into top 4 inches of soil. Till soil to a homogeneous mixture of fine texture.

3. Remove stones larger than 1½ inches in any dimension and sticks, roots, trash and other extraneous matter.

4. Legally dispose of waste material, including grass, vegetation and turf off Owner’s property.

D. Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose, uniformly fine texture. Grade to within plus or minus ½-inch of finish elevation. Roll and rake, remove ridges, and fill depressions to meet finish grades. Limit fine grading to areas that can be planted in the immediate future.

E. Moisten prepared lawn areas before planting if soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil.

F. Restore areas if eroded or otherwise disturbed after finish grading and before planting.

3.4 SEEDING

A. Sow seed with spreader or seeding machine. Do not broadcast or drop seed when wind velocity exceeds 5 miles per hour. Evenly distribute seed by sowing equal quantities in two directions at right angles to each other.

1. Do not use wet seed or seed that is moldy or otherwise damaged.

B. Sow seed at the rate of:

1. Disturbed Areas: 3 to 4 pounds per 1,000 square feet.

2. Waterways / Stream bank: 1.3 pounds per 1,000 square feet.

C. Rake seed lightly into top 1/8 inch of topsoil, roll lightly, and water with fine spray.

D. Protect seeded areas with slopes exceeding 1:6 with erosion-control fiber mesh and 1:4 with erosion-control blankets installed and stapled according to manufacturer’s written instructions.

329200 - 6 LAWNS

3.5 HYDROSEEDING

A. Hydroseeding: Mix specified seed, fertilizer, and fiber mulch in water, using equipment specifically designed for hydroseed application. Continue mixing until uniformly blended into homogeneous slurry suitable for hydraulic application.

1. Mix slurry with nonasphaltic tackifier.

2. Apply slurry uniformly to all areas to be seeded in a one-step process. Apply mulch at a minimum rate of 1,500 pounds per acre dry weight, but not less than the rate required to obtain specified seed-sowing rate.

3.6 LAWN RENOVATION

A. Renovate existing lawn damaged by Contractor’s operations, such as storage of materials or equipment and movement of vehicles.

1. Reestablish lawn where settlement or washouts occur or where minor regrading is required.

B. Remove sod and vegetation from diseased or unsatisfactory lawn areas; do not bury in soil.

C. Remove topsoil containing foreign materials resulting from Contractor’s operations, including oil drippings, fuel spills, stone, gravel, and other construction materials, and replace with new topsoil.

D. Mow, dethatch, core aerate, and rake existing lawn.

E. Remove weeds before seeding. Where weeds are extensive, apply selective herbicides as required. Do not use pre-emergence herbicides.

F. Remove waste and foreign materials, including weeds, soil cores, grass, vegetation, and turf, and legally dispose of them off Owner’s property.

G. Till stripped, bare, and compacted areas thoroughly to a soil depth of 6 inches.

H. Apply soil amendments and initial fertilizers required for establishing new lawns and mix thoroughly into top 4 inches of existing soil. Provide new planting soil to fill low spots and meet finish grades.

I. Apply seed and protect with straw mulch as required for new lawns.

J. Water newly planted areas and keep moist until new lawn is established.

3.7 SATISFACTORY LAWNS

A. Satisfactory Seeded Lawn: At end of maintenance period, a healthy, uniform, close stand of grass has been established, free of weeds and surface irregularities, with coverage exceeding 90 percent over any 10 square feet and bare spots not exceeding 5 by 5 inches.

B. Reestablish lawns that do not comply with requirements and continue maintenance until lawns are satisfactory.

3.8 CLEANUP AND PROTECTION

A. Promptly remove soil and debris created by lawn work from paved areas. Clean wheels of vehicles before leaving site to avoid tracking soil onto roads or other paved areas.

329200 - 7 LAWNS

B. Erect barricades and warning signs as required to protect newly planted areas from traffic. Maintain barricades throughout maintenance period and remove after lawn is established.

C. Remove erosion-control measures after grass establishment period.

END OF SECTION 329200

Fifth Street Pedestrian Access Improvement Project

334000 – 1 STORM SEWER

SECTION 334000 STORM SEWER

PART 1 GENERAL

1.1 SUMMARY

A. This section includes outdoor storm drainage systems.

1.2 RELATED SECTIONS

A. Section “Earth Moving”

1.3 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract apply to this Section.

1.4 DEFINITIONS

A. HDPE: High density polyethylene plastic.

1.5 SUBMITTALS

A. Product Data: For the following:

1. Storm sewer pipe

2. Shop Drawings: Include plans, elevations, details, and attachments for the following:

a. Precast concrete manholes and other structures b. Frames, covers, grates and other castings.

1.6 QUALITY ASSURANCE

A. Conduct conference at project site prior to beginning storm drainage installation.

1.7 DELIVERY, STORAGE, AND HANDLING

A. Do not store plastic structures, pipe, and fittings in direct sunlight.

B. Protect pipe, pipe fittings, and seals from dirt and damage.

C. Handle precast concrete structures and other structures according to manufacturer’s written rigging instructions.

1.8 PROJECT CONDITIONS

A. Site Information: Perform site survey, research public utility records, and verify existing utility locations.

B. Locate existing structures and piping to be closed and abandoned.

Fifth Street Pedestrian Access Improvement Project

334000 – 2 STORM SEWER

C. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated:

1. Notify Engineer not less than two days in advance of proposed utility interruptions.

PART 2 PRODUCTS

2.1 PIPING MATERIALS

A. Refer to Part 3 “Piping Applications” for applications of pipe and fitting materials.

2.2 PIPES AND FITTINGS

A. Corrugated HDPE Pipe and Fittings: Meeting the requirements of AASHTO M 294, Type S.

1. Soil-tight Couplings: AASHTO M 294, corrugated, matching pipe and fittings to form soil-tight joints.

2. Smooth walled interior.

2.3 CATCH BASINS

A. Normal-Traffic Rated Precast Concrete Catch Basins: ASTM C 478, precast, reinforced concrete, of depth indicated, with provision for rubber gasketed joints.

1. Size:

a. Square:

1) 24-inch by 24-inch minimum (inside to inside). Used for 12-inch diameter pipe connections or smaller.

2) 48-inch by 48-inch minimum (inside to inside). Used for 36-inch diameter connections or smaller.

2. Ballast: Increase thickness of precast concrete sections or add concrete to base section, as required to prevent flotation.

3. Base Section: 5-inch minimum thickness for floor slab and 5-inch minimum thickness for walls and base riser section, and having separate base slab or base section with integral floor.

4. Riser Sections: 5-inch minimum thickness, and lengths to provide depth indicated.

5. Top Section: Flat-slab type.

6. Gaskets: ASTM C 443, rubber.

7. Grade Rings: Include two or three reinforced-concrete rings, of 6 to 9-inch total thickness, that match 24-inch diameter frame and grate.

8. Steps: ASTM C 478, individual steps cast into structure. Omit steps for catch basins less than 48 inches deep.

Fifth Street Pedestrian Access Improvement Project

334000 – 3 STORM SEWER

9. Pipe Connectors: ASTM C 923, resilient, of size required, for each pipe connecting to base section.

2.4 FRAMES AND GRATES:

A. ASTM A 536, Grade 60-40-18, ductile iron designed for heavy-duty service. Include flat grate with small square or short-slotted drainage openings.

1. Size: 24 by 24 inches minimum, unless otherwise indicated.

2. Grate Free Area: Approximately 50 percent, unless otherwise indicated.

B. ASTM A 536, Grade 60-40-18, ductile iron designed for heavy-duty service. Include 24-inch ID by 3 to 9-inch riser with 4-inch minimum width flange, and 26-inch diameter flat grate with small square or short-slotted drainage openings.

1. Size: 24 by 24 inches minimum, unless otherwise indicated.

2. Grate Free Area: Approximately 50 percent, unless otherwise indicated.

2.5 PROTECTIVE COATINGS

A. Description: One or two-coat, coal-tar epoxy; 15-mil minimum thickness, unless otherwise indicated; factory or field applied to the following surfaces:

1. Junction Boxes: On exterior surface.

2. Catch Basins: On exterior surface.

2.6 PIPE OUTLETS

A. Outlet Protection:

1. Refer to Contract Drawings for locations and details.

2. Provide:

a. Stainless Steel End Sections.

b. Stone Fill: Per detail on Contract Drawings.

c. Geotextile: Mirafi 500X Woven Geotextile.

PART 3 EXECUTION

3.1 PREPARATION/EXECUTION

A. All excavation work shall be in conformance with the specifications detailed in OSHA’s Standards and Interpretations, Subpart P: Section 1926.650 through 1926.652.

3.2 EARTHWORK

A. Excavating, trenching, and backfilling are specified in Section Earthwork.

3.3 PIPING APPLICATIONS

Fifth Street Pedestrian Access Improvement Project

334000 – 4 STORM SEWER

A. General: Include watertight joints, unless otherwise indicated.

B. Refer to Part 2 of this Section for detailed specifications for pipe and fitting products listed below. Use pipe, fittings, and joining methods according to applications indicated.

C. Gravity-Flow Piping: Use the following:

1. Corrugated HDPE pipe and fittings with smooth wall interior; soil-tight couplings; and coupled joints.

3.4 INSTALLATION, GENERAL

A. General Locations and Arrangements: Drawing plans and details indicate general location and arrangement of underground storm drainage piping. Location and arrangement of piping layout take design considerations into account. Install piping as indicated, to extent practical.

B. Install piping beginning at low point, true to grades and alignment indicated with unbroken continuity of invert. Place bell ends of piping facing upstream. Install gaskets, seals, sleeves, and couplings according to manufacturer's written instructions for use of lubricants, cements, and other installation requirements. Maintain swab or drag in line, and pull past each joint as it is completed.

C. Use junction boxes for changes in direction, unless fittings are indicated. Use fittings for branch connections, unless direct tap into existing sewer is indicated.

D. Use proper size increasers, reducers, and couplings where different sizes or materials of pipes and fittings are connected. Reducing size of piping in direction of flow is prohibited.

3.5 PIPE JOINT CONSTRUCTION AND INSTALLATION

A. General: Join and install pipe and fittings according to installations indicated.

B. HDPE Pipe and Fittings: As follows:

C. Join pipe, tubing, and fittings with couplings for soil-tight joints according to manufacturer's written instructions.

D. Install according to ASTM D 2321 and manufacturer’s written instructions.

E. Install corrugated piping according to the Corrugated Polyethylene Pipe Association’s “Recommended Installation Practices for Corrugated Polyethylene Pipe and Fittings.”

3.6 CATCH BASIN INSTALLATION

A. Install catch basin to size and shape indicated, complete with appurtenances and accessories as indicated.

B. Set frames and grates to elevations indicated.

3.7 INLET AND OUTLET PROTECTION INSTALLATION

A. Construct pipe outlet protection, as indicated.

3.8 FIELD QUALITY CONTROL

Fifth Street Pedestrian Access Improvement Project

334000 – 5 STORM SEWER

A. Clear interior of piping and structures of dirt and superfluous material as work progresses. Maintain swab or drag in piping, and pull past each joint as it is completed.

B. In large, accessible piping, brushes and brooms may be used for cleaning.

C. Place plug in end of incomplete piping at end of day and when work stops.

D. Inspect interior of piping to determine whether line displacement or other damage has occurred. Inspect after approximately 24 inches of backfill is in place, and again at completion of Project.

E. Submit separate reports for each system inspection.

F. Defects requiring correction include the following:

1. Alignment: Less than full diameter of inside of pipe is visible between structures.

2. Deflection: Flexible piping with deflection that prevents passage of ball or cylinder of size not less than 92.5 percent of piping diameter.

3. Crushed, broken, cracked, or otherwise damaged piping.

4. Infiltration: Water leakage into piping.

5. Exfiltration: Water leakage from or around piping.

G. Replace defective piping using new materials, and repeat inspections until defects are within allowances specified. Re-inspect and repeat procedure until results are satisfactory.

H. Inspect new piping systems for leaks and defects.

1. Do not enclose, cover, or put into service before inspection and approval.

2. Test completed piping systems according to authorities having jurisdiction.

3. Schedule tests and inspections by authorities having jurisdiction with at least 24 hours advance notice.

4. Leaks and loss in test pressure constitute defects that must be repaired.

5. Replace leaking piping using new materials, and repeat testing until leakage is within allowances specified.

END OF SECTION 334000