ESU ADDENDUM No April 2014 Page 1 of 3

Size: px
Start display at page:

Download "ESU ADDENDUM No April 2014 Page 1 of 3"

Transcription

1 EAST STROUDSBURG UNIVERSITY OF PENNSYLVANIA STATE SYSTEM OF HIGHER EDUCATION ADDENDUM NUMBER 1 for Project No. ESU Replace Roof, Kemp Library Addendum Issue Date April 3, 2014 Bid Opening Date and Time: The bid opening date and time is unchanged and remains April 23, 2014 at 2:00 PM at Rosenkrans West, Room 218, 124 University Circle, East Stroudsburg University, East Stroudsburg PA The purpose of this Addendum is to make changes to the Project Manual for the project referenced above. Bidders must acknowledge receipt of any and all Addenda in the space provided on the Bid Form. Failure to do so may result in rejection of the Bid. All requirements of the Project Manual remain unchanged except as cited below. 1.0 Changes to Project Manual Item Section Description 1.1 TABLE OF CONTENTS Add Specification Section Selective Demolition BID FORM Delete Section BID FORM pages 1-20 Insert Section BID FORM pages 1-11 (April 3, 2014) 1.3 CONTRACT CONDITIONS Add Prevailing Wages Project Rates, Pages 1-15 (March 20, 2014 Refer to the attachment issued via this Addendum dated April 3, TECHNICAL SPECIFICATION Delete Section Summary of Work Pages 1 10 Insert Section Summary of Work Pages 1 9 (April 3, 2014) 1.5- TECHNICAL SPECIFICATION Insert Section Selective Demolition Pages 1 9 (April 3, 2014) 1.6 TECHNICAL SPECIFICATION Preparation For Roofing Delete Section Preparation For Roofing Insert Section Preparation For Roofing Pages 1 4 (April 3, 2014) 2.0 REVISIONS TO DRAWINGS Item Section Description NONE 3.0 RESPONSES TO QUESTIONS Q1: Is the project to be scheduled for nighttime work? ESU ADDENDUM No April 2014 Page 1 of 3

2 A1: No the project is to be scheduled for standard daytime shift. See Specification Section A for Working Hours Q2: When is the project scheduled to be completed? A2: See Specification Section, Notice to Contractors, provides duration for Contract Approval and Specification 01010, 3.1 Work Sequence, provides duration of project after Notice to Proceed. Q3: Will Kemp Library be occupied during construction if yes what are the hours of operation of Kemp Library? A3: Yes. Kemp Library will be occupied during construction. The hours of operation are: Spring semester: 7:30 Midnight Monday thru Thursday; Friday 7:30 AM 6 PM; Saturday 10 AM 6 PM; Sunday 10 AM Midnight Kemp Library is open 24 hours for the last 2 weeks of each semester. For this Spring semester, we begin 24/hr service at 7:30 AM on Sunday 4/27 and end at 6 PM on Friday 5/9. During the 1 week break between Spring and Summer semesters (May 10 May 17), we are open from 9AM 4PM. Summer Semester resumes 5/18: Monday thru Thursday from 7:30 AM to Midnight Friday from 7:30 6 PM; Saturday 10 AM 6 PM; Sunday 10 AM 10 PM. Exceptions: Memorial Day weekend-closed (5/24, 25, 26) July 4 - Closed Break between Summer and Fall (August 9 thru August 23) Monday thru Friday 9 AM 4 PM August 24/25 Resume fall semester hours (The same as Spring above) Exceptions: Sept. 1 Labor Day Weekend-Closed Any holiday that the University is closed, we are closed Last two weeks of Fall semester 24 hrs (Sunday 11/30 Friday 12/12) When the semester is over, we open 7:30 AM to 4 PM Monday thru Friday (beginning Saturday 12/13 until we come back from the Christmas break) Q4: Will classes be in session? A4: Yes the building is used by students, faculty, staff and local community. Q5: What is the construction depth of the existing roof insulation? A5: Several cores were taken see photos below. The insulation appears to be about 3 to 4 inches in depth. Sections of the insulation may vary from the photos. The Contractor is responsible for complete removal of all insulation down to the metal deck. ESU ADDENDUM No April 2014 Page 2 of 3

3 Q6: Has the roofing system been tested for any hazardous materials? A6: No. Q7: Is there a copy of the Pre-Bid Conference Hand Out Sheet and a list of attendees at the Pre-Bid Conference? A7: Yes see attached Pre-Bid Conference Hand Out Sheet and Attendance Sheet ESU Pre-Bid Conference Date 25 March 2014 at 10:00AM Q8: Is the Bid Due Date and Time changed? A8: No Q9: Is there information locating underground utilities on this site? A9: See attached drawings: E-1 SitePln Hvac-1 SitePln P-1SitePln&Dtls SiteDrainageSketch 4.0 ATTACHMENTS Bid Form pages 1-11 (March 26, 2014) Prevailing Wages Project Rates, Pages 1-15 (March 20, 2014) Section Summary of Work Pages 1 9 (April 3, 2014) Section Selective Demolition Pages 1 9 (April 3, 2014) Section Preparation For Roofing Pages 1 4 (April 3, 2014) Pre-Bid Conference Meeting Minutes, Hand Out Sheet and Pre-Bid Attendance Sheet E-1 SitePln Hvac-1 SitePln P-1SitePln&Dtls SiteDrainageSketch END OF ADDENDUM NO ESU ADDENDUM No April 2014 Page 3 of 3

4 STATE SYSTEM OF HIGHER EDUCATION East Stroudsburg University of Pennsylvania East Stroudsburg, Pennsylvania (Do not write in space below) DATE: Bid Opening Witnesses: PROPOSAL for Contract No. ESU Project Title: Kemp Library Roof Replacement Bidder s Name: Address: Federal Identification #: Telephone Number: To: East Stroudsburg University of Pennsylvania of State System of Higher Education Ladies and Gentlemen: In conformity with the plans and specifications, on file at the System University, and the other Contract Documents including Instruction to Bidders, Standard Form of Agreement, Contract Bond (if required) and the General Provisions of the Contract, which are made a part hereof, as if fully set forth herein, the Proposal Form, Special Requirements, General Requirements and any Addenda issued changing any part of the Contract Documents, the undersigned submits this Proposal. If required, the undersigned encloses herein as a proposal guaranty, a certified check or bank cashier's check, drawn to the order of the System University, or a Bid Bond on the form furnished by the System, indemnifying the System in an amount not less than 5% which, it is understood, will be forfeited if this Proposal or any part thereof is accepted by the System and the undersigned shall fail to furnish approved Contract Bond (if required) and execute the Contract within the time stated in the Instruction to Bidders; otherwise said check or Bid Bond shall be returned. All checks or Bid Bonds not forfeited under the terms of bidding, except for the two lowest responsive, responsible bidders, shall be returned before the 30th day after request is made by the Bidder. The guaranty of the two lowest responsive, responsible bidders, except where forfeiture of security is required, shall be returned upon execution of the Contract Bonds by the lowest responsive, responsible bidder. In the event the Contract is not awarded by the System, the guaranty of the two lowest bidders will be returned on or about sixty (60) days after the date of the bid opening unless an extension is granted by them. It is proposed to furnish and deliver all materials, water, tools, equipment, light, power, tests and transportation; secure all permits and licenses; to do and perform all labor, superintendence and all means of construction; pay all fees and do all incidental work; and to execute, construct and finish in an expeditious, substantial and workmanlike manner, the project in accordance with the plans and specifications, to the satisfaction and acceptance of the System University for the price hereinafter stated. ESU Kemp Library Roof Replacement Contract Procurement Manual Bid Form February 2002 Page 1 of 11 ESU Addendum 1 April 1, 2014

5 It is understood that the System University reserves the right to reject any or all proposals, or any part thereof, or items therein, and to waive technicalities required for the best interest of the State System of Higher Education. It is further understood that competency and responsibility of bidders will receive consideration before the award of the contract. This proposal is submitted with the understanding that the Contract shall be completed on or before 120 calendar days from the date of Notice to Proceed, and that time of completion of the work shall be considered as of the essence of this Contract. Extension of time beyond the abovestipulated date shall be agreed to in writing. A detailed breakdown sheet of the work and the contract price of the work involved will be submitted to the System University promptly after the execution of the contract. The Contractor shall use the Schedule of Values form provided by the System. The insurance policy to cover fire and extended coverage shall be submitted for the contract price, less uninsurable items such as excavation, roads or walks. If the insurance submitted is less than the Contract price, the Contractor must submit a letter justifying the insurance coverage. The System University reserves the right to designate the proper coverage amount. [The remainder of this page deliberately left blank.] Contract Procurement Manual Bid Form February 2002 Page 10 2 of 11

6 The base bid and unit prices (if required) as called for, are submitted in the spaces provided below. An omission of prices requested in the Proposal will be sufficient cause for rejection of your bid as being incomplete, and non-responsive. BASE BIDS BASE BID NO. 1 All work complete as shown on the drawings and described in the specifications, for the Lump Sum Price of: Dollars $ (WRITTEN) (FIGURES) BASE BID NO. 2 All the work indicated in Base Bid No. 1, except replace the specified R-30 Roof Assembly with an R-20 Roof Assembly. Dollars $ (WRITTEN) (FIGURES) TO BE FILLED IN IF ADDENDA ARE ISSUED: The bidder acknowledges receipt of the addenda hereinafter enumerated which have been issued during the period of bidding and agrees that said addenda shall become a part of this contract. The bidder shall list below the numbers and issuing dates of the addenda received: Addenda No. Issuing Date Bidder - Insert Firm Name Address Phone No. Fax No. Contract Procurement Manual Bid Form February 2002 Page 3 of 11 ESU Addendum 1 April 1, 2014

7 PROPOSAL SIGNATURE PAGE When the Bidder is an Individual: (Signature) (Witness)... (Date) When the Bidder is a Partnership: (Partnership Name) (Signature Partner) (Signature Partner)... (Witness)... Date When the Bidder is a Corporation: (Corporate Name) (Signature of President or Vice President) (CORPORATE SEAL) Date ATTEST: (Signature Secretary or Treasurer) Contract Procurement Manual Bid Form February 2002 Page 10 4 of 11

8 STATE SYSTEM OF HIGHER EDUCATION CONTRACT COMPLIANCE REQUIREMENTS Contractor (Include Trade Name) Contract No. If given Phase, Part Business Address: Project Location: Telephone Number(s): Nature of Business: Type of Ownership: Corporation Partnership Sole Proprietor Identity of Union(s) with whom the Contractor has an agreement: Local # Name Address Telephone Number The Contractor is operating under: Philadelphia Plan Pittsburgh Plan *Attach a copy Any other decree, order or conciliation agreement None of those mentioned Contract Procurement Manual Bid Form February 2002 Page 5 of 11 ESU Addendum 1 April 1, 2014

9 STATE SYSTEM OF HIGHER EDUCATION CONTRACT COMPLIANCE REQUIREMENTS Contractor's Name: Contract No. Contractor's Equal Employment Opportunity Officer: Contract Location: 1. The Contractor agrees to send a signed statement of the Contractors Notice of the Nondiscrimination Clause to all subcontractors, suppliers, vendors, and labor organizations, as required. 2. The undersigned, in person or by duly authorized representative, hereby certifies that the Contractor shall comply with the provisions of 22 Pennsylvania Code Chapter 509 and all statutes and regulation regarding equal opportunity employment and agrees that the following steps will be taken to assure equal opportunity in employment: a. Require that all advertisements for personnel contain the notation An Equal Opportunity Employer A and that all advertisements be inserted in newspapers having a large general circulation, or other media reaching a large portion of the population in the area and among minority groups. b. Use direct and systematic recruitment of personnel through the applicable public (PA Job Service) and private employee referral sources likely to yield qualified minority group applicants, including but not limited to schools, colleges and minority group organizations. c. Encourage minority group applicants through referral by current employees. 3. It is further hereby agreed as part of this application that, in order to assure nondiscriminatory hiring, the following steps shall be taken: a. All members of Contractor s staff authorized to hire and discharge or to recommend such actions are fully cognizant of the Contractor s Equal Employment Policy commitments as required by the nondiscrimination clause of this contract. b. Cooperation will be actively sought with unions, where applicable, to develop programs to assure qualified minority group persons of equal opportunity for employment and training. 4. It is further hereby agreed, that the Contractor will make use of apprenticeship and/or other training programs by: a. Assisting minority group members to enter pre-apprenticeship training programs; and/or, b. Actively assisting minority group employees to increase skills to be eligible for upgrading, and/or, c. Actively participating in programs for fair and equal consideration of all applicants, such programs having been approved by the Bureau of Apprenticeship and Training of the U. S. Department of Labor, and/or the Pennsylvania Apprenticeship and Training Council, where applicable. 5. It is also agreed that when bids are being solicited, the Contractor shall actively solicit bids from minority subcontractors and suppliers. 6. It is further agreed that effort will be made to obtain qualified minority group representation in all classes of employment on the job and in phases of work. 7. It is further agreed that the Contractor will submit a progress report (STD-21) on a monthly basis for the life of the project that demonstrates implementation of the agreed to provisions of the Contract Compliance Regulations. 8. It is further agreed that during the term of the contract, the Contractor shall agree to the following: Contract Procurement Manual Bid Form February 2002 Page 10 6 of 11

10 NONDISCRIMINATION/SEXUAL HARASSMENT a. In the hiring of any employees for the manufacture of supplies, performance of work, or any other activity required under the Agreement or any subcontract, the Contractor, subcontractor, or any person acting or behalf of the Contractor or subcontractor shall not by reason of gender, race, religious creed, or color, discriminate against any citizen of this Commonwealth who is qualified and available to perform the work to which the employment relates. b. Neither the Contractor nor any subcontractor nor any person on their behalf shall in any manner discriminate against or intimidate any employee involved in the manufacture of supplies, the performance of work, or any other activity required under the Agreement on account of gender, race, religious creed, or color. c. The Contractor and subcontractors shall establish and maintain a written sexual harassment policy and shall inform its employees of the policy. d. The Contractor and each subcontractor shall furnish all necessary employment documents and records to and permit access to its books, records, and accounts by the Contracting Officer and the Department of General Services Bureau of Minority and Women Business Opportunities for purposes of investigation to ascertain compliance with the provisions of this Nondiscrimination/Sexual Harassment clause. If the Contractor or any subcontractor does not possess documents or records reflecting the necessary information requested, it shall furnish such information on reporting forms supplied by the Contracting Officer or the Bureau of Minority and Women Business Opportunities. e. The Contractor shall include the provisions of this Nondiscrimination/Sexual Harassment clause in every subcontract so that such provisions will be binding upon each subcontractor. f. The System may cancel or terminate the Agreement, and all money due or to become due under the Agreement may be forfeited for a violation of the terms and conditions of this Nondiscrimination/Sexual Harassment clause. Dated at this day of, 20. (Name of Contractor)... (Signature)... (Title of Person Signing) BY: COUNTY OF SS: COMMONWEALTH OF being duly sworn, deposes and says that he is of and acknowledges that he executed the foregoing statement for the purpose herein contained. My commission expires: Sworn to before me this day of, 20 (Notary Public) Contract Procurement Manual Bid Form February 2002 Page 7 of 11 ESU Addendum 1 April 1, 2014

11 STATE SYSTEM OF HIGHER EDUCATION BUSINESS CERTIFICATION FORM A. TYPE OF BUSINESS 1. CORPORATION The is a corporation organized and existing under the laws of and has (has not) been granted certificate of authority to do business in Pennsylvania as required by the Business Corporation Law, approved May 5, 1933, P.L. 364, as amended. 2. INDIVIDUAL, PARTNERSHIP OR OTHER (Circle One) (not a corporation, doing business under a name other than your own) The is an individual or partnership trading under a fictitious or assumed name and has (has not) registered under the Fictitious Name Act of Pennsylvania; namely, the Act of May 24, 1945, P.L B. RESIDENCY 1. Does your firm have a bona fide establishment in Pennsylvania at which it was transacting business when the Notice to Contractors for this project was issued? If "No", proceed to 2 below. If "Yes", insert address below. (please supply street address in lieu of a post office box) 2. If bidder does not have a bona fide establishment in Pennsylvania, please insert the address of the office at which this bid was prepared. Contract Procurement Manual Bid Form February 2002 Page 10 8 of 11

12 BUSINESS CERTIFICATION FORM C. I stated that (name of bidder) understands and acknowledges that the above representations are material and important, and will be relied on by the State System of Higher Education in awarding the contract(s) for which this bid is submitted. I understand, and my firm understands, that any misstatement shall be treated as fraudulent concealment from the State System of Higher Education of the true facts relating to the submission of this bid. signature signatory's printed name title Sworn to and subscribed before me this day of, 20. notary public My commission expires: FAILURE TO PROVIDE THE INFORMATION REQUESTED OR TO SIGN THE ABOVE CERTIFICATION MAY RESULT IN THE REJECTION OF THIS BID. Contract Procurement Manual Bid Form February 2002 Page 9 of 11 ESU Addendum 1 April 1, 2014

13 STATE SYSTEM OF HIGHER EDUCATION BID BOND Bid bond must be submitted on this form. All blanks must be completed. Bond # Amount $ KNOW ALL MEN BY THESE PRESENTS, that we, (STREET ADDRESS REQUIRED) (Hereinafter called the "Principal") as Principal and (STREET ADDRESS REQUIRED) a corporation duly organized under the laws of the State of (Hereinafter called the "Surety") as Surety, are held and firmly bound unto the State System of Higher Education, Pennsylvania (hereinafter called the "Obligee"), in the sum of, $ dollars for the payment of which sum, well and truly to be made, we, the said Principal, and the said Surety, bind ourselves, our heirs, our administrators, successors, and assigns, jointly and severally firmly by these presents. Sealed with our seals and dated this day of A.D. Two thousand and WHEREAS the Principal has submitted a bid upon contract #: -. for Construction. NOW, THEREFORE, the conditions of these obligations are such that if the Principal shall not withdraw its bid prior to the expiration of the award period after the opening of the bids; and shall comply with all requirements set forth in the "Proposal" and the "Instructions to Bidders"; and if the said contract be awarded to the Principal and the Principal shall, within such time as may be specified, enter into the contract in writing, and give bond, with Surety acceptable to the Obligee, covering the faithful performance of the said contract, payment of claims for labor, material, and equipment rental, comply with the warranty provisions, and the remedy of defective workmanship or material for one year after the date of completion, all of which shall be supplied on the forms as specified by said Obligee; or if the Principal shall fail to do so, pay to the Obligee the lesser of the following amounts: 1) the amount of this bond as herein above set forth, or 2) the difference between the amount specified in the Principal's bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid including the administrative cost to effect such contract, then this obligation shall be void; otherwise to remain in full force and effect. Contract Procurement Manual Bid Form February 2002 Page 10 of 11

14 WITNESS (OR ATTEST IF A CORPORATION) PRINCIPAL (title of signatory) (CORPORATE SEAL) SURETY (SURETY SEAL) (title of signatory) INSTRUCTIONS ON BID BOND If the bid bond is submitted, it must be submitted upon this form. If the business is a corporation, the president or vice president and the secretary or treasurer of the corporation must sign; if a partnership, the partners should sign; if an individual, the individual should sign. The surety must attach to the bid bond a power-of-attorney must be dated to match the date of the bid bond, and showing that the person signing the bid bond for the surety has current authority to do so. Contract Procurement Manual Bid Form February 2002 Page 11 of 11 ESU Addendum 1 April 1, 2014

15 PREVAILING WAGES PROJECT RATES Project Name: East Stroudsburg University, Kemp Library Roof Replaceemnt Awarding Agency: East Stroudsburg University Contract Award Date: 4/23/2014 Serial Number: Project Classification: Building Determination Date: 3/18/2014 Assigned Field Office: Scranton Field Office Phone Number: Toll Free Phone Number: Monroe County Building Asbestos & Insulation Workers Asbestos & Insulation Workers Asbestos & Insulation Workers Boilermaker (Commercial, Institutional, and Minor Repair Work) Boilermaker (Commercial, Institutional, and Minor Repair Work) Boilermaker (Commercial, Institutional, and Minor Repair Work) Boilermaker (Commercial, Institutional, and Minor Repair Work) Boilermaker (Commercial, Institutional, and Minor Repair Work) Boilermakers Boilermakers Boilermakers Boilermakers Boilermakers Bricklayers, Stone Masons, Pointers, Caulkers, Cleaners Bricklayers, Stone Masons, Pointers, Caulkers, Cleaners Bricklayers, Stone Masons, Pointers, Caulkers, Cleaners Effective Date Expiration Date Hourly Rate Fringe Benefits Total 7/1/2011 $32.28 $15.32 $ /1/2012 $32.48 $16.52 $ /1/2013 $32.48 $17.52 $ /1/2010 $23.59 $15.15 $ /1/2011 $24.22 $16.02 $ /1/2012 $24.84 $16.90 $ /1/2013 $25.53 $17.51 $ /1/2014 $25.79 $17.95 $ /1/2011 $37.35 $28.12 $ /1/2012 $37.62 $29.85 $ /1/2013 $38.69 $31.13 $ /1/2013 $38.54 $31.43 $ /1/2014 $39.06 $32.81 $ /2/2011 $30.28 $15.77 $ /29/2012 $30.58 $16.02 $ /28/2013 $31.01 $16.29 $47.30 Page 1 of 15 03/20/2014

16 PREVAILING WAGES PROJECT RATES Building Bricklayers, Stone Masons, Pointers, Caulkers, Cleaners Bricklayers, Stone Masons, Pointers, Caulkers, Cleaners Bricklayers, Stone Masons, Pointers, Caulkers, Cleaners Carpenters, Drywall Hangers, Framers, Instrument Men, Lathers, Soft Floor Layers Carpenters, Drywall Hangers, Framers, Instrument Men, Lathers, Soft Floor Layers Carpenters, Drywall Hangers, Framers, Instrument Men, Lathers, Soft Floor Layers Carpenters, Drywall Hangers, Framers, Instrument Men, Lathers, Soft Floor Layers Carpenters, Drywall Hangers, Framers, Instrument Men, Lathers, Soft Floor Layers Carpenters, Drywall Hangers, Framers, Instrument Men, Lathers, Soft Floor Layers Cement Finishers Cement Finishers Cement Finishers Cement Finishers Cement Finishers Cement Finishers Dockbuilder, Pile Drivers Dockbuilder, Pile Drivers Dockbuilder, Pile Drivers Dockbuilder, Pile Drivers Drywall Finisher Drywall Finisher Drywall Finisher Drywall Finisher Drywall Finisher Drywall Finisher Electric Lineman Effective Date Expiration Date Hourly Rate Fringe Benefits Total 5/4/2014 $31.54 $16.56 $ /3/2015 $32.12 $16.83 $ /1/2016 $32.74 $17.11 $ /1/2009 $25.90 $10.34 $ /1/2010 $26.92 $10.84 $ /23/2011 $26.26 $12.25 $ /1/2011 $26.76 $12.25 $ /1/2012 $27.26 $12.75 $ /1/2013 $27.26 $13.85 $ /1/2008 $25.88 $7.75 $ /1/2009 $27.83 $7.75 $ /1/2010 $29.00 $8.53 $ /1/2011 $30.10 $8.53 $ /1/2012 $30.38 $9.25 $ /1/2013 $30.88 $9.75 $ /1/2010 $29.95 $12.25 $ /1/2011 $30.35 $13.10 $ /1/2012 $30.85 $13.70 $ /1/2013 $31.45 $14.20 $ /1/2009 $23.31 $12.57 $ /1/2010 $23.86 $13.42 $ /1/2011 $23.86 $15.42 $ /1/2012 $25.11 $15.07 $ /1/2013 $25.11 $16.22 $ /1/2014 $25.11 $17.52 $ /1/2006 $35.15 $14.64 $49.79 Page 2 of 15 Serial Number:

17 PREVAILING WAGES PROJECT RATES Building Electricians Electricians Electricians Electricians Electricians Elevator Constructor Elevator Constructor Elevator Constructor Elevator Tender (Use Elevator Apprentice or Constructor) Glazier Glazier Glazier Glazier Glazier Iron Workers (Bridge, Structural Steel, Ornamental, Precast, Reinforcing) Iron Workers (Bridge, Structural Steel, Ornamental, Precast, Reinforcing) Iron Workers (Bridge, Structural Steel, Ornamental, Precast, Reinforcing) Iron Workers (Bridge, Structural Steel, Ornamental, Precast, Reinforcing) Laborers (Class 01 - See notes) Laborers (Class 01 - See notes) Laborers (Class 01 - See notes) Laborers (Class 01 - See notes) Laborers (Class 01 - See notes) Laborers (Class 02 - See notes) Laborers (Class 02 - See notes) Laborers (Class 02 - See notes) Laborers (Class 02 - See notes) Laborers (Class 02 - See notes) Laborers (Class 03 - See notes) Laborers (Class 03 - See notes) Effective Date Expiration Date Hourly Rate Fringe Benefits Total 5/31/2010 $46.96 $26.07 $ /5/2011 $47.77 $26.51 $ /4/2012 $48.93 $27.15 $ /3/2013 $50.15 $27.83 $ /2/2014 $51.40 $28.53 $ /1/2008 $37.85 $16.47 $ /1/2010 $40.08 $20.24 $ /1/2011 $41.33 $25.30 $ /1/2005 $0.00 $0.00 $0.00 5/1/2009 $24.53 $11.72 $ /1/2010 $22.73 $14.55 $ /1/2012 $23.53 $14.25 $ /1/2012 $23.53 $15.50 $ /1/2013 $23.53 $17.00 $ /10/2010 $33.05 $23.00 $ /1/2011 $33.05 $23.50 $ /1/2012 $33.05 $24.00 $ /1/2013 $31.07 $25.78 $ /1/2009 $22.80 $11.98 $ /1/2010 $22.80 $13.68 $ /1/2011 $22.84 $14.39 $ /1/2012 $22.84 $15.19 $ /1/2013 $23.24 $15.64 $ /1/2009 $23.83 $11.98 $ /1/2010 $23.83 $13.68 $ /1/2011 $23.87 $14.39 $ /1/2012 $23.87 $15.19 $ /1/2013 $24.27 $15.64 $ /1/2009 $24.15 $11.98 $ /1/2010 $24.15 $13.68 $37.83 Page 3 of 15 Serial Number:

18 PREVAILING WAGES PROJECT RATES Building Laborers (Class 03 - See notes) Laborers (Class 03 - See notes) Laborers (Class 03 - See notes) Laborers (Class 04 - See notes) Laborers (Class 04 - See notes) Laborers (Class 04 - See notes) Laborers (Class 04 - See notes) Laborers (Class 04 - See notes) Laborers (Class 05 - See notes) Laborers (Class 05 - See notes) Laborers (Class 05 - See notes) Laborers (Class 05 - See notes) Laborers (Class 05 - See notes) Laborers (Class 06 - See notes) Laborers (Class 06 - See notes) Laborers (Class 06 - See notes) Millwright Millwright Millwright Millwright Millwright Operators (Building/Heavy, Class 01 - Operators (Building/Heavy, Class 01 - Operators (Building/Heavy, Class 01 - Operators (Building/Heavy, Class 01 - Operators (Building/Heavy, Class 01 - Operators (Building/Heavy, Class 01 - Operators (Building/Heavy, Class 01a - Operators (Building/Heavy, Class 01a - Effective Date Expiration Date Hourly Rate Fringe Benefits Total 5/1/2011 $23.44 $14.39 $ /1/2012 $23.44 $15.12 $ /1/2013 $23.94 $15.64 $ /1/2009 $24.15 $11.98 $ /1/2010 $24.15 $13.68 $ /1/2011 $23.44 $14.39 $ /1/2012 $23.44 $15.12 $ /1/2013 $23.94 $15.64 $ /3/2009 $26.15 $12.11 $ /1/2010 $26.15 $13.68 $ /1/2011 $25.44 $14.39 $ /1/2012 $25.44 $15.12 $ /1/2013 $25.94 $15.64 $ /1/2011 $23.44 $14.39 $ /1/2012 $24.19 $15.19 $ /1/2013 $24.59 $15.64 $ /1/2010 $28.91 $13.99 $ /1/2011 $30.27 $14.63 $ /1/2012 $31.14 $15.26 $ /1/2013 $32.16 $15.74 $ /1/2014 $33.17 $16.23 $ /1/2009 $29.34 $16.87 $ /1/2010 $30.68 $17.83 $ /1/2011 $31.98 $18.83 $ /1/2012 $31.98 $20.23 $ /1/2013 $31.98 $21.63 $ /1/2014 $32.62 $22.39 $ /1/2009 $31.59 $17.53 $ /1/2010 $32.93 $18.49 $51.42 Page 4 of 15 Serial Number:

19 PREVAILING WAGES PROJECT RATES Building Operators (Building/Heavy, Class 01a - Operators (Building/Heavy, Class 01a - Operators (Building/Heavy, Class 01a - Operators (Building/Heavy, Class 01a - Operators (Building/Heavy, Class 02 - Operators (Building/Heavy, Class 02 - Operators (Building/Heavy, Class 02 - Operators (Building/Heavy, Class 02 - Operators (Building/Heavy, Class 02 - Operators (Building/Heavy, Class 02 - Operators (Building/Heavy, Class 02a - Operators (Building/Heavy, Class 02a - Operators (Building/Heavy, Class 02a - Operators (Building/Heavy, Class 02a - Operators (Building/Heavy, Class 02a - Operators (Building/Heavy, Class 02a - Operators (Building/Heavy, Class 03 - Operators (Building/Heavy, Class 03 - Operators (Building/Heavy, Class 03 - Operators (Building/Heavy, Class 03 - Operators (Building/Heavy, Class 03 - Operators (Building/Heavy, Class 03 - Operators (Building/Heavy, Class 04 - Operators (Building/Heavy, Class 04 - Operators (Building/Heavy, Class 04 - Operators (Building/Heavy, Class 04 - Effective Date Expiration Date Hourly Rate Fringe Benefits Total 5/1/2011 $34.23 $19.49 $ /1/2012 $34.23 $20.89 $ /1/2013 $34.23 $22.29 $ /1/2014 $34.87 $23.05 $ /1/2009 $29.06 $16.78 $ /1/2010 $30.39 $17.75 $ /1/2011 $31.69 $18.75 $ /1/2012 $31.69 $20.15 $ /1/2013 $31.69 $21.55 $ /1/2014 $32.33 $22.31 $ /1/2009 $31.31 $17.44 $ /1/2010 $32.64 $18.41 $ /1/2011 $33.94 $19.41 $ /1/2012 $33.94 $20.81 $ /1/2013 $33.94 $22.21 $ /1/2014 $34.58 $22.97 $ /1/2009 $26.65 $16.07 $ /1/2010 $27.98 $17.04 $ /1/2011 $29.28 $18.04 $ /1/2012 $29.28 $19.44 $ /1/2013 $29.28 $20.84 $ /1/2014 $29.92 $21.60 $ /1/2009 $25.87 $15.85 $ /1/2010 $27.21 $16.81 $ /1/2011 $28.51 $17.81 $ /1/2012 $28.51 $19.21 $47.72 Page 5 of 15 Serial Number:

20 PREVAILING WAGES PROJECT RATES Building Operators (Building/Heavy, Class 04 - Operators (Building/Heavy, Class 04 - Operators (Building/Heavy, Class 05 - Operators (Building/Heavy, Class 05 - Operators (Building/Heavy, Class 05 - Operators (Building/Heavy, Class 05 - Operators (Building/Heavy, Class 05 - Operators (Building/Heavy, Class 05 - Operators (Building/Heavy, Class 06 - Operators (Building/Heavy, Class 06 - Operators (Building/Heavy, Class 06 - Operators (Building/Heavy, Class 06 - Operators (Building/Heavy, Class 06 - Operators (Building/Heavy, Class 06 - Operators (Building/Heavy, Class 07/A - Operators (Building/Heavy, Class 07/A - Operators (Building/Heavy, Class 07/A - Operators (Building/Heavy, Class 07/A - Operators (Building/Heavy, Class 07/A - Operators (Building/Heavy, Class 07/A - Operators (Building/Heavy, Class 07/B - Operators (Building/Heavy, Class 07/B - Operators (Building/Heavy, Class 07/B - Operators (Building/Heavy, Class 07/B - Operators (Building/Heavy, Class 07/B - Operators (Building/Heavy, Class 07/B - Painters Class 1 (see notes) Effective Date Expiration Date Hourly Rate Fringe Benefits Total 5/1/2013 $28.51 $20.61 $ /1/2014 $29.15 $21.37 $ /1/2009 $25.38 $15.70 $ /1/2010 $26.72 $16.66 $ /1/2011 $28.02 $17.66 $ /1/2012 $28.02 $19.06 $ /1/2013 $28.02 $20.46 $ /1/2014 $28.66 $21.22 $ /1/2009 $24.50 $15.44 $ /1/2010 $25.84 $16.40 $ /1/2011 $27.14 $17.40 $ /1/2012 $27.14 $18.80 $ /1/2013 $27.14 $20.20 $ /1/2014 $27.78 $20.96 $ /1/2009 $35.21 $19.34 $ /1/2010 $36.81 $20.40 $ /1/2011 $38.38 $21.49 $ /1/2012 $38.38 $23.12 $ /1/2013 $38.38 $24.76 $ /1/2014 $39.15 $25.66 $ /1/2009 $34.87 $19.24 $ /1/2010 $36.47 $20.31 $ /1/2011 $38.03 $21.40 $ /1/2012 $38.03 $23.04 $ /1/2013 $38.03 $24.67 $ /1/2014 $38.80 $25.57 $ /1/2009 $22.75 $12.57 $35.32 Page 6 of 15 Serial Number:

21 PREVAILING WAGES PROJECT RATES Building Painters Class 1 (see notes) Painters Class 1 (see notes) Painters Class 1 (see notes) Painters Class 1 (see notes) Painters Class 1 (see notes) Painters Class 2 (see notes) Painters Class 2 (see notes) Painters Class 2 (see notes) Painters Class 2 (see notes) Painters Class 2 (see notes) Painters Class 2 (see notes) Painters Class 3 (see notes) Painters Class 3 (see notes) Painters Class 3 (see notes) Painters Class 3 (see notes) Painters Class 3 (see notes) Painters Class 3 (see notes) Pile Driver Divers (Building, Heavy, Highway) Pile Driver Divers (Building, Heavy, Highway) Pile Driver Divers (Building, Heavy, Highway) Pile Driver Divers (Building, Heavy, Highway) Plasterers Plasterers Plasterers Plasterers Plasterers Plumbers and Steamfitters Plumbers and Steamfitters Plumbers and Steamfitters Plumbers and Steamfitters Effective Date Expiration Date Hourly Rate Fringe Benefits Total 5/1/2010 $23.30 $13.42 $ /1/2011 $24.05 $14.52 $ /1/2012 $24.55 $15.07 $ /1/2013 $24.55 $16.22 $ /1/2014 $24.55 $17.52 $ /1/2009 $24.75 $12.57 $ /1/2010 $25.30 $13.42 $ /1/2011 $26.05 $14.52 $ /1/2012 $26.55 $15.07 $ /1/2013 $26.55 $16.22 $ /1/2014 $26.55 $17.52 $ /1/2009 $25.60 $12.57 $ /1/2010 $29.60 $13.42 $ /1/2011 $30.35 $14.52 $ /1/2012 $30.85 $15.07 $ /1/2013 $30.85 $16.22 $ /1/2014 $30.85 $17.52 $ /1/2010 $44.39 $12.25 $ /1/2011 $45.53 $13.00 $ /1/2012 $46.28 $13.60 $ /1/2013 $47.18 $14.10 $ /1/2009 $27.91 $7.75 $ /1/2010 $29.86 $7.75 $ /1/2011 $30.96 $7.75 $ /1/2012 $31.24 $8.47 $ /1/2013 $31.74 $8.97 $ /1/2008 $33.80 $16.81 $ /1/2009 $35.40 $17.56 $ /1/2010 $37.15 $18.26 $ /1/2011 $38.89 $17.76 $56.65 Page 7 of 15 Serial Number:

22 PREVAILING WAGES PROJECT RATES Building Plumbers and Steamfitters Plumbers and Steamfitters Roofers (Composition) Roofers (Composition) Roofers (Composition) Roofers (Composition) Roofers (Composition) Roofers (Shingle, Slate, Tile) Roofers (Shingle, Slate, Tile) Sheet Metal Workers Sheet Metal Workers Sheet Metal Workers Sheet Metal Workers Sheet Metal Workers Sprinklerfitters Sprinklerfitters Sprinklerfitters Sprinklerfitters Sprinklerfitters Sprinklerfitters Sprinklerfitters Sprinklerfitters Sprinklerfitters Sprinklerfitters Terrazzo Finisher Terrazzo Finisher Terrazzo Finisher Terrazzo Finisher Terrazzo Finisher Terrazzo Finisher Terrazzo Setter Effective Date Expiration Date Hourly Rate Fringe Benefits Total 6/1/2012 $39.39 $18.36 $ /1/2013 $39.89 $19.01 $ /1/2009 $30.00 $23.10 $ /1/2010 $30.75 $24.95 $ /1/2011 $30.75 $25.95 $ /1/2012 $31.05 $26.95 $ /1/2013 $31.05 $28.40 $ /1/2011 $23.75 $15.62 $ /1/2012 $24.00 $16.37 $ /1/2010 $28.68 $18.33 $ /1/2011 $28.93 $18.78 $ /1/2012 $29.42 $19.29 $ /1/2012 $29.80 $19.31 $ /1/2013 $29.89 $19.97 $ /1/2010 $33.85 $17.60 $ /1/2011 $33.35 $18.45 $ /1/2011 $34.18 $18.45 $ /1/2012 $34.18 $18.60 $ /1/2012 $35.21 $18.65 $ /1/2013 $35.21 $18.80 $ /1/2013 $33.03 $20.12 $ /1/2013 $33.69 $20.12 $ /1/2014 $34.36 $20.47 $ /1/2015 $35.05 $20.62 $ /1/2009 $26.54 $14.37 $ /1/2010 $27.89 $14.42 $ /1/2011 $28.14 $14.42 $ /1/2012 $28.57 $14.49 $ /1/2013 $29.07 $14.64 $ /1/2014 $29.66 $14.80 $ /1/2012 $27.16 $17.37 $44.53 Page 8 of 15 Serial Number:

23 PREVAILING WAGES PROJECT RATES Building Terrazzo Setter Terrazzo Setter Tile & Marble Finisher Tile & Marble Finisher Tile & Marble Finisher Tile & Marble Finisher Tile & Marble Finisher Tile & Marble Finisher Tile & Marble Layer Tile & Marble Layer Tile & Marble Layer Tile & Marble Layer Tile & Marble Layer Tile & Marble Layer Truckdriver class 1(see notes) Truckdriver class 1(see notes) Truckdriver class 1(see notes) Truckdriver class 2 (see notes) Truckdriver class 2 (see notes) Truckdriver class 2 (see notes) Truckdriver class 3 (see notes) Truckdriver class 3 (see notes) Truckdriver class 3 (see notes) Effective Date Expiration Date Hourly Rate Fringe Benefits Total 5/1/2013 $27.60 $17.58 $ /1/2014 $28.13 $17.80 $ /1/2011 $22.83 $13.21 $ /1/2012 $23.83 $13.26 $ /1/2013 $24.25 $13.44 $ /1/2014 $24.76 $13.63 $ /1/2015 $25.37 $13.82 $ /1/2016 $26.07 $14.02 $ /1/2011 $26.31 $15.22 $ /1/2012 $26.91 $15.80 $ /1/2013 $27.24 $16.07 $ /1/2014 $27.67 $16.34 $ /1/2015 $28.20 $16.61 $ /1/2016 $28.82 $16.89 $ /1/2010 $29.58 $0.00 $ /1/2011 $30.73 $0.00 $ /1/2012 $30.98 $0.00 $ /1/2010 $29.65 $0.00 $ /1/2011 $30.80 $0.00 $ /1/2012 $31.05 $0.00 $ /1/2010 $30.14 $0.00 $ /1/2011 $31.29 $0.00 $ /1/2012 $31.54 $0.00 $31.54 Page 9 of 15 Serial Number:

24 PREVAILING WAGES PROJECT RATES Heavy/Highway Carpenters Carpenters Carpenters Carpenters Carpenters Carpenters Iron Workers (Bridge, Structural Steel, Ornamental, Precast, Reinforcing) Iron Workers (Bridge, Structural Steel, Ornamental, Precast, Reinforcing) Iron Workers (Highway Reinforcing) Laborers (Class 01 - See notes) Laborers (Class 01 - See notes) Laborers (Class 01 - See notes) Laborers (Class 01 - See notes) Laborers (Class 01 - See notes) Laborers (Class 01 - See notes) Laborers (Class 01 - See notes) Laborers (Class 02 - See notes) Laborers (Class 02 - See notes) Laborers (Class 02 - See notes) Laborers (Class 02 - See notes) Laborers (Class 02 - See notes) Laborers (Class 02 - See notes) Laborers (Class 02 - See notes) Laborers (Class 03 - See notes) Laborers (Class 03 - See notes) Laborers (Class 03 - See notes) Laborers (Class 03 - See notes) Laborers (Class 03 - See notes) Laborers (Class 03 - See notes) Laborers (Class 03 - See notes) Effective Date Expiration Date Hourly Rate Fringe Benefits Total 5/1/2009 $25.30 $9.86 $ /1/2010 $25.98 $10.83 $ /1/2011 $27.03 $11.43 $ /1/2012 $27.18 $12.38 $ /1/2013 $27.92 $12.84 $ /1/2014 $28.72 $13.24 $ /1/2011 $28.67 $24.28 $ /1/2013 $28.42 $25.78 $ /1/2010 $28.17 $23.28 $ /1/2009 $16.22 $11.03 $ /1/2010 $16.77 $11.88 $ /1/2011 $17.32 $12.78 $ /1/2012 $17.71 $13.39 $ /1/2013 $18.16 $14.04 $ /1/2014 $18.66 $14.69 $ /1/2015 $19.21 $15.34 $ /1/2009 $22.84 $11.03 $ /1/2010 $23.39 $11.88 $ /1/2011 $23.94 $12.78 $ /1/2012 $24.33 $13.39 $ /1/2013 $24.78 $14.04 $ /1/2014 $25.28 $14.69 $ /1/2015 $25.83 $15.34 $ /1/2009 $19.83 $11.03 $ /1/2010 $20.38 $11.88 $ /1/2011 $20.93 $12.78 $ /1/2012 $21.32 $13.39 $ /1/2013 $21.77 $14.04 $ /1/2014 $22.27 $14.69 $ /1/2015 $22.82 $15.34 $38.16 Page 10 of 15 Serial Number:

25 PREVAILING WAGES PROJECT RATES Heavy/Highway Laborers (Class 04 - See notes) Laborers (Class 04 - See notes) Laborers (Class 04 - See notes) Laborers (Class 04 - See notes) Laborers (Class 04 - See notes) Laborers (Class 04 - See notes) Laborers (Class 04 - See notes) Laborers (Class 05 - See notes) Laborers (Class 05 - See notes) Laborers (Class 05 - See notes) Laborers (Class 05 - See notes) Laborers (Class 05 - See notes) Laborers (Class 05 - See notes) Laborers (Class 05 - See notes) Laborers (Class 06 - See notes) Laborers (Class 06 - See notes) Laborers (Class 06 - See notes) Laborers (Class 06 - See notes) Laborers (Class 06 - See notes) Laborers (Class 06 - See notes) Laborers (Class 06 - See notes) Laborers (Class 07 - See notes) Laborers (Class 07 - See notes) Laborers (Class 07 - See notes) Laborers (Class 07 - See notes) Laborers (Class 07 - See notes) Laborers (Class 07 - See notes) Laborers (Class 07 - See notes) Laborers (Class 08 - See notes) Laborers (Class 08 - See notes) Laborers (Class 08 - See notes) Effective Date Expiration Date Hourly Rate Fringe Benefits Total 5/1/2009 $20.18 $11.03 $ /1/2010 $20.73 $11.88 $ /1/2011 $21.28 $12.78 $ /1/2012 $21.67 $13.39 $ /1/2013 $22.12 $14.04 $ /1/2014 $22.62 $14.69 $ /1/2015 $23.17 $15.34 $ /1/2009 $20.85 $11.03 $ /1/2010 $21.40 $11.88 $ /1/2011 $21.95 $12.78 $ /1/2012 $22.34 $13.39 $ /1/2013 $22.79 $14.04 $ /1/2014 $23.29 $14.69 $ /1/2015 $23.84 $15.34 $ /1/2009 $20.27 $11.03 $ /1/2010 $20.82 $11.88 $ /1/2011 $21.37 $12.78 $ /1/2012 $21.76 $13.39 $ /1/2013 $22.21 $14.04 $ /1/2014 $22.71 $14.69 $ /1/2015 $23.26 $15.34 $ /1/2009 $20.56 $11.03 $ /1/2010 $21.11 $11.88 $ /1/2011 $21.66 $12.78 $ /1/2012 $22.05 $13.39 $ /1/2013 $22.50 $14.04 $ /1/2014 $23.00 $14.69 $ /1/2015 $23.55 $15.34 $ /1/2009 $21.04 $11.03 $ /1/2010 $21.59 $11.88 $ /1/2011 $22.14 $12.78 $34.92 Page 11 of 15 Serial Number:

26 PREVAILING WAGES PROJECT RATES Heavy/Highway Laborers (Class 08 - See notes) Laborers (Class 08 - See notes) Laborers (Class 08 - See notes) Laborers (Class 08 - See notes) Operators (Highway, Class 01 - See Operators (Highway, Class 01 - See Operators (Highway, Class 01 - See Operators (Highway, Class 01 - See Operators (Highway, Class 01 - See Operators (Highway, Class 01 - See Operators (Highway, Class 01a - See Operators (Highway, Class 01a - See Operators (Highway, Class 01a - See Operators (Highway, Class 01a - See Operators (Highway, Class 01a - See Operators (Highway, Class 01a - See Operators (Highway, Class 02 - See Operators (Highway, Class 02 - See Operators (Highway, Class 02 - See Operators (Highway, Class 02 - See Operators (Highway, Class 02 - See Operators (Highway, Class 02 - See Operators (Highway, Class 03 - See Operators (Highway, Class 03 - See Operators (Highway, Class 03 - See Operators (Highway, Class 03 - See Operators (Highway, Class 03 - See Effective Date Expiration Date Hourly Rate Fringe Benefits Total 5/1/2012 $22.53 $13.39 $ /1/2013 $22.98 $14.04 $ /1/2014 $23.48 $14.69 $ /1/2015 $24.03 $15.34 $ /1/2009 $27.45 $16.30 $ /1/2010 $28.79 $17.26 $ /1/2011 $30.09 $18.26 $ /1/2012 $30.09 $19.51 $ /1/2013 $30.09 $20.76 $ /1/2014 $30.38 $21.72 $ /1/2009 $29.70 $16.98 $ /1/2010 $31.04 $17.94 $ /1/2011 $32.34 $18.94 $ /1/2012 $32.34 $20.19 $ /1/2013 $32.34 $21.44 $ /1/2014 $32.63 $22.40 $ /1/2009 $26.27 $15.96 $ /1/2010 $27.61 $16.92 $ /1/2011 $28.91 $17.92 $ /1/2012 $28.91 $19.17 $ /1/2013 $28.91 $20.42 $ /1/2014 $29.21 $21.37 $ /1/2009 $25.58 $15.75 $ /1/2010 $26.91 $16.72 $ /1/2011 $28.21 $17.72 $ /1/2012 $28.21 $18.97 $ /1/2013 $28.21 $20.22 $48.43 Page 12 of 15 Serial Number:

27 PREVAILING WAGES PROJECT RATES Heavy/Highway Operators (Highway, Class 03 - See Operators (Highway, Class 04 - See Operators (Highway, Class 04 - See Operators (Highway, Class 04 - See Operators (Highway, Class 04 - See Operators (Highway, Class 04 - See Operators (Highway, Class 04 - See Operators (Highway, Class 05 - See Operators (Highway, Class 05 - See Operators (Highway, Class 05 - See Operators (Highway, Class 05 - See Operators (Highway, Class 05 - See Operators (Highway, Class 05 - See Operators (Highway, Class 06 - See Operators (Highway, Class 06 - See Operators (Highway, Class 06 - See Operators (Highway, Class 06 - See Operators (Highway, Class 06 - See Operators (Highway, Class 06 - See Operators (Highway, Class 06/A - See Operators (Highway, Class 06/A - See Operators (Highway, Class 06/A - See Operators (Highway, Class 06/A - See Operators (Highway, Class 06/A - See Operators (Highway, Class 06/A - See Operators (Highway, Class 07/A - See Effective Date Expiration Date Hourly Rate Fringe Benefits Total 5/1/2014 $28.50 $21.18 $ /1/2009 $25.13 $15.62 $ /1/2010 $26.46 $16.59 $ /1/2011 $27.76 $17.59 $ /1/2012 $27.75 $18.85 $ /1/2013 $27.75 $20.10 $ /1/2014 $28.05 $21.05 $ /1/2009 $24.62 $15.47 $ /1/2010 $25.95 $16.44 $ /1/2011 $27.25 $17.44 $ /1/2012 $27.25 $18.69 $ /1/2013 $27.25 $19.94 $ /1/2014 $27.54 $20.90 $ /1/2009 $27.69 $16.36 $ /1/2010 $29.03 $17.32 $ /1/2011 $30.33 $18.32 $ /1/2012 $30.33 $19.57 $ /1/2013 $30.33 $20.82 $ /1/2014 $30.62 $21.78 $ /1/2009 $29.94 $17.02 $ /1/2010 $31.28 $17.98 $ /1/2011 $32.58 $18.98 $ /1/2012 $32.59 $20.23 $ /1/2013 $32.58 $21.48 $ /1/2014 $32.87 $22.44 $ /1/2009 $32.94 $18.67 $51.61 Page 13 of 15 Serial Number:

28 PREVAILING WAGES PROJECT RATES Heavy/Highway Operators (Highway, Class 07/A - See Operators (Highway, Class 07/A - See Operators (Highway, Class 07/A - See Operators (Highway, Class 07/A - See Operators (Highway, Class 07/A - See Operators (Highway, Class 07/B - See Operators (Highway, Class 07/B - See Operators (Highway, Class 07/B - See Operators (Highway, Class 07/B - See Operators (Highway, Class 07/B - See Operators (Highway, Class 07/B - See Piledrivers Piledrivers Piledrivers Steamfitters (Heavy and Highway - Gas Distribution) Steamfitters (Heavy and Highway - Gas Distribution) Steamfitters (Heavy and Highway - Gas Distribution) Truckdriver class 1(see notes) Truckdriver class 1(see notes) Truckdriver class 1(see notes) Truckdriver class 2 (see notes) Truckdriver class 2 (see notes) Truckdriver class 2 (see notes) Truckdriver class 3 (see notes) Truckdriver class 3 (see notes) Truckdriver class 3 (see notes) Effective Date Expiration Date Hourly Rate Fringe Benefits Total 5/1/2010 $34.55 $19.72 $ /1/2011 $36.10 $20.83 $ /1/2012 $36.10 $22.28 $ /1/2013 $36.10 $23.73 $ /1/2014 $36.45 $24.88 $ /1/2009 $31.53 $18.25 $ /1/2010 $33.13 $19.31 $ /1/2011 $34.69 $20.41 $ /1/2012 $34.69 $21.86 $ /1/2013 $34.69 $23.31 $ /1/2014 $35.04 $24.46 $ /1/2009 $25.30 $9.86 $ /1/2010 $25.98 $10.83 $ /1/2011 $27.03 $11.43 $ /1/2010 $30.27 $26.09 $ /1/2012 $34.87 $26.86 $ /1/2013 $36.02 $27.73 $ /1/2010 $29.58 $0.00 $ /1/2011 $30.73 $0.00 $ /1/2012 $30.98 $0.00 $ /1/2010 $29.65 $0.00 $ /1/2011 $30.80 $0.00 $ /1/2012 $31.05 $0.00 $ /1/2010 $30.14 $0.00 $ /1/2011 $31.29 $0.00 $ /1/2012 $31.54 $0.00 $31.54 Page 14 of 15 Serial Number:

29 PREVAILING WAGES PROJECT RATES Heavy/Highway Effective Date Expiration Date Hourly Rate Fringe Benefits Total Notes: If you can not find a classification under Heavy/Highway please refer to the Building classifications. The Bureau of Labor Law Compliance updated its Pennsylvania Building Journeyperson Laborer Notes to clarify existing tasks performed throughout the Commonwealth. The Building Laborer Notes link on the Bureau s website provides a list of those tasks that should be read in conformity with custom and usage of the construction industry in the geographic region in which they are utilized. "Notes as Referenced in Predeterminations" For further information on construction types review the on the Labor and Industry Website. Go to scroll down to the picture labeled "Labor Law Compliance" and click the picture. Then scroll down on the left menu and click on the "Prevailing Wage" link. Page 15 of 15 Serial Number:

30 Kemp Library Roof Replacement For East Stroudsburg University of PA DIVISION 1 GENERAL REQUIREMENTS SECTION SUMMARY OF WORK (Single Prime Contract) PART 1 - GENERAL 1.1 STIPULATIONS A. The general provisions of the Contract, including the General Conditions, Special Requirements and the Division 1 Specification Sections, form a part of this Section by this reference thereto and shall have the same force and effect as if printed herewith in full. 1.2 RELATED DOCUMENTS A. The Contract Drawings and the Standard Form of Agreement apply to this Section. 1.3 SCOPE OF PROJECT A. Work included under this project consists of Project Number ESU , Replace Roof, Kemp Library for East Stroudsburg University of Pennsylvania, as shown on the contract documents prepared by Kelly/Maiello Inc. This work shall include the following and all work necessarily implied by the following: The work consists of the of specified demolition and legal disposal of the existing roofing system and providing a complete adhered PVC membrane roofing system in accordance with the contract drawings and specifications, including, but not limited to the following: vapor retarder, roof insulation and cover board; repair of Precast Concrete Fascia panels; painting of existing mechanical louvers, door frame, vent pipes and miscellaneous conduit; removal and replacement of the penthouse doors, removal of unused equipment. For additional detail, see Section Summary of Work (Section 1.4 Scope of Work). B. The Work shall include, but is not necessarily limited to, the furnishing of all labor, superintendence, materials, tools and equipment and performing all work necessary to complete all General, HVAC, Plumbing, and Electrical Construction at the satisfaction of, and subject to approval of the Professional and the State System of Higher Education. C. All construction work shown on the contract drawings and not expressly mentioned in the specifications and all work specified and not shown on the drawing but obviously necessary to the proper execution of same, shall be performed by the Contractor as it is not the intent to delineate or describe every detail and feature of work. No additions to the Contract Sum will be approved for any materials, equipment and/or labor to perform work hereunder unless it can be clearly shown to be beyond the scope and intent of the drawings and specifications and absolutely essential to the proper execution of the work. 1.4 SCOPE OF WORK BY SEPARATE PRIME CONTRACTS A. The Work for the project shall be accomplished by separate prime contractors according to Pennsylvania statute. Work included in each of the prime contracts shall include, but not be limited to, the following: ESU Summary of Work Addendum 1 4/3/14

31 Kemp Library Roof Replacement For East Stroudsburg University of PA 1. General Construction (Contract Number ESU ): The work consists of specified demolition and providing complete systems in accordance with the contract drawings and specifications, including, but not limited to: the specified demolition and legal disposal of the existing roofing system and providing a complete adhered PVC membrane roofing system, including, but not limited to the following: vapor retarder, roof insulation and cover board, roof drains assemblies (verify and prove at the completion of the project that all roof drains are operable), new metal copings and flashings, walking pads, repair of existing Precast Concrete Fascia panels, exterior painting (mechanical louvers, door frames and conduit), removal and replacement of penthouse doors, removal of unused equipment. Repair of existing Concrete Fascia panels includes: sounding, identification and repair of delaminated, hollow sounding, deteriorated and or cracked concrete materials; exposing embedded steel anchors at deteriorated concrete locations; cleaning and coating exposed anchors with epoxy modified bonding agent; patching precast concrete cornice repair locations with poly-modified, cementitious patching mortar; repairing crack locations by routing and patching with polymer-modified, cementitious patching mortar; removing and replacing precast concrete panel joints with urethane joint sealant; removing and repointing concrete cornice to concrete joints with mortar; and coating of all exposed precast concrete cornice surfaces with corrosion inhibiting treatment and anti-carbonation, crack bridging coating. A. Provide temporary facilities in accordance with section WORK BY OTHERS A. The University will be performing routine maintenance both by in-house personnel and by contract in this building and on University grounds and facilities in the vicinity of the Construction Sites during the construction period. 1.6 SYSTEM FURNISHED ITEMS A. The University will provide utilities to the contractors during construction as specified in Section PART 2 DESCRIPTION OF SEPARATE BASE BIDS 2.1 BASE BID NUMBER 1: A. Base Bid Number 1 shall consist of all General Construction Work as shown in the Construction Documents, including, but not limited to the items described in Description of Work in this Section BASE BID NUMBER 2: ESU Summary of Work Addendum 1 4/3/14

32 Kemp Library Roof Replacement For East Stroudsburg University of PA A. All the work indicated in Base Bid No. 1, except replace the specified R-30 Roof Assembly with an R-20 Roof Assembly.. PART 3 - WORK SCHEDULE AND COORDINATION 3.1 WORK SEQUENCE A. All Work under this contract shall be completed not later than 120 calendar days after the date of the Notice to Proceed. B. The subject project building will remain fully occupied during the construction period. Any Contractor activities affecting the utilities or operations of existing University buildings must be closely coordinated in advance with the University to minimize the impact on the daily operations of the University. Any utility or other service outages to any University building shall be scheduled at least five (5) working days in advance with, and subject to the approval of, the University. No outages shall be permitted during the University s normal class hours of 8:00 AM to 10:00 PM Monday through Thursday and 8:00 AM to 5:00 PM on Fridays and Saturdays. No individual outage shall exceed two hours without the Contractor providing emergency generators for the building affected. Any such work required to be completed outside the Contractor s normal working hours shall be at no additional cost to the University. 3.2 LIQUIDATED DAMAGES A. If the Contractor fails to complete the work within the time specified in the contract, including any and all approved extensions or adjustments thereto that are properly executed under the procedures outlined by the Contract, the Contractor shall pay liquidated damages, not as a penalty, to the University in the amount of $ for each calendar day until the work is substantially completed and accepted. B. Any delay attributed to lack of coordination or cooperation by or between the Prime Contractors and/or their subcontractors or misinterpretation of agreed upon schedule WILL NOT be recognized by the university as the basis for any claim for increase in the contract completion schedule or date. 3.3 SYSTEM OCCUPANCY A. The University will maintain normal activities and class/office hours in the building during the course of this construction project. Difficulties of working in and around an existing operational building are recognized; however, the Contractors must cooperate to keep noise, dirt and other interferences to a minimum. The Contractor is to be sensitive to the fumes associated with the roofing projects when locating the tar caldron; not to be located near air intakes, etc. Contractor housekeeping shall be such to assure no disruption of the University s operations. The contractor(s) shall schedule their work well in advance and give advanced notice of any possible disruptions or utility outages to the University representative(s). 3.4 COORDINATION OF THE WORK WITH OTHER PROJECTS AND UNIVERISTY ESU Summary of Work Addendum 1 4/3/14

33 Kemp Library Roof Replacement For East Stroudsburg University of PA A. All contractors are required to coordinate their work with other contractors and the University so there will be a minimum of interference with the prosecution of the work of all projects and normal operations of the University and so all projects can be completed in the limited time available. 3.5 COORDINATION OF THE WORK UNDER THIS PROJECT A. The General Contractor shall coordinate all work on this project with all trades, and/or with separate Contractors so as to assure the proper prosecution of the work. B. The General Contractor is responsible for producing, coordinating and maintaining a project schedule including the work of all Sub-Contractors in accordance with Section Submittals, and Section CPM Schedules and Reports (if included). The General Contractor shall update and submit the overall project schedule at every other bi-weekly job conference or as approved by the University representative. C. The Contractor shall have his/her assigned and approved Project Manager, or a higher officer of the company, attend each bi-weekly job conference. The Contractor s Project Manager must have the full authority to act for the Contractor at the job conferences. 3.6 WORKING HOURS: A. The Contractors are authorized and required to work whatever hours that are required to complete the Contract Work by the specified contract completion date. The University will normally be providing quality assurance coverage from 7:00 AM to 5:00 PM, Monday through Friday, holidays excepted. The Contractors are requested and required to notify the University in writing at least five (5) working days in advance of any work that is planned to be performed outside the normal coverage hours of the University. The Contractors shall not perform any testing, or cover up any work, outside the normal coverage hours of the University without the prior written approval of the University Representatives. PART 4 CONTRACTOR USE OF FACILITIES 4.1 RESTRICTIONS ON CONTRACTORS USE OF PREMISES A. Confine Operations at Site to Areas Permitted by: 1. Law 2. Ordinances 3. Permits 4. Contract documents B. Contractors shall coordinate the following with the System Representatives: ESU Summary of Work Addendum 1 4/3/14

34 Kemp Library Roof Replacement For East Stroudsburg University of PA 1. Continued use of existing areas: General Contractor shall provide any temporary fencing, barricades and signage as necessary to maintain access. 2. Storage of materials. 3. Dumpster locations. 4. Parking and vehicular traffic. 5. Working hours. C. Do not unreasonably encumber site with materials and equipment. D. Do not load structure with weight that will endanger structure. E. Assume full responsibility for protection and safekeeping of products stored on premises. F. Move any stored products that interfere with operations of owner or other contractor. G. Obtain and pay for use of additional storage or work areas needed for operations. H. Limit use of site for storage: 1. See drawings for staging area locations and coordinate location, size and access for staging areas with University Representative. I. Special Conditions - All Contracts 1. Roof Deck: a. No roofing materials of any type shall be stored or stockpiled overnight on roofs - new or existing. b. This restriction also applies to bulk materials - no storing or stockpiling on roofs. J. Keep fire hydrants adjacent to the project accessible at all times. Place no materials or obstructions within twenty (20) feet of any such hydrant, or at greater distance that may be required by law or ordinance. K. Driveways and Entrances: Keep driveways and entrances servicing the Campus and adjacent buildings clear and available to the University and emergency vehicles at all times. Do not use these areas for parking or storage of materials. Schedule deliveries to minimize space and time requirements for storage of materials and equipment. L. Vehicles and Parking: Limited parking space is available on University property. Construction vehicles of contractors, subcontractors and suppliers, clearly marked as construction vehicles, may be parked on or near the construction site as arranged in advance with the University Representative. Private vehicles of Contractor and subcontractor employees must be registered with University Police and parked in permitted parking areas. M. Use of Tobacco Products: Smoking and other use of tobacco products are prohibited on the University campus; including buildings under construction. Contractors and their ESU Summary of Work Addendum 1 4/3/14

35 Kemp Library Roof Replacement For East Stroudsburg University of PA employees working on University property are prohibited from smoking on the University property. N. Alcohol and Controlled Substances: Alcoholic beverages and controlled substances shall not be carried, consumed or stored on University property. O. Burning: No open fires or burning is permitted on University property. P. Employee Conduct: The Contractors are responsible for the behavior of employees and will immediately remove from the site any employee engaging in racial or sexual harassment, whether by work or deed. This includes cat calls and inappropriate language. The University will require any contractor s, subcontractor s or supplier s personnel to be removed from the job site in the event of misconduct or improper interaction with students. Q. Hoists, Ladders and Scaffolding: The Contractor is referred to and agrees to comply with the terms, regulations and conditions contained in the latest edition of the Department of Labor and Industry Regulations for Construction and Repairs all OSHA regulations. Each Contractor shall supply, assemble, erect, maintain and operate scaffolding and hoisting facilities and equipment at his/her own expense. The operators of all equipment shall be properly licensed for equipment in use and shall be fully experienced in the safe operation of the equipment in use. Each Contractor shall supply, assemble, erect and move into proper location, maintain and operate all derricks, hoists, lifting apparatus, ladders and similar equipment necessary for the execution and installation of the work at his/her own expense and cost. R. Damage: Regardless of the proximate cause, in the event of any damage occurring to University or private property by any Contractor activity during the life of the contract, the Contractor shall promptly advise the System and participate in a joint assessment of the damage with University personnel. It is essential that the Contractor take all actions necessary to avoid delayed claims by third parties. S. Deliveries: The University will not accept or sign for deliveries of materials or equipment to Contractors. 4.2 CONTRACTOR USE OF THE EXISTING BUILDINGS A. Take all precautions necessary to protect the building and its occupants during the construction period. Repair damage caused by construction operations to match existing conditions at the Contractors expense. B. The Contractor shall take all necessary precautions to maintain a weather tight envelope during the sequences of construction operations on alteration or repair work of the existing building. C. Existing facility must be maintained watertight and dust free at all times. The Contractors shall make all necessary provisions to this end and shall be responsible for any damage resulting from noncompliance with this requirement. ESU Summary of Work Addendum 1 4/3/14

36 Kemp Library Roof Replacement For East Stroudsburg University of PA D. The Contractors shall be responsible for the security of the building or the portion of the building being worked on. Any temporary openings in the building shall be secured after hours by the Contractor who creates the opening. E. All existing finishes to remain, including but not limited to, floor coverings, wall finishes, ceilings, fixtures, etc., shall be adequately protected by the Contractor. Any damage to such finishes to remain, shall be repaired by the Contractor causing the damage at the Contractors expense. F. Protection of University Property: The Contractors shall provide protection for all existing roads, walkways, pavement, buildings, appurtenances, ground structures, signs, trees, landscaping, grass, etc., scheduled to remain. Contactors shall provide means to protect items from damage and shall repair any damage caused by the Contractors operations at no cost to the System. Contractor shall return premises to like original condition to match adjacent areas that were not affected by the work subject to approval by the System. Any restoration of the site shall include replacement of landscaping with like plants of same species, size and shape; grass remediation shall be by sod method rather than seeding. All work shall be approved by the System. 1. The Contractor shall not use any University property, such as desks, beds, chairs, etc., as ladders, work benches, etc., in performing the work under this contract. Individual Contractors shall provide any and all measures required, and shall be held responsible, to protect from damage or loss any furniture, furnishings and equipment remaining in the facility. G. Protection of Students, Employees and Public: The Contractors shall take all necessary precautions and provide adequate safeguards to protect students, employees and the public against damage or injury that may result from Contractor operations. Contractor shall provide protection at building entrances and walkways adjacent to the site as required to protect passersby from Contractor operations. H. Use of Existing Elevators: The existing elevators in the subject project buildings shall not be used by Contractors. I. Use of Existing Restrooms: The Contractors shall not use the existing restrooms in the subject project buildings or any other University buildings. PART 5 - EXECUTION 5.1 EXISTING UTILITY SERVICES: A. Locate, identify, shut-off and disconnect utility services that are indicated for removal or replacement. B. Provide bypass connections as necessary to maintain continuity of service to occupied areas of building and Campus. Obtain approval of University Representative for utility service outages a minimum of five (5) working days in advance if shut down of service is necessary. ESU Summary of Work Addendum 1 4/3/14

37 Kemp Library Roof Replacement For East Stroudsburg University of PA 5.2 CONTRACTOR STIPULATION A. The contractor assumes the responsibility to complete, without any additional payment and on the schedule provided by this contract, all the work stated in or necessarily implied by the specifications to this contract. It will not excuse the contractor's obligation if it is discovered by the contractor at any point that the contract specifically required, or necessarily implies, that more work is necessary than the contractor estimated due to any inspection not with standing whether or not a System Representative was present during the inspection and not with standing any verbal or written statement made by a System Representative that is not incorporated into this contract. 5.3 VERIFICATION OF MEASUREMENTS: A. Before ordering any materials or doing any work, verify all measurements at the site. No extra compensation will be allowed because of differences between actual measurements and dimensions shown. Refer such differences to the professional for consideration before beginning work. 5.4 BUILDING AND OTHER PERMITS A. As stated in the paragraph titled Building Permits of the Notice to Contractors, the Professional and the University will obtain the L&I Building Permits required for the project. In accordance with article 3.6 Permits, Fees and Notices, of Rider B General Conditions of the Contract Agreement, each prime contractor shall obtain any and all permits required for the project such as street opening permits, from the local and state authorities as required by the law and regulations. The Contractor shall pay all fees associated with these permits at no additional cost to the University. 5.5 PROVISIONS AND OTHER PERMITS A. During the term of an awarded Contract, the Contractor agrees as follows: 1. Pursuant to federal regulations promulgated under the authority of The Americans With Disabilities Act, 28 C.F.R et. seq., the Contractor understands and agrees that no individual with a disability shall, on the basis of the disability, be excluded from participation in the Contract or from such activities provided for under the contract. As a condition of accepting and executing the Contract, the Contractor agrees to comply with the General Prohibitions Against Discrimination, 28 C.F.R , and all other regulations promulgated under Title II of the Americans With Disabilities Act that are applicable to the benefits, services, programs and activities provided by the Commonwealth of Pennsylvania through contracts with outside contracts. 2. The Contractor shall be responsible for and agrees to indemnify and hold harmless the Commonwealth of Pennsylvania from all losses, damages, expenses, claims, demands, suits, and actions brought by any party against the Commonwealth of Pennsylvania as a result of the Contractor s failure to comply with the provisions of paragraph (1) above. ESU Summary of Work Addendum 1 4/3/14

38 Kemp Library Roof Replacement For East Stroudsburg University of PA 5.6 ENVIRONMENTAL QUALITY CONTROL A. Contractors shall comply with all statutes and regulations of the Commonwealth of Pennsylvania concerning environmental quality control administered by the Department of Environmental Resources. The Contractor will be solely responsible for any violations and shall be responsible for securing all required permits. B. Burning or burying of waste materials on site is prohibited. The Contractor shall remove material from project site and recycle or dispose of same in a legal manner. C. Storage, collection, transportation, processing and final disposal of solid waste shall be in accordance with regulations and standards of the Solid Waste Management Act of the Department of Environmental Resources. 5.7 CONTRACTOR SUPERVISION AND MANAGEMENT A. The Contractor shall provide supervision at the project site by a duly authorized and competent superintendent when the Contractor or any subcontractor is carrying out any work on the site. If a Contractor has more than one Prime Contract, the Contractor must provide a separate superintendent for each Prime Contract. The superintendent must be acceptable to the University. The Contractor shall submit to the University, at the time of the initial job conference, the name(s) and resume(s) of his/her superintendent(s) for approval. The resume shall include the individual s name, years of experience in the trade, years of experience as a superintendent, years of employment by the Contractor, and the contract amounts of the two highest dollar value jobs on which the proposed superintendent has been employed in the position by the Contractor. B. The Contractor shall assign a qualified Project Manager for the Contract who shall be the primary point of contact between the Contractor and the University and between the Contractor and the design Professional and who shall have the full authority to make decisions and approve contract changes for the Contractor. If a Contractor has more than one Prime Contract, the Contractor must provide a separate project manager for each Prime Contract. The Contractor s Project Manager must be acceptable to the University. The Contractor shall submit to the University, at the time of the initial job conference, the name and resume of his/her Project Manager for approval. The resume shall include the individual s name, years of experience in the trade, years of experience as a project manager, years of employment by the Contractor, and the contract amounts of the two highest dollar value jobs on which the proposed project manager has been employed in the position by the Contractor. C. The University may demand of the Contractor the dismissal from the job any person employed by the Contractor who the University determines to be incompetent or guilty of misconduct. The Contractor shall not change the assigned project manager or superintendent without the approval of the University and must submit to the University justification for the change along with the name and resume of the proposed replacement project manager or superintendent. 5.8 CLEAN-UP AND RESTORATION OF SITE ESU Summary of Work Addendum 1 4/3/14

39 Kemp Library Roof Replacement For East Stroudsburg University of PA A. At the conclusion of the project, all site areas damaged by storage functions, temporary office location, utility connections, and other similar areas of work shall be restored to original condition by the Contractor who occupies that area during the project or does the work which caused the original condition to be altered. Work to include fill for depressed areas, seeding for bare grass areas, re-paving of damaged areas and other items to restore existing site to original condition at no additional cost to the System. END OF SECTION ESU Summary of Work Addendum 1 4/3/14

40 SECTION SELECTIVE DEMOLITION PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings, Bidding Requirements, Contract Requirements and Division 1 General Requirements apply to the work of this section SUMMARY A. This Section includes Contractor s requirements, including but not limited to, the following: 1. Removal of roofing, insulation and all obsolete equipment curbs, conduit, dunnage and related items indicated in the Contract Documents. 2. Disconnect and reconnect the existing HVAC equipment to facilitate the Roof Replacement work if required. No additional monies will be paid for this work 3. Removal and repair to selected portions of the concrete fascia. 4. Patching and repairs as necessary to maintain a watertight roofing system throughout the project area. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 1 Section "Summary of Work" for project conditions and base bids. 2. Division 1 Section "Cutting and Patching" for cutting and patching procedures for selective demolition operations. 3. Division 1 Section Temporary Facilities" for temporary utilities, temporary construction and support facilities, temporary security and protection facilities, and environmental protection measures for selective demolition operations. 4. Division 1 Section "Contract Closeout" for record document requirements. 5. Division 3 Section Maintenance of Cast-in-Place Concrete requirements. 6. Division 6 Section Rough Carpentry for material and construction requirements for temporary enclosures. 7. Division 8 Section Doors and Hardware, for door and hardware requirements DEFINITIONS A. Remove: Remove and legally dispose of items except those indicated to be reinstalled, salvaged, or to remain the Owner's property. DGS Phase 1 Selective Demolition Addendum No. 1 4/3/14

41 B. Remove and Salvage: Items indicated to be removed and salvaged remain the Owner's property. Remove, clean, and pack or crate items to protect against damage. Identify contents of containers and deliver to Owner's designated storage area. C. Remove and Reinstall: Remove items indicated; clean, service, and otherwise prepare them for reuse; store and protect against damage. Reinstall items in the same locations or in locations indicated. D. Existing to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by the Architect, and the Owner, items may be removed to a suitable, protected storage location during selective demolition and then cleaned and reinstalled in their original locations MATERIALS OWNERSHIP A. Except for items or materials indicated to be reused, salvaged, reinstalled, or otherwise indicated to remain the Owner's property, demolished materials shall become the Contractor's property and shall be removed from the site with further disposition at the Contractor's option SUBMITTALS A. General: Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections, for information only, unless otherwise indicated. B. Proposed dust-control measures: Submit statement or drawing that indicates the measures proposed for use, proposed locations, and proposed time frame for their operation. Identify options if proposed measures are later determined to be inadequate. C. Proposed noise-control measures: Submit statement or drawing that indicates the measures proposed for use, proposed locations, and proposed time frame for their operation. Identify options if proposed measures are later determined to be inadequate. D. Schedule of selective demolition activities indicating the following: 1. Detailed sequence of selective demolition and removal work, with starting and ending dates for each activity. 2. Interruption of utility services. 3. Coordination for shutoff, capping, and continuation of utility services. 4. Use of elevator and stairs. 5. Detailed sequence of selective demolition and removal work to ensure uninterrupted progress of Owner's on-site operations. 6. Locations of temporary partitions and means of egress. 7. Submit schedule to Owner and Architect for review and approval before commencing with selective demolition operations. E. Inventory of items to be removed and salvaged. DGS Phase 1 Selective Demolition Addendum No. 1 4/3/14

42 1. Provide a final list of items and turn over to Owner. F. Inventory of items to be removed by Owner. 1. Provide a final list of items and turn over to Owner. G. Pre-demolition photographs or videotape, sufficiently detailed, of existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by selective demolition operations. H. Record drawings at Project closeout according to Division 1 Section "Contract Closeout." 1. Identify and accurately locate capped utilities and other subsurface structural, electrical, or mechanical conditions. I. Landfill records indicating receipt and acceptance and manifest of hazardous wastes by a landfill facility licensed to accept hazardous wastes. J. Contractor shall review existing conditions. Contractor shall identify any locations where interior demolition is required or other locations not indicated in the Contract Documents does that might be suspect of containing asbestos. This review shall be completed 60 days (minimum) in advance of the schedule to complete the Work QUALITY ASSURANCE A. Demolition Firm Qualifications: Engage an experienced firm that has successfully completed selective demolition Work similar to that indicated for this Project. B. Regulatory Requirements: Comply with governing EPA, and all other federal, state and local regulations, standards and guidelines to the regulatory requirements, before starting selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. C. Pre-demolition Conference: Conduct conference at Project site to comply with pre installation conference requirements of Division 1 Section "Project Meetings." D. Standards: Comply with ANSI A10.6 and NFPA PROJECT CONDITIONS A. Owner assumes no responsibility for actual condition of building elements to be selectively demolished. DGS Phase 1 Selective Demolition Addendum No. 1 4/3/14

43 1. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. Minor variation within structure may occur by Owner s removal and salvage operations prior to start of selective demolition. B. Asbestos: The presence of asbestos has not been tested. Hazardous materials such as asbestos-containing materials may be encountered in the Work. 1. If materials suspected of containing hazardous materials are encountered, do not disturb; immediately notify Architect and Owner. Hazardous materials will be removed by Owner under a separate contract. C. Storage or sale of removed items or materials on-site will not be permitted. D. Damages: Repair damages caused to adjacent facilities by selective demolition work. E. Traffic: Conduct selective demolition operations and debris removal to ensure minimum interference with roads, streets, walks, and other adjacent occupied or used facilities. 1. Do not close, block, or obstruct streets, walks, or other occupied or used facilities without prior written permission from authorities having jurisdiction. Provide alternate routes if required. F. Utility Services: Maintain existing utilities indicated to remain and protect them against damage during demo operations. 1. Do not interrupt utilities serving occupied or used facilities, except when authorized in writing by authorities having jurisdiction and Owner. Provide temporary services during interruptions. 2. Maintain fire protection services during selective demolition. G. Environmental Controls: Limit dust and dirt migration. H. Coordinate work progress and schedule with the Owner so the Owner can remove the building occupants personal items and the building furnishings as deemed necessary to be removed before work starts and to perform asbestos removal where required SCHEDULING A. Arrange selective demolition schedule so as not to interfere with Owner's on-site operations WARRANTY DGS Phase 1 Selective Demolition Addendum No. 1 4/3/14

44 A. Existing Special Warranty: Remove, replace, patch, and repair materials and surfaces cut or damaged during selective demolition, by methods and with materials so as not to void existing warranties. PART 2 - PRODUCTS 2.01 REPAIR MATERIALS A. Use repair materials identical to existing materials. 1. Where identical materials are unavailable or cannot be used for exposed surfaces, use materials submitted for review and approval by the Architect that visually match existing adjacent surfaces to the fullest extent possible. 2. Use a material whose installed performance equals or surpasses that of existing materials. PART 3 - EXECUTION 3.01 EXAMINATION A. Verify that utilities have been disconnected and capped. B. Survey existing conditions and correlate with requirements indicated to determine extent of selective demolition required. C. Inventory and record the condition of items to be removed and reinstalled and items to be removed and salvaged. D. When unanticipated mechanical, electrical, or structural elements that conflict with the intended function or design are encountered, investigate and measure the nature and extent of the conflict. Promptly submit a written report to the Owner and Architect. E. Survey the condition of the building to determine whether removing any element might result in structural deficiency or unplanned collapse of any portion of the structure or adjacent structures during selective demolition. F. Perform surveys as the Work progresses to detect hazards resulting from selective demolition activities UTILITY SERVICES A. Maintain existing utilities indicated to remain in service and protect them against damage, disturbance, displacement or disruption during selective demolition operations. DGS Phase 1 Selective Demolition Addendum No. 1 4/3/14

45 1. Do not interrupt existing utilities serving occupied or operating facilities, except when authorized in writing by Owner and authorities having jurisdiction. Provide temporary services during interruptions to existing utilities, as acceptable to Owner and to governing authorities. a. Provide 72 hours notice to Owner if shutdown of service is required during changeover. B. Utility Requirements: Locate, identify, disconnect, and seal or cap off indicated utility services serving building to be selectively demolished. 1. Arrange to shut off indicated utilities with utility companies as required. 2. Where utility services are required to be removed, relocated, or abandoned, provide bypass connections to maintain continuity of service to other parts of the building before proceeding with selective demolition. 3. Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal the remaining portion of pipe or conduit after bypassing. C. Utility Requirements: Do not start selective demolition work until utility disconnecting and sealing have been completed and verified in writing PREPARATION A. Protections: Provide temporary barricades and other forms of protection to protect personnel and general public from injury due to selective demolition. 1. Provide measure to allow free and safe passage of School personnel and students to occupied portion of the building. 2. Provide shoring, bracing, and temporary supports to prevent movement, settlement, or collapse of structure or element to be demolished and adjacent construction to remain. 3. Protect existing construction that is to remain from damage. 4. Erect temporary partitions to separate areas of noisy or dusty demolition. 5. Provide temporary weather protection during interval between selective demolition operations which exposes interior of building to weather or water and subsequent construction B. Drain, purge, or otherwise remove, collect, and dispose of chemicals, gases, explosives, acids, flammables, or other dangerous materials before proceeding with selective demolition operations. C. Employ a certified, licensed exterminator to treat building work area and site work area and to control rodents and vermin before and during selective demolition operations. D. Conduct demolition operations and remove debris to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. DGS Phase 1 Selective Demolition Addendum No. 1 4/3/14

46 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by governing regulations. E. Conduct demolition operations to prevent injury to people and damage to the building and adjacent buildings and facilities to remain. Ensure safe passage of people around selective demolition area. 1. Erect temporary protection, such as walks, fences, railings, canopies, and covered passageways, where required by authorities having jurisdiction. 2. Protect existing site improvements, appurtenances, and landscaping to remain. 3. Erect a plainly visible fence around drip line of individual trees or around perimeter drip line of groups of trees to remain. 4. Provide temporary weather protection, during interval between demolition and removal of existing construction, on exterior surfaces and new construction to ensure that no water leakage or damage occurs to structure or interior areas. 5. Protect walls and other existing finish work that are to remain and are exposed during selective demolition operations. F. Erect and maintain dustproof partitions and temporary enclosures to limit dust and dirt migration and to separate areas from fumes and noise. The intent of the dustproof enclosure is as follows: However if this method does not address complaints from the occupants, it is the Contractor s responsibility to maintain a dustproof environment and if complaints occur, the Contractor shall implement other controls until all issues are addressed at no additional cost to the Owner. 1. Construct dustproof partitions of not less than nominal 4-inch (100-mm) studs, 5/8-inch (16-mm) gypsum wallboard with joints taped on occupied side, and 1/2- inch (13-mm) fire-retardant plywood on the demolition side. 2. Insulate partition to provide noise protection to occupied areas. 3. Seal joints and perimeter. Equip partitions with dustproof doors and security locks. 4. Protect air-handling equipment. 5. Weatherstrip openings. G. Provide and maintain interior and exterior shoring, bracing, or structural support to preserve stability and prevent movement, settlement, or collapse of building to be selectively demolished. 1. Strengthen or add new supports when required during progress of selective demolition POLLUTION CONTROLS DGS Phase 1 Selective Demolition Addendum No. 1 4/3/14

47 A. Use water mist, temporary enclosures, and other suitable methods to limit the spread of dust and dirt including at air conditioner units. Comply with governing environmental protection regulations. 1. Do not use water when it may damage existing construction or create hazardous or objectionable conditions, such as ice, flooding, and pollution. B. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. 1. Remove debris from elevated portions of building by chute, hoist, or other device that will convey debris to grade level. C. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before start of selective demolition SELECTIVE DEMOLITION A. General: Perform selective demolition work in systematic manner and approximately in reverse order of construction. Comply with demolition plan and governing regulations. B. Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete Work within limitations of governing regulations and as follows: 1. Proceed with selective demolition systematically, from higher to lower level. Complete selective demolition work above each floor or tier before disturbing supporting members on lower levels. 2. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. To minimize disturbance of adjacent surfaces, use hand or small power tools designed for sawing or grinding, not hammering and chopping. Temporarily cover openings to remain. 3. Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces. 4. Do not use cutting torches. 5. Remove decayed, vermin-infested, or otherwise dangerous or unsuitable materials and promptly dispose of off-site. 6. Locate selective demolition equipment throughout the structure and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing. 7. Dispose of demolished items and materials promptly. On-site storage or sale of removed items is prohibited. 8. Return elements of construction and surfaces to remain to condition existing before start of selective demolition operations. DGS Phase 1 Selective Demolition Addendum No. 1 4/3/14

48 C. Remove no more existing roofing than can be covered in one day by new roofing. See applicable Division 7 Section for new roofing requirements. D. Disconnect air-conditioning equipment without releasing refrigerants. E. Existing Facilities: Comply with Owner s requirements for using and protecting elevators, stairs, walkways, loading docks, building entries, and other building facilities during selective demolition operations or the requirements listed in this specification which ever is more stringent. F. Removed and Reinstalled Items: Comply with the following: 1. Clean and repair items to functional condition adequate for intended reuse. Paint equipment to match new equipment. 2. Pack or crate items after cleaning and repairing. Identify contents of containers. 3. Protect items from damage during transport and storage. 4. Reinstall items in locations indicated. Comply with installation requirements for new materials and equipment. Provide connections, supports, and miscellaneous materials necessary to make item functional for use indicated PATCHING AND REPAIRS A. Promptly patch and repair holes and damaged surfaces caused to adjacent construction by selective demolition operations. B. Patching is specified in Division 1 Section "Cutting and Patching." C. Where repairs to existing surfaces are required, patch to produce surfaces suitable for new materials. 1. Completely fill holes and depressions in existing masonry walls to remain with an approved masonry patching material, applied according to manufacturer's printed recommendations. D. Restore exposed finishes of patched areas and extend finish restoration into adjoining construction to remain in a manner that eliminates evidence of patching and refinishing DISPOSAL OF DEMOLISHED MATERIALS A. General: Promptly dispose of demolished materials. Do not allow demolished materials to accumulate on-site. B. Burning: Do not burn demolished materials. DGS Phase 1 Selective Demolition Addendum No. 1 4/3/14

49 C. Disposal: Transport demolished materials off Owner's property and legally dispose of them CLEANING AND REPAIR A. General: Upon completion of demolition work, remove temporary facilities and all demolished materials. Leave interior spaces affected by the Work and site broom clean. B. Repairs: Repair demolition performed in excess of that required or indicated. Return elements of construction and surfaces to remain to condition existing prior to start of operations. END OF SECTION DGS Phase 1 Selective Demolition Addendum No. 1 4/3/14

50 Kemp Library Roof Replacement For East Stroudsburg University of PA SECTION PREPARATION FOR ROOFING PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Protection of the existing Roofing System throughout the project. 2. Maintenance of the existing Manufacturer s Guaranty throughout the project. 3. Erection, ballasting and maintenance of safety and personnel access barriers on the roof at the perimeter. 4. Flushing of the gutter drain lines and issuance of a report of the findings, prior to the start gutter demolition work. 5. Roof tear-off and pull test, removal of base flashings, counterflashings, penetrations and related items as indicated on the Contract drawings and as necessary to assist in completing the work. 6. Removal and replacement of all gutter and gutter drains complete with necessary fittings as required to complete the tie-in work. 7. Installation of temporary protection throughout the course of the project to maintain a watertight condition. B. Related Sections: 1. Division 6 Section Rough Carpentry : For blocking and nailers at roof. 2. Division 7 Section "Thermoplastic Membrane Roofing": 3. Division 7 Section Flashing and Sheet Metal For gutters, reglet and miscellaneous related sheet metal flashings. 4. Division 15 Sections: Removal and replacement gutter drains new installation. 1.2 MATERIALS OWNERSHIP A. Except for items or materials indicated to be reused, reinstalled, or otherwise indicated to remain Owner's property, demolished materials shall become Contractor's property and shall be removed from Project site. 1.3 DEFINITIONS A. Roofing Terminology: Refer to ASTM D 1079 and glossary in NRCA's "The NRCA Roofing and Waterproofing Manual" for definition of terms related to roofing work in this Section. B. Existing Roofing System: Roofing membrane, surfacing, and components and accessories between deck and roofing membrane. C. Roof Tear-Off: Removal of existing membrane roofing system from deck. D. Remove: Detach items from existing construction and recycle or legally dispose of them off-site unless indicated to be removed and reinstalled. F. Existing to Remain: Existing items of construction that are not indicated to be removed. ESU Preparation for Roofing Addendum No. 1 4/3/14

51 Kemp Library Roof Replacement For East Stroudsburg University of PA G. Roof Protection: A minimum of 1 inch of extruded polystyrene covered with planks (for fastening) and plywood decking around all work areas and traffic zones. H. Permanent Roofing System Maintenance: Maintaining the status and Guaranty of the Existing Roofing System. I. Pull-Out Test: Test submitted fasteners for pull out resistance requirements. Issue report on findings. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. B. Temporary Roofing: Include description of temporary roofing system or other temporary protective measures to prevent water entering into existing building. C. Roof Protection: Submit a detailed drawing showing the temporary Roof Protection for the traffic and work areas. Show installation of temporary Roof Protection and walkways from work area to chute. Submit before Work begins. D. Temporary Roof Protection: A minimum of 1 inch of extruded polystyrene covered with planks (for fastening) and plywood decking around all work areas and traffic zones but not inhibiting drainage patterns. E. Photographs or DVD s: Show existing conditions of adjoining construction and site improvements, including exterior and interior finish surfaces that might be misconstrued as having been damaged by re-roofing operations. Submit before Work begins. 1.5 QUALITY ASSURANCE A. Installer Qualifications: Installer of new membrane roofing system. B. Regulatory Requirements: Comply with governing EPA notification regulations before beginning membrane roofing removal. Comply with hauling and disposal regulations of authorities having jurisdiction. C. Roof Repair/Reroofing Conference: Conduct conference at Project site to review methods and procedures related to roofing system including, but not limited to, the following: 1. Meet with Owner; Architect; Owner's insurer if applicable; testing and inspecting agency representative; roofing system manufacturer's representative; demolition contractor, roofing Installer including project manager, superintendent, and foreman; and installers whose work interfaces with or affects reroofing and/or Existing Guaranty, including installers of roof accessories and roof-mounted equipment. 2. Review temporary protection requirements for existing roofing system that is to remain, during and after installation. 3. Review methods and procedures related to reroofing preparation, including installation of membrane. Partial overlay of portions of the Roof and manufacturer's written instructions specific to this project. ESU Preparation for Roofing Addendum No. 1 4/3/14

52 Kemp Library Roof Replacement For East Stroudsburg University of PA 4. Review general notes on drawings for additional roof protection requirements. 5. Review and finalize construction schedule, and verify availability of materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays. 6. Review structural loading limitations of deck during re-roofing. 7. Review base flashings, special roofing details, drainage, penetrations, and condition of other construction that will affect re-roofing. 8. Review procedures for asbestos containing roofing materials (ACRM) removal or unexpected discovery of asbestos-containing materials. 9. Review governing regulations and requirements for insurance and certificates if applicable. 10. Review existing conditions that may require notification of Architect before proceeding including but not limited to gutter and cornice removal for substrate inspection. 1.6 PROJECT CONDITIONS A. Owner will potentially occupy portions of building immediately below reroofing area. Conduct reroofing so Owner's operations will not be disrupted. Provide Owner with not less than 72 hours notice of activities that may affect Owner's operations. 1. Coordinate work activities daily with Owner so Owner can place protective dust or water leakage covers over sensitive equipment or furnishings, shut down HVAC and fire-alarm or -detection equipment if needed, and evacuate occupants from below the work area if desired. B. Protect building to be repaired/re-roofed, adjacent buildings, walkways, site improvements, exterior plantings, and landscaping from damage or soiling from re-roofing operations. C. Owner assumes no responsibility for condition of work area. 1. Conditions existing at time of inspection for bidding will be maintained by Owner as far as practical. 2. Consult Roofing system manufacturer to assure maintenance of the Existing Guaranty. D. Weather Limitations: Proceed with gutter/roof preparation only when existing and forecasted weather conditions permit Work to proceed without water entering into existing roofing system or building. E. Hazardous Materials: The presence of asbestos has not been tested. Hazardous materials such as asbestos-containing materials may be encountered in the Work. 1. If materials suspected of containing hazardous materials are encountered, do not disturb; immediately notify Architect and Owner. Hazardous materials will be removed by Owner under a separate contract. PART 2 PRODUCTS 2.1 TEMPORARY ROOFING MATERIALS A. Selection of materials and design of repair/replacement roofing or other temporary protective measures to prevent water entering into existing building, must be in compliance with conditions set forth in the Carlisle Inc. published Existing Guaranty requirements. B. Selection of materials and design of temporary roofing or other temporary protective measures to prevent water entering into existing building is responsibility of Contractor and must be compatible with the Existing Guaranty. ESU Preparation for Roofing Addendum No. 1 4/3/14

53 Kemp Library Roof Replacement For East Stroudsburg University of PA PART 3 EXECUTION 3.1 PREPARATION A. Coordinate with Owner to shut down air intake equipment in the vicinity of the Work. Cover air intake louvers before proceeding with reroofing work that could affect indoor air quality or activate smoke detectors in the ductwork. B. During removal operations, have sufficient and suitable materials on-site to facilitate rapid installation of temporary protection in the event of unexpected rain. C. Maintain roof drains, drain lines, gutters, and downspouts in functioning condition to ensure roof drainage at end of each workday. Prevent debris from entering or blocking roof drains and conductors. Use roof-drain plugs specifically designed for this purpose. Remove roof-drain plugs at end of each workday, when no work is taking place, or when rain is forecast. 1. If roof drains will be temporarily blocked or unserviceable due to roofing system removal or partial installation of new membrane roofing system, provide alternative drainage method to remove water and eliminate ponding. Do not permit water to enter into or under existing membrane roofing system components that are to remain. D. Verify that rooftop utilities and service piping have been shut off before commencing Work. 3.2 DECK PREPARATION A. Inspect deck and clean existing quarry tile roof covering free of dirt and debris B. If deck surface is not suitable for receiving new roofing, or if structural integrity of deck is suspect, immediately notify Architect. Do not proceed with installation until directed by Architect. 3.3 EXISTING FLASHINGS A. Remove existing sheet metal and base flashings around walls, and penetration noted to be removed. Remove metal gutters and flashings where new roof perimeter systems are indicated. 1. Clean substrates of contaminants such as asphalt, sheet materials, dirt, and debris and slag. B. Maintain existing sheet metal counter flashings around walls, and penetrations noted to be replaced throughout construction. Install temporary flashings under existing counter flashings. Remove metal gutters and flashings where new roof perimeter systems are indicated. 3.4 DISPOSAL A. Collect and place demolished materials in containers. Promptly dispose of demolished materials. Do not allow demolished materials to accumulate on-site. 1. Storage or sale of demolished items or materials on-site will not be permitted. B. Transport demolished materials off Owner's property and legally dispose of them. END OF SECTION ESU Preparation for Roofing Addendum No. 1 4/3/14

54 Kelly/Maiello Inc. Architects & Planners 1420 Walnut Street, 15 th floor Philadelphia, PA phone: fax: March 2014 East Stroudsburg University of Pennsylvania Replace Roof, Kemp Library ESU Project No Replace Roof Kemp Library Pre Bid Meeting Minutes: Meeting Date: 25 March 2014 Place: Facilities Management Complex, 118 Normal Street Attendees: Patricia L. Reich (PR) ESU Director, Procurement & Contracting John Bloshinski II (JB) ESU Campus Architect, Project Manager James Karmolinski (JK) Kelly Maiello Architects, Architect Scott Small (SS) Hunt Engineering, Structural Engineer (Attendee list attached) Item Summary Action By 1. JB introduced the project and reviewed Pre Bid Conference Hand-Out Sheet (25 March 2014) which are attached below. 2. JK reviewed the general scope of work including demolition and removal of the existing roof to the metal deck and installation of the new insulated PVC roof system. 3. SS reviewed pre-cast concrete repairs including sounding, patching, repairs, sealant and coating.. 4. JK received questions from attendees. Reponses are provided in Addendum No. 1 Q1 through Q9. 5. Attendees visited the site and reviewed existing site conditions. 6. JK reviewed that building is occupied. The general Contractor is responsible for high reach and building access protection from

55 Meeting Minutes Kemp Library Roof Replacement 25 March 2014 Page 2 overhead work. 7. JK noted that additional Site Visits are for bidders is available through ESU as noted in the Notice to Contractors. 8. Pre-Bid Conference Hand-Out and Attendee Sign-In Sheet are attached below. This report represents the Architect s summation of the proceedings and is not a transcript. Unless written notice of any correction or clarification is received by the Architect within ten days of issue, this report shall be considered factually correct and become part of the official project record. Respectfully Submitted James Karmolinski Cc: attendees Attachements: Pre Bid Conference Hand-Out Sheet (25 March 2014) Attendee Sign-In Sheet

56

57

58

59

60