FORRENCE RECREATION CENTER ROOF REPLACEMENT

Size: px
Start display at page:

Download "FORRENCE RECREATION CENTER ROOF REPLACEMENT"

Transcription

1 136 Clinton Point Drive, Plattsburgh, NY FORRENCE RECREATION CENTER ROOF REPLACEMENT PROJECT MANUAL AES PROJECT NO August 18, 2014 SET NO. PROJECT ENGINEER PROJECT ARCHITECT

2 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO DOCUMENT TABLE OF CONTENTS Section Title DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS Table of Contents PROCUREMENT REQUIREMENTS Notice to Bidders Instructions to Bidders Bid Form - Stipulated Sum (Single-Prime Contract) Procurement Form Supplements CCC Requirements CONTRACTING REQUIREMENTS Agreement Form - AIA Stipulated Sum AIA A101- Standard Form of Agreement Between Owner and Contractor General Conditions (Single - Prime Contract) CCC Requirements Supplementary Conditions NYS Prevailing Wage Rates Prevailing Wage Schedule DIVISION 01 - GENERAL REQUIREMENTS Summary Price and Payment Procedures Alternates Administrative Requirements Submittal Procedures Submittal Cover Sheets Quality Requirements Temporary Facilities and Controls Execution and Closeout Requirements Closeout Checklist DIVISION 02 EXISTING CONDITIONS Selective Structure Demolition DIVISION 07 THERMAL AND MOISTURE PROTECTION Table of Contents

3 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO Board Insulation Single Ply membrane Roofing System Sheet Metal Roofing and Wall Panels Sheet Metal Flashing Snow Guards Joint Sealers DIVISION 13 SPECIAL CONSTRUCTION Structural Retrofit Roof Sub-Framing System END OF SECTION Table of Contents

4 NOTICE TO BIDDERS The Board of Trustees of Clinton Community College, Plattsburgh, New York 12901, hereby invites submission of sealed bids to purchase the following: Forrence Recreation Center Roof Replacement Project Description: Replacement of the standing seam metal roof on the Forrence Recreation Center (approximately 30,000 square feet) using a structural retrofit roof subframing system over the existing roof panels. Replacement includes (2) small EPDM entrance roofs. Owner requires the Project to be completed on or before December 12, Contractors are required to examine the project and site conditions. A pre-bid meeting has been scheduled for Tuesday, September 2, 2014 at 10:00 A.M. at the east entrance of the Forrence Recreation Center. Bids will be received until 2:00 P.M., Thursday September 11, To be considered all bids must be received and deposited in the bid box in Room 226 of the Moore Building prior to the time of opening bids. Bids not received by the indicated time will not be opened. All bids will be publicly opened in Room 228 of the Moore Building, Clinton Community College. Specifications and bidding documents on compact disc (CD) may be obtained from the architect AES Northeast, City Hall Place, Plattsburgh, New York, on or after Thursday, August 21, 2014 for a $25.00 nonrefundable Processing Fee. Printing is available at their standard rates. Documents may also be downloaded from the College website at: Project is contingent on final approval of funding. The Board of Trustees reserves the right to waive any informality in or to reject any and all parts of bids at their sole discretion. A Non-Collusion Certificate must accompany the bid. Contractor s bids are irrevocable for period of (30) days after submission. Lisa M. Shovan VP of Administration and Finance

5 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO SECTION INSTRUCTIONS TO BIDDERS 1.1 SUMMARY A. Document Includes: 1. Bid submission. 2. Intent. 3. Work identified in Contract Documents. 4. Contract Time. 5. Definitions. 6. Contract Documents identification. 7. Availability of documents. 8. Examination of documents. 9. Inquiries and Addenda. 10. Site examination. 11. Bidder qualifications. 12. Subcontractors. 13. Submission procedure. 14. Bid ineligibility. 15. Bid Security. 16. Insurance. 17. Bid Form requirements. 18. Fees for changes in the Work. 19. Bid Form signature. 20. Additional Bid information. 21. Bid opening. 22. Duration of offer. 23. Acceptance of offer. B. Related Documents: 1. Document Invitation to Bid. 2. Document Bid Form - Stipulated Sum (Single-Prime Contract). 3. Document Procurement Form Supplements. 4. Document Supplementary Conditions. 5. Section Summary. 6. Section Price and Payment Procedures. 7. Section Alternates 1.2 BID SUBMISSION A. Bids signed, sealed, executed, and dated will be received by Owner located at 136 Clinton Point Drive, Plattsburgh, NY until 2:00 P.M. local time on the 11 th day of September, B. Bids submitted after the above time may be returned to Bidder unopened. Instructions to Bidders

6 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO C. Amendments to submitted Bids will be permitted when received in writing prior to Bid closing and when endorsed by the same party or parties who signed and sealed the Bid. D. Bidders may withdraw their Bid by written request before the above time. 1.3 INTENT A. The intent of this Bid request is to obtain an offer to perform work to replace the roof on the Forrence Recreation Center for a Stipulated Sum contract, according to Contract Documents. 1.4 WORK IDENTIFIED IN CONTRACT DOCUMENTS A. Location: Clinton Community College located at 136 Clinton Point Drive, Plattsburgh, NY. 1.5 CONTRACT TIME A. Perform the Work on or before December 12, Bidder, in submitting an offer, accepts Contract Time period stated for performing the Work. 1.6 DEFINITIONS A. Bidding Documents: Contract Documents supplemented with Invitation to Bid, Instructions to Bidders, and Bid Form. B. Contract Documents: Defined in General Conditions of the Contract for Construction, Article 1 including issued Addenda. C. Bid: Executed Bid Form and required attachments submitted according to Instructions to Bidders. D. Bid Sum: Monetary sum identified by the Bidder in the Bid Form. 1.7 CONTRACT DOCUMENTS IDENTIFICATION A. Contract Documents are identified as Project number 4101 as prepared by Owner and identified in the Table of Contents. 1.8 AVAILABILITY OF DOCUMENTS A. Bidding Documents may be obtained as stated in Invitation to Bid. 1.9 EXAMINATION OF DOCUMENTS A. Bidding Documents may be viewed at the office of the Owner. B. Upon receipt of Bidding Documents verify that documents are complete. Notify Owner if documents are incomplete. C. Immediately notify Owner upon finding discrepancies or omissions in Bidding Documents. Instructions to Bidders

7 1.10 INQUIRIES AND ADDENDA CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO A. Direct questions in writing to Louise Bousquet, at the office of the Architect, telephone: (518) , and B. Verbal answers are not binding on any party. C. Submit questions not less than seven (7) days before date set for receipt of Bids. Replies will be made by Addenda, which may be issued during Bidding period. Addenda will be sent to known Bidders and all who are known to have received a complete set of Bidding Documents. Addenda become part of Contract Documents. Include resultant costs in the Bid Sum SITE EXAMINATION A. Examine Project Site before submitting a Bid. A Pre-Bid conference is scheduled for Tuesday, September 2, 2014 at 10:00 A.M. at the east entrance of the Forrence Recreation Center. B. Contact Owner at the following address and phone number to arrange date and time to visit Project Site if unable to attend Pre-Bid meeting: Address: 136 Clinton Point Drive, Plattsburgh, NY Telephone: (518) john.conley@clinton.edu 1.12 BIDDER QUALIFICATIONS A. To demonstrate qualification for performing the Work of this Contract, Bidders may be requested to submit written evidence of previous experience, current commitments and license to perform work in the State of New York SUBCONTRACTORS A. Owner reserves the right to reject a proposed Subcontractor for reasonable cause SUBMISSION PROCEDURE A. Bidders shall be solely responsible for delivery of Bids in manner and time prescribed. B. Submit one copy of executed offer on Bid Forms provided, signed and sealed in a closed opaque envelope, clearly identified with Bidder's name and address, Project name, and Owner's name on the outside. C. Double Envelope: Insert closed and sealed Bid Form envelope plus requested security deposit in a large opaque envelope and label this envelope as noted above. D. Improperly completed information, including irregularities may be cause not to open the Bid Form envelope and to declare the Bid invalid or informal. Instructions to Bidders

8 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO E. An abstract summary of submitted Bids will be made available to all Bidders following Bid opening BID INELIGIBILITY A. Bids that are unsigned, improperly signed or sealed, conditional, illegible, and obscure, or Bids that contain arithmetical errors, erasures, alterations, or irregularities of any kind, may be declared unacceptable at Owner's discretion. B. Bid Forms, Appendices, and enclosures that are improperly prepared may be declared unacceptable at Owner's discretion. C. Bidders will be required to provide Bid security in the form of a Bid Bond in the amount of five (5) percent of the Bid Sum. Successful Bidders are required to give a Performance Bond and a Labor and Material Payment Bonds in the amount of 100% of the Bid Sum. Failure to provide security deposit, bonds, or insurance requirements may invalidate the Bid at Owner's discretion INSURANCE A. Provide an executed "Undertaking of Insurance" on standard form provided by the insurance company stating insurance company's intention to provide insurance to the Bidder according to insurance requirements of Contract Documents. See Section Supplementary Conditions for more requirements BID FORM REQUIREMENTS A. Complete requested information in the Bid Form and Bid Form Supplements. B. Refer to Document Supplementary Conditions for exclusion of taxes FEES FOR CHANGES IN THE WORK A. Include in the Bid Form the overhead and profit fees on Bidder's own Work and Work by Subcontractors, applicable for changes in the Work, whether additions to or deductions from the Work on which the Bid Sum is based BID FORM SIGNATURE A. Sign Bid Form as follows: 1. Sole Proprietorship: Signature of sole proprietor in the presence of a witness who will also sign. Include the words "Sole Proprietor" under the signature. 2. Partnership: Signature of all partners in the presence of a witness who will also sign. Include the word "Partner" under each signature. 3. Corporation: Signature of at least one duly authorized signing officer. Include the officer's capacity under each signature. Affix the corporate seal. If Bid is signed by officials other than the president, secretary, or treasurer of the company, submit a copy of the bylaws or a resolution of the board of directors authorizing them to do so, with the Bid Form in the Bid envelope. Instructions to Bidders

9 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO Joint Venture: Signature of all parties of the joint venture under their respective seals in a manner appropriate to such party as described above, similar to requirements for Partnerships ADDITIONAL BID INFORMATION A. Complete and submit Document Procurement Form Supplements with Bid. B. Complete and submit the following Appendices included in Document Procurement Form Supplements with Bid: 1. Appendix A - List of Subcontractors: Include names of major Subcontractors and portions of the Work each Subcontractor will perform. 2. Appendix B - Cost Breakdown: Includes Bid Sum segmented into portions as requested BID OPENING A. Bids will be opened publicly immediately after time for receipt of Bids. Bidders may be present DURATION OF OFFER A. Bids shall remain open to acceptance and shall be irrevocable for a period of (60) sixty days after Bid closing date ACCEPTANCE OF OFFER A. Owner reserves the right to waive irregularities and to accept or reject any or all offers. B. After acceptance by Owner, the Owner will issue to the accepted Bidder a written letter of Contract Award. C. Notwithstanding delay in the preparation and execution of the Agreement, accepted Bidder shall be prepared, upon written Notice to Proceed, to commence work within (30) thirty days following receipt of official written order of Owner to proceed, or on date stipulated in such order. D. The accepted Bidder shall assist and cooperate with Owner to prepare Agreement and shall execute Agreement and return it to Owner within (7) seven days following its presentation. The Owner intends to award the contract approximately September 16, END OF DOCUMENT Instructions to Bidders

10 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO SECTION BID FORM - STIPULATED SUM (SINGLE-PRIME CONTRACT) To: Project Title: Date: Submitted by: Address: Clinton Community College Forrence Recreation Center Roof Replacement OFFER Having examined the Place of the Work and all matters referred to in the Instructions to Bidders and the Contract Documents prepared by Owner for the above-referenced Project, we, the undersigned, hereby offer to enter into a Contract to perform the Work for the sum of: $...dollars and no cents, in lawful money of the United States of America. (numerical) $...dollars and no cents. (written) + Contingency Allowance $20, (Twenty Thousand Dollars) Total: Base Bid Plus Allowance $... dollars, in lawful money of the United States of America. (numerical) $...dollars and no cents. (written) Alternate No. 1 (ADD): Provide board insulation on roofs indicated : $... dollars and no cents, in lawful money of the United States of America. (Numerical) $... (Written) Bid Form - Stipulated Sum (Single-Prime Contract)

11 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO Alternate No. 2 (ADD): Provide snow guards on roofs indicated: $... dollars and no cents, in lawful money of the United States of America. (Numerical) $... (Written) Alternate No. 3 (ADD): Provide infill at eave over shed roof per detail: $... dollars and no cents, in lawful money of the United States of America. (Numerical) $... (Written) 1.2 ACCEPTANCE This offer shall be open to acceptance and is irrevocable (60) sixty days from the Bid closing date. If this Bid is accepted by the Owner within the time period stated above, we will: - Execute the Agreement within (7) seven days of receipt of Notice of Award. - Commence Work within (30) thirty days after written Notice to Proceed. If this Bid is accepted within the time stated, and we fail to commence the Work, the Owner may terminate the contract for convenience and without cause. 1.3 CONTRACT TIME If this Bid is accepted, we will: - Complete the Work by December 12, CHANGES TO THE WORK When the Owner establishes that the method of valuation for changes in the Work will be net cost plus a percentage fee according to General Conditions, our percentage fee shall be percent overhead and profit on the net cost of our own Work; percent on the gross cost of work done by any Subcontractor. On Work deleted from the Contract, our credit to the Owner shall be the Owner-approved net cost plus... percent of the overhead and profit percentage noted above. 1.5 ADDENDA The following Addenda have been received. The modifications to the Bid Documents noted below have been considered and all costs are included in the Bid Sum. Addendum No.... Dated... Addendum No.... Dated... Bid Form - Stipulated Sum (Single-Prime Contract)

12 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO APPENDICES A. The following documents are attached to and made a condition of the Bid: Document Procurement Form Supplements including Appendix A - List of Subcontractors Appendix B - Cost Breakdown 1.7 BID FORM SIGNATURES The Corporate Seal of... (Bidder - print the full name of your firm) was hereunto affixed in the presence of:... (Authorized signing officer and title) (Seal)... (Authorized signing officer and title) (Seal) If the Bid is a joint venture or partnership, add additional forms of execution for each member of the joint venture in the appropriate form or forms as above. END OF DOCUMENT Bid Form - Stipulated Sum (Single-Prime Contract)

13 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO SECTION PROCUREMENT FORM SUPPLEMENTS To: Project Title: Date: Submitted by: Address: Clinton Community College Forrence Recreation Center Roof Replacement According to Document Instructions to Bidders and Document Bid Form - Stipulated Sum (Single-Prime Contract), we include the Appendices to Bid Form Supplements listed below. The information provided shall be considered an integral part of the Bid Form. The following Appendices are attached to this Document: Appendix A - List of Subcontractors: Include names of major Subcontractors and portions of the Work each Subcontractor will perform. Appendix B - Cost Breakdown: Includes Bid Sum segmented into portions as requested. BID FORM SUPPLEMENT SIGNATURES The Corporate Seal of... (Bidder - print the full name of firm) was hereunto affixed in the presence of... (Authorized signing officer and title) (Seal)... (Authorized signing officer and title) (Seal) Procurement Form Supplements

14 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO APPENDIX A - LIST OF SUBCONTRACTORS The list of Subcontractors submitted below is an integral part of the Bid Form and is referenced in the Bid submitted by (Bidder)... To (Owner) Dated... The following work will be performed (or provided) by Subcontractors and coordinated by us: WORK SUBJECT NAME Procurement Form Supplements

15 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO APPENDIX B - COST BREAKDOWN The following cost breakdown is an integral part of the Bid Form and is referenced in the Bid submitted by (Bidder)... To (Owner).. Dated... ITEM OF WORK VALUE Overhead and Profit Included Division 01 General Requirements $ Division 02 Existing Conditions $ Division 07 Thermal and Moisture Protection $ Division 13 Special Construction $ $ $ END OF DOCUMENT Procurement Form Supplements

16

17

18

19

20

21

22

23

24 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO SECTION AGREEMENT FORM - AIA (SINGLE-PRIME CONTRACT) 1.1 SUMMARY A. Document Includes: 1. Agreement. B. Related Documents: 1. Document General Conditions - (Single-Prime Contract). 2. Document Supplementary Conditions. 1.2 AGREEMENT A. AIA A101 - Standard Form of Agreement between Owner and Contractor forms the basis of Agreement between the Owner and Contractor, unless the Owner elects to use its Standard Agreement Form. END OF DOCUMENT Agreement Form - AIA (Single-Prime Contract)

25 AIA Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Owner: (Name, legal status, address and other information) «Clinton Community College» «136 Clinton Point Drive» «Plattsburgh, NY 12901» and the Contractor: (Name, legal status, address and other information) for the following Project: (Name, location and detailed description) «Clinton Community College» «136 Clinton Point Drive Plattsburgh, NY 12901» «Forrence Recreation Center Roof Replacement AES Project No. 4101» ADDITIONS AND DELETIONS: The author of this document has added information needed for its completion. The author may also have revised the text of the original AIA standard form. An Additions and Deletions Report that notes added information as well as revisions to the standard form text is available from the author and should be reviewed. This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. AIA Document A , General Conditions of the Contract for Construction, is adopted in this document by reference. Do not use with other general conditions unless this document is modified. The Architect: (Name, legal status, address and other information) «Architecture, Engineering and Land Surveying Northeast, PLLC» «10-12 City Hall Place» «Plattsburgh, NY 12901» The Owner and Contractor agree as follows. ELECTRONIC COPYING of any portion of this AIA Document to another electronic file is prohibited and constitutes a violation of copyright laws as set forth in the footer of this document. AIA Document A Copyright 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 11:27:00 on 03/04/2014 under Order No _1 which expires on 10/25/2014, and is not for resale. User Notes: ( ) 1

26 TABLE OF ARTICLES 1 THE CONTRACT DOCUMENTS 2 THE WORK OF THIS CONTRACT 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION 4 CONTRACT SUM 5 PAYMENTS 6 DISPUTE RESOLUTION 7 TERMINATION OR SUSPENSION 8 MISCELLANEOUS PROVISIONS 9 ENUMERATION OF CONTRACT DOCUMENTS 10 INSURANCE AND BONDS ARTICLE 1 THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement, Conditions of the Contract (General, Supplementary and other Conditions), Drawings, Specifications, Addenda issued prior to execution of this Agreement, other documents listed in this Agreement and Modifications issued after execution of this Agreement, all of which form the Contract, and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations or agreements, either written or oral. An enumeration of the Contract Documents, other than a Modification, appears in Article 9. ARTICLE 2 THE WORK OF THIS CONTRACT The Contractor shall fully execute the Work described in the Contract Documents, except as specifically indicated in the Contract Documents to be the responsibility of others. ARTICLE 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION 3.1 The date of commencement of the Work shall be the date of this Agreement unless a different date is stated below or provision is made for the date to be fixed in a notice to proceed issued by the Owner. (Insert the date of commencement if it differs from the date of this Agreement or, if applicable, state that the date will be fixed in a notice to proceed.) If, prior to the commencement of the Work, the Owner requires time to file mortgages and other security interests, the Owner s time requirement shall be as follows: 3.2 The Contract Time shall be measured from the date of commencement. 3.3 The Contractor shall achieve Substantial Completion of the entire Work not later than ( ) days from the date of commencement, or as follows: (Insert number of calendar days. Alternatively, a calendar date may be used when coordinated with the date of commencement. If appropriate, insert requirements for earlier Substantial Completion of certain portions of the Work.) AIA Document A Copyright 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 11:27:00 on 03/04/2014 under Order No _1 which expires on 10/25/2014, and is not for resale. User Notes: ( ) 2

27 Portion of Work Substantial Completion Date, subject to adjustments of this Contract Time as provided in the Contract Documents. (Insert provisions, if any, for liquidated damages relating to failure to achieve Substantial Completion on time or for bonus payments for early completion of the Work.) ARTICLE 4 CONTRACT SUM 4.1 The Owner shall pay the Contractor the Contract Sum in current funds for the Contractor s performance of the Contract. The Contract Sum shall be ($ ), subject to additions and deductions as provided in the Contract Documents. 4.2 The Contract Sum is based upon the following alternates, if any, which are described in the Contract Documents and are hereby accepted by the Owner: (State the numbers or other identification of accepted alternates. If the bidding or proposal documents permit the Owner to accept other alternates subsequent to the execution of this Agreement, attach a schedule of such other alternates showing the amount for each and the date when that amount expires.) 4.3 Unit prices, if any: (Identify and state the unit price; state quantity limitations, if any, to which the unit price will be applicable.) Item Units and Limitations Price Per Unit ($0.00) 4.4 Allowances included in the Contract Sum, if any: (Identify allowance and state exclusions, if any, from the allowance price.) Item Price ARTICLE 5 PAYMENTS 5.1 PROGRESS PAYMENTS Based upon Applications for Payment submitted to the Architect by the Contractor and Certificates for Payment issued by the Architect, the Owner shall make progress payments on account of the Contract Sum to the Contractor as provided below and elsewhere in the Contract Documents The period covered by each Application for Payment shall be one calendar month ending on the last day of the month, or as follows: Provided that an Application for Payment is received by the Architect not later than the day of a month, the Owner shall make payment of the certified amount to the Contractor not later than the day of the month. If an Application for Payment is received by the Architect after the application date fixed above, payment shall be made by the Owner not later than ( ) days after the Architect receives the Application for Payment. (Federal, state or local laws may require payment within a certain period of time.) Each Application for Payment shall be based on the most recent schedule of values submitted by the Contractor in accordance with the Contract Documents. The schedule of values shall allocate the entire Contract Sum among the various portions of the Work. The schedule of values shall be prepared in such form and supported by such data to substantiate its accuracy as the Architect may require. This schedule, unless objected to by the Architect, shall be used as a basis for reviewing the Contractor s Applications for Payment. AIA Document A Copyright 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 11:27:00 on 03/04/2014 under Order No _1 which expires on 10/25/2014, and is not for resale. User Notes: ( ) 3

28 5.1.5 Applications for Payment shall show the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment Subject to other provisions of the Contract Documents, the amount of each progress payment shall be computed as follows:.1 Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the Contract Sum allocated to that portion of the Work in the schedule of values, less retainage of percent ( %). Pending final determination of cost to the Owner of changes in the Work, amounts not in dispute shall be included as provided in Section of AIA Document A , General Conditions of the Contract for Construction;.2 Add that portion of the Contract Sum properly allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the completed construction (or, if approved in advance by the Owner, suitably stored off the site at a location agreed upon in writing), less retainage of percent ( %);.3 Subtract the aggregate of previous payments made by the Owner; and.4 Subtract amounts, if any, for which the Architect has withheld or nullified a Certificate for Payment as provided in Section 9.5 of AIA Document A The progress payment amount determined in accordance with Section shall be further modified under the following circumstances:.1 Add, upon Substantial Completion of the Work, a sum sufficient to increase the total payments to the full amount of the Contract Sum, less such amounts as the Architect shall determine for incomplete Work, retainage applicable to such work and unsettled claims; and (Section of AIA Document A requires release of applicable retainage upon Substantial Completion of Work with consent of surety, if any.).2 Add, if final completion of the Work is thereafter materially delayed through no fault of the Contractor, any additional amounts payable in accordance with Section of AIA Document A Reduction or limitation of retainage, if any, shall be as follows: (If it is intended, prior to Substantial Completion of the entire Work, to reduce or limit the retainage resulting from the percentages inserted in Sections and above, and this is not explained elsewhere in the Contract Documents, insert here provisions for such reduction or limitation.) Except with the Owner s prior approval, the Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. 5.2 FINAL PAYMENT Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor when.1 the Contractor has fully performed the Contract except for the Contractor s responsibility to correct Work as provided in Section of AIA Document A , and to satisfy other requirements, if any, which extend beyond final payment; and.2 a final Certificate for Payment has been issued by the Architect The Owner s final payment to the Contractor shall be made no later than 30 days after the issuance of the Architect s final Certificate for Payment, or as follows: AIA Document A Copyright 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 11:27:00 on 03/04/2014 under Order No _1 which expires on 10/25/2014, and is not for resale. User Notes: ( ) 4

29 ARTICLE 6 DISPUTE RESOLUTION 6.1 INITIAL DECISION MAKER The Architect will serve as Initial Decision Maker pursuant to Section 15.2 of AIA Document A , unless the parties appoint below another individual, not a party to this Agreement, to serve as Initial Decision Maker. (If the parties mutually agree, insert the name, address and other contact information of the Initial Decision Maker, if other than the Architect.) 6.2 BINDING DISPUTE RESOLUTION For any Claim subject to, but not resolved by, mediation pursuant to Section 15.3 of AIA Document A , the method of binding dispute resolution shall be as follows: (Check the appropriate box. If the Owner and Contractor do not select a method of binding dispute resolution below, or do not subsequently agree in writing to a binding dispute resolution method other than litigation, Claims will be resolved by litigation in a court of competent jurisdiction.) [ ] Arbitration pursuant to Section 15.4 of AIA Document A [ ] Litigation in a court of competent jurisdiction [ ] Other (Specify) ARTICLE 7 TERMINATION OR SUSPENSION 7.1 The Contract may be terminated by the Owner or the Contractor as provided in Article 14 of AIA Document A The Work may be suspended by the Owner as provided in Article 14 of AIA Document A ARTICLE 8 MISCELLANEOUS PROVISIONS 8.1 Where reference is made in this Agreement to a provision of AIA Document A or another Contract Document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. 8.2 Payments due and unpaid under the Contract shall bear interest from the date payment is due at the rate stated below, or in the absence thereof, at the legal rate prevailing from time to time at the place where the Project is located. (Insert rate of interest agreed upon, if any.) % 8.3 The Owner s representative: (Name, address and other information) 8.4 The Contractor s representative: (Name, address and other information) AIA Document A Copyright 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 11:27:00 on 03/04/2014 under Order No _1 which expires on 10/25/2014, and is not for resale. User Notes: ( ) 5

30 8.5 Neither the Owner s nor the Contractor s representative shall be changed without ten days written notice to the other party. 8.6 Other provisions: ARTICLE 9 ENUMERATION OF CONTRACT DOCUMENTS 9.1 The Contract Documents, except for Modifications issued after execution of this Agreement, are enumerated in the sections below The Agreement is this executed AIA Document A , Standard Form of Agreement Between Owner and Contractor The General Conditions are AIA Document A , General Conditions of the Contract for Construction The Supplementary and other Conditions of the Contract: Document Title Date Pages The Specifications: (Either list the Specifications here or refer to an exhibit attached to this Agreement.) Section Title Date Pages The Drawings: (Either list the Drawings here or refer to an exhibit attached to this Agreement.) Number Title Date The Addenda, if any: Number Date Pages Portions of Addenda relating to bidding requirements are not part of the Contract Documents unless the bidding requirements are also enumerated in this Article Additional documents, if any, forming part of the Contract Documents:.1 AIA Document E , Digital Data Protocol Exhibit, if completed by the parties, or the following: AIA Document A Copyright 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 11:27:00 on 03/04/2014 under Order No _1 which expires on 10/25/2014, and is not for resale. User Notes: ( ) 6

31 .2 Other documents, if any, listed below: (List here any additional documents that are intended to form part of the Contract Documents. AIA Document A provides that bidding requirements such as advertisement or invitation to bid, Instructions to Bidders, sample forms and the Contractor s bid are not part of the Contract Documents unless enumerated in this Agreement. They should be listed here only if intended to be part of the Contract Documents.) ARTICLE 10 INSURANCE AND BONDS The Contractor shall purchase and maintain insurance and provide bonds as set forth in Article 11 of AIA Document A (State bonding requirements, if any, and limits of liability for insurance required in Article 11 of AIA Document A ) Type of insurance or bond Limit of liability or bond amount ($0.00) This Agreement entered into as of the day and year first written above. OWNER (Signature) CONTRACTOR (Signature) (Printed name and title) (Printed name and title) AIA Document A Copyright 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 11:27:00 on 03/04/2014 under Order No _1 which expires on 10/25/2014, and is not for resale. User Notes: ( ) 7

32 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO SECTION GENERAL CONDITIONS (SINGLE-PRIME CONTRACT) 1.1 SUMMARY A. Document Includes: 1. General Conditions. B. Related Documents: 1. Document Agreement Form (Single-Prime Contract). 2. Document Supplementary Conditions - AIA. 1.2 GENERAL CONDITIONS A. CCC General Conditions of the Contract for Construction is the General Conditions of the Contract (attached). 1.3 SUPPLEMENTARY CONDITIONS A. Refer to Document Supplementary Conditions - AIA for modifications to General Conditions. END OF DOCUMENT General Conditions - AIA (Single-Prime Contract)

33 CLINTON COMMUNITY COLLEGE Plattsburgh, NY INSTRUCTION AND GENERAL CONDITIONS 1. Sealed proposals for the furnishing, delivery, and installation where called for of services, materials, equipment and/or supplies, as required by the Board of Trustees, and as set forth in the following specifications prepared under the direction of said Board of Trustees, will be opened in the Office of the Vice President for Administration and Finance on the day and hour stated in Page One of the cover letter. 2. The person, firm or corporation making such proposal shall submit it in a sealed envelope to the Office of the Vice President for Administration and Finance or his/her duly designated representative at the place herein mentioned on or before the hour and day stated in Page One of the cover letter, and the envelope shall be endorsed on the face thereof with the name of the person firm or corporation making such proposal, the date of its presentation and the title of the services, materials, equipment and/or supplies for which such proposal is made. 3. The bidder shall insert the price per stated unit and the extension against each item in the schedules hereto annexed which he proposes to furnish, deliver and install (where called for). In the event of a discrepancy between the unit price and the extension, the unit price will govern. All prices quoted must be "per unit" as specified; e.g., do not quote "per case" when "per dozen" is requested; otherwise, bid may be rejected. The price inserted must include delivery charge. Computations must be made of the total amount of the bid for all items bid upon and the total shall be stated in the space provided at the end of the schedule. 4. Purchases by the State of New York are not subject to any sales or federal excise taxes. The price bid shall be net and shall not include the amount of any such tax. Exemption certificates will be furnished upon request. New York State is also exempt from the Transportation Tax and no exemption certificates are required for this tax. There is not exemption, however, for Social Security, Unemployment Insurance and like taxes. 5. No charge will be allowed for cases, boxes, carboys, bottles, etc., nor for freight expenses, expressage, or cartage. No empty packages, cases, boxes, carboys, bottles, etc. will be returned to the bidder or contractor and will not be paid for by the College. Such empty cases, boxes etc. may be removed by bidders or contractors at their own expense providing they notify the College of their intent to remove the empty cases, boxes, etc. in advance of the delivery date. 6. Prices shall be net, including transportation and delivery charges fully prepaid by the successful bidder to destination indicated in the proposal. 7. All bids received after the time stated for the opening in the Notice to Bidders may not be considered and will be returned unopened to the bidder. The bidder assumes the risk of any delay in the mail or in the handling of the mail by employees of the College. Whether sent by mail or by means of personal delivery, the bidder assumes responsibility for having his/her bid deposited on time at the place specified. 8. The submission of a bid will be construed to mean the bidder is fully informed as to the extent and character of the supplies, material, or equipment required and a representation that the bidder can furnish the supplies, materials, or equipment satisfactorily in complete compliance with the specifications. 9. If two or more bidders submit identical bids as to price, the decision of the Board of Trustees to award a contract to one of such identical bidders shall be final. (General Municipal Law, Sec. 103, sub 1)

34 10. Any Addenda sent to the contractor(s) shall be binding and take precedence over the original part of the specifications to which they refer. Interpretations and clarifications of all parts of the specifications may be had at the Office of the Vice President for Administration and Finance on or before the date of the opening of the bids. After the opening of the bids all interpretations and meanings of the specifications will be made by the Board of Trustees. Failure of any bidder to receive any Addenda shall not relieve such bidder from any obligation under this bid as submitted. All Addenda so issued shall become a part of the Contract Documents. 11. Where items or articles of equipment or supplies are designated as manufactured by a specific manufacturer, it is to be understood that the articles as specified represent an accepted standard. Where certain brands of materials, apparatus, or equipment are specified, such goods have been selected in order to establish a standard for the particular service required, but it is not the intention to limit competition thereby. Where reference is made to a particular make and catalogue without a complete description of what is required, the item/catalogue may be examined at the Office of the Vice President for Administration and Finance where such catalogues are available. If the bidder proposes to furnish the article which is specified, he/she is to fill in the amount on the line indicated. If the bidder desires to bid on a substitute for the article specified, which is claimed to be equivalent to the standard specified, the amount should be recorded on the space identified as "Provided by Bidder" and he/she must furnish the required information relating to the manufacturer. Where substitute bids are quoted on items, when stated in the specifications as "or equal as approved", it shall mean the approval by the Board of Trustees. In cases where the bid is based upon a substitute article, the bidder may be asked to submit a sample. Samples will be returned, upon request, as soon as award is made. 12. Samples, when required, must be submitted strictly in accordance with instructions, otherwise, bid may not be considered. If samples are requested subsequent to bid opening, they shall be delivered within ten (10) days of the request, or as directed, for bid to have consideration. Samples must be furnished free of charge and must be accompanied by descriptive memorandum invoices indicating if the bidder desires their return and specifying the address to which they are to be returned provided they have not been used or made useless by test. Award samples may be held for comparison with deliveries. The College will not be responsible for any samples destroyed or mutilated by examination or testing. Samples shall be removed by the bidder at his/her expense. Samples not removed within fifteen (15) days after the bid award will be regarded as abandoned and the College shall have the right to dispose of them as its own property. 13. All window envelopes/mailers must conform to the current U.S. Postal regulations. It is the responsibility of the supplier to be familiar with and to adhere to these regulations. 14. Insurance Requirements: In contracts/purchase orders involving the installation of any material and/or equipment, the successful bidder shall take out and maintain, at his/her own expense, until the accepted completion of the work; and in a form acceptable to the College, the following insurance for an inclusive limit of: I. Commercial General Liability: including products and completed operations coverage: $1,000,000 each occurrence/$3,000,000 aggregate - Bodily injury, personal injury and property damage II. Automobile Liability: (including owned, non-owned and/or hired units); $1,000,000 bodily injury and property damage III. Workers Compensation and Employers Liability: as required by New York State IV. Disability Benefits Insurance: as required by New York State The Contractor shall name CLINTON COMMUNITY COLLEGE as additional insured on the General Liability, Product Liability insurance and a Certificate of all coverage will be delivered to the: Office of the Vice President for Administration and Finance, 136 Clinton Point Drive, Plattsburgh, NY The Certificate of Insurance must include a clause that states thirty (30) days prior notice be given the College in the event that the Contractor fails to maintain and keep in force the above insurance. In the 2

35 event of such cancellation, the College shall have the right to cancel and terminate the established contract forthwith and without notice. The required insurance policies must be written by an insurance company that is authorized and approved by the New York State Superintendent of Insurance. 15. Faxed bids will not be accepted. 16. The College reserves the right to purchase items included in these specifications on New York State Contracts, when available. AWARD 17. The Board of Trustees reserves the right to accept this bid by item or as a whole; or in its discretion, reject all bids andre-advertise in the manner provided by Section I 03 of the General Municipal Law. 18. The Board of Trustees reserves the right to reject any and all bids and to waive any informality in any bid. 19. Awards will be on the basis of a Best Value Award, as authorized in section 103 of the General Municipal Law and as defined in section one hundred sixty-three of the state finance law. The awarded bidder will be responsible, as will best promote public interest, taking into consideration the reliability of the bidder, the quality of the materials, equipment, or supplies to be furnished, their conformity with the specifications, the purposes for which required, and the terms of the delivery. 20. No contract thereunder shall, either in whole or in part, be assigned, transferred, conveyed, sublet, or otherwise disposed of to any other person, company, or corporation unless approval is first obtained in writing from the College. 21. Should the successful bidder fail to meet a delivery date required by the specifications, the College may, at their discretion, cancel the order and terminate the contract. In such event, the College will assume no responsibility for any expense or loss to the successful bidder because of such cancellation or termination. 22. A contract may be canceled at the successful bidder's expense upon non-performance or poor performance of contract on ten (I 0) calendar days written notice to the successful bidder. 23. Payments cannot be processed by the College until contract items have been delivered in satisfactory condition and a properly completed invoice has been submitted to the purchasing department. 24. If a successful vendor exhibits a history of back orders or delayed deliveries, the Board of Trustees reserves the right to rescind their award and to disqualify them from future bidding. 25. Title shall not pass until items have been delivered to the College and accepted by the requesting Department. 26. Executory Clause: It is understood by the parties that this agreement shall be executory only to the extent of the monies available by the State to the College and appropriated therefore, and no liability on account thereof shall be incurred by the State or the College beyond monies available for the purpose stated in the Contract. 27. The College reserves the right to extend the term of this contract for any length of time up to sixty (60) days beyond the time herein specified as the expiration date of this contract at identical terms and conditions. Written notice will be given to the contractor. 28. The College reserves the right to cancel this contract on thirty (30) days written notice to the Contractor(s). 3

36 DELIVERY 29. Delivery must be made in accordance with the instruction to bidders and specifications. If delivery instructions do not appear on order, it will be interpreted to mean prompt delivery. The decision of the Vice President for Administration and Finance as to reasonable compliance with delivery terms shall be final. 30. Items shall be securely and properly packaged for shipment, storage and stocking in shipping containers and according to acceptable commercial practice, without extra charge for packing cases, baling or sacks. 31. Delivery will be required to be made to the receiving platform of Clinton Community College, 136 Clinton Point Drive, Plattsburgh, New York 12901, unless the schedules or purchase order issued to the successful bidder thereon indicates otherwise. Where the schedules or purchase order provides for direct delivery to the College, the weight, count, measure, etc. will be determined at the points of delivery in every instance. No help for unloading will be provided by the College. Suppliers should notify their truckers accordingly. Deliveries shall be made between the hours of 9:00 a.m. and 4:00p.m., Monday thru Friday, when the College is open. All materials and supplies must be securely packaged in uniform containers, adequately marked as to contents and delivered without damage or breakage in such units specified in schedules. In the event that the items are delivered in a damaged condition, the supplier or delivery agent will be responsible to file a claim to recover the costs of the damaged goods. The successful bidder will be required to furnish proof of delivery in every instance. 32. The successful bidder shall file with the carrier all claims for breakage, imperfections, and other losses, which will be deducted from invoices. The Purchasing Department will note for the benefit of successful bidder when packages are not received in good condition. Carton shall be labeled with purchase order or contract number, successful bidder's name and general statement of contents. Failure to comply with this condition shall be considered sufficient reason for refusal to accept the goods. 33. No items are to be shipped or delivered until receipt of an official purchase order from the College purchasing department. INSTALLATION OF EQUIPMENT 34. The Bidder or Contractor shall furnish, deliver, and install completely, unless otherwise noted, material and equipment described in specifications with all appurtenances, parts or accessories not specifically mentioned in the articles described but necessary to render the equipment complete and ready for operation. All these parts and/or accessories shall be included in the bid price. 35. The successful bidder shall clean up and remove all debris and rubbish resulting from his/her work from time to time as required or directed. Upon completion of the work, the premises shall be left in a neat, unobstructed condition, and the buildings broom cleaned, and everything in perfect repair and order. 36. Equipment, supplies, and materials shall be stored at the site only on the approval of the Office of the Vice President for Administration and Finance and at the successful bidder's risk. In general, such on- site storage should be avoided to prevent possible damage or loss of the material. 37. Work shall be progressed so as to cause the least inconvenience to the College and with proper consideration for the rights of other successful bidders or workmen. The successful bidder shall keep in touch with the entire operation and install his/her work promptly. 38. Bidders shall acquaint themselves with conditions to be found at the site and shall assume all responsibility for placing and installing the equipment in the locations required. 4

37 GUARANTEES BY THE SUCCESSFUL BIDDER 39. The successful bidder guarantees: a) His/Her products against defective material or workmanship and to repair or replace any damages or marring occasioned in transit. b) To furnish adequate protection from damage for all work and repair damages of any kind for which the bidder or his/her workmen are responsible, to the building or equipment, to his/her own work, or to the work of other successful bidders. c) To carry adequate insurance to protect the College from loss in case of accident, fire, theft, etc. d) That all deliveries will be equal to the accepted bid sample. e) That the equipment delivered is standard, new, latest model or regular stock product or as required by the specifications; also that no attachment or part has been substituted or applied contrary to manufacturer's recommendations and standard practice. Every unit delivered must be guaranteed against faulty material and workmanship for a period of at least one year from date of delivery. If during this period such faults develop, the successful bidder agrees to replace the unit or the part affected without cost to the College. Any merchandise provided under the contract which is or becomes defective during the guarantee-period shall be replaced by the successful bidder free of charge with the specific understanding that all replacements shall carry the same guarantee as the original equipment. The successful bidder shall make any such replacement immediately upon receiving notice from the College. SAVING CLAUSE 40. The successful bidder shall not be held responsible for any losses resulting if the fulfillment of the terms of the contract shall be delayed or prevented by wars, acts of public enemies, strikes, fires, floods, acts of God, or for any other acts not within the control of the successful bidder and which by the exercise of reasonable diligence, he/she is unable to prevent. GOVERNING LAWS & RULES 41. Section 167b of the State Finance Law prohibits the purchase of tropical hardwoods products. Any bid which includes products containing tropical hardwoods shall be deemed non-responsive. Exceptions shall be from an approved source or sole source where no approved equal is available. Section 167b shall apply. 42. The contractor shall comply with all provisions of the laws of the County of Clinton, the State of New York, and of the United States of America which affect municipalities and municipal contracts, and more particularly the Labor Law, the General Municipal Law, the Workmen's Compensation Law, the Lien Law, Personal Property Law, State Unemployment Insurance Law, Federal Social Security Law, State, Local and Municipal Health Law, Rules and Regulations, and any and all regulations promulgated by the State of New York and of amendments and additions thereto, insofar as the same shall be applicable to any contract awarded thereunder with the same force and effect as if set forth at length herein. The bidder's special attention is called to those laws which are set forth below. 43. Section 103-d of the General Municipal Law of the State of New York which reads as follows: "I. Every bid or proposal hereafter made to a political subdivision of the state or any public department, agency, or official thereof where competitive bidding is required by statute, rule, regulation or local law, for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed by the bidder and affirmed by such bidder as true under the penalties of perjury; Noncollusive bidding certification. 5

38 (a) By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury that to the best of knowledge and belief; (1) The prices in this bid have been arrived at independently, without collusion with any other vendor, bidder, or with any competitor or potential competitor; (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor, and (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. (b) A Bid shall not be considered for award nor shall any award be made where (a)(l)(2) and (3) above have not been complied with; provided however, that if in any case the bidder cannot make the foregoing certification, the bidder shall so state and shall furnish with the bid a signed statement which sets forth in detail the reasons therefor. Where (a)(l )(2) and (3) above have not been complied with, the bid shall not be considered for award not shall any award be made unless the head of the purchasing unit of the political subdivision, public department, agency, or official thereof which the bid is made, or his/her designee, determines that such disclosure was not made for the purpose of restricting competition. 2. Any bid hereafter made to any political subdivision of the State or any public department, agency or official thereof by a corporate bidder for work or services performed or to be performed or goods sold or to be sold, where competitive bidding is required by statute, rule, regulation, or local law, and where such bid contains the certification referred to in subdivision one of this section, shall be deemed to have been authorized by the Board of Trustees of the bidder, and such authorization shall be deemed to include the signing and submission of the bid and the inclusion therein of the certificate as to non-collusion as the act and deed of the corporation." 44. All vendors must comply with provisions of the Toxic Waste Right To Know Law and provide the College with any and all information as required by law. All regularly manufactured stock electrical items must bear the approved label of the Underwriter' Laboratories, Inc. 45. Bids on equipment must be on standard new equipment of latest model and in current production, unless otherwise specified. All supplies, equipment, vehicles and materials must meet the provisions of the New York State Public Employee Safety and Health Act of The Non-Collusion Bidding Certification form following the Proposal form in the bid packet must be executed by the bidder and submitted with the proposal. 47. Bidders must complete attached Clinton Community College forms which include Information Sheet and Vendor Reference Sheet. These forms must be submitted with the proposal. 48. Any persons employed by the bidder or contractor (or any subcontractor) shall be paid at a rate not less than the prevailing wage established by the New York state Department of Labor for the appropriate trade(s) for the period of time involved. 6

39 ANTI-DISCRIMINATION CLAUSE 49. During the performance of this contract, the contractor agrees as follows: (a) The contractor will not discriminate against any employee or applicant for employment because of race, creed, color, or national origin, and will take affirmative action to ensure that they are afforded equal employment opportunities without discrimination because of race, creed, color, or national ongm. Such action shall be taken with reference, but not limited to, recruitment, employment, job- assignment, promotion, upgrading, demotion, transfer, layoff, or termination, rates of pay or other forms of compensation, and selection for training or re-training including apprenticeship and on-the-job training. (b) The contractor will send to each labor union or representative of workers which he/she has or is bound, be it a collective bargaining or other agreement of understanding, a notice, to be provided by the State Commission for Human Rights, advising such labor union or representative of the Contractor's agreement under clauses (a) through (g) (hereinafter called "non-discrimination clauses"). If the Contractor was directed to do so by the contracting agency as part of the bid or negotiation of this contract, the contractor shall request such labor union or representative to furnish him/her with a written statement that such labor union or representative will not discriminate because of race, creed, color or national origin, and that such labor union or representative either will affirmatively cooperate, within the limits of its legal and contractual authority, in the implementation of the policy and provision of these non-discrimination clauses or that it consents and agrees that recruitment, employment, and the terms and conditions of employment under this contract shall be in accordance with the purposes and provisions of these non-discrimination clauses. If such labor union or representative fails or refuses to comply with such a request that it furnish such a statement, the contractor shall promptly notify the State Commission for Human Rights of such failure or refusal. (c) The contractor will post and keep posted in a conspicuous place, available to employees and applicants for employment, notices to be provided by the State Commission for Human Rights, setting forth the substance of the provisions of clauses (a) and (b) and such provisions of the State's laws against discrimination as the State Commission of Human Rights shall determine. (d) The contractor will state, in all solicitations or advertisements for employees placed by, or on behalf of the contractor, that all qualified applicants will be afforded equal employment opportunities without discrimination because of race, creed, color or national origin. (e) The Contractors will comply with the provisions of Sections of the Executive Law and the Civil Rights Law. Contractors will furnish all information and reports deemed necessary by the State Commission for Human Rights under these non-discrimination clauses and such sections of the Executive Law, and will permit access to his/her books, records, and accounts by the State Commission for Human Rights, the Attorney General and/or Industrial Commissioner for purposes of investigation to ascertain compliance with these non-discrimination clauses and such sections of the Executive Law and Civil Rights Law. (f) This contract may be forthwith canceled, terminated or suspended, in whole or in part by the College upon the basis of a finding made by the State Commission for Human Rights that the contractor has not complied with these non-discrimination clauses. Such findings shall be made by the State Commission for Human Rights and conciliation efforts by the Commission have failed to achieve compliance with these non-discrimination clauses and after a verified complaint has be filed with the Commission, notice thereof has been given to the Contractor and the opportunity has been afforded him to be heard publicly before three members of the Commission. Such sanctions may be imposed and remedies otherwise provided by law. (g) The Contractor will include the provisions of clauses (a) through (f) in every subcontract or purchase order in such a manner that such provisions will be binding upon each subcontractor or vendor as to operations to be performed within the State of New York. The Contractor will take such action in enforcing such provisions of such subcontractor or purchase order as the contracting agency may direct, including sanctions or remedies for non-compliance. If the contractor becomes involved in or is threatened with litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the Contractor shall promptly so notify the Attorney General, requesting 7

40 him/her to intervene and protect the interests of the State of New York. WAIVER OF IMMUNITY CLAUSES 50. Contractor hereby agrees to the provisions of Section 138-a and 139-b of the New York State Finance Law, which requires that upon the refusal of a person, when called before a grand jury to testify concerning any transaction or contract had with the state, any political subdivision thereof, a public authority or with any public department, agency or official of the State or of any political subdivision thereof, or any public authority, to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question concerning such transaction or contract. (a) Such person, and any firm, partnership or corporation of which he/she is a member, partner, director, or officer shall be disqualified from thereafter selling to or submitting bids in or receiving awards from or entering into any contracts with New York State or any public department, agency, or official thereof for goods, work, or services for a period of five (5) years after such refusal, and (b) Any and all contracts made with the State of New York or any public department, agency, or official thereof, since the effective date of this law, by such person, and by any firm, partnership, or corporation of which he is a member, partner, director, or officer may be canceled or terminated by New York state without incurring any penalty or damages on account of such cancellation or termination, but any monies owing by the State of New York for goods delivered or work done prior to the cancellation or termination. QUALIFICATIONS OF BIDDERS 51. The College reserves the right to make such investigation as it may deem necessary or advisable to determine the bidder's ability to do the work, and the bidder shall furnish to the College, on request, all data and information pertinent thereto. The College reserves the right to reject bid if such investigation fails to satisfy the College that the bidder is fully qualified to do the work. Financial instability of a bidder may be cause for non-award. 52. Conditional bids will be considered informal and will be rejected. 53. The College reserves the absolute right to require that a successful bidder, within a reasonable time after the award of said bid and before the performance date under the terms of the contract, provide a performance bond in a form and in a reasonable amount satisfactory to the College to insure that the successful bidder provides the services, materials, equipment, or supplies in accordance with the terms and specifications stated in the bid proposal. 8

41 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO SECTION SUPPLEMENTARY CONDITIONS 1.1 SUMMARY A. Document Includes: 1. Supplementary Conditions. B. Related Documents: 1. Document Bid Form - Stipulated Sum (Single-Prime Contract). 2. Document Procurement Form Supplements: Appendices A to I. 3. Document Agreement Form - AIA or CCC (Single-Prime Contract). 4. Document General Conditions - CCC (Single-Prime Contract). 1.2 SUPPLEMENTARY CONDITIONS A. These Supplementary Conditions modify CCC General Conditions of the Contract for Construction and other provisions of the Contract Documents as indicated below. All provisions not modified remain in full force. B. The terms used in these Supplementary Conditions, which are defined in AIA A201, have the meanings assigned to them in the General Conditions. Add the following Subparagraphs: 54. Products: New material, machinery, components, equipment, fixtures, and systems forming the Work, not including machinery and equipment used for preparation, fabrication, conveying, and erection of the Work. Products may also include existing materials or components required for reuse. 55. Furnish: To supply, deliver, unload, and inspect for damage. 56. Install: To unpack, assemble, erect, apply, place, finish, cure, protect, clean, and make ready for use. 57. Provide: To furnish and install. 58. The Agreement identifies the overhead and profit fees applicable to changes in the Work, whether additions to or deductions from the Work on which the Contract Sum is based, and it identifies the fees for Subcontract work for changes (both additions and deductions) in the Work. Contractor shall apply fees, as noted, to Subcontractor's gross (net plus fee) costs on additional work. 59. Contract Time is identified in Document Instructions to Bidders and in Document Bid Form Stipulated Sum (Single-Prime Contract). 60. Until Substantial Completion, Owner shall pay 90% percent of the amount due Contractor on account of progress payments. END OF DOCUMENT Supplementary Conditions

42 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO DOCUMENT NEW YORK STATE PREVAILING WAGE RATES (PRC No ) New York State Prevailing Wage Rates

43 Andrew M. Cuomo, Governor Peter M. Rivera, Commissioner Clinton Community College David Whitford, Architect AES Northeast City Hall Place Plattsburgh NY Schedule Year 2014 through 2015 Date Requested 08/07/2014 PRC# Location Clinton Community College Project ID# AES No Project Type Forrence Recreation Center Roof Replacement PREVAILING WAGE SCHEDULE FOR ARTICLE 8 PUBLIC WORK PROJECT Attached is the current schedule(s) of the prevailing wage rates and prevailing hourly supplements for the project referenced above. A unique Prevailing Wage Case Number (PRC#) has been assigned to the schedule(s) for your project. The schedule is effective from July 2014 through June All updates, corrections, posted on the 1st business day of each month, and future copies of the annual determination are available on the Department's website Updated PDF copies of your schedule can be accessed by entering your assigned PRC# at the proper location on the website. It is the responsibility of the contracting agency or its agent to annex and make part, the attached schedule, to the specifications for this project, when it is advertised for bids and /or to forward said schedules to the successful bidder(s), immediately upon receipt, in order to insure the proper payment of wages. Please refer to the "General Provisions of Laws Covering Workers on Public Work Contracts" provided with this schedule, for the specific details relating to other responsibilities of the Department of Jurisdiction. Upon completion or cancellation of this project, enter the required information and mail OR fax this form to the office shown at the bottom of this notice, OR fill out the electronic version via the NYSDOL website. NOTICE OF COMPLETION / CANCELLATION OF PROJECT Date Completed: Date Cancelled: Name & Title of Representative: Phone: (518) Fax: (518) W. Averell Harriman State Office Campus, Bldg. 12, Room 130, Albany, NY PW 200 PWAsk@labor.state.ny.us

44

45 Introduction General Provisions of Laws Covering Workers on Article 8 Public Work Contracts The Labor Law requires public work contractors and subcontractors to pay laborers, workers, or mechanics employed in the performance of a public work contract not less than the prevailing rate of wage and supplements (fringe benefits) in the locality where the work is performed. Responsibilities of the Department of Jurisdiction A Department of Jurisdiction (Contracting Agency) includes a state department, agency, board or commission: a county, city, town or village; a school district, board of education or board of cooperative educational services; a sewer, water, fire, improvement and other district corporation; a public benefit corporation; and a public authority awarding a public work contract. The Department of Jurisdiction (Contracting Agency) awarding a public work contract MUST obtain a Prevailing Rate Schedule listing the hourly rates of wages and supplements due the workers to be employed on a public work project. This schedule may be obtained by completing and forwarding a "Request for wage and Supplement Information" form (PW 39) to the Bureau of Public Work. The Prevailing Rate Schedule MUST be included in the specifications for the contract to be awarded and is deemed part of the public work contract. Upon the awarding of the contract, the law requires that the Department of Jurisdiction (Contracting Agency) furnish the following information to the Bureau: the name and address of the contractor, the date the contract was let and the approximate dollar value of the contract. To facilitate compliance with this provision of the Labor Law, a copy of the Department's "Notice of Contract Award" form (PW 16) is provided with the original Prevailing Rate Schedule. The Department of Jurisdiction (Contracting Agency) is required to notify the Bureau of the completion or cancellation of any public work project. The Department's PW 200 form is provided for that purpose. Both the PW 16 and PW 200 forms are available for completion online. Hours No laborer, worker, or mechanic in the employ of a contractor or subcontractor engaged in the performance of any public work project shall be permitted to work more than eight hours in any day or more than five days in any week, except in cases of extraordinary emergency. The contractor and the Department of Jurisdiction (Contracting Agency) may apply to the Bureau of Public Work for a dispensation permitting workers to work additional hours or days per week on a particular public work project. There are very few exceptions to this rule. Complete information regarding these exceptions is available on the "4 Day / 10 Hour Work Schedule" form (PW 30R). Wages and Supplements The wages and supplements to be paid and/or provided to laborers, workers, and mechanics employed on a public work project shall be not less than those listed in the current Prevailing Rate Schedule for the locality where the work is performed. If a prime contractor on a public work project has not been provided with a Prevailing Rate Schedule, the contractor must notify the Department of Jurisdiction (Contracting Agency) who in turn must request an original Prevailing Rate Schedule form the Bureau of Public Work. Requests may be submitted by: mail to NYSDOL, Bureau of Public Work, State Office Bldg. Campus, Bldg. 12, Rm. 130, Albany, NY 12240; Fax to Bureau of Public Work (518) ; or electronically at the NYSDOL website Upon receiving the original schedule, the Department of Jurisdiction (Contracting Agency) is REQUIRED to provide complete copies to all prime contractors who in turn MUST, by law, provide copies of all applicable county schedules to each subcontractor and obtain from each subcontractor, an affidavit certifying such schedules were received. If the original schedule expired, the contractor may obtain a copy of the new annual determination from the NYSDOL website The Commissioner of Labor makes an annual determination of the prevailing rates. This determination is in effect from July 1st through June 30th of the following year. The annual determination is available on the NYSDOL website Payrolls and Payroll Records Every contractor and subcontractor MUST keep original payrolls or transcripts subscribed and affirmed as true under penalty of perjury. Payrolls must be maintained for at least three (3) years from the project's date of completion. At a minimum, payrolls must show the following information for each person employed on a public work project: Name, Address, Last 4 Digits of Social Security Number, Classification(s) in which the worker was employed, Hourly wage rate(s) paid, Supplements paid or provided, and Daily and weekly number of hours worked in each classification.

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

47 Every employer providing workers. compensation insurance and disability benefits must post notices of such coverage in the format prescribed by the Workers. Compensation Board in a conspicuous place on the jobsite. Every employer subject to the NYS Human Rights Law must conspicuously post at its offices, places of employment, or employment training centers, notices furnished by the State Division of Human Rights. Employers liable for contributions under the Unemployment Insurance Law must conspicuously post on the jobsite notices furnished by the NYS Department of Labor. Apprentices Employees cannot be paid apprentice rates unless they are individually registered in a program registered with the NYS Commissioner of Labor. The allowable ratio of apprentices to journeyworkers in any craft classification can be no greater than the statewide building trade ratios promulgated by the Department of Labor and included with the Prevailing Rate Schedule. An employee listed on a payroll as an apprentice who is not registered as above or is performing work outside the classification of work for which the apprentice is indentured, must be paid the prevailing journeyworker's wage rate for the classification of work the employee is actually performing. NYSDOL Labor Law, Article 8, Section 220-3, require that only apprentices individually registered with the NYS Department of Labor may be paid apprenticeship rates on a public work project. No other Federal or State Agency of office registers apprentices in New York State. Persons wishing to verify the apprentice registration of any person must do so in writing by mail, to the NYSDOL Office of Employability Development / Apprenticeship Training, State Office Bldg. Campus, Bldg. 12, Albany, NY or by Fax to NYSDOL Apprenticeship Training (518) All requests for verification must include the name and social security number of the person for whom the information is requested. The only conclusive proof of individual apprentice registration is written verification from the NYSDOL Apprenticeship Training Albany Central office. Neither Federal nor State Apprenticeship Training offices outside of Albany can provide conclusive registration information. It should be noted that the existence of a registered apprenticeship program is not conclusive proof that any person is registered in that program. Furthermore, the existence or possession of wallet cards, identification cards, or copies of state forms is not conclusive proof of the registration of any person as an apprentice. Interest and Penalties In the event that an underpayment of wages and/or supplements is found: - Interest shall be assessed at the rate then in effect as prescribed by the Superintendent of Banks pursuant to section 14-a of the Banking Law, per annum from the date of underpayment to the date restitution is made. - A Civil Penalty may also be assessed, not to exceed 25% of the total of wages, supplements, and interest due. Debarment Any contractor or subcontractor and/or its successor shall be ineligible to submit a bid on or be awarded any public work contract or subcontract with any state, municipal corporation or public body for a period of five (5) years when: - Two (2) willful determinations have been rendered against that contractor or subcontractor and/or its successor within any consecutive six (6) year period. - There is any willful determination that involves the falsification of payroll records or the kickback of wages or supplements. Criminal Sanctions Willful violations of the Prevailing Wage Law (Article 8 of the Labor Law) may be a felony punishable by fine or imprisonment of up to 15 years, or both. Discrimination No employee or applicant for employment may be discriminated against on account of age, race, creed, color, national origin, sex, disability or marital status. No contractor, subcontractor nor any person acting on its behalf, shall by reason of race, creed, color, disability, sex or national origin discriminate against any citizen of the State of New York who is qualified and available to perform the work to which the employment relates (NYS Labor Law, Article 8, Section 220-e(a)). No contractor, subcontractor, nor any person acting on its behalf, shall in any manner, discriminate against or intimidate any employee on account of race, creed, color, disability, sex, or national origin (NYS Labor Law, Article 8, Section 220- e(b) ).

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

49 Andrew M. Cuomo, Governor Peter M. Rivera, Commissioner Clinton Community College David Whitford, Architect AES Northeast City Hall Place Plattsburgh NY Schedule Year 2014 through 2015 Date Requested 08/07/2014 PRC# Location Clinton Community College Project ID# AES No Project Type Forrence Recreation Center Roof Replacement Notice of Contract Award New York State Labor Law, Article 8, Section 220.3a requires that certain information regarding the awarding of public work contracts, be furnished to the Commissioner of Labor. One "Notice of Contract Award" (PW 16, which may be photocopied), MUST be completed for EACH prime contractor on the above referenced project. Upon notifying the successful bidder(s) of this contract, enter the required information and mail OR fax this form to the office shown at the bottom of this notice, OR fill out the electronic version via the NYSDOL website. Contractor Information All information must be supplied Federal Employer Identification Number: Name: Address: aaa City: State: Zip: Amount of Contract: $ Approximate Starting Date: / / Approximate Completion Date: / / Contract Type: [ ] (01) General Construction [ ] (02) Heating/Ventilation [ ] (03) Electrical [ ] (04) Plumbing [ ] (05) Other : Phone: (518) Fax: (518) W. Averell Harriman State Office Campus, Bldg. 12, Room 130, Albany, NY PW 16 PWAsk@labor.state.ny.us

50

51 IMPORTANT NOTICE FOR CONTRACTORS & CONTRACTING AGENCIES Social Security Numbers on Certified Payrolls The Department of Labor is cognizant of the concerns of the potential for misuse or inadvertent disclosure of social security numbers. Identity theft is a growing problem and we are sympathetic to contractors concerns with regard to inclusion of this information on payrolls if another identifier will suffice. For these reasons, the substitution of the use of the last four digits of the social security number on certified payrolls submitted to contracting agencies on public work projects is now acceptable to the Department of Labor. NOTE: This change does not affect the Department s ability to request and receive the entire social security number from employers during the course of its public work / prevailing wage investigations.

52 To all State Departments, Agency Heads and Public Benefit Corporations IMPORTANT NOTICE REGARDING PUBLIC WORK ENFORCEMENT FUND Budget Policy & Reporting Manual B-610 effective date December 7, 2005 Public Work Enforcement Fund 1. Purpose and Scope: This Item describes the Public Work Enforcement Fund (the Fund, PWEF) and its relevance to State agencies and public benefit corporations engaged in construction or reconstruction contracts, maintenance and repair, and announces the recently-enacted increase to the percentage of the dollar value of such contracts that must be deposited into the Fund. This item also describes the roles of the following entities with respect to the Fund: - New York State Department of Labor (DOL), - The Office of the State of Comptroller (OSC), and - State agencies and public benefit corporations. 2. Background and Statutory References: DOL uses the Fund to enforce the State's Labor Law as it relates to contracts for construction or reconstruction, maintenance and repair, as defined in subdivision two of Section 220 of the Labor Law. State agencies and public benefit corporations participating in such contracts are required to make payments to the Fund. Chapter 511 of the Laws of 1995 (as amended by Chapter 513 of the Laws of 1997, Chapter 655 of the Laws of 1999, Chapter 376 of the Laws of 2003 and Chapter 407 of the Laws of 2005) established the Fund. 3. Procedures and Agency Responsibilities: The Fund is supported by transfers and deposits based on the value of contracts for construction and reconstruction, maintenance and repair, as defined in subdivision two of Section 220 of the Labor Law, into which all State agencies and public benefit corporations enter. Chapter 407 of the Laws of 2005 increased the amount required to be provided to this fund to.10 of one-percent of the total cost of each such contract, to be calculated at the time agencies or public benefit corporations enter into a new contract or if a contract is amended. The provisions of this bill became effective August 2, 2005.

53 To all State Departments, Agency Heads and Public Benefit Corporations IMPORTANT NOTICE REGARDING PUBLIC WORK ENFORCEMENT FUND OSC will report to DOL on all construction-related ("D") contracts approved during the month, including contract amendments, and then DOL will bill agencies the appropriate assessment monthly. An agency may then make a determination if any of the billed contracts are exempt and so note on the bill submitted back to DOL. For any instance where an agency is unsure if a contract is or is not exempt, they can call the Bureau of Public Work at the number noted below for a determination. Payment by check or journal voucher is due to DOL within thirty days from the date of the billing. DOL will verify the amounts and forward them to OSC for processing. For those contracts which are not approved or administered by the Comptroller, monthly reports and payments for deposit into the Public Work Enforcement Fund must be provided to the Administrative Finance Bureau at the DOL within 30 days of the end of each month or on a payment schedule mutually agreed upon with DOL. Reports should contain the following information: - Name and billing address of State agency or public benefit corporation; - State agency or public benefit corporation contact and phone number; - Name and address of contractor receiving the award; - Contract number and effective dates; - Contract amount and PWEF assessment charge (if contract amount has been amended, reflect increase or decrease to original contract and the adjustment in the PWEF charge); and - Brief description of the work to be performed under each contract. Checks and Journal Vouchers, payable to the "New York State Department of Labor" should be sent to: Department of Labor Administrative Finance Bureau-PWEF Unit Building 12, Room 464 State Office Campus Albany, NY Any questions regarding billing should be directed to NYSDOL's Administrative Finance Bureau-PWEF Unit at (518) and any questions regarding Public Work Contracts should be directed to the Bureau of Public Work at (518)

54 Construction Industry Fair Play Act Required Posting For Labor Law Article 25-B 861-d Construction industry employers must post the "Construction Industry Fair Play Act" notice in a prominent and accessible place on the job site. Failure to post the notice can result in penalties of up to $1,500 for a first offense and up to $5,000 for a second offense. The posting is included as part of this wage schedule. Additional copies may be obtained from the NYS DOL website, If you have any questions concerning the Fair Play Act, please call the State Labor Department toll-free at or us at: dol.misclassified@labor.state.ny.us.

55 New York State Department of Labor Required Notice under Article 25-B of the Labor Law ATTENTION ALL EMPLOYEES, CONTRACTORS AND SUBCONTRACTORS: YOU ARE COVERED BY THE CONSTRUCTION INDUSTRY FAIR PLAY ACT The law says that you are an employee unless: You are free from direction and control in performing your job AND You perform work that is not part of the usual work done by the business that hired you AND You have an independently established business Your employer cannot consider you to be an independent contractor unless all three of these facts apply to your work. IT IS AGAINST THE LAW FOR AN EMPLOYER TO MISCLASSIFY EMPLOYEES AS INDEPENDENT CONTRACTORS OR PAY EMPLOYEES OFF-THE-BOOKS. Employee rights. If you are an employee: You are entitled to state and federal worker protections such as o unemployment benefits, if unemployed through no fault of your own, able to work, and otherwise qualified o workers compensation benefits for on-the-job injuries o payment for wages earned, minimum wage, and overtime (under certain conditions) o prevailing wages on public work projects o the provisions of the National Labor Relations Act and o a safe work environment It is a violation of this law for employers to retaliate against anyone who asserts their rights under the law. Retaliation subjects an employer to civil penalties, a private lawsuit or both. Independent Contractors: If you are an independent contractor: You must pay all taxes required by New York State and Federal Law. Penalties for paying off-the-books or improperly treating employees as independent contractors: Civil Penalty First Offense: up to $2,500 per employee. Subsequent Offense(s): up to $5,000 per employee. Criminal Penalty First Offense: Misdemeanor - up to 30 days in jail, up to a $25,000 fine and debarment from performing Public Work for up to one year. Subsequent Offense(s): Misdemeanor - up to 60 days in jail, up to a $50,000 fine and debarment from performing Public Work for up to 5 years. If you have questions about your employment status or believe that your employer may have violated your rights and you want to file a complaint, call the Department of Labor at 1(866) or send an to dol.misclassified@labor.state.ny.us. All complaints of fraud and violations are taken seriously and you can remain anonymous. Employer Name: IA 999 (09/10)

56 WORKER NOTIFICATION (Labor Law 220, paragraph a of subdivision 3-a) Effective February 24, 2008 This provision is an addition to the existing prevailing wage rate law, Labor Law 220, paragraph a of subdivision 3-a. It requires contractors and subcontractors to provide written notice to all laborers, workers or mechanics of the prevailing wage rate for their particular job classification on each pay stub*. It also requires contractors and subcontractors to post a notice at the beginning of the performance of every public work contract on each job site that includes the telephone number and address for the Department of Labor and a statement informing laborers, workers or mechanics of their right to contact the Department of Labor if he/she is not receiving the proper prevailing rate of wages and/or supplements for his/her particular job classification. The required notification will be provided with each wage schedule, may be downloaded from our website or made available upon request by contacting the Bureau of Public Work at * In the event that the required information will not fit on the pay stub, an accompanying sheet or attachment of the information will suffice. (11.11)

57 New York State Department of Labor Bureau of Public Work Attention Employees THIS IS A: PUBLIC WORK PROJECT If you are employed on this project as a worker, laborer, or mechanic you are entitled to receive the prevailing wage and supplements rate for the classification at which you are working. Chapter 629 of the Labor Laws of 2007: These wages are set by law and must be posted at the work site. They can also be found at: If you feel that you have not received proper wages or benefits, please call our nearest office.* Albany Binghamton Buffalo Garden City New York City Newburgh (518) (607) (716) (516) (212) (845) Patchogue Rochester Syracuse Utica White Plains (631) (585) (315) (315) (914) * For New York City government agency construction projects, please contact the Office of the NYC Comptroller at (212) , or click on Bureau of Labor Law. Contractor Name: Project Location: PW 101 (10.12)

58

59 OSHA 10-hour Construction Safety and Health Course S1537-A Effective July 18, 2008 This provision is an addition to the existing prevailing wage rate law, Labor Law 220, section 220-h. It requires that on all public work projects of at least $250,000.00, all laborers, workers and mechanics working on the site, be certified as having successfully completed the OSHA 10-hour construction safety and health course. It further requires that the advertised bids and contracts for every public work contract of at least $250,000.00, contain a provision of this requirement. NOTE: The OSHA 10 Legislation only applies to workers on a public work project that are required, under Article 8, to receive the prevailing wage. (03.12) Page 1 of 2

60 Where to find OSHA 10-hour Construction Course 1. NYS Department of Labor website for scheduled outreach training at: 2. OSHA Training Institute Education Centers: Rochester Institute of Technology OSHA Education Center Rochester, NY Donna Winter Fax (585) (866) Ext Atlantic OSHA Training Center UMDNJ School of Public Health Piscataway, NJ Janet Crooks Fax (732) (732) Atlantic OSHA Training Center University at Buffalo Buffalo, New York Joe Syracuse Fax (716) (716) Keene State College Manchester, NH Leslie Singleton (800) List of trainers and training schedules for OSHA outreach training at: (03.12) Page 2 of 2

61 Requirements for OSHA 10 Compliance Chapter 282 of the Laws of 2007, codified as Labor Law 220-h took effect on July 18, The statute provides as follows: The advertised specifications for every contract for public work of $250, or more must contain a provision requiring that every worker employed in the performance of a public work contract shall be certified as having completed an OSHA 10 safety training course. The clear intent of this provision is to require that all employees of public work contractors, required to be paid prevailing rates, receive such training prior to the performing any work on the project. The Bureau will enforce the statute as follows: All contractors and sub contractors must attach a copy of proof of completion of the OSHA 10 course to the first certified payroll submitted to the contracting agency and on each succeeding payroll where any new or additional employee is first listed. Proof of completion may include but is not limited to: Copies of bona fide course completion card (Note: Completion cards do not have an expiration date.) Training roster, attendance record of other documentation from the certified trainer pending the issuance of the card. Other valid proof **A certification by the employer attesting that all employees have completed such a course is not sufficient proof that the course has been completed. Any questions regarding this statute may be directed to the New York State Department of Labor, Bureau of Public Work at Page 1 of 1

62

63 IMPORTANT INFORMATION Regarding Use of Form PW30R Employer Registration for Use of 4 Day / 10 Hour Work Schedule To use the 4 Day / 10 Hour Work Schedule : There MUST be a Dispensation of Hours (PW30) in place on the project AND You MUST register your intent to work 4 / 10 hour days, by completing the PW30R Form. REMEMBER The 4 Day / 10 Hour Work Schedule applies ONLY to Job Classifications and Counties listed on the PW30R Form. Do not write in any additional Classifications or Counties. (Please note : For each Job Classification check the individual wage schedule for specific details regarding their 4/10 hour day posting.) PW30R-Notice (03.11) NYSDOL Bureau of Public Work 1 of 1

64 Instructions for Completing Form PW30R Employer Registration for Use of 4 Day / 10 Hour Work Schedule Before completing Form PW30R check to be sure There is a Dispensation of Hours in place on the project. The 4 Day / 10 Hour Work Schedule applies to the Job Classifications you will be using. The 4 Day / 10 Hour Work Schedule applies to the County / Counties where the work will take place. Instructions (Type or Print legibly): Contractor Information: Enter the Legal Name of the business, FEIN, Street Address, City, State, Zip Code; the Company s Phone and Fax numbers; and the Company s address (if applicable) Enter the Name of a Contact Person for the Company along with their Phone and Fax numbers, and the personal address (if applicable) Project Information: Enter the Prevailing Rate Case number (PRC#) assigned to this project Enter the Project Name / Type (i.e. Smithtown CSD Replacement of HS Roof) Enter the Exact Location of Project (i.e. Smithtown HS, 143 County Route #2, Smithtown,NY; Bldgs. 1 & 2) If you are a Subcontractor, enter the name of the Prime Contractor for which you work On the Checklist of Job Classifications - o Go to pages 2 and 3 of the form o Place a checkmark in the box to the right of the Job Classification you are choosing o Mark all Job Classifications that apply ***Do not write in any additional Classifications or Counties.*** Requestor Information: Enter the name of the person submitting the registration, their title with the company, and the date the registration is filled out Return Completed Form: Mail the completed PW30R form (3 pages) to: NYSDOL Bureau of Public Work, SOBC Bldg.12 Rm.130, Albany, NY OR - Fax the completed PW30R form (3 pages) to: NYSDOL Bureau of Public Work at (518) PW30R-Instructions (03.11) NYSDOL Bureau of Public Work 1 of 1

65 New York State Department of Labor Bureau of Public Work W. Averell Harriman State Office Campus Building 12 - Room 130 Albany, New York Phone - (518) Fax - (518) Employer Registration for Use of 4 Day / 10 Hour Work Schedule Before completing Form PW30R check to be sure There is a Dispensation of Hours in place on the project. The 4 Day / 10 Hour Work Schedule applies to the Job Classifications you will be using. The 4 Day / 10 Hour Work Schedule applies to the County / Counties where the work will take place. Contractor Information Please Type or Print the Requested Information When completed Mail to NYSDOL Bureau of Public Work, SOBC, Bldg. 12, Rm.130, Albany, NY or- Fax to NYSDOL Bureau of Public Work at (518) Company Name: FEIN: Address: City: State: Zip Code: Phone Number Contact Person: Fax Number: Address: Phone No: Fax No: Project Information Project PRC#: Project Name/Type: Exact Location of Project: (If you are Subcontractor) Prime Contractor Name: Requestor Information Name: County: Job Classification(s) to Work 4/10 Schedule: (Choose all that apply on Job Classification Checklist - Pages 3-6) *** Do not write in any additional Classifications or Counties*** Title: Date : PW-30R (07.14) 1 of 6

66 Please use the list below with the number assigned to each county as a reference to the corresponding numbers listed in the following pages under "Entire Counties" & "Partial Counties". 1. Albany County 2. Allegany County 3. Bronx County 4. Broome County 5. Cattaraugus County 6. Cayuga County 7. Chautauqua County 8. Chemung County 9. Chenango County 10. Clinton County 11. Columbia County 12. Cortland County 13. Delaware County 14. Dutchess County 15. Erie County 16. Essex County 17. Franklin County 18. Fulton county 19. Genesee County 20. Greene County 21. Hamilton County 22. Herkimer County 23. Jefferson County 24. Kings County (Brooklyn) 25. Lewis County 26. Livingston County 27. Madison County 28. Monroe County 29. Montgomery County 30. Nassau County 31. New York County (Manhattan) 32. Niagara County 33. Oneida County 34. Onondaga County 35. Ontario County 36. Orange County 37. Orleans County 38. Oswego County 39. Otsego County 40. Putnam County 41. Queens County 42. Rensselaer County 43. Richmond County (Staten Island) 44. Rockland County 45. Saint Lawrence County 46. Saratoga County 47. Schenectady County 48. Schoharie County 49. Schuyler County 50. Seneca County 51. Steuben County 52. Suffolk County 53. Sullivan County 54. Tioga County 55. Tompkins County 56. Ulster County 57. Warren county 58. Washington County 59. Wayne County 60. Westchester County 61. Wyoming County 62. Yates County PW-30R (07.14) NYSDOL Bureau of Public Work 2 of 6

67 Job Classification Checklist (Place a checkmark by all classifications that will be using the 4/10 schedule) *** Do not write in any additional Classifications or Counties*** Job Classification Tag # Entire Counties Partial Counties Check Box Carpenter-Building 276B-All 7 2,5 Carpenter-Building 276B-Cat 15 5 Carpenter - Building 276-B-DW-LIV 26, 28, 35, Carpenter-Building 276B-Gen 19, 32, Carpenter-Floor Layers 276B-FL-Liv 26, 28, 35, Carpenter-Heavy&Highway 276HH-All 2, 5, 7 Carpenter-Heavy&Highway 276HH-Erie 15 Carpenter-Heavy&Highway 276HH- Gen 19, 32, 37, 61 Carpenter-Heavy&Highway 276HH-Liv 26, 28, 35, 59 Carpenter-Residential 276R-All 7 2, 5 Carpenter - Building 277B-Bro 4, 54 Carpenter - Building 277B-CAY 6, 50, 62 Carpenter - Building 277B-CS 8, 12, 49, 51, 55 2 Carpenter - Building 277 JLS 23, 25, 45 Carpenter - Building 277 omh 22, 27, 33 Carpenter - Building 277 On 34 Carpenter - Building 277 Os 38 Carpenter - Building 277CDO Bldg 9, 13, 39 Carpenter - Heavy&Highway 277CDO HH 9, 13, 39 Carpenter - Heavy&Highway 277HH-BRO 4, 6, 8, 12, 49, 50, 51, 54, 55, 62 Carpenter - Heavy/Highway 277 oneida 22, 23, 25, 27, 33, 34, 38, 45 Carpenter - Building 291B-Alb 1, 18, 20, 29, 42, 47, 48 Carpenter - Building 291B-Cli 10, 16, 17 Carpenter - Building 291B-Ham 21, 57, 58 Carpenter - Building 291B-Sar 46 Carpenter - Heavy&Highway 291HH-Alb Electrician 25m 30, 52 1, 10, 16, 17,18, 20, 21, 29, 42, 46, 47, 48, 57, 58 Electrician-Teledata Cable Splicer 43 12, 22, 27, 33, 38 6, 9, 34, 39, 55, 59 PW-30R (07.14) NYSDOL Bureau of Public Work 3 of 6

68 Job Classification Checklist (Place a checkmark by all classifications that will be using the 4/10 schedule) *** Do not write in any additional Classifications or Counties*** Job Classification Tag # Entire Counties Partial Counties Check Box Electrician 86 26, 28 19, 35, 37, 59, 61 Electrician 840Teledata and 840 Z1 62 6, 34, 35, 50, 59 Electrician , 16, 17, 23, 25, 45 Electrician Lineman 1049Line/Gas 30, 41, 52 Electrician Lineman 1249a 1, 2, 4, 5, 6, 7, 8, 9, 10, 11, 12, 13, 14, 15, 16, 17, 18, 19, 20, 21, 22, 23, 25, 26, 27, 28, 29, 32, 33, 34, 35, 36, 37, 38, 39, 40, 42, 44, 46, 47, 48, 49, 50, 45, 51, 53, 54, 55, 56, 57, 58, 59, 61, 62 Electrical Lineman 1249a West 60 Electrical Lineman 1249a-LT 1, 2, 4, 5, 6, 7, 8, 9, 10, 12, 13, 15, 16, 17, 18, 19, 20, 21, 22, 23, 25, 26, 27, 28, 29, 32, 33, 34, 35, 37, 38, 39, 42, 46, 47, 48, 49, 50, 45, 51, 53, 54, 55, 57, 58, 59, 61, 62 Electrical Lineman 1249aREG8LT 11, 14, 36, 40, 44, 56 Electrical Lineman 1249aWestLT 60 Elevator Constructor , 14, 20, 36, 40, 53, 56 13, 44, 60 Elevator Constructor 14 2, 5, 7, 15, 19, 32, 37, 61 Elevator Constructor 27 8, 26, 28, 35, 49, 50, 51, 59, 62 Elevator Constructor 35 1, 10, 16, 18, 21, 22, 29, 39, 42, 46, 47, 48, 57, 58 Elevator Constructor , 6, 9, 12, 23, 25, 27, 33, 34, 38, 45, 54, Glazier 201 1, 10, 11, 16, 17, 18, 20, 21, 29, 42, 46, 47, 48, 57, 58 Glazier 660r 2, 5, 7, 15, 19, 32, 37, 61 Glazier 660 2, 5, 7, 15, 19, 32, 37, 61 Glazier , 25, 26, 28, 35, 45, 50, 59, 62 Glazier 677Z-2 6, 12, 22, 27, 33, 34, 38 Glazier 677z3 4, 8, 9, 13, 39, 49, 51, 54, 55 Glazier 677r.2 6, 12, 22, 27, 33, 34, 38 Insulator - Heat & Frost 30-Syracuse 4, 6, 8, 9, 12, 22, 23, 25, 27, 33, 34, 38, 39, 49, 50, 45, 54, 55 Laborers - Building 322-2H 17, 23, 25, 45 Laborers - Building 785(7) 4 9, 13, 54 PW-30R (07.14) NYSDOL Bureau of Public Work 4 of 6

69 Job Classification Checklist (Place a checkmark by all classifications that will be using the 4/10 schedule) *** Do not write in any additional Classifications or Counties*** Job Classification Tag # Entire Counties Partial Counties Check Box Laborers - Building 785B-CS 8, Laborers- Heavy & Highway 322/2h 17, 23, 25, 45 Laborers- Heavy & Highway 7-785b 12, 55 49, 54 Laborers Heavy & Highway 785(7) 4 9, 13, 54 Laborer - Heavy & Highway 785HH-CS 8, Laborer - Building 621b 2, 7 Laborer - Residential 621r 2, Mason-Building 3b-Co-Z2 8, 49, 51 2 Mason-Building 3B-Z1 19, 26, 28, 35, 50, 59, 61, 62 Mason-Building-Residential 3B-Z1R 19, 26, 28, 35, 50, 59, 61, 62 Mason-Building 3B-Bing-Z2 4, 9, 13, 39, 54 Mason-Building 3B-Ith-Z2 12, 55 Mason-Building 3B-Jam-Z2 7 2, 5 Mason-Building-Residential 3B-Jam-Z2R 2, 4, 8, 7, 9, 12, 39, 13, 49, 51, 54, 55 5 Mason-Building 3B-Z3 15, 32, 37 5 Mason-Building-Residential 3B-Z3R 15, 32, 37 5 Mason-Heavy Highway 3h 2, 4, 8, 7, 9, 12, 13, 19, 26, 28, 35, 37, 39, 49, 50, 51, 54, 55, 59, 61, 62 5, 15, 32 Mason-Tile Finisher 3TF-Z1 19, 26, 28, 35, 50, 59, 61, 62 Mason-Tile Finisher 3TF-Z2 2, 4, 8, 7, 9, 12, 13, 39, 49, 51, 54, 55 5 Mason-Tile Finisher 3TF-Z3 15, 32, 37 5 Mason-Tile Finisher 3TF-Z1R 19, 26, 28, 35, 50, 59, 61, 62 Mason-Tile Finisher 3TF-Z2R 2, 4, 7, 9, 12, 13, 39, 49, 51, 54, 55 5 Mason-Tile Finisher 3TF-Z3R 15, 32, 37 5 Mason-Tile Setter 3TS-Z1 19, 26, 28, 35, 50, 59, 61, 62 PW-30R (07.14) 5 of 6 NYSDOL Bureau of Public Work

70 Job Classification Checklist (Place a checkmark by all classifications that will be using the 4/10 schedule) *** Do not write in any additional Classifications or Counties*** Job Classification Tag # Entire Counties Partial Counties Check Box Mason-Tile Setter Residential 3TS-Z2R 2, 4, 7, 8, 9, 12, 13, 39, 49, 51, 54, 55 5 Mason-Tile Setter Residential 3TS-Z3R 15, 32, 37 5 Mason - Building/Heavy&Highway 780 3, 24, 30, 31, 41, 43, 52 Operating Engineer - Heavy/Highway 137H/H 40, 60 Operating Engineer - Heavy& Highway 832H 2, 8, 26, 28, 35, 49, 51, 59, Painter , 59, 62 26, Painter 178 B 4, 9, 54 Painter 178 E 8, 49 Painter 178 I 12, Painter 178 O 13, 39 Painter 31 6, 22, 27, 33, 34, 50 25, 35, 38 Painter 38.O 38 Painter 38.W 23, Painter 4-Buf,Nia,Olean 2, 15, 19, 32, 37, 61 5, 7, 26, 51 Painter 4-Jamestown 5, 7 Sheetmetal Worker 46 26, 28, 35, 50, 59, 62 Sheetmetal Worker 46r 26, 28, 35, 50, 59, 62 Teamsters-Heavy&Highway 294h/h 1, 11, 18, 20, 29, 42, 46, 47, 48, Teamsters-Heavy&Highway 317bhh 6, 12, 50, 51, 55, 62 2 Teamsters-Building/Heavy&Highway , 60 PW-30R (07.14) 6 of 6 NYSDOL Bureau of Public Work

71 Prevailing Wage Rates for 07/01/ /30/2015 Published by the New York State Department of Labor Last Published on Aug PRC Number Introduction to the Prevailing Rate Schedule Information About Prevailing Rate Schedule This information is provided to assist you in the interpretation of particular requirements for each classification of worker contained in the attached Schedule of Prevailing Rates. Classification It is the duty of the Commissioner of Labor to make the proper classification of workers taking into account whether the work is heavy and highway, building, sewer and water, tunnel work, or residential, and to make a determination of wages and supplements to be paid or provided. It is the responsibility of the public work contractor to use the proper rate. If there is a question on the proper classification to be used, please call the district office located nearest the project. District office locations and phone numbers are listed below. Prevailing Wage Schedules are issued separately for "General Construction Projects" and "Residential Construction Projects" on a countyby-county basis. General Construction Rates apply to projects such as: Buildings, Heavy & Highway, and Tunnel and Water & Sewer rates. Residential Construction Rates generally apply to construction, reconstruction, repair, alteration, or demolition of one family, two family, row housing, or rental type units intended for residential use. Some rates listed in the Residential Construction Rate Schedule have a very limited applicability listed along with the rate. Rates for occupations or locations not shown on the residential schedule must be obtained from the General Construction Rate Schedule. Please contact the local Bureau of Public Work office before using Residential Rate Schedules, to ensure that the project meets the required criteria. Paid Holidays Paid Holidays are days for which an eligible employee receives a regular day's pay, but is not required to perform work. If an employee works on a day listed as a paid holiday, this remuneration is in addition to payment of the required prevailing rate for the work actually performed. Overtime At a minimum, all work performed on a public work project in excess of eight hours in any one day or more than five days in any workweek is overtime. However, the specific overtime requirements for each trade or occupation on a public work project may differ. Specific overtime requirements for each trade or occupation are contained in the prevailing rate schedules. Overtime holiday pay is the premium pay that is required for work performed on specified holidays. It is only required where the employee actually performs work on such holidays. The applicable holidays are listed under HOLIDAYS: OVERTIME. The required rate of pay for these covered holidays can be found in the OVERTIME PAY section listings for each classification. Supplemental Benefits Particular attention should be given to the supplemental benefit requirements. In most cases the payment or provision of supplements is for each hour worked (noted in the schedule as 'Per hour worked'). Some classifications require the payment or provision of supplements for each hour paid (noted in the schedule as 'Per hour paid'), which require supplements to be paid or provided at a premium rate for premium hours worked. Some classifications may also require the payment or provision of supplements for paid holidays on which no work is performed. Effective Dates When you review the schedule for a particular occupation, your attention should be directed to the dates above the column of rates. These are the dates for which a given set of rates is effective. The rate listed is valid until the next effective rate change or until the new annual determination which takes effect on July 1 of each year. All contractors and subcontractors are required to pay the current prevailing rates of wages and supplements. If you have any questions please contact the Bureau of Public Work or visit the New York State Department of Labor website ( for current wage rate information. Apprentice Training Ratios The following are the allowable ratios of registered Apprentices to Journey-workers. For example, the ratio 1:1,1:3 indicates the allowable initial ratio is one Apprentice to one Journeyworker. The Journeyworker must be in place on the project before an Apprentice is allowed. Then three additional Journeyworkers are needed before a second Apprentice is allowed. The last ratio repeats indefinitely. Therefore, three more Journeyworkers must be present before a third Apprentice can be hired, and so on. Please call Apprentice Training Central Office at (518) if you have any questions. Title (Trade) Ratio Boilermaker (Construction) 1:1,1:4 Boilermaker (Shop) 1:1,1:3 Carpenter (Bldg.,H&H, Pile Driver/Dockbuilder) 1:1,1:4 Carpenter (Residential) 1:1,1:3 Page 29

72 Prevailing Wage Rates for 07/01/ /30/2015 Published by the New York State Department of Labor Last Published on Aug PRC Number Electrical (Outside) Lineman 1:1,1:2 Electrician (Inside) 1:1,1:3 Elevator/Escalator Construction & Modernizer 1:1,1:2 Glazier 1:1,1:3 Insulation & Asbestos Worker 1:1,1:3 Iron Worker 1:1,1:4 Laborer 1:1,1:3 Mason 1:1,1:4 Millwright 1:1,1:4 Op Engineer 1:1,1:5 Painter 1:1,1:3 Plumber & Steamfitter 1:1,1:3 Roofer 1:1,1:2 Sheet Metal Worker 1:1,1:3 Sprinkler Fitter 1:1,1:2 If you have any questions concerning the attached schedule or would like additional information, please contact the nearest BUREAU of PUBLIC WORK District Office or write to: New York State Department of Labor Bureau of Public Work State Office Campus, Bldg. 12 Albany, NY District Office Locations: Telephone # FAX # Bureau of Public Work - Albany Bureau of Public Work - Binghamton Bureau of Public Work - Buffalo Bureau of Public Work - Garden City Bureau of Public Work - Newburgh Bureau of Public Work - New York City Bureau of Public Work - Patchogue Bureau of Public Work - Rochester Bureau of Public Work - Syracuse Bureau of Public Work - Utica Bureau of Public Work - White Plains Bureau of Public Work - Central Office Page 30

73 Prevailing Wage Rates for 07/01/ /30/2015 Last Published on Aug Clinton County General Construction Published by the New York State Department of Labor PRC Number Clinton County Boilermaker 08/01/2014 JOB DESCRIPTION Boilermaker DISTRICT 6 ENTIRE COUNTIES Cayuga, Clinton, Cortland, Franklin, Jefferson, Lewis, Madison, Oneida, Onondaga, Oswego, Seneca, St. Lawrence, Tompkins WAGES Per hour: 07/01/2014 Boilermaker $ SUPPLEMENTAL BENEFITS Per hour paid: Journeyman $ 24.40* *IMPORTANT NOTE: Portion of supplemental benefits per hour paid at same premium as shown for overtime. Journeyman $ OVERTIME PAY See (B,E,Q) on OVERTIME PAGE. HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 15, 25) on HOLIDAY PAGE Note: When a holiday falls on Sunday, the day observed by the State or Nation shall be observed. When Christmas Day and New Year's fall on Saturday, Friday will be observed as the holiday. REGISTERED APPRENTICES WAGES per hour: Six month terms at the following percentage of Journeyman's wage. 1st 2nd 3rd 4th 5th 6th 7th 8th 65% 65% 70% 75% 80% 85% 90% 95% 07/01/2014 $ $ $ $ $ $ $ $ SUPPLEMENTAL BENEFITS per hour paid: 1st 2nd 3rd 4th 5th 6th 7th 8th 07/01/2014 $ $ $ $ $ $ $ $ *IMPORTANT NOTE: Portion of supplemental benefits per hour paid at same premium as shown for overtime. 1st 2nd 3rd 4th 5th 6th 7th 8th 07/01/2014 $ 17.54* $ 17.54* $ 18.35* $ 19.16* $ 19.96* $ 20.79* $ 21.61* $ 22.42* Carpenter - Building 08/01/2014 JOB DESCRIPTION Carpenter - Building DISTRICT 2 ENTIRE COUNTIES Clinton, Essex, Franklin WAGES Per hour: 07/01/ /01/2015 Additional Carpenter $ $ 1.49* Floor Coverer * Carpet Layer * Dry-Wall * Lather * Piledriver * Diver-Wet Day Diver -Dry Day * Diver Tender * Page

74 Prevailing Wage Rates for 07/01/ /30/2015 Last Published on Aug Published by the New York State Department of Labor PRC Number Clinton County NOTE ADDITIONAL PREMIUMS PAID FOR THE FOLLOWING WORK LISTED BELOW: - Certified welders shall receive $1.00 per hour over the journeyman's rate of pay when the employee is required to be certified and performs DOT or ABS specified welding work - When an employee performs work within a contaminated area on a State and/or Federally designated hazardous waste site, and where relevant State and/or Federal regulations require employees to be furnished and use or wear required forms of personal protection, then the employee shall receive his regular hourly rate plus $1.50 per hour. - Depth pay for Divers based upon deepest depth on the day of the dive: 0' to 80' no additional fee 81'to 100' additional $.50 per foot 101'to 150' additional $0.75 per foot 151'and deeper additional $1.25 per foot - Penetration pay for Divers based upon deepest penetration on the day of the dive: 0' to 50' no additional fee 51' to 100' additional $.75 per foot 101' and deeper additional $1.00 per foot (*) To be allocated at a later date. Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day. NOTE - In order to use the '4 Day/10 Hour Work Schedule,' you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project. SUPPLEMENTAL BENEFITS Per hour worked: Journeyman $ OVERTIME PAY See (B, E, E2, Q) on OVERTIME PAGE Note - Saturday is payable at straight time if the employee misses work, except where a doctor's or hospital verification of illness is produced Monday through Friday when work was available to the employee. HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6) on HOLIDAY PAGE Note: Any holiday which occurs on Sunday shall be observed the following Monday. REGISTERED APPRENTICES Wages per hour One year terms at the following percentage of Journeyman's base wage: 1st 2nd 3rd 4th 50% 60% 70% 80% Supplemental Benefits per hour worked: 1st year term $ nd year term rd year term th year term B-Cli Carpenter - Building / Heavy&Highway 08/01/2014 JOB DESCRIPTION Carpenter - Building / Heavy&Highway DISTRICT 2 ENTIRE COUNTIES Albany, Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Niagara, Oneida, Onondaga, Ontario, Orleans, Oswego, Otsego, Rensselaer, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Sullivan, Tioga, Tompkins, Ulster, Warren, Washington, Wayne, Wyoming, Yates WAGES Wages per hour: 07/01/2014 Carpenter - ONLY for Artificial Turf/Synthetic Sport Surface Installer $ Page 32

75 Prevailing Wage Rates for 07/01/ /30/2015 Last Published on Aug Note - Does not include the operation of equipment. Please see Operating Engineers rates. SUPPLEMENTAL BENEFITS Per hour Paid: 07/01/2014 Journeyman $ OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY Paid: See (2, 17) on HOLIDAY PAGE Overtime: See (5, 6, 16) on HOLIDAY PAGE Notes: When a holiday falls upon a Saturday, it shall be observed on the preceding Friday. Whan a holiday falls upon a Sunday, it shall be observed on the following Monday. An employee taking an unexcused day off the regularly scheduled day before or after a paid Holiday shall not receive Holiday pay. REGISTERED APPRENTICES Wages per hour: One year terms at the following percentage of Journeyman's wage: 1st 2nd 3rd 4th 50% 60% 70% 80% Published by the New York State Department of Labor PRC Number Clinton County Supplemental Benefits per hour paid: 07/01/2014 Carpenter 1st year term $ nd year term rd year term th year term AtSS Carpenter - Heavy&Highway 08/01/2014 JOB DESCRIPTION Carpenter - Heavy&Highway DISTRICT 2 ENTIRE COUNTIES Albany, Clinton, Essex, Franklin, Fulton, Greene, Hamilton, Montgomery, Rensselaer, Saratoga, Schenectady, Schoharie, Warren, Washington WAGES Per hour 07/01/2014 Carpenter $ Millwright Piledriver Diver-Wet Day Diver-Dry Day Diver-Tender NOTE ADDITIONAL PREMIUMS PAID FOR THE FOLLOWING WORK LISTED BELOW: - State or Federal designated hazardous site, requiring protective gear shall be an additional $2.00 per hour. - Certified welders when required to perform welding work will receive an additional $1.25 per hour. - Divers and Tenders shall receive one and one half (1 1/2) times their regular diver and tender rate of pay for Effluent and Slurry diving. - Divers and tenders being paid at the specified rate for Effluent and Slurry diving shall have all overtime rates based on the specified rate plus the appropriate overtime rates (one and one half or two times the specified rate for Slurry and Effluent divers and tenders). - Depth pay for Divers based upon deepest depth on the day of the dive: 0' to 50' no additional fee 51'to 100' additional $.50 per foot 101'to 150' additional $0.75 per foot 151'and deeper additional $1.25 per foot - Penetration pay for Divers based upon deepest penetration on the day of the dive: 0' to 50' no additional fee 51' to 100' additional $.75 per foot 101' and deeper additional $1.00 per foot - Diver rates applies to all hours worked on dive day. Page 33

76 Prevailing Wage Rates for 07/01/ /30/2015 Last Published on Aug Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Friday, provided the project duration is more than forty (40) hours. NOTE - In order to use the '4 Day/10 Hour Work Schedule,' you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project. SUPPLEMENTAL BENEFITS Per hour worked plus paid holidays: Journeyman $ OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY Paid: See (2, 17) on HOLIDAY PAGE Overtime: See (5, 6) on HOLIDAY PAGE In the event a Holiday falls on a Saturday, the Friday before will be observed as a Holiday. If a Holiday falls on a Sunday, then Monday will be observed as a Holiday. REGISTERED APPRENTICES Wages per hour One year terms at the following percentage of Journeyman's base wage 1st 2nd 3rd 4th 50% 60% 70% 80% Supplemental Benefits per hour worked plus paid holidays: Published by the New York State Department of Labor PRC Number Clinton County 1st year terms $ nd year terms rd year terms th year terms HH-Alb Electrician 08/01/2014 JOB DESCRIPTION Electrician DISTRICT 6 ENTIRE COUNTIES Clinton, Essex, Franklin, Jefferson, Lewis, St. Lawrence WAGES Per hour: 07/01/2014 Electrician $ Cable Splicer Tunnel Worker*, Welder * For all underground and tunnel work, working 35 feet or more on scaffolds, ladders, towers, steeples, structural steel, or mechanical lifts over 65 feet. Shift Work: The following rates will apply on all Contracting Agency mandated shifts worked between the hours listed below. The employer may be permitted to adjust the starting hours of the shift by up to two (2) hours if required by the agency. If a shift begins outside of the stated shift hours, the rate paid would be determined by what shift the majority of the hours were worked. 1st shift: 8:00 AM to 4:30 PM Regular wage rate 2nd shift: 4:30 PM to 1:00 AM Regular wage rate plus 17.3% 3rd shift: 12:30 AM to 9:00 AM Regular wage rate plus 31.4% ** IMPORTANT NOTICE - EFFECTIVE 07/01/2012 ** Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day. NOTE - In order to use the '4 Day/10 Hour Work Schedule,' you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project. SUPPLEMENTAL BENEFITS Per hour paid: $ *plus 3% of gross wage Page 34

77 Prevailing Wage Rates for 07/01/ /30/2015 Last Published on Aug Published by the New York State Department of Labor PRC Number Clinton County * NOTE: THE 3% IS BASED ON THE HOURLY WAGE PAID ON STRAIGHT TIME RATE OR PREMIUM TIME RATE. OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY Paid: Overtime: See (1) on HOLIDAY PAGE See (5, 6) on HOLIDAY PAGE REGISTERED APPRENTICES WAGES: Hourly terms at the following percentage of Journeyman's wage to 2000 to 3500 to 5000 to 6500 to % 45% 50% 60% 70% 80% Electrician $13.00 $14.63 $16.25 $19.50 $22.75 $26.00 Cable Splicer, $14.50 $16.13 $17.75 $21.00 $24.25 $27.50 Tunnel SUPPLEMENTAL BENEFITS per hour worked: Appr 1st & 2nd term $ 8.62 * plus 3% of gross wage Appr All other terms $ * plus 3% of gross wage paid. * NOTE: THE 3% IS BASED ON THE HOURLY WAGE PAID ON STRAIGHT TIME RATE OR PREMIUM TIME RATE. Elevator Constructor 08/01/2014 JOB DESCRIPTION Elevator Constructor DISTRICT 1 ENTIRE COUNTIES Albany, Clinton, Essex, Fulton, Hamilton, Herkimer, Montgomery, Otsego, Rensselaer, Saratoga, Schenectady, Schoharie, Warren, Washington WAGES Per hour 07/01/ /01/2015 Mechanic $ $ Helper 70% of Mechanic Wage Rate **** IMPORTANT NOTICE - EFFECTIVE 04/01/2009 **** Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. NOTE - In order to use the '4 Day/10 Hour Work Schedule,' you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project. SUPPLEMENTAL BENEFITS Per hour worked 07/01/ /01/2015 Journeyman/Helper $ * $ * (*)Plus 6% of gross wages if less than 5 years service (*)Plus 8% of gross wages if more than 5 years service OVERTIME PAY See (D, O) on OVERTIME PAGE HOLIDAY Paid: Overtime: See (5, 6, 15, 16) on HOLIDAY PAGE See (5, 6, 15, 16) on HOLIDAY PAGE Page 35

78 Prevailing Wage Rates for 07/01/ /30/2015 Last Published on Aug Note: When a paid holiday falls on Saturday, it shall be observed on Friday. When a paid holiday falls on Sunday, it shall be observed on Monday. REGISTERED APPRENTICES Wages per hour 0-6 mo* 50% *No supplemental benefits 6-12 mo 2nd yr 3rd yr 4th yr 55 % 65 % 70 % 80 % Supplemental Benefits per hour worked Published by the New York State Department of Labor PRC Number Clinton County Same as Journeyman/Helper 1-35 Glazier 08/01/2014 JOB DESCRIPTION Glazier DISTRICT 1 ENTIRE COUNTIES Albany, Clinton, Columbia, Essex, Franklin, Fulton, Greene, Hamilton, Montgomery, Rensselaer, Saratoga, Schenectady, Schoharie, Warren, Washington WAGES Per hour Glazier base wage $ additional $1.50 per hour for all hours worked 07/01/ /01/ /01/2016 Additional Additional $1.50** $1.50** *High Work Base Wage additional $3.50 per hour for all hours worked (*)When working on Swing Stage or Lift 100 feet or more in height, measured from the ground level up. (**) To be allocated at a later date, increase only applies to Glazier base wage. Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day. NOTE - In order to use the '4 Day/10 Hour Work Schedule,' you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project. SUPPLEMENTAL BENEFITS Per hour worked Journeyman $ Journeyman High Work OVERTIME PAY See (B, E, E2, Q) on OVERTIME PAGE Premium is applied to the respective base wage only. HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6) on HOLIDAY PAGE Note: If any of the holidays are designated by federal law to be celebrated on a day other than that on which they regularly fall, then the holiday shall be celebrated on the day set by said federal law as if the day on which the holiday is celebrated was actually the holiday date. REGISTERED APPRENTICES Wages per hour Apprentice Glazier One Half Year (900 hr) terms at the following percentage of Journeyman's base wage. 1st 2nd 3rd 4th 5th 6th 7th 8th Page 36

79 Prevailing Wage Rates for 07/01/ /30/2015 Last Published on Aug % 45% 55% 65% 75% 85% 90% 95% + additional $1.50 per hour for all hours worked for all terms Apprentice Glazier Hi-Work One Half Year (900 hr) terms at the following percentage of Journeyman's Hi-Work base wage. 1st 2nd 3rd 4th 5th 6th 7th 8th 35% 45% 55% 65% 75% 85% 90% 95% + additional $3.50 per hour for all hours worked for all terms Supplemental Benefits per hour worked For apprentices indentured after 07/01/2009 the following supplemental benefit applies: Apprentice 1st-4th term $ th-8th term Apprentice High Work 1st-4th term $ th-8th term Published by the New York State Department of Labor PRC Number Clinton County For apprentices indentured prior to and including 07/01/2009, the following supplemental benefit applies: Apprentice $ Apprentice High Work Insulator - Heat & Frost 08/01/2014 JOB DESCRIPTION Insulator - Heat & Frost DISTRICT 1 ENTIRE COUNTIES Clinton, Franklin WAGES Wages per hour 07/01/ /01/2015 Additional Asbestos Worker* $ $ 1.50** Insulator* ** Firestopping Worker* ** (*)On Mechanical Systems only. (**) To be allocated at a later date. SUPPLEMENTAL BENEFITS Per hour worked Journeyman $ OVERTIME PAY See (*B1, **Q) on OVERTIME PAGE *B1=Double time begins after 10 hours on Saturday **Q=Triple time on Labor Day if worked. HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6) on HOLIDAY PAGE When a holiday falls on Sunday the following Monday shall be observed as the holiday. REGISTERED APPRENTICES Wages per hour one year terms at the following percentage of Journeyman's wage. 1st 2nd 3rd 4th 60 % 70 % 80 % 90 % Supplemental Benefits per hour worked: Apprentices $ /CF Ironworker 08/01/2014 JOB DESCRIPTION Ironworker DISTRICT 1 Page 37

80 Prevailing Wage Rates for 07/01/ /30/2015 Last Published on Aug Published by the New York State Department of Labor PRC Number Clinton County ENTIRE COUNTIES Albany, Clinton, Columbia, Delaware, Essex, Greene, Rensselaer, Saratoga, Schenectady, Schoharie, Warren, Washington PARTIAL COUNTIES Fulton: Only the Townships of Broadalbin, Mayfield, Northampton, Bleecker and Johnstown. Hamilton: Only the Townships of Hope, Benson and Wells. Montgomery: Only the Townships of Florida, Amsterdam, Charleston, Glen, Mohawk and Root. Otsego: Only the Towns of Unadilla, Butternuts, Morris, Otego, Oneonta, Laurens, Millford, Maryland and Worchester. WAGES Per hour 07/01/2014 Ornamental $ Reinforcing Rodman Structural & Precast Mover/Rigger Fence Erector Stone Derrickman Sheeter Curtain Wall Installer Metal Window Installer SUPPLEMENTAL BENEFITS Per hour worked JOURNEYMAN $ OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6) on HOLIDAY PAGE Note: Any holiday which occurs on Sunday shall be observed the following Monday. REGISTERED APPRENTICES Wages per hour ONE YEAR TERMS AT THE FOLLOWING WAGE RATES: 07/01/2014 1st year $ nd year rd year th year Supplemental Benefits per hour worked 1st year $ nd year rd year th year Laborer - Building 08/01/2014 JOB DESCRIPTION Laborer - Building DISTRICT 1 ENTIRE COUNTIES Clinton, Essex, Warren WAGES GROUP #A: Basic Rate, Multi Trade Tender, Pipe Layer (water, sewer & etc), Self-propelled equipment operator GROUP #B: Demolition and wrecking, Concrete or plaster pump. GROUP #C: Sandblaster on construction clean-up, Drilling equipment only where a separate air compressor unit supplies power, Metal formsetter (sidewalk) and Curb Setter, Asphalt Raker, and Tail/Screwman on paving machine. GROUP #D: Page 38

81 Prevailing Wage Rates for 07/01/ /30/2015 Last Published on Aug Acetylene Burner on demolition and cutting of Pipe Published by the New York State Department of Labor PRC Number Clinton County GROUP #E: Blaster GROUP #F: Workers in kilns, tanks, boilers etc., Asbestos & Hazardous Waste Work. WAGES per hour 07/01/2014 Group # A $ Group # B Group # C Group # D Group # E Group # F (*)To be allocated at a later date. SUPPLEMENTAL BENEFITS Per hour worked Journeymen $ OVERTIME PAY See (B, E, *E2, Q) on OVERTIME PAGE *Inclement weather makeup day may be provided November 15 to May 15. HOLIDAY Paid: Overtime: REGISTERED APPRENTICES Wages per hour See (1) on HOLIDAY PAGE See (5, 6) on HOLIDAY PAGE Terms are at the following percentage of Group Rate A. 0-1,000 Hrs 1,001-2,000 Hrs 2,001-3,000 Hrs 3,001-4,000 Hrs 60% 70% 80% 90% Supplemental Benefits per hour worked Apprentices $ ew Laborer - Heavy&Highway 08/01/2014 JOB DESCRIPTION Laborer - Heavy&Highway DISTRICT 1 ENTIRE COUNTIES Clinton, Essex, Warren WAGES GROUP # A: Basic Rate, Drill Helper, Flagman, Outboard and Hand Boats. GROUP # B: Chain Saw, Concrete Aggregate Bin, Concrete Bootman, Gin Buggy, Hand or Machine Vibrator, Jack Hammer, Mason Tender, Mortar Mixer, Pavement Breaker, Handlers of Steelmesh, Small Generators for Laborers' Tools, Installation of Bridge Drainage Pipe, Pipe Layers, Vibrator Type Rollers, Tamper, Drill Doctor, Water Pump Operator (1-1/2" and Single Diaphragm) Nozzle (Asphalt, Gunite, Seeding, and Sand Blasting), Laborers Assisting on Chain Link Fence Installation, Rock Splitter and Power Unit, Pusher Type Concrete Saw and all other Gas, Electric, Oil and Air Tool Operators, Wrecking Laborer. GROUP # C: Drilling Equipment Only Where a Separate Air Compressor Unit Supplies Power, Acetylene Torch Operators, Asphalt Raker, Powderman, Tail or Screw Operator on Asphalt Paver. GROUP # D: Blasters, Metal Form Setters (sidewalk), Stone or Granite Curb Setters. GROUP # E: Page 39

82 Prevailing Wage Rates for 07/01/ /30/2015 Last Published on Aug Hazardous waste, Lead & Abestos abatement. Published by the New York State Department of Labor PRC Number Clinton County WAGES per hour 07/01/ /01/2015 Additional Group # A $ $ 1.30* Group # B * Group # C * Group # D * Group # E * All employees who work a single irregular shift starting between 5:00 pm and 1:00 am on governmental mandated night work shall be paid an additional $1.75 per hour. (*)To be allocated at a later date. SUPPLEMENTAL BENEFITS Per hour worked Journeymen $ OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY Paid: See (5, 6) on HOLIDAY PAGE Overtime: See (5, 6) on HOLIDAY PAGE Note: If a holiday falls on Sunday, it will be celebrated on Monday. In the event that men work on this Sunday holiday, they shall be paid double time. In the event that men work on Monday, they shall be compensated at double time plus the holiday pay. Accordingly, the Monday following the Sunday is treated as the holiday. REGISTERED APPRENTICES Wages per hour Terms are at the following percentage of Group A rate. 0-1,000 Hrs 1,001-2,000 Hrs 2,001-3,000 Hrs hrs 60% 70% 80% 90% Supplements per hour worked Apprentices $ /2h Laborer - Tunnel 08/01/2014 JOB DESCRIPTION Laborer - Tunnel DISTRICT 1 ENTIRE COUNTIES Clinton, Essex, Warren WAGES GROUP A: Change House Man GROUP B: Miners and all Machine Men, Safety Miner, all Shaft-work, Caisson work, Drilling, Blow Pipe, all Air Tools, Tugger, Scaling, Nipper, Guniting pot to nozzle, Bit Grinder, Signal Man (top and bottom), Concrete Men, Shield driven tunnels, mixed face and soft ground, liner plate tunnels in free air. GROUP C: Hazardous/Waste Work WAGES (per hour) 07/01/ /01/2015 Additional Tunnel Laborer: Group A $ $ 1.30** Group B ** Group C* ** (*)Work site required to be designated by State/Federal as hazardous waste site and relevant regulations require employees to use personal protection. Page 40

83 Prevailing Wage Rates for 07/01/ /30/2015 Last Published on Aug Published by the New York State Department of Labor PRC Number Clinton County (**)To be allocated at a later date. SUPPLEMENTAL BENEFITS Per hour worked: Journeyman $ OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY Paid: See (5, 6) on HOLIDAY PAGE Overtime: See (5, 6) on HOLIDAY PAGE If the holiday falls on Saturday, it will be celebrated on Friday. If the holiday falls on Sunday, it will be celebrated on Monday. REGISTERED APPRENTICES Wages per hour Terms are at the following percentage of Group B rate Hrs Hrs Hrs Hrs 60% 70% 80% 90% Supplements per hour worked Apprentices $ T Lineman Electrician 08/01/2014 JOB DESCRIPTION Lineman Electrician DISTRICT 6 ENTIRE COUNTIES Albany, Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Rensselaer, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Sullivan, Tioga, Tompkins, Ulster, Warren, Washington, Wayne, Wyoming, Yates WAGES Per hour: NOTE: Includes Teledata Work within ten (10) feet of High Voltage Transmission Lines Below rates applicable on all overhead and underground distribution and maintenance work, and all overhead and underground transmission line work and the installation of fiber optic cable where no other construction trades are or have been involved. (Ref # ) 07/01/ /04/ /02/2016 Additional Lineman, Technician $ $ $ 2.50* Crane, Crawler Backhoe * Welder, Cable Splicer * Digging Machine Operator * Tractor Trailer Driver * Groundman, Truck Driver * Mechanic 1st Class * Flagman * * To be allocated at a later date. Additional $1.00 per hour for entire crew when a helicopter is used. Below rates applicable on all electrical sub-stations, switching structures, fiber optic cable and all other work not defined as "Utility outside electrical work". (Ref # A) Additional Lineman, Technician $ $ $ 2.50* Crane, Crawler Backhoe * Cable Splicer-Pipe Type Cable * Cert. Welder-Pipe Type Cable * Digging Machine Operator * Tractor Trailer Driver * Mechanic 1st Class * Page 41

84 Prevailing Wage Rates for 07/01/ /30/2015 Last Published on Aug Groundman, Truck Driver * Flagman * * To be allocated at a later date. Additional $1.00 per hour for entire crew when a helicopter is used. Below rates apply on switching structures, maintenance projects, railroad catenary install/maintenance third rail installation, bonding of rails and pipe type cable and installation of fiber optic cable. (Ref # B) Additional Lineman, Technician, Welder $ $ $ 2.50* Crane, Crawler Backhoe * Digging Machine Operator * Tractor Trailer Driver * Groundman, Truck Driver * Mechanic 1st Class * Flagman * Cert. Welder-Pipe Type Cable * Cable Splicer-Pipe Type Cable * * To be allocated at a later date. Additional $1.00 per hour for entire crew when a helicopter is used. Below rates applicable on all overhead and underground transmission line work & fiber optic cable where other construction trades are or have been involved. This applies to transmission line work only, not other construction. (Ref # ) Additional Lineman, Technician, Welder $ $ $ 2.50* Crane, Crawler Backhoe * Cable Splicer * Digging Machine Operator * Tractor Trailer Driver * Groundman, Truck Driver * Mechanic 1st Class * Flagman * * To be allocated at a later date. Additional $1.00 per hour for entire crew when a helicopter is used. ** IMPORTANT NOTICE ** Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day. *Effective 05/06/2013, Tuesday thru Friday may be worked with no make-up day. NOTE - In order to use the '4 Day/10 Hour Work Schedule,' you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project. SUPPLEMENTAL BENEFITS Per hour worked including holidays listed below: The following SUPPLEMENTAL BENEFITS apply to all classification categories of CONSTRUCTION, TRANSMISSION and DISTRIBUTION. $ $ *plus 7% of *plus 7% of hourly wage hourly wage *The 7% is based on the hourly wage paid, straight time rate or premium rate. Published by the New York State Department of Labor PRC Number Clinton County OVERTIME PAY See (B, E, Q,) on OVERTIME PAGE. *Note* Double time for all emergency work designated by the Dept. of Jurisdiction. NOTE: THE FOLLOWING RATES WILL APPLY ON ALL CONTRACTING AGENCY MANDATED MULTIPLE SHIFTS OF AT LEAST FIVE (5) DAYS DURATION WORKED BETWEEN THE HOURS LISTED BELOW: 1ST SHIFT 8:00 AM to 4:30 PM REGULAR RATE 2ND SHIFT 4:30 PM to 1:00 AM REGULAR RATE PLUS 17.3 % 3RD SHIFT 12:30 AM to 9:00 AM REGULAR RATE PLUS 31.4 % Page 42

85 Prevailing Wage Rates for 07/01/ /30/2015 Last Published on Aug Published by the New York State Department of Labor PRC Number Clinton County HOLIDAY Paid Overtime See ( 5, 6, 8, 13, 25 ) on HOLIDAY PAGE plus Governor of NYS Election Day. See ( 5, 6, 8, 13, 25 ) on HOLIDAY PAGE plus Governor of NYS Election Day. SUPPLEMENTS for holidays paid at straight time REGISTERED APPRENTICES WAGES: 1000 hour terms at the following percentage of the Journeyman Lineman wage. 1st 2nd 3rd 4th 5th 6th 7th 60% 65% 70% 75% 80% 85% 90% SUPPLEMENTAL BENEFITS: Same as Journeyman a Lineman Electrician - Teledata 08/01/2014 JOB DESCRIPTION Lineman Electrician - Teledata DISTRICT 6 ENTIRE COUNTIES Albany, Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Rensselaer, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Sullivan, Tioga, Tompkins, Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates WAGES Per hour: FOR OUTSIDE WORK. 07/01/2014 Cable Splicer $ Installer, Repairman Teledata Lineman Technician, Equipment Operator Groundman NOTE: EXCLUDES Teledata work within ten (10) feet of High Voltage (600 volts and over) transmission lines. For this work please see LINEMAN. SUPPLEMENTAL BENEFITS Per hour worked: $ 4.43 *plus 3% of wage paid *The 3% is based on the hourly wage paid, straight time rate or premium rate. OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY Paid: Overtime: See (1) on HOLIDAY PAGE See (5, 6, 16) on HOLIDAY PAGE LT - Teledata Lineman Electrician - Traffic Signal Lighting 08/01/2014 JOB DESCRIPTION Lineman Electrician - Traffic Signal Lighting DISTRICT 6 ENTIRE COUNTIES Albany, Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Cortland, Delaware, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Niagara, Oneida, Onondaga, Ontario, Orleans, Oswego, Otsego, Rensselaer, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Sullivan, Tioga, Tompkins, Warren, Washington, Wayne, Wyoming, Yates WAGES Lineman/Technician shall perform all overhead aerial work and make all electrical connections. Page 43

86 Prevailing Wage Rates for 07/01/ /30/2015 Last Published on Aug A Groundman/Groundman Truck Driver shall: Build and set concrete forms, handle steel mesh, set footer cages, transport concrete in a wheelbarrow, hand or machine concrete vibrator, finish concrete footers, mix mortar, grout pole bases, cover and maintain footers while curing in cold weather, operate jack hammer, operate hand pavement breaker, tamper, concrete and other motorized saws, as a drill helper, operate and maintain generators, water pumps, chain saws, sand blasting, operate mulching and seeding machine, air tools, electric tools, gas tools, load and unload materials, hand shovel and/or broom, prepare and pour mastic and other fillers, assist digger operator equipment operator in ground excavation and restoration, landscape work and painting. Only when assisting a lineman technician, a ground man/truck driver may install conduit, pipe, cables and equipment. A flagger's duties shall consist of traffic control only. (Ref # ) Published by the New York State Department of Labor PRC Number Clinton County Per hour: 07/01/ /04/ /02/2016 Additional Lineman, Technician $ $ $ 2.00* Crane, Crawler Backhoe * Certified Welder * Digging Machine * Tractor Trailer Driver * Groundman, Truck Driver * Mechanic 1st Class * Flagman * * To be allocated at a later date. Above rates applicable on all Lighting and Traffic Signal Systems with the installation, testing, operation, maintenance and repair of all traffic control and illumination projects, traffic monitoring systems, road weather information systems and the installation of Fiber Optic Cable. ** IMPORTANT NOTICE ** Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day. *Effective 05/06/2013, Tuesday thru Friday may be worked with no make-up day. NOTE - In order to use the '4 Day/10 Hour Work Schedule,' you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project. SUPPLEMENTAL BENEFITS Per hour worked including holidays listed below: All classifications $ $ *plus 7.0% of *plus 7.0% of hourly wage hourly wage *The 7% is based on the hourly wage paid, straight time rate or premium rate. Supplements paid at STRAIGHT TIME rate for holidays. OVERTIME PAY See (B, E, Q) on OVERTIME PAGE. *Note* Double time for all emergency work designated by the Dept. of Jurisdiction NOTE: THE FOLLOWING RATES WILL APPLY ON ALL CONTRACTING AGENCY MANDATED MULTIPLE SHIFTS OF AT LEAST FIVE (5) DAYS DURATION WORKED BETWEEN THE HOURS LISTED BELOW: HOLIDAY Paid Overtime 1ST SHIFT 8:00 AM TO 4:30 PM REGULAR RATE 2ND SHIFT 4:30 PM TO 1:00 AM REGULAR RATE PLUS 17.3% 3RD SHIFT 12:30 AM TO 9:00 AM REGULAR RATE PLUS 31.4% REGISTERED APPRENTICES WAGES: Per hour hour terms. See ( 5, 6, 8, 13, 25 ) on HOLIDAY PAGE plus Governor of NYS Election Day. See ( 5, 6, 8, 13, 25 ) on HOLIDAY PAGE plus Governor of NYS Election Day. 1st 2nd 3rd 4th 5th 6th 7th $ $ $ $ $ $ $ SUPPLEMENTAL BENEFITS: Same as Journeyman Page 44

87 Prevailing Wage Rates for 07/01/ /30/2015 Last Published on Aug Published by the New York State Department of Labor PRC Number Clinton County a-LT Lineman Electrician - Tree Trimmer 08/01/2014 JOB DESCRIPTION Lineman Electrician - Tree Trimmer DISTRICT 6 ENTIRE COUNTIES Albany, Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Rensselaer, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Sullivan, Tioga, Tompkins, Ulster, Warren, Washington, Wayne, Wyoming, Yates WAGES Per hour: Applies to line clearance, tree work and right-of-way preparation on all new or existing energized overhead or underground electrical, telephone and CATV lines. This also would include stump removal near underground energized electrical lines, including telephone and CATV lines. 07/01/2014 Tree Trimmer $ Equipment Operator Equipment Mechanic Truck Driver Groundman Flag person 9.76 SUPPLEMENTAL BENEFITS Per hour worked including holidays listed below: $ 8.72 *plus 3% of hourly wage * The 3% is based on the hourly wage paid, straight time rate or premium rate. OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY Paid: See (5, 6, 8, 15, 16, 25) on HOLIDAY PAGE Overtime: See (5, 6, 8, 15, 16, 25) on HOLIDAY PAGE All paid holidays falling on a Saturday shall be observed on the preceding Friday All paid holidays falling on a Friday shall be observed on the following Monday TT Mason - Building 08/01/2014 JOB DESCRIPTION Mason - Building DISTRICT 12 ENTIRE COUNTIES Clinton, Essex, Franklin PARTIAL COUNTIES Warren: Only the Townships of Chester, Hague, Horicon and Johnsburg. WAGES Per hour 07/01/2014 Bricklayer $ Cement Finisher Plasterer/Fireproofer* Pointer/Caulker/Cleaner Stone Mason Acid Brick (*)Fireproofer on Structural only. SUPPLEMENTAL BENEFITS Per hour worked Journeyman $ Page 45

88 Prevailing Wage Rates for 07/01/ /30/2015 Last Published on Aug Published by the New York State Department of Labor PRC Number Clinton County OVERTIME PAY See (B, E, E2, Q) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6) on HOLIDAY PAGE Note: Any holiday which occurs on Sunday shall be observed the following Monday. REGISTERED APPRENTICES Wages per hour 750 hr terms at the following percentage of Journeyman's wage 1st 2nd 3rd 4th 5th 6th 7th 8th 55% 60% 65% 70% 75% 80% 85% 90% Supplemental Benefits per hour worked All others $ b.8 Mason - Building 08/01/2014 JOB DESCRIPTION Mason - Building DISTRICT 12 ENTIRE COUNTIES Albany, Clinton, Columbia, Essex, Franklin, Fulton, Greene, Hamilton, Montgomery, Rensselaer, Saratoga, Schenectady, Schoharie, Warren, Washington WAGES Per hour 07/01/2014 Tile/Marble/Terazzo Setter $ Finisher SUPPLEMENTAL BENEFITS Per hour worked Journeyman Setter $ Journeyman Finisher OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY Paid: Overtime: REGISTERED APPRENTICES Wages per hour See (1) on HOLIDAY PAGE See (5, 6) on HOLIDAY PAGE Hour Terms at the following percentage of Journeyman's wage Setter: 1st term hrs 60% 2nd term hrs 70% 3rd term hrs 80% 4th term hrs 85% 5th term hrs 90% 6th term hrs 95% Finisher: 1st term hrs 70% 2nd term hrs 80% 3rd term hrs 90% 4th term hrs 95% Supplemental Benefits per hour worked Setter: 07/01/2014 Page 46

89 Prevailing Wage Rates for 07/01/ /30/2015 Last Published on Aug st term hrs $ nd term hrs rd term hrs th term hrs th term hrs th term hrs Finisher: 1st term hrs $ nd term hrs rd term hrs th term hrs Published by the New York State Department of Labor PRC Number Clinton County 12-2TS.1 Mason - Heavy&Highway 08/01/2014 JOB DESCRIPTION Mason - Heavy&Highway DISTRICT 12 ENTIRE COUNTIES Albany, Cayuga, Clinton, Columbia, Essex, Franklin, Fulton, Greene, Hamilton, Herkimer, Jefferson, Lewis, Madison, Montgomery, Oneida, Oswego, Rensselaer, Saratoga, Schenectady, Schoharie, St. Lawrence, Warren, Washington PARTIAL COUNTIES Onondaga: For Heavy & Highway Cement Mason or Plaster Work in Onondaga County, refer to Mason-Heavy&Highway tag 1-2h/h on. WAGES Per hour 07/01/ /01/2015 Additional Mason & $ $ 1.35* Bricklayer Additional $1.00 per hour for work on any swing scaffold or staging suspended by means of ropes or cables. (*)To be allocated at a later date. SUPPLEMENTAL BENEFITS Per hour worked Journeyman $ OVERTIME PAY See (B, E, E2, Q) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6) on HOLIDAY PAGE Note: If a holiday falls on Sunday, the Monday following shall constitute the day of the legal holiday. REGISTERED APPRENTICES Wages per hour 750 HR TERMS at the following percent of Journeyman's wage 1st 2nd 3rd 4th 5th 6th 7th 8th 55% 60% 65% 70% 75% 80% 85% 90% Supplemental Benefits per hour worked 07/01/2014 $ hh.1 Millwright 08/01/2014 JOB DESCRIPTION Millwright DISTRICT 2 ENTIRE COUNTIES Clinton, Essex, Franklin, Hamilton, Warren, Washington WAGES Per hour: 07/01/2014 Page 47

90 Prevailing Wage Rates for 07/01/ /30/2015 Last Published on Aug Published by the New York State Department of Labor PRC Number Clinton County Millwright $ Note: WELDER/HAZMAT - A Certified Welder shall receive $ 1.25 per hour in addition to the current journeyman's rate provided he/she is directed to perform certified welding. If a work site has been declared a hazardous site by the Owner and the use of protective gear (including, as a minimum, air purifying canister-type chemical respirators) are required, then that Employee shall receive a $ 1.25 premium per hour. SUPPLEMENTAL BENEFITS Per hour worked: Journeyman $ OVERTIME PAY See (B, E, *E2, Q) on OVERTIME PAGE *Saturday may be used as a make-up day and worked at the straight time rate of pay during a work week when conditions such as weather, power failure, fire or natural disaster prevent the performance of work on a regularly scheduled work day. If a make-up day is utilized, a minimum of eight hours must be scheduled. HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6) on HOLIDAY PAGE Note: Any holiday that falls on Sunday shall be observed the following Monday. Any holiday that falls on Saturday shall be observed the preceding Friday. REGISTERED APPRENTICES Wages per hour: (1)year terms at the following percentage of journeyman's rate. 1st 2nd 3rd 4th 60% 70% 80% 90% Supplemental Benefits per hours worked: Apprentices: 1st term $ nd term rd term th term b Operating Engineer - Building 08/01/2014 JOB DESCRIPTION Operating Engineer - Building DISTRICT 1 ENTIRE COUNTIES Albany, Clinton, Columbia, Essex, Franklin, Fulton, Greene, Hamilton, Herkimer, Montgomery, Otsego, Rensselaer, Saratoga, Schenectady, Schoharie, Warren, Washington PARTIAL COUNTIES Dutchess: Defined as north of the northern boundary line of City of Poughkeepsie then due east to Route 115 to Bedelt Road then east along Bedelt Road to VanWagner Road then north along VanWagner Road to Bower Road then east along Bower Road to Rte. 44 east to Route 343 then along Route 343 east to the northern boundary of Town of Dover Plains and east along the northern boundary of Town of Dover Plains to Connecticut. WAGES CLASS A1: Crane, hydraulic cranes, tower crane, locomotive crane, piledriver, cableway, derricks,whirlies, dragline, boom trucks over 5 tons. CLASS A: Shovel, all Excavators (including rubber tire full swing), Gradalls, power road grader, all CMI equipment, front-end rubber tire loader, tractormounted drill (quarry master), mucking machine, concrete central mix plant, concrete pump, belcrete system, automated asphalt concrete plant, and tractor road paver, boom trucks 5 tons and under, maintenance engineer, self-contained crawler drill-hydraulic rock drill. CLASS B: Backhoes (rubber tired backhoe/loader combination), bulldozer, pushcat, tractor, traxcavator, scraper, LeTourneau grader, form fine grader, self-propelled soil compactor (fill roller), asphalt roller, blacktop spreader, power brooms, sweepers, trenching machine, Barber Green loader, side booms, hydro hammer, concrete spreader, concrete finishing machine, one drum hoist, power hoisting (single drum), hoist two drum or more, three drum engine, power hoisting (two drum and over), two drum and swinging engine, three drum swinging engine, hod hoist, A-L frame winches, core and well drillers (one drum), post hole digger, model CHB Vibro-Tamp or similar machine, batch bin and plant operator, dinky locomotive, skid steer loader, track excavator 5/8 cubic yard or smaller, front end rubber tired loader under four cubic yards, vac truck. Page 48

91 Prevailing Wage Rates for 07/01/ /30/2015 Last Published on Aug CLASS C: Fork lift, high lift, all terrain fork lift: or similar, oiler, fireman and heavy-duty greaser, boilers and steam generators, pump, vibrator, motor mixer, air compressor, dust collector, welding machine, well point, mechanical heater, generators, temporary light plants, electric submersible pumps 4" and over, murphy type diesel generator, conveyor, elevators, concrete mixer, beltcrete power pack (belcrete system), seeding, and mulching machines, pumps. * In the event that equipment listed above is operated by robotic control, the classification covering the operation will be the same as if manually operated. WAGES per hour 07/01/2014 Class # A1 $ Class # A Class # B Class # C Additional $0.50 per hr for Tower Cranes. Additional $1.00 per hr for Cranes with Boom length & jib 150ft. and over. Additional $2.00 per hr for Cranes with Boom length & jib 200ft. and over. Additional $2.00 per hr over B rate for Nuclear Leader work. Additional $0.40 per hr for tunnel or excavation of shaft 40' or more deep. Additional $2.50 per hour if work requires Personal Protective Equipment for hazardous waste site activities with a level C or over rating. SUPPLEMENTAL BENEFITS Per hour worked Journeyman $ OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6) on HOLIDAY PAGE Note: If a holiday falls on Sunday, it will be celebrated on Monday. If the holiday falls on Saturday, it will be celebrated on Friday. Employees who work a Saturday holiday shall be paid double time plus the holiday pay. REGISTERED APPRENTICES Wages per hour 1000 hours terms at the following percentage of Journeyman's wage Class B 1st 2nd 3rd 4th 60% 70% 80% 90% Supplemental Benefits per hour worked 07/01/2014 Published by the New York State Department of Labor PRC Number Clinton County All terms $ Alb Operating Engineer - Heavy&Highway 08/01/2014 JOB DESCRIPTION Operating Engineer - Heavy&Highway DISTRICT 1 ENTIRE COUNTIES Albany, Broome, Chenango, Clinton, Columbia, Essex, Franklin, Fulton, Greene, Hamilton, Montgomery, Otsego, Rensselaer, Saratoga, Schenectady, Schoharie, Tioga, Warren, Washington PARTIAL COUNTIES Dutchess: Defined as north of the northern boundary line of City of Poughkeepsie then due east to Route 115 to Bedelt Road then east along Bedelt Road to VanWagner Road then north along VanWagner Road to Bower Road then east along Bower Road to Rte. 44 east to Route 343 then along Route 343 east to the northern boundary of Town of Dover Plains and east along the northern boundary of Town of Dover Plains to Connecticut. Herkimer: That portion of the county that lies east of a line drawn due north and due south through the railroad station in Little Falls, NY WAGES CLASSIFICATION A: Page 49

92 Prevailing Wage Rates for 07/01/ /30/2015 Last Published on Aug Asphalt Curb Machine (Self Propelled, Slipform), Automated Concrete Spreader (CMI Type), Automatic Fine Grader, Backhoe (Except Tractor Mounted, Rubber Tired), Backhoe Excavator Full Swing (CAT 212 or similar type), Back Filling Machine, Belt Placer (CMI Type), Blacktop Plant (Automated), Boom truck, Cableway, Caisson Auger, Central Mix Concrete Plant (Automated), Concrete Curb Machine (Self Propelled, Slipform), Concrete Pump, Crane, Cherry Picker, Derricks (steel erection), Dragline, Overhead Crane (Gantry or Straddle type), Pile Driver, Truck Crane, Directional Drilling Machine, Dredge, Dual Drum Paver, Excavator (All PurposeHydraulically Operated) (Gradall or Similar), Front End Loader (4 cu. yd. and Over), Head Tower (Sauerman or Equal), Hoist (Two or Three Drum), Holland Loader, Maintenance Engineer, Mine Hoist, Mucking Machine or Mole, Pavement Breaker(SP) Wertgen; PB-4 and similar type, Power Grader, Profiler (over 105 H.P.), Quad 9, Quarry Master (or equivalent), Scraper, Shovel, Side Boom, Slip Form Paver (If a second man is needed, he shall be an Oiler), Tractor Drawn BeltType Loader, Truck or Trailer Mounted Log Chipper (Self Feeder), Tug Operator (Manned Rented Equipment Excluded), Tunnel Shovel CLASSIFICATION B: Asphalt Paver, Backhoe (Tractor Mounted, Rubber Tired), Bituminous Recycler Machine, Bituminous Spreader and Mixer, Blacktop Plant (NonAutomated), Blast or Rotary Drill (Truck or Tractor Mounted), Boring Machine, Cage Hoist, Central Mix Plant [(NonAutomated) and All Concrete Batching Plants], Cherry Picker (5 tons capacity and under), Concrete Paver (Over 16S), Crawler Drill (Self-contained), Crusher, Diesel Power Unit, Drill Rigs, Tractor Mounted, Front End Loader (Under 4 cu. yd.), Greaseman/Lubrication Engineer, HiPressure Boiler (15 lbs. and over), Hoist (One Drum), Hydro-Axe, Kolman Plant Loader and Similar Type Loaders (If Employer requires another man to clean the screen or to maintain the equipment, he shall be an Oiler), L.C.M. Work Boat Operator, Locomotive, Mixer (for stabilized base selfpropelled), Monorail Machine, Plant Engineer, Profiler (105 H.P. and under), Pug Mill, Pump Crete, Ready Mix Concrete Plant, Refrigeration Equipment (for soil stabilization), Road Widener, Roller (all above subgrade), Sea Mule, Self-contained Ride-on Rock Drill(Excluding Air-Track Type Drill), Skidder, Tractor with Dozer and/or Pusher, Trencher, Tugger Hoist, Vac Truck, Vermeer saw (ride on, any size or type), Welder CLASSIFICATION C: A Frame Winch Hoist on Truck, Articulated Heavy Hauler, Aggregate Plant, Asphalt or Concrete Grooving Machine (ride on), Ballast Regulator(Ride-on), oiler (used in conjunction with production), Bituminous Heater (self-propelled), oat (powered), Cement and Bin Operator, Concrete Pavement Spreader and Finisher Concrete Paver or Mixer (16S and under), Concrete Saw (self-propelled), Conveyor, Deck Hand, Directional Drill Machine Locator, Drill (Core and Well), Farm Tractor with accessories, Fine Grade Machine, Fireman, Fork Lift, Form Tamper, Grout Pump, Gunite Machine, Hammers (Hydraulic self-propelled), Hydra-Spiker (ride-on), Hydraulic Pump (jacking system), Hydro -Blaster (Water), Mulching Machine, Oiler, Parapet Concrete or Pavement Grinder, Post Hole Digger and Post Driver, Power Broom (towed), Power Heaterman, Power Sweeper, Revinius Widener, Roller (Grade and Fill), Scarifier (ride-on), Shell Winder, Skid steer loader (Bobcat or similar), Span-Saw (ride-on), Steam Cleaner, Tamper (ride-on), Tie Extractor (ride-on), Tie Handler (ride-on), Tie Inserter (ride-on), Tie Spacer (ride-on), Tire Repair, Track Liner (ride-on), Tractor, Tractor (with towed accessories), Vibratory Compactor, Vibro Tamp, Well Point, and the following hands-off equipment: Compressors, Dust Collectors, Generators, Pumps, Welding Machines, Light Plants and Heaters - Note for all above classifications of Operating Engineer - In the event that equipment listed above is operated by robotic control, the classification covering the operation will be the same as if manually operated. WAGES per hour 07/01/2014 Master Mechanic $ Class A* Class B Class C Additional $2.00 per hour for All Employees who work a single irregular work shift starting from 5:00 PM to 1:00 AM that is mandated by the Contracting Agency. Additional $2.50 per hr. for hazardous waste removal work on State and/or Federally designated waste site which require employees to wear Level C or above forms of personal protection. (*) Premiums for CRANES is based upon Class A rates with the following premiums: - Additional $4.00 per hr for Tower Cranes, including self erecting. - Additional $3.00 per hr for Lattice Boom Cranes and all other cranes with a manufacturers rating of fifty (50) tons and over. - Additional $2.00 per hr for all Hydraulic Cranes and Derricks with a manufacturer's rating of 49 ton and below, including boom trucks. SUPPLEMENTAL BENEFITS Per hour worked Journeyman $ OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY Paid: See (5, 6) on HOLIDAY PAGE Overtime: See (5, 6) on HOLIDAY PAGE Note: If the holiday falls on Sunday, it will be celebrated on Monday. If the holiday falls on a Saturday, it will be celebrated on Saturday. REGISTERED APPRENTICES Wages per hour Published by the New York State Department of Labor PRC Number Clinton County Page 50

93 Prevailing Wage Rates for 07/01/ /30/2015 Last Published on Aug hours terms at the following percentage of Journeyman's wage Class B Published by the New York State Department of Labor PRC Number Clinton County 1st 2nd 3rd 4th 60% 70% 80% 90% Supplemental Benefits per hour worked 07/01/2014 All Terms $ H/H Alb Operating Engineer - Marine Construction 08/01/2014 JOB DESCRIPTION Operating Engineer - Marine Construction DISTRICT 4 ENTIRE COUNTIES Albany, Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Kings, Lewis, Livingston, Madison, Monroe, Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Queens, Rensselaer, Richmond, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Suffolk, Sullivan, Tioga, Tompkins, Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates WAGES Per Hour: DREDGING OPERATIONS 07/01/ /01/2014 CLASS A Operator, Leverman, $ $ Lead Dredgeman CLASS A1 Dozer,Front Loader Operator To conform to Operating Engineer Prevailing Wage in locality where work is being performed including benefits. CLASS B Spider/Spill Barge Operator, $ $ Tug Operator(over1000hp), OperatorII, Fill Placer, Derrick Operator, Engineer, Chief Mate, Electrician, Chief Welder, Maintenance Engineer Certified Welder, $ $ Boat Operator(licensed) CLASS C Drag Barge Operator, $ $ Steward, Mate, Assistant Fill Placer, Welder (please add)$ 0.06 Boat Operator $ $ CLASS D Shoreman, Deckhand, $ $ Rodman, Scowman, Cook, Messman, Porter/Janitor Oiler(please add)$ 0.09 SUPPLEMENTAL BENEFITS Per Hour: THE FOLLOWING SUPPLEMENTAL BENEFITS APPLY TO ALL CATEGORIES 07/01/ /01/2014 All Classes A & B $ 9.42 plus 8% $ 9.99 plus 8% of straight time of straight time wage, Overtime hours wage, Overtime hours add $ 0.63 add $ 0.63 Page 51

94 Prevailing Wage Rates for 07/01/ /30/2015 Last Published on Aug Published by the New York State Department of Labor PRC Number Clinton County All Class C $ 9.12 plus 8% $ 9.69 plus 8% of straight time of straight time wage, Overtime hours wage, Overtime hours add $ 0.48 add $ 0.48 All Class D $ 8.82 plus 8% $ 9.39 plus 8% of straight time of straight time wage, Overtime hours wage, Overtime hours add $ 0.33 add $ 0.33 OVERTIME PAY See (B, F, R) on OVERTIME PAGE HOLIDAY Paid: Overtime: See (1) on HOLIDAY PAGE See (5, 6, 8, 15, 26) on HOLIDAY PAGE 4-25a-MarConst Operating Engineer - Survey Crew 08/01/2014 JOB DESCRIPTION Operating Engineer - Survey Crew DISTRICT 12 ENTIRE COUNTIES Albany, Allegany, Broome, Cayuga, Chemung, Chenango, Clinton, Columbia, Cortland, Essex, Franklin, Fulton, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Niagara, Oneida, Onondaga, Ontario, Oswego, Otsego, Rensselaer, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Tioga, Tompkins, Warren, Washington, Wayne, Yates PARTIAL COUNTIES Dutchess: The northern portion of the county from the northern boundary line of the City of Poughkeepsie, north. Genesee: Only the portion of the county that lies east of a line down the center of Route 98 to include all area that lies within the City of Batavia. WAGES These rates apply to Building and Heavy Highway. Per hour: SURVEY CLASSIFICATIONS: Party Chief - One who directs a survey party. Instrument Person - One who runs the instrument and assists the Party Chief. Rod Person - One who holds the rods and, in general, assists the Survey Party. 07/01/ /01/2015 Party Chief $ $ Instrument Person Rod Person Additional $3.00 per hr. for work in a Tunnel. Additional $2.50 per hr. for EPA or DEC certified toxic or hazardous waste work. SUPPLEMENTAL BENEFITS Per hour worked: Journeyman $ $ OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY Paid: Overtime: See (5, 6) on HOLIDAY PAGE See (5, 6) on HOLIDAY PAGE REGISTERED APPRENTICES WAGES: 1000 hour terms for Instrument & Rod Persons at the following rates: 07/01/ /01/ Hrs $ $ Hrs Hrs SUPPLEMENTAL BENEFITS per hour worked: Page 52

95 Prevailing Wage Rates for 07/01/ /30/2015 Last Published on Aug All Terms $ $ Published by the New York State Department of Labor PRC Number Clinton County D.H.H. Operating Engineer - Survey Crew - Consulting Engineer 08/01/2014 JOB DESCRIPTION Operating Engineer - Survey Crew - Consulting Engineer DISTRICT 12 ENTIRE COUNTIES Albany, Allegany, Broome, Cayuga, Chemung, Chenango, Clinton, Columbia, Cortland, Essex, Franklin, Fulton, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Niagara, Oneida, Onondaga, Ontario, Oswego, Otsego, Rensselaer, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Tioga, Tompkins, Warren, Washington, Wayne, Yates PARTIAL COUNTIES Dutchess: The northern portion of the county from the northern boundary line of the City of Poughkeepsie, north. Genesee: Only the portion of the county that lies east of a line down the center of Route 98 to include all area that lies within the City of Batavia. WAGES These rates apply to feasibility and preliminary design surveying, line and grade surveying for inspection or supervision of construction when performed under a Consulting Engineer Agreement. Per hour: SURVEY CLASSIFICATIONS: Party Chief - One who directs a survey party. Instrument Person - One who runs the instrument and assists the Party Chief. Rod Person - One who holds the rods and, in general, assists the Survey Party. 07/01/ /01/2015 Party Chief $ $ Instrument Person Rod Person Additional $3.00 per hr. for work in a Tunnel. Additional $2.50 per hr. for EPA or DEC certified toxic or hazardous waste work. SUPPLEMENTAL BENEFITS Per hour worked: Journeyman $ $ OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY Paid: Overtime: See (5, 6) on HOLIDAY PAGE See (5, 6) on HOLIDAY PAGE DCE Operating Engineer - Tunnel 08/01/2014 JOB DESCRIPTION Operating Engineer - Tunnel DISTRICT 7 ENTIRE COUNTIES Albany, Allegany, Broome, Cayuga, Chemung, Chenango, Clinton, Columbia, Cortland, Essex, Franklin, Fulton, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Oneida, Onondaga, Ontario, Oswego, Otsego, Rensselaer, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Tioga, Tompkins, Warren, Washington, Wayne, Yates PARTIAL COUNTIES Dutchess: Northern part of Dutchess to the northern boundary line of the City of Poughkeepie then due east to Route 115 to Bedelt Road then east along Bedelt Road to VanWagner Road then north along VanWagner Road to Bower Road then east along Bower Road to Rte. 44 east to Rte. 343 then along Rte. 343 east to the northern boundary of the Town of Dover Plains and east along the northern boundary of the Town of Dover Plains to Connecticut. Genesee: Only that portion of the county that lies east of a linedrawn down the center of Route 98 and the entirety of the City of Batavia. WAGES Crane 1: All cranes, including self erecting to be paid $4.00 per hour over the Class A rate. Crane 2: All Lattice Boom Cranes and all other cranes with a manufacturer's rating of fifty (50) ton and over to be paid $3.00 per hour over Class A rate. Crane 3: All hydraulic cranes and derricks with a manufacturer's rating of forty nine (49) ton nad below, including boom trucks, to be paid $2.00 per hour over Class A rate. Page 53

96 Prevailing Wage Rates for 07/01/ /30/2015 Last Published on Aug CLASS A: Automatic Concrete Spreader (CMI Type); Automatic Fine Grader; Backhoe (except tractor-mounted,rubber tired); Belt Placer (CMI Type); Blacktop Plant (Automated); Cableway; Caisson Auger; Central Mix Concrete Plant (Automated); Concrete Curb Machine (Selfpropelled slipform) Concrete Pump (8" or over); Dredge; Dual Drum Paver; Any Mechanical Shaft Drill; Excavator (all purpose-hydraulic- Gradall or Similar); Fork Lift (factory rated 15 ft and over); Front End Loader (4 c.y & over); Gradall; Head Tower (Sauerman or Equal), Hoist Shaft; Hoist (two or three Drum); Mine Hoist; Maintenance Engineer (Shaft and Tunnel) ; Mine Hoist; Mucking Machine or Mole, Overhead Crane (Gantry or Straddle Type); Pile Driver; Power Grader; Remote Controlled Mole or Tunnel Mach.; Scraper; Shovel; Side Boom; Slip Form Paver (If a second man is needed, he shall be an Oiler); Tractor Drawn Belt Type Loader; Tripper/Maintenance Eng.(Shaft & Tunnel); Truck or Trailer Mounted Log Chipper (self-feeding); Tug Operator (Manned rented equip. excluded); Tunnel Shovel; Mining Machine(Mole and Similar Types). CLASS B: Automated Central Mix Concrete Plant; Backhoe Trac-Mtd, Rubber Tired); Backhoe (topside); Bitum. Spred. & Mixer, Blacktop Plant non-automated); Blast or Rotary Drill (Truck or Tractor Mounted); Boring Machine; Cage Hoist; Central Mix Plant(NonAutomated) and All Concrete Batching Plants; Compressors (4 or less exceeding 2,000 c.f.m. combined capacity); Concrete Pump; Crusher; Diesel Power Unit; Drill Rigs (Tractor Mounted); Front End Loader (under 4 c.y.); Grayco Epoxy Machine; Hoist (One Drum); Hoist 2 or 3 Drum (Topside); Kolman Plant Loader & Similar Type Loaders (if Employer requires another person to clean the screen or to maintain the equipment, he shall be an Oiler); L.C.M. Work Boat Operator; Locomotive; Maint. Eng. (Topside ); Grease Man; Welder; Mixer (for stabilized base-self propelled); Monorail Machine; Plant Eng.; Personnel Hoist; Pump Crete; Ready Mix Concrete Plant; Refrigeration Equipment (for soil stabilization); Road Widener; Roller (all above sub-grade); Sea Mule; Shotcrete Mach.; Shovel (Topside); Tractor with Dozer and/or Pusher; Trencher; Tugger Hoist; Tunnel Locomotive; Winch and Winch Cat. CLASS C: A Frame Truck; Ballast Regulator (ride-on); Compressors (4 under 2,000 cfm combined capacity; or 3 or less with more than 1200 cfm. but not to exceed 2,000 cfm); Compressors (any size but subject to other provisions for compressors-dust Collectors, Generators, Pumps, Welding Machines, Light Plants-4 of any type or combination); Concrete Pavement Spreaders and Finishers; Conveyor; Drill (core); Drill well; Elec Pump Used in Conjunction with Well Point System; Farm Tractor with Accessories; Fine Grade Machine; ForkLift (under 15 ft); Grout Pump (over (5) cu. ft.; Gunite Machine; Hammers (hydraulic- self propel.); Hydra-Spiker-Ride on; Hydra-Blaster; Hydra Blaster (water); Motorized Form Carrier; Post Hole Digger & Post Driver; Power Sweep; Roller grade & fill); Scarifer (Ride on); Span-Saw (Ride-on); Submersible Electric Pump (when used in lieu of well point system); Tamper (Ride-on); Tie-Extractor, Tie Handler, Tie Inserter, Tie Spacer and Track Liner (Ride-on); Tractor (with towed accessories); Vibratory Compactor; Vibro Tamp, Well Point. CLASS D: Aggregate Plant; Cement & Bin Operator; Compressors( 3 or less not to exceed 1,200 c.f.m. combined capacity); Compressors( any size, but subject to other provisions for compressors-dust Collectors, Generators, Pumps, Welding Machines, Light Plants-3 or less-any type or combination); Concrete Saw (self propelled); Fireman; Form Tamper; Hydraulic Pump (jacking system); Light Plants; Mulching Machine; Oiler; Parapet Concrete or Pavement Grinder; Power Broome towed; Power Heaterman; Revinius Widener; Shell Winder; Steam Cleaner and Tractor; Greaseman; Junior Engineer. Per hour: 07/01/2014 Crane 1 $ Crane Crane Master Mechanic CLASS A CLASS B CLASS C CLASS D On hazardous waste work bid, on a state or federally designated hazardous waste site, where the Operating Engineer is in direct contact with hazardous material and when personal protective equipment is required for respiratory, skin and eye protection, the Operating Engineer shall receive the hourly wage plus $5.00 per hour. Fringe benefits will be paid at the contractual hourly wage. SUPPLEMENTAL BENEFITS Per hour paid: Journeyman $ OVERTIME PAY See (B, B2, E, Q) on OVERTIME PAGE HOLIDAY Paid: Overtime: See (5, 6) on HOLIDAY PAGE See (5, 6) on HOLIDAY PAGE REGISTERED APPRENTICES (1000) hours terms at the following percentages. Published by the New York State Department of Labor PRC Number Clinton County 1st term 2nd term 3rd term 4th term 60% of Class D 65% of Class C 70% of Class B 75% of Class A Page 54

97 Prevailing Wage Rates for 07/01/ /30/2015 Last Published on Aug Published by the New York State Department of Labor PRC Number Clinton County Supplemental Benefits per hour paid: $ TL. Painter 08/01/2014 JOB DESCRIPTION Painter DISTRICT 1 ENTIRE COUNTIES Clinton, Franklin WAGES Per hour 07/01/ /01/ /01/2016 Additional Additional Painter\Wallcover $ $ 1.40** $ 1.40** Drywall Finishers ** 1.40** Spray Rate ** 1.40** Structrual Steel* ** 1.40** Lead Abatement ** 1.40** Lead Abatement on Structural Steel ** 1.40** (*)Employees working on objects with the use of swing stage, boatswain chair, pick and cables only will be paid at Structural Steel rate. (**)To be allocated at a later date. Bridge Painter See Bridge Painter rates for the following work: All Bridges and Tanks SUPPLEMENTAL BENEFITS Per hour worked Journeyman $ OVERTIME PAY See (B, E2, H) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6) on HOLIDAY PAGE Note: If the holiday falls on Sunday, it shall be observed on Monday. REGISTERED APPRENTICES Wages per hour 1 year terms at the following percent of basic wage 1st year 2nd year 3rd year 4th year 40% 50% 60% 80% Supplemental Benefits per hour worked All terms $ Z3 Painter - Bridge & Structural Steel 08/01/2014 JOB DESCRIPTION Painter - Bridge & Structural Steel DISTRICT 8 ENTIRE COUNTIES Albany, Bronx, Clinton, Columbia, Dutchess, Essex, Franklin, Fulton, Greene, Hamilton, Kings, Montgomery, Nassau, New York, Orange, Putnam, Queens, Rensselaer, Richmond, Rockland, Saratoga, Schenectady, Schoharie, Suffolk, Sullivan, Ulster, Warren, Washington, Westchester WAGES Per Hour Worked: STEEL: Bridge Painting: 07/01/ /01/2014 Page 55

98 Prevailing Wage Rates for 07/01/ /30/2015 Last Published on Aug From May 1st to Nov. 15th - From Nov. 16th to April 30th - $ $ * * $ $ * * Published by the New York State Department of Labor PRC Number Clinton County *Not subject to overtime and limited to first 40 hours NOTE: All premium wages are to be calculated on $47.00 or $48.75 per hour only. EXCEPTION: During the period of May 1st to November 15th, for the first and last week of employment on the project, and for the weeks of Memorial Day, Independence Day and Labor Day, this rate shall be paid for the actual number of hours worked. Power Tool/Spray is an additional $6.00 per hour above hourly rate, whether straight time or overtime NOTE: Generally, for Bridge Painting Contracts, ALL WORKERS on and off the bridge (including Flagmen) are to be paid Painter's Rate; the contract must be ONLY for Bridge Painting. SUPPLEMENTAL BENEFITS Per Hour Worked: Journeyworker: 07/01/ /01/2014 From May 1st to Nov. 15th - Hourly Rate up to 40 hours $ $ Hourly Rate after 40 hours From Nov. 16th to April 30th - Hourly Rate up to 50 hours Hourly Rate after 50 hours EXCEPTION: During the period of May 1st to November 15th, for the first and last week of employment on the project, and for the weeks of Memorial Day, Independence Day and Labor Day, this rate shall be paid for the actual number of hours worked. OVERTIME PAY See (A, F, R) on OVERTIME PAGE HOLIDAY Paid: Overtime: REGISTERED APPRENTICES (Wage per hour Worked): See (1) on HOLIDAY PAGE See (4, 6) on HOLIDAY PAGE Apprentices: (1) year terms 07/01/ /01/2014 1st 90 days $ $ st year after 90 days nd year rd year Supplemental Benefits per hour worked: 07/01/ /01/2014 1st 90 days $ 8.29 $ st year after 90 days nd year rd year DC-9/806/155-BrSS Painter - Line Striping 08/01/2014 JOB DESCRIPTION Painter - Line Striping DISTRICT 8 ENTIRE COUNTIES Albany, Bronx, Clinton, Columbia, Dutchess, Essex, Franklin, Fulton, Greene, Hamilton, Kings, Montgomery, Nassau, New York, Orange, Putnam, Queens, Rensselaer, Richmond, Rockland, Saratoga, Schenectady, Schoharie, Suffolk, Sullivan, Ulster, Warren, Washington, Westchester WAGES Per hour: Painter (Striping-Highway): 07/01/2014 Striping-Machine Operator* $ Page 56

99 Prevailing Wage Rates for 07/01/ /30/2015 Last Published on Aug Linerman Thermoplastic $ Published by the New York State Department of Labor PRC Number Clinton County Note: * Includes but is not limited to: Positioning of cones and directing of traffic using hand held devices. Excludes the Driver/Operator of equipment used in the maintenance and protection of traffic safety Four (4), ten (10) hour days may be worked at straight time during a week. NOTE - In order to use the '4 Day/10 Hour Work Schedule,' you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project. SUPPLEMENTAL BENEFITS Per hour paid: 07/01/2014 Journeyworker: Striping-Machine operator $ Linerman Thermoplastic $ OVERTIME PAY See (B, E, E2, S) on OVERTIME PAGE HOLIDAY Paid: Overtime: See (5, 20) on HOLIDAY PAGE See (5, 8, 11, 12, 15, 16, 17, 20, 21, 22) on HOLIDAY PAGE LS Painter - Metal Polisher 08/01/2014 JOB DESCRIPTION Painter - Metal Polisher DISTRICT 8 ENTIRE COUNTIES Albany, Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Kings, Lewis, Livingston, Madison, Monroe, Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Queens, Rensselaer, Richmond, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Suffolk, Sullivan, Tioga, Tompkins, Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates WAGES 07/01/2014 Metal Polisher $ Metal Polisher** Metal Poilsher*** **Note: Applies on New Construction & complete renovation *** Note: Applies when working on scaffolds over 34 feet. SUPPLEMENTAL BENEFITS Per Hour: 07/01/2014 Journeyworker: All classification $ OVERTIME PAY See (B, E, E2, P, T) on OVERTIME PAGE HOLIDAY Paid: Overtime: REGISTERED APPRENTICES Wages per hour: One (1) year term at the following wage rates: See (5, 6, 11, 15, 16, 25, 26) on HOLIDAY PAGE See (5, 6, 9, 11, 15, 16, 25, 26) on HOLIDAY PAGE 1st 2nd 3rd $11.00 $12.50 $15.50 Supplentals benefits: Per hour paid: 1st 2nd 3rd $ 9.94 $10.31 $ A/28A-MP Plumber 08/01/2014 JOB DESCRIPTION Plumber DISTRICT 1 Page 57

100 Prevailing Wage Rates for 07/01/ /30/2015 Last Published on Aug Published by the New York State Department of Labor PRC Number Clinton County ENTIRE COUNTIES Clinton, Warren, Washington PARTIAL COUNTIES Saratoga: Entire county except the Townships of Stillwater, Halfmoon, Galway, Milton, Charlton and Clifton Park. WAGES Per hour 07/01/ /01/ /01/2016 Additional Additional Plumber & Steamfitter $ $2.00** $2.00** **To be allocated at a later date SUPPLEMENTAL BENEFITS Per hour worked Journeyman $ * * This portion of the benefit is subject to the SAME PREMIUM as shown for overtime. OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 16, 23) on HOLIDAY PAGE Note: Whenever a Holiday falls on a Saturday, the preceding day, Friday, shall be observed as the Holiday. If a Holiday falls on a Sunday, the following day, Monday shall be observed as the Holiday. REGISTERED APPRENTICES Wages per hour One year terms at the following percentage of Journeyman's wage 1st yr 50% 2nd yr 60% 3rd yr 70% 4th yr 80% 5th yr 90% Supplemental Benefits per hour worked 1st yr $ * 2nd yr * 3rd yr * 4th yr * 5th yr * * This portion of the benefit is subject to the SAME PREMIUM as shown for overtime SF Roofer 08/01/2014 JOB DESCRIPTION Roofer DISTRICT 1 ENTIRE COUNTIES Albany, Clinton, Columbia, Essex, Fulton, Greene, Hamilton, Montgomery, Rensselaer, Saratoga, Schenectady, Warren, Washington WAGES Per hour 07/01/2014 Roofer/Waterproofer $ Pitch & Asbestos SUPPLEMENTAL BENEFITS Per hour worked Page 58

101 Prevailing Wage Rates for 07/01/ /30/2015 Last Published on Aug Journeyman $ OVERTIME PAY See ( B, E*, Q ) on OVERTIME PAGE. * Saturday may be used as a make up day at straight time if employee misses 8 hrs or more during that week due to inclement weather. HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6) on HOLIDAY PAGE Note: When any Holiday falls on Saturday, the Friday before such Holiday shall be recognized as the legal Holiday. When a Holiday falls on Sunday, it shall be observed the following Monday. REGISTERED APPRENTICES Wages per hour ( 1/2 ) year terms at the following per cent of the Roofer/Waterproofer rate. For Pitch & Asbestos work, an additional $2.00 must be paid in wages. 1st yr 1st half 50% 1st yr 2nd half 58% 2nd yr 1st half 66% 2nd yr 2nd half 74% 3rd yr 1st half 82% 3rd yr 2nd half 90% Supplemental Benefits per hour worked Published by the New York State Department of Labor PRC Number Clinton County 1st yr 1st half $ st yr 2nd half nd yr 1st half nd yr 2nd half rd yr 1st half rd yr 2nd half Sheetmetal Worker 08/01/2014 JOB DESCRIPTION Sheetmetal Worker DISTRICT 1 ENTIRE COUNTIES Albany, Clinton, Columbia, Essex, Franklin, Fulton, Greene, Hamilton, Montgomery, Rensselaer, Saratoga, Schenectady, Schoharie, Warren, Washington WAGES Per hour 07/01/ /01/2015 Additional Sheetmetal Worker $ $ 2.15* (*) To be allocated at a later date. SUPPLEMENTAL BENEFITS Per hour worked Journeyman $ OVERTIME PAY See ( B,E*,Q,) on OVERTIME PAGE * Time and one half 1st 8 hours on Saturday. Double the hourly rate all additional Saturday hours. HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6) on HOLIDAY PAGE When any holiday falls on Saturday, the Friday before such holiday shall be recognized as the legal holiday. Any holiday falling on Sunday, the following Monday shall be recognized as the legal holiday. REGISTERED APPRENTICES Wages per hour 6 Month Terms at the following rate: Page 59

102 Prevailing Wage Rates for 07/01/ /30/2015 Last Published on Aug st term $ nd term rd term th term th term th term th term th term th term th term Published by the New York State Department of Labor PRC Number Clinton County Supplemental Benefits per hour worked 1st term $ nd term rd term th term th term th term th term th term th term th term Sprinkler Fitter 08/01/2014 JOB DESCRIPTION Sprinkler Fitter DISTRICT 1 ENTIRE COUNTIES Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Niagara, Oneida, Onondaga, Ontario, Orleans, Oswego, Otsego, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Tioga, Tompkins, Washington, Wayne, Wyoming, Yates WAGES Per hour 07/01/ /01/ /01/2015 Sprinkler $ $31.04 $31.66 Fitter SUPPLEMENTAL BENEFITS Per hour worked Journeyman $ $22.02 $22.02 OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6) on HOLIDAY PAGE Note: When a holiday falls on Sunday, the following Monday shall be considered a holiday and all work performed on either day shall be at the double time rate. When a holiday falls on Saturday, the preceding Friday shall be considered a holiday and all work performed on either day shall be at the double time rate. REGISTERED APPRENTICES Wages per hour For Apprentices HIRED PRIOR TO 04/01/2010: One Half Year terms at the following wage 1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th $ $ $ $ $ $ $ $ $ $ Supplemental Benefits per hour worked 1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th $ 8.15 $ 8.15 $ $ $20.87 $20.87 $20.87 $20.87 $20.87 $20.87 For Apprentices HIRED ON OR AFTER 04/01/2010: Page 60

103 Prevailing Wage Rates for 07/01/ /30/2015 Last Published on Aug One Half Year terms at the following wage Published by the New York State Department of Labor PRC Number Clinton County 1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th $ $ $ $ $ $ $ $ $ $ Supplemental Benefits per hour worked 1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th $ 8.56 $ 8.60 $ $ $ $ $ $ $ $ For Apprentices HIRED ON OR AFTER 04/01/2013: One Half Year terms at the following wage 1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th $ $ $ $ $ $ $ $ $ $ Supplemental Benefits per hour worked 1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th $ 7.90 $ 7.90 $ $ $ $ $ $ $ $ Teamster - Building 08/01/2014 JOB DESCRIPTION Teamster - Building DISTRICT 7 ENTIRE COUNTIES Clinton, Essex, Franklin, Jefferson, St. Lawrence PARTIAL COUNTIES Lewis: Only the Townships of Croghan, Denmark, Diana, New Bremen,Harrisburg, Montague, Osceola and Pinckney. Oswego: Only the Towns of Boylston, Redfield, and Sandy Creek. Warren: Only the Townships of Hague, Horicon, Chester and Johnsburg. WAGES GROUP # 1: Fuel Trucks, Fork Lift (Warehouse & Storage Area Only), Bus, Warehouse, Yardman, Truck Helper, Pickups, Panel Truck, Flatbody Material Trucks (straight Jobs), Single axle Dump Trucks, Dumpsters, Material Checkers & Receivers, Greasers, Tiremen, Mechanic Helpers and Parts Chasers. GROUP # 2: Tandems, Mechanics & Batch Trucks. GROUP # 3: Semi Trailers, Low Boys, Asphalt Distributor Trucks, and Agitator Mixer Truck, Dump Crete Type Vehicles and 3 axle Dump trucks. GROUP # 4: Asbestos Removal, Special earth moving Euclid type or similar off highway equip.(non self load.) Articulated and all-track dump trucks. Wages per hour 07/01/2014 Building: Group #1 $ Group # Group # Group # SUPPLEMENTAL BENEFITS Per hour worked: All groups $ OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY Paid: Overtime: See (1) on HOLIDAY PAGE See (5, 6) on HOLIDAY PAGE 7-687B Teamster - Heavy&Highway 08/01/2014 JOB DESCRIPTION Teamster - Heavy&Highway DISTRICT 7 ENTIRE COUNTIES Page 61

104 Prevailing Wage Rates for 07/01/ /30/2015 Last Published on Aug Clinton, Essex, Franklin, Jefferson, St. Lawrence PARTIAL COUNTIES Lewis: Only the Townships of Croghan, Denmark, Diana, New Bremen,Harrisburg, Montague, Osceola and Pinckney. Oswego: Only the Towns of Boylston, Redfield, and Sandy Creek. Warren: Only the Townships of Hague, Horicon, Chester and Johnsburg. WAGES GROUP 1: Warehousemen, Yardmen, Truck Helpers, Pickups, Panel Trucks, Flatboy Material Trucks(straight jobs), Single Axle Dump Trucks, Dumpsters, Material Checkers and Receivers, Greasers, Truck Tiremen, Mechanics Helpers and Parts Chasers. Fork Lift (storage & warehouse areas only) Tandems and Batch Trucks, Mechanics, Dispatcher. Semi-Trailers, Low-boy Trucks, Asphalt Distributor Trucks, and Agitator, Mixer Trucks and dumpcrete type vehicles, Truck Mechanic,Fuel Truck. GROUP 2: Specialized Earth Moving Equipment, Euclid type, or similar off-highway where not self-loading, Straddle (Ross) Carrier, and self-contained concrete mobile truck. Off-highway Tandem Back-Dump, Twin Engine Equipment and Double-Hitched Equipment where not self-loading. Per hour: 07/01/2014 Heavy/Highway: Group #1 $ Group # Additional $1.50 per hr for hazardous waste removal work on a City, County, and/or Federal Designated waste site and regulations require employee to use or wear respiratory protection. For work bid on or after April 1, 1982 there shall be a 12 month carryover of the negotiated rate in effect at the time of the bid. SUPPLEMENTAL BENEFITS Per hour worked: Published by the New York State Department of Labor PRC Number Clinton County All classes $ OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY Paid: Overtime: See (5, 6) on HOLIDAY PAGE See (5, 6) on HOLIDAY PAGE Welder 08/01/2014 JOB DESCRIPTION Welder DISTRICT 1 ENTIRE COUNTIES Albany, Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Kings, Lewis, Livingston, Madison, Monroe, Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Queens, Rensselaer, Richmond, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Suffolk, Sullivan, Tioga, Tompkins, Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates WAGES Per hour 07/01/2014 Welder (To be paid the same rate of the mechanic performing the work) OVERTIME PAY HOLIDAY 1-As Per Trade Page 62

105 Prevailing Wage Rates for 07/01/ /30/2015 Published by the New York State Department of Labor Last Published on Aug PRC Number Overtime Codes Following is an explanation of the code(s) listed in the OVERTIME section of each classification contained in the attached schedule. Additional requirements may also be listed in the HOLIDAY section. ( B1 ) Time and one half of the hourly rate for the 9th & 10th hours week days and the 1st 8 hours on Saturday. Double the hourly rate for all additional hours ( A ) Time and one half of the hourly rate after 7 hours per day ( AA ) Time and one half of the hourly rate after 7 and one half hours per day ( E3 ) Between November 1st and March 3rd Saturday may be used as a make-up day at straight time when a day is lost during that week due to inclement weather, provided a given employee has worked between 16 and 32 hours that week ( B ) Time and one half of the hourly rate after 8 hours per day ( S1 ) Two and one half times the hourly rate the first 8 hours on Sunday or Holidays One and one half times the hourly rate all additional hours. ( E5 ) Double time after 8 hours on Saturdays ( B2 ) Time and one half of the hourly rate after 40 hours per week ( C ) Double the hourly rate after 7 hours per day ( C1 ) Double the hourly rate after 7 and one half hours per day ( D ) Double the hourly rate after 8 hours per day ( D1 ) Double the hourly rate after 9 hours per day ( E ) Time and one half of the hourly rate on Saturday ( E1 ) Time and one half 1st 4 hours on Saturday Double the hourly rate all additional Saturday hours ( E2 ) Saturday may be used as a make-up day at straight time when a day is lost during that week due to inclement weather ( E4 ) Saturday and Sunday may be used as a make-up day at straight time when a day is lost during that week due to inclement weather ( F ) Time and one half of the hourly rate on Saturday and Sunday ( G ) Time and one half of the hourly rate on Saturday and Holidays ( H ) Time and one half of the hourly rate on Saturday, Sunday, and Holidays ( I ) Time and one half of the hourly rate on Sunday ( J ) Time and one half of the hourly rate on Sunday and Holidays ( K ) Time and one half of the hourly rate on Holidays ( L ) Double the hourly rate on Saturday ( M ) Double the hourly rate on Saturday and Sunday ( N ) Double the hourly rate on Saturday and Holidays ( O ) Double the hourly rate on Saturday, Sunday, and Holidays ( P ) Double the hourly rate on Sunday ( Q ) Double the hourly rate on Sunday and Holidays ( R ) Double the hourly rate on Holidays ( S ) Two and one half times the hourly rate for Holidays, if worked Page 63

106 Prevailing Wage Rates for 07/01/ /30/2015 Published by the New York State Department of Labor Last Published on Aug PRC Number ( T ) Triple the hourly rate for Holidays, if worked ( U ) Four times the hourly rate for Holidays, if worked ( V ) Including benefits at SAME PREMIUM as shown for overtime ( W ) Time and one half for benefits on all overtime hours. NOTE:BENEFITS are PER HOUR WORKED,for each hour worked, unless otherwise noted Page 64

107 Prevailing Wage Rates for 07/01/ /30/2015 Published by the New York State Department of Labor Last Published on Aug PRC Number Holiday Codes PAID Holidays: Paid Holidays are days for which an eligible employee receives a regular day's pay, but is not required to perform work. If an employee works on a day listed as a paid holiday, this remuneration is in addition to payment of the required prevailing rate for the work actually performed. OVERTIME Holiday Pay: Overtime holiday pay is the premium pay that is required for work performed on specified holidays. It is only required where the employee actually performs work on such holidays. The applicable holidays are listed under HOLIDAYS: OVERTIME. The required rate of pay for these covered holidays can be found in the OVERTIME PAY section listings for each classification. Following is an explanation of the code(s) listed in the HOLIDAY section of each classification contained in the attached schedule. The Holidays as listed below are to be paid at the wage rates at which the employee is normally classified. ( 1 ) None ( 2 ) Labor Day ( 3 ) Memorial Day and Labor Day ( 4 ) Memorial Day and July 4th ( 5 ) Memorial Day, July 4th, and Labor Day ( 6 ) New Year's, Thanksgiving, and Christmas ( 7 ) Lincoln's Birthday, Washington's Birthday, and Veterans Day ( 8 ) Good Friday ( 9 ) Lincoln's Birthday ( 10 ) Washington's Birthday ( 11 ) Columbus Day ( 12 ) Election Day ( 13 ) Presidential Election Day ( 14 ) 1/2 Day on Presidential Election Day ( 15 ) Veterans Day ( 16 ) Day after Thanksgiving ( 17 ) July 4th ( 18 ) 1/2 Day before Christmas ( 19 ) 1/2 Day before New Years ( 20 ) Thanksgiving ( 21 ) New Year's Day ( 22 ) Christmas ( 23 ) Day before Christmas ( 24 ) Day before New Year's ( 25 ) Presidents' Day ( 26 ) Martin Luther King, Jr. Day ( 27 ) Memorial Day Page 65

108

109 Submitted By: (Check Only One) New York State Department of Labor - Bureau of Public Work State Office Building Campus Building 12 - Room 130 Albany, New York REQUEST FOR WAGE AND SUPPLEMENT INFORMATION As Required by Articles 8 and 9 of the NYS Labor Law Fax (518) or mail this form for new schedules or for determination for additional occupations. This Form Must Be Typed Contracting Agency Architect or Engineering Firm Public Work District Office Date: A. Public Work Contract to be let by: (Enter Data Pertaining to Contracting/Public Agency) 1. Name and complete address (Check if new or change) 2. Telephone: ( ) Fax: ( ) NY State Units (see Item 5) 07 City 01 DOT 08 Local School District 02 OGS 09 Special Local District, i.e., 03 Dormitory Authority Fire, Sewer, Water District 1O Village 04 State University Construction Fund 11 Town 05 Mental Hygiene Facilities Corp. 12 County 13 Other Non-N.Y. State 06 OTHER N.Y. STATE UNIT (Describe) 3. SEND REPLY TO check if new or change) ( Name and complete address: 4. SERVICE REQUIRED. Check appropriate box and provide project information. New Schedule of Wages and Supplements. APPROXIMATE BID DATE : Additional Occupation and/or Redetermination Telephone: ( ) Fax: ( ) B. PROJECT PARTICULARS PRC NUMBER ISSUED PREVIOUSLY FOR THIS PROJECT : OFFICE USE ONLY 5. Project Title Description of Work Contract Identification Number Note: For NYS units, the OSC Contract No. 6. Location of Project: Location on Site Route No/Street Address Village or City Town County 7. Nature of Project - Check One: 8. OCCUPATION FOR PROJECT : 1. New Building Construction (Building, Heavy Guards, Watchmen 2. Addition to Existing Structure Highway/Sewer/Water) Janitors, Porters, Cleaners, 3. Heavy and Highway Construction (New and Repair) Tunnel Elevator Operators 4. New Sewer or Waterline Residential Moving furniture and 5. Other New Construction (Explain) Landscape Maintenance equipment 6. Other Reconstruction, Maintenance, Repair or Alteration Elevator maintenance Trash and refuse removal 7. Demolition Exterminators, Fumigators Window cleaners 8. Building Service Contract Fire Safety Director, NYC Only Other (Describe) 9. Has this project been reviewed for compliance with the Wicks Law involving separate bidding? YES NO 10.Name and Title of Requester Signature PW-39 (04.11) SEE PAGE TWO FOR LAWS RELATING TO PUBLIC WORK CONTRACTS

110

111 NEW YORK STATE DEPARTMENT OF LABOR Bureau of Public Work - Debarment List LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Under Article 8 and Article 9 of the NYS Labor Law, a contractor, sub-contractor and/or its successor shall be debarred and ineligible to submit a bid on or be awarded any public work or public building service contract/sub-contract with the state, any municipal corporation or public body for a period of five (5) years from the date of debarment when: Two (2) final determinations have been rendered within any consecutive six-year (6) period determining that such contractor, sub-contractor and/or its successor has WILLFULLY failed to pay the prevailing wage and/or supplements One (1) final determination involves falsification of payroll records or the kickback of wages and/or supplements NOTE: The agency issuing the determination and providing the information, is denoted under the heading Fiscal Officer. DOL = NYS Dept. of Labor; NYC = New York City Comptroller's Office; AG = NYS Attorney General s Office; DA = County District Attorney s Office. A list of those barred from bidding, or being awarded, any public work contract or subcontract with the State, under section 141-b of the Workers' Compensation Law, may be obtained at the following link, on the NYS DOL Website:

112

113 NYSDOL Bureau of Public Work Debarment List 07/25/2014 Article 8 AGENCY Fiscal Officer FEIN EMPLOYER NAME EMPLOYER DBA NAME ADDRESS DOL DOL 4618 FOSTER AVE LLC C/O KAHAN & KAHAN 225 BROADWAY-SUITE 715NEW YORK NY DOL NYC A & T IRON WORKS INC 25 CLIFF STREET NEW ROCHELLE NY DOL DOL *****0711 A ULIANO & SON LTD 22 GRIFFEN COURT MILLER PLACE NY DOL DOL A ULIANO CONSTRUCTION 22 GRIFFEN COURT MILLER PLACE NY DOL NYC *****4486 ABBEY PAINTING CORP TH AVENUE BAYSIDE NY DOL DOL *****9095 ABDO TILE CO 6179 EAST MOLLOY ROAD EAST SYRACUSE NY DOL DOL *****9095 ABDO TILE COMPANY 6179 EAST MOLLOY ROAD EAST SYRACUSE NY DOL DOL *****8488 ABELCRAFT OF NEW YORK CORP DOL DOL *****1219 ABSOLUTE GENERAL CONTRACTING INC DOL DOL *****4539 ACCOMPLISHED WALL SYSTEMS INC 640 ASHFORD AVENUE ARDSLEY NY AVENUE U BROOKLYN NY OSCAWANA HEIGHTS ROAD PUTNAM VALLEY NY DOL DOL *****8018 ACCURATE MECHANICAL LLC 9547 BUSTLETON AVENUE PHILADELPHIA PA DOL DOL ACCURATE MECHANICAL OF PHILADELPHIA LLC 9547 BUSTLETON AVENUE PHILADELPHIA PA DOL DOL ADAM A CEMERYS 2718 CURRY ROAD SCHENECTADY NY DOL DOL *****7584 ADAM'S FLOOR COVERING LLC 2718 CURRY ROAD SCHENECTADY NY DOL DOL ADESUWA UWUIGBE P O BOX BROOKLYN NY DOL NYC ADRIANA SELA C/O COLONIAL ROOFING COMPANY INC TH STREET BROOKLYN NY DOL DOL AFFORDABLE PAINTING PLUS 367 GREEVES ROAD NEW HAMPTON NY DOL DOL *****2538 AGG MASONRY INC ND ST - SUITE 721 BROOKLYN NY DOL DOL ALBERT CASEY TH STREET WOODSIDE NY DOL DOL ALEJANDRO MATOS C/O SEVEN STAR ELECTRICAL STEINWAY STREETASTORIA NY DOL DOL ALISHER KARIMOV C/O AGG MASONRY INC RD AVENUEBROOKLYN NY DOL DOL *****8740 ALLSTATE ENVIRONMENTAL CORP C/O JOSE MONTAS 27 BUTLER PLACEYONKERS NY DOL DOL *****8534 ALPHA INTERIORS INC 513 ACORN STREET/ SUITE C DEER PARK NY DOL DOL *****4274 AMERICAN STEEL MECHANICAL INC 693 PAINTER STREET MEDIA PA DOL NYC ANDERSON LOPEZ 670 SOUTHERN BLVD BRONX NY DOL DOL ANDREW DIPAUL C/O CONSOLIDATED INDUSTRI 2051 ROUTE 44/55MODENA NY DOL NYC ANDRZEJ WROBEL 24 CONGRESS LANE SOUTH RIVER NJ DOL AG ANTHONY BRANCA 700 SUMMER STREET STAMFORD CT DOL DA ANTHONY CARDINALE TH STREET MASPETH NY DOL DOL ANTHONY POSELLA 30 GLEN HOLLOW ROCHESTER NY DOL DOL ANTHONY ULIANO 22 GRIFFEN COURT MILLER PLACE NY DOL DOL *****3020 APCO CONTRACTING CORP 24 SOUTH MARYLAND AVENUE PORT WASHINGTON NY DOL DOL *****3219 APOLLO CONSTRUCTION SERVICES CORP APOLLO PAINTING CO 157 TIBBETTS ROAD YONKERS NY DEBARMENT START DATE DEBARMENT END DATE 02/05/ /05/ /21/ /21/ /26/ /26/ /26/ /26/ /02/ /02/ /25/ /02/ /25/ /02/ /27/ /27/ /28/ /28/ /27/ /27/ /05/ /05/ /05/ /05/ /08/ /08/ /08/ /15/ /16/ /16/ /05/ /05/ /01/ /01/ /19/ /19/ /01/ /01/ /27/ /27/ /19/ /19/ /18/ /15/ /27/ /27/ /20/ /20/ /14/ /14/ /11/ /11/ /01/ /01/ /24/ /24/ /16/ /16/ /19/ /19/ /26/ /26/ /24/ /24/ /12/ /12/2019 Page 1 of 13

114 NYSDOL Bureau of Public Work Debarment List 07/25/2014 Article 8 DOL DOL APOLLO PAINTING CO 157 TIBBETTS ROAD YONKERS NY DOL DOL *****3295 APOLLO PAINTING CORP 3 ALAN B SHEPART PLACE YONKERS NY DOL AG *****0194 APPLIED CONSTRUCTION INC 46 RUGBY ROAD WESTBURY NY DOL NYC *****8403 AQUA JET PAINTING CORP 10 VIKING DRIVE WEST ISLIP NY DOL DOL *****9336 ARTIERI SPECIALTIES LLC SWITZER SALES DOL DOL *****3953 ASCPAPE LANDSCAPE & CONSTRUCTION CORP DOL DOL *****2534 B & B CONCRETE CONTRACTORS INC 107 STEVENS STREET LOCKPORT NY ROUTE 303 BLAUVELT NY OLD TURNPIKE ROAD SUITE 612NANUET NY DOL NYC BASIL ROMEO TH AVENUE ROSEDALE NY DOL DOL *****2294 BEDELL CONTRACTING CORP 2 TINA LANE HOPEWELL JUNCTION NY DOL DOL BENNY VIGLIOTTI C/O LUVIN CONSTRUCTION CO P O BOX 357CARLE PLACE NY DOL DOL *****6999 BEST ROOFING OF NEW JERSEY LLC 30 MIDLAND AVENUE WALLINGTON NJ DOL DOL BEVERLY F WILLIAMS 1238 PRESIDENT STREET BROOKLYN NY DOL DOL BIAGIO CANTISANI 200 FERRIS AVENUE WHITE PLAINS NY DOL NYC *****8377 BOSPHORUS CONSTRUCTION CORPORATION 3817 KINGS HIGHWAY-STE 1D BROOKLYN NY DOL DOL BRIAN HOXIE 2219 VALLEY DRIVE SYRACUSE NY DOL DOL CANTISANI & ASSOCIATES LTD 442 FERRIS AVENUE WHITE PLAINS NY DOL DOL CANTISANI HOLDING LLC 220 FERRIS AVENUE WHITE PLAINS NY DOL DOL *****1143 CARMODY BUILDING CORP 442 ARMONK ROAD MOUNT KISCO NY DOL DOL *****3368 CARMODY CONCRETE CORP 442 ARMONK ROAD MOUNT KISCO NY DOL DOL CARMODY CONTRACTING CORP 220 FERRIS AVENUE WHITE PLAINS NY DOL DOL *****6215 CARMODY CONTRACTING INC 220 FERRIS AVENUE WHITE PLAINS NY DOL DOL CARMODY ENTERPRISES LTD 220 FERRIS AVENUE WHITE PLAINS NY DOL DOL *****3812 CARMODY INC 442 ARMONK ROAD MOUNT KISCO NY DOL DOL *****3812 CARMODY INDUSTRIES INC 442 FERRIS AVENUE WHITE PLAINS NY DOL DOL CARMODY MAINTENANCE CORP 105 KISCO AVENUE MOUNT KISCO NY DOL DOL *****0324 CARMODY MASONRY CORP 442 ARMONK ROAD MOUNT KISKO NY DOL DOL *****3812 CARMODY"2" INC 220 FERRIS AVENUE WHITE PLAINS NY DOL NYC *****9172 CASSIDY EXCAVATING INC 14 RAILROAD AVENUE VALHALLA NY DOL DOL *****9721 CATENARY CONSTRUCTION CORP DOL DOL *****1683 CATONE CONSTRUCTION COMPANY INC 112 HUDSON AVENUE ROCHESTER NY ALPINE ROAD ROCHESTER NY DOL DOL CATONE ENTERPRISES INC 225 DAKOTA STREET ROCHESTER NY DOL DOL *****8530 CAZ CONTRACTING CORP TH AVENUE LONG ISLAND CITY NY DOL DOL *****7924 CBI CONTRACTING INCORPORATED 2081 JACKSON AVENUE COPIAGUE NY DOL DOL *****5556 CERTIFIED INSTALLERS INC 113 N MAPLE AVENUE GREENSBURG PA DOL NYC CHARLES CASSIDY JR 14 RAILROAD AVENUE VALHALLA NY DOL DOL CHARLES OKRASKI 67 WARD ROAD SALT POINT NY DOL DOL CHARLES RIBAUDO 513 ACORN ST - SUITE C DEER PARK NY /12/ /12/ /12/ /12/ /20/ /20/ /16/ /16/ /04/ /04/ /26/ /19/ /04/ /04/ /25/ /25/ /06/ /06/ /15/ /15/ /05/ /05/ /18/ /18/ /04/ /04/ /30/ /30/ /04/ /04/ /04/ /04/ /04/ /04/ /04/ /04/ /04/ /04/ /04/ /04/ /04/ /04/ /04/ /04/ /04/ /04/ /04/ /04/ /04/ /04/ /04/ /04/ /04/ /04/ /15/ /15/ /14/ /20/ /09/ /09/ /09/ /09/ /26/ /26/ /03/ /03/ /21/ /21/ /15/ /15/ /21/ /21/ /27/ /27/2015 Page 2 of 13

115 NYSDOL Bureau of Public Work Debarment List 07/25/2014 Article 8 DOL DOL *****1416 CHEROMINO CONTROL GROUP LLC 61 WILLET ST - SUITE 14 PASSAIC NJ DOL DOL CHRIS SAVOURY 44 THIELLS-MT IVY ROAD POMONA NY DOL DOL CHRIST R PAPAS C/O TRAC CONSTRUCTION INC 9091 ERIE ROADANGOLA NY DOL DOL CHRISTOF PREZBYL 2 TINA LANE HOPEWELL JUNCTION NY DOL DOL CITY GENERAL BUILDERS INC 131 MELROSE STREET BROOKLYN NY DOL DOL *****7086 CITY GENERAL IRON WORKS INC 131 MELROSE STREET BROOKLYN NY DOL DOL *****3360 CITY LIMITS GROUP INC 2279 HOLLERS AVENUE BRONX NY DOL NYC *****1768 COFIRE PAVING CORPORATION DOL NYC *****2905 COLONIAL ROOFING COMPANY INC TH AVENUE FLUSHING NY TH STREET BROOKLYN NY DOL NYC *****3182 COLORTECH INC TH AVENUE MASPETH NY DOL DOL *****8342 CONKLIN PORTFOLIO LLC 60 COLONIAL ROAD STILLWATER NY DOL DOL *****2703 CONKLIN'S TECH- MECHANICAL INC DOL DOL *****4175 CONSOLIDATED INDUSTRIAL SERVICES INC 5 PARKER AVENUE POUGHKEEPSIE NY ROUTE 44/55 MODENA NY DOL DOL CONSTANTINOS ZERVAS TH AVENUE LONG ISLAND CITY NY DOL DOL *****5740 CORTLAND GLASS COMPANY INC DOL DOL *****1804 CUSTOM GARDEN LANDSCAPING INC DOL DOL *****0810 D & G PAINTING & DECORATING INC 336 TOMPKINS STREET CORTLAND NY NORTH MIDDLETOWN ROAD PEARL RIVER NY LITTLE COLLABAR ROAD MONTGOMERY NY DOL DOL DANIEL CELLUCCI ELECTRIC 17 SALISBURY STREET GRAFTON MA DOL DOL *****7129 DANIEL T CELLUCCI DANIEL CELLUCCI ELECTRIC 17 SALISBURY STREET GRAFTON MA DOL DOL DEAN ROBBINS III 212 OXFORD WAY SCHENECTADY NY DOL NYC *****3865 DECOMA BUILDING CORPORATION DOL DOL *****2311 DELCON CONSTRUCTION CORP DOL DOL *****1446 DELTA CONTRACTING PAINTING AND DECORATING INC DOL DOL *****3538 DELTA CONTRACTING PAINTING AND DESIGN INC 134 EVERGREEN PL/STE 101 EAST ORANGE NJ WHITE PLAINS ROAD TARRYTOWN NY SUNRISE HIGHWAY WEST BABYLON NY MCCULLOCH DRIVE DIX HILLS NY DOL DOL DEMETRIOS KOUTSOURAS 530 BEECH STREET NEW HYDE PARK NY DOL DOL *****9868 DESANTIS ENTERPRISES 161 OSWEGO RIVER ROAD PHOENIX NY DOL NYC *****8234 DEWATERS PLUMBING AND HEATING LLC DOL DOL *****9252 DI BERNARDO TILE AND MARBLE CO INC 30 COLUMBUS CIRCLE EASTCHESTER NY WALKER WAY ALBANY NY DOL DOL DIANE DEAVER 731 WARWICK TURNPIKE HEWITT NJ DOL DOL DONALD NOWAK 10 GABY LANE CHEEKTOWAGA NY DOL DOL DORIS SKODA C/O APCO CONTRACTING CORP 24 SOUTH MARYLAND AVENUEPORT WASHINGTON NY DOL DOL DRAGOLJUB RADOJEVIC 61 WILLET ST - SUITE 14 PASSAIC NJ DOL DOL *****6982 DUFOUR GROUP INC DUFOUR MASONRY 353 WEST 56TH STREET #7M NEW YORK NY DOL DOL DUFOUR MASONRY 353 WEST 56TH ST #7M NEW YORK NY /03/ /23/ /14/ /14/ /03/ /03/ /06/ /06/ /02/ /02/ /02/ /02/ /07/ /07/ /14/ /14/ /05/ /05/ /18/ /18/ /15/ /15/ /25/ /25/ /11/ /28/ /26/ /26/ /21/ /15/ /28/ /28/ /19/ /19/ /02/ /02/ /02/ /02/ /11/ /16/ /30/ /30/ /27/ /27/ /12/ /12/ /19/ /12/ /02/ /02/ /24/ /18/ /21/ /21/ /21/ /21/ /25/ /11/ /15/ /15/ /24/ /24/ /03/ /09/ /10/ /10/ /10/ /10/2019 Page 3 of 13

116 NYSDOL Bureau of Public Work Debarment List 07/25/2014 Article 8 DOL DOL DUFOUR MASONRY & RESTORATION INC 353 WEST 56TH STREET #7M NEW YORK NY DOL DOL *****5840 DYNA CONTRACTING INC TH STREET BROOKLYN NY DOL NYC *****6176 E N E L ELECTRICAL CORP 1107 MCDONALD AVENUE BROOKLYN NY DOL DOL EARL GALBREATH 640 ASHFORD AVENUE ARDSLEY NY DOL DOL *****1496 EAST COAST DRYWALL INC 1238 PRESIDENT STREET BROOKLYN NY DOL DOL *****8011 ECOA CLEANING CONTRACTORS INC P O BOX BROOKLYN NY DOL NYC *****8074 ECONOMY IRON WORKS INC 670 SOUTHERN BLVD BRONX NY DOL DOL EDWARD L GAUTHIER C/O IMPERIAL MASONRY REST 141 ARGONNE DRIVEKENMORE NY DOL NYC EDWARD MENKEN C/O AQUA JET PAINTING 10 VIKING DRIVEWEST ISLIP NY DOL NYC *****0900 EF PRO CONTRACTING INC 147 BROOME AVENUE ATLANTIC BEACH NY DOL NYC EFSTRATIOS BERNARDIS TH STREET LONG ISLAND CITY NY DOL NYC *****6260 EL TREBOL SPECIAL CLEANING INC TH STREET OZONE PARK NY DOL DOL ELIZABETH RAMADANI C/O RAMADA CONSTRUCTION 80 SAVO LOOPSTATEN ISLAND NY DOL DOL ELLEN DESANTIS DESANTIS ENTERPRISES DOL DOL *****0780 EMES HEATING & PLUMBING CONTR 161 OSWEGO RIVER ROAD PHOENIX NY EMES LANE MONSEY NY DOL AG EMILIO FRANZA 90 JUNIUS STREET BROOKLYN NY DOL DOL EMPIRE CONCRETE SERVICES LLC DOL DOL *****0511 EMPIRE CONCRETE SYSTEMS LLC 101 SULLYS TRAIL/SUITE 20 PITTSFORD NY SULLYS TRAIL/ SUITE 2 PITTSFORD NY DOL DOL *****2353 EMPIRE CONSTRUCTORS LLC 101 SULLYS TRAIL/SUITE 20 PITTSFORD NY DOL DOL EMPIRE PRECAST LLC 101 SULLYS TRAIL/SUITE 20 PITTSFORD NY DOL DOL *****6101 ENHANCED DATA COM INC 75 SHERBROOK ROAD NORTH BABYLON NY DOL DOL ERIKA BARNETT 253 BEACH BREEZE LANE UNIT BARVERNE NY DOL DOL ESTEVES & FRAGA CONSTRUCTION CO INC 986 MADISON AVENUE PATERSON NJ DOL DOL ESTEVES & FRAGA INC 986 MADISON AVENUE PATERSON NJ DOL DOL EVELIO ELLEDIAS 114 PEARL STREET PORT CHESTER NY DOL NYC EVERTON CARLESS 134 EVERGREEN PL/STE 101 EAST ORANGE NJ DOL DOL F KALAFATIS 2279 HOLLERS AVENUE BRONX NY DOL DOL FANTASTIC PAINTING 493 LANSING ROAD FULTONVILLE NY DOL DOL *****5867 FJM-FERRO INC TH AVENUE BROOKLYN NY DOL DOL *****1311 FLOZ-ON PAINTING & DECORATING INC 12 DUNDERBERG ROAD TOMKINS NY DOL DOL *****8961 FLOZ-ON PAINTING INC 12 DUNDERBERG ROAD TOMKINS NY DOL DOL FMS 4 LEGHORN COURT NEW YORK NY DOL DOL *****8067 FORTH SPORT FLOORS INC P O BOX 74 EAST GREENBUSH NY DOL DOL FRAN MICELI 2279 HOLLERS AVENUE BRONX NY DOL DOL FRANCES KALAFATIS 2279 HOLLERS AVENUE BRONX NY DOL DOL FRANCES KALAFATIS-MICELI 2279 HOLLERS AVENUE BRONX NY /10/ /10/ /18/ /18/ /30/ /30/ /27/ /27/ /18/ /18/ /16/ /16/ /14/ /14/ /03/ /03/ /16/ /16/ /03/ /03/ /24/ /24/ /12/ /12/ /07/ /07/ /24/ /18/ /20/ /20/ /23/ /23/ /18/ /07/ /18/ /07/ /18/ /07/ /18/ /07/ /01/ /01/ /05/ /05/ /03/ /03/ /03/ /03/ /15/ /15/ /30/ /30/ /07/ /07/ /18/ /18/ /27/ /27/ /16/ /16/ /16/ /16/ /28/ /28/ /28/ /01/ /07/ /07/ /07/ /07/ /07/ /07/2019 Page 4 of 13

117 NYSDOL Bureau of Public Work Debarment List 07/25/2014 Article 8 DOL NYC FRANK ACOCELLA 68 GAYLORD ROAD SCARSDALE NY DOL DOL FRANK J MERCANDO 134 MURRAY AVENUE YONKERS NY DOL DOL FRANK MICELI JR C/O FRANK MICELI JR CONTRACTIN G INC DOL DOL *****1321 FRANK MICELI JR CONTRACTING INC 19 CLIFF STREET NEW ROCHELLE NY CLIFF STREET NEW ROCHELLE NY DOL DOL FRANK ORTIZ 75 SHERBROOK ROAD NORTH BABYLON NY DOL DOL FRED ABDO ABDO TILE COMPANY AKA ABDO TILE CO DOL DOL *****2724 FRESH START PAINTING CORP DOL DOL *****9202 G & M PAINTING ENTERPRISES INC DOL DOL G FUCCI CONSTRUCTION SERVICES 6179 EAST MOLLOY ROAD EAST SYRACUSE NY TIBBETS ROAD YONKERS NY VILLAGE LANE RIVERVIEW MI ALAN B SHEPARD PLACE YONKERS NY DOL DOL *****6767 G FUCCI PAINTING INC C/O SPIEGEL & UTRERA 1 MAIDEN LANE - 5TH FLNEW YORK NY DOL DOL *****4546 GAF PAINTING LLC 157 TIBBETS ROAD YONKERS NY DOL DOL GARDEN STATE PAINTING 157 TIBBETTS ROAD YONKERS NY DOL DOL GARY MCDOWELL GM CONSTRUCTI ON & LAWN CARE SERVICE DOL DOL *****6826 GBE CONTRACTING CORPORATION 76 PLEASANT STREET WELLSVILLE NY UTOPIA PARKWAY WHITESTONE NY DOL NYC GELSOMINA TASSONE 25 CLIFF STREET NEW ROCHELLE NY DOL DOL GEORGE A PATTI III P O BOX 772 JAMESTOWN NY DOL DOL GEORGE DI BERNARDO C/O DI BERNARDO TILE 15 WALKER WAYALBANY NY DOL NYC GEORGE LUCEY 150 KINGS STREET BROOKLYN NY DOL DOL GEORGE SHINAS UTOPIA PARKWAY WHITESTONE NY DOL DOL GERALD A POLLOCK 336 TOMPKINS STREET CORTLAND NY DOL DOL GERALD F POLUCH JR 2085 BRIGHTON HENRIETTA TOWN LINE ROADROCHESTER NY DOL DOL *****1075 GLOBAL TANK CONSTRUCTION LLC DOL DOL *****0878 GM CONSTRUCTION & LAWN CARE SERVICE DOL DOL *****0090 GOLDS FLOORING INSTALLATIONS INC DOL DOL *****4013 GR GRATES CONSTRUCTION CORPORATION DOL DOL GRATES MERCHANT NANNA INC P O BOX 1238 SALINA OK PLEASANT STREET WELLSVILLE NY HAMILTON ROAD MONTICELLO NY IRONWOOD ROAD UTICA NY IRONWOOD ROAD UTICA NY DOL DOL GREGG G GRATES 63 IRONWOOD ROAD UTICA NY DOL DOL GREGORY A FUCCI C/O PAF PAINTING SERVICES 157 TIBBETTS ROADYONKERS NY DOL DOL GREGORY FUCCI JR C/O APOLLO CONSTRUCTION 157 TIBBETTS ROADYONKERS NY DOL DOL GRETCHEN SULLIVAN P O BOX 130 CRETE IL DOL DOL *****9985 GROUND LEVEL CONSTRUCTION 10 GABY LANE CHEEKTOWAGA NY DOL DOL *****7735 GRYF CONSTRUCTION INC 394 SPOTSWOOD-ENGLISH RD MONROE NJ DOL DOL *****9456 GUILLO CONTRACTING CORP P O BOX 229 CALVERTON NY /10/ /10/ /11/ /03/ /16/ /16/ /16/ /16/ /01/ /01/ /25/ /02/ /12/ /12/ /05/ /05/ /12/ /12/ /12/ /12/ /12/ /12/ /12/ /12/ /11/ /11/ /10/ /10/ /15/ /15/ /13/ /13/ /21/ /21/ /19/ /19/ /10/ /10/ /29/ /15/ /04/ /04/ /28/ /28/ /11/ /11/ /16/ /16/ /14/ /14/ /14/ /15/ /14/ /14/ /12/ /12/ /12/ /12/ /10/ /10/ /15/ /15/ /08/ /08/ /08/ /08/2018 Page 5 of 13

118 NYSDOL Bureau of Public Work Debarment List 07/25/2014 Article 8 DOL DOL GUS PAPASTEFANOU C/O D & G PAINTING & DECO 53 LITTLE COLLABAR ROADMONTGOMERY NY DOL DOL H.H. RAUH CONSTRUCTION, LLC DOL DOL *****2499 H.H. RAUH CONTRACTING CO., LLC 2930 RT. 394 ASHVILLE NY RT. 394 ASHVILLE NY DOL DOL H.H. RAUH PAVING, INC. 7 WEST 1ST ST. LAKEWOOD NY DOL DOL HALSSAM FOSTOK 5 HANSEN PLACE WAYNE NJ DOL AG *****9918 HARA ELECTRIC CORP TH STREET ASTORIA NY DOL DOL *****5405 HARD LINE CONTRACTING INC 89 EDISON AVENUE MOUNT VERNON NY DOL AG HARVINDER SINGH PAUL 90 JUNIUS STREET BROOKLYN NY DOL DOL HI-TECH CONTRACTING CORP 114 PEARL STREET PORT CHESTER NY DOL DOL *****4331 HIDDEN VALLEY EXCAVATING INC 225 SEYMOUR STREET FREDONIA NY DOL DOL *****9893 HOXIE'S PAINTING CO INC 2219 VALLEY DRIVE SYRACUSE NY DOL DOL *****8426 IMPERIAL MASONRY RESTORATION INC DOL DOL *****7561 INDUS GENERAL CONSTRUCTION 141 ARGONNE DRIVE KENMORE NY ST STREET JACKSON HEIGHTS NY DOL DA *****1958 IRON HORSE ONE INC 10 ROSWELL AVENUE OCEANSIDE NY DOL DOL ISABEL FRAGA C/O THREE FRIENDS CONSTR 986 MADISON AVENUEPATERSON NJ DOL DOL J & N LEASING AND BUILDING MATERIALS 154 EAST BOSTON POST ROAD MAMARONECK NY DOL DOL *****7598 J M RICH LLC P O BOX 268 STILLWATER NY DOL DOL *****1584 J M TRI STATE TRUCKING INC 140 ARMSTRONG AVENUE SYRACUSE NY DOL DOL *****3478 J N P CONSTRUCTION CORP 50 LOUIS COURT P O BOX 1907SOUTH HACKENSACK NY DOL DOL J N RICH LLC P O BOX 268 STILLWATER NY DOL DOL *****9368 J TECH CONSTRUCTION PO BOX ROCHESTER NY /19/ /19/ /14/ /14/ /14/ /14/ /14/ /14/ /18/ /18/ /26/ /26/ /28/ /28/ /23/ /23/ /15/ /15/ /08/ /08/ /04/ /04/ /03/ /03/ /28/ /28/ /30/ /30/ /03/ /03/ /11/ /11/ /16/ /21/ /21/ /21/ /21/ /21/ /16/ /21/ /24/ /24/2017 DOL DOL J THE HANDYMAN 09/24/ /24/2017 DOL DOL JACQUELINE HOWE C/O FLOZ-ON PAINTING INC 12 DUNDERBERG ROADTOMKINS NY DOL DOL *****8627 JAG I LLC 635 LUZERNE ROAD QUEENSBURY NY DOL DOL *****2868 JAG INDUSTRIES INC 175 BROAD ST - SUITE 320 GLENS FALLS NY DOL DOL JAMES BOYCE C/O EMPIRE CONCRETE SYST 101 SULLYS TRAIL/SUITE 20PITTSFORD NY DOL DOL JAMES SICKAU 3090 SHIRLEY ROAD NORTH COLLINS NY DOL DOL JAMES WALSH 89 EDISON AVENUE MOUNT VERNON NY DOL DOL JASON M RICH P O BOX 268 STILLWATER NY DOL DOL JAY PRESUTTI C/O CONSOLIDATED INDUSTRI 2051 ROUTE 44/55MODENA NY DOL DOL JEFFREY A NANNA 502 WOODBURNE DRIVE UTICA NY DOL DOL JEFFREY ARTIERI 107 STEVENS STREET LOCKPORT NY DOL NYC JEFFREY CASSIDY 14 RAILROAD AVENUE VALHALLA NY DOL DOL JERALD HOWE C/O FLOZ-ON PAINTING INC 12 DUNDERBERG ROADTOMKINS NY /16/ /16/ /16/ /16/ /16/ /16/ /18/ /07/ /19/ /30/ /28/ /28/ /16/ /21/ /28/ /28/ /14/ /14/ /04/ /04/ /15/ /15/ /16/ /16/2018 Page 6 of 13

119 NYSDOL Bureau of Public Work Debarment List 07/25/2014 Article 8 DOL NYC JERRY DEWATERS 30 COLUMBUS CIRCLE EASTCHESTER NY DOL DOL JOHN BUONADONNA 283 NORTH MIDDLETOWN ROAD PEARL RIVER NY DOL DOL JOHN CATONE C/O CATONE CONSTRUCTION 294 ALPINE ROADROCHESTER NY DOL DOL JOHN DESCUL 437 SUNRISE HIGHWAYA WEST BABYLON NY DOL NYC JOHN DITURI 1107 MCDONALD AVENUE BROOKLYN NY DOL NYC JOHN FICARELLI TH AVENUE FLUSHING NY DOL DOL JOHN H LEE JOHN LEE QUALITY PAVING 67 WILER ROAD HILTON NY DOL DOL JOHN JIULIANNI 222 GAINSBORG AVENUE E WEST HARRISON NY DOL DOL *****1749 JOHN LEE QUALITY PAVING 67 WILER ROAD HILTON NY DOL DOL *****2701 JOHN SMYKLA AFFORDABLE PAINTING PLUS DOL DOL *****9368 JORGE I DELEON J TECH CONSTRUCTI ON 367 GREEVES ROAD NEW HAMPTON NY PO BOX ROCHESTER NY DOL DOL JORGE OUVINA 344 SOUNDVIEW LANE COLLEGE POINT NY DOL DOL JOSE MONTAS 27 BUTLER PLACE YONKERS NY DOL DOL JOSEPH CASUCCI TH AVENUE BROOKLYN NY DOL DOL JOSEPH MARTONE 112 OSCAWANA HEIGHTS ROAD PUTNAM VALLEY NY DOL DOL JOSEPH MONETTE C/O JOHN MONETTE 140 ARMSTRONG AVENUESYRACUSE NY DOL DOL JOSHUA DEBOWSKY 9547 BUSTLETON AVENUE PHILADELPHIA PA DOL DOL JOYA MUSCOLINO 10 ST CHARLES STREET THORNWOOD NY DOL DOL *****4340 JUBCO SITE DEVELOPMENT LLC 462 LAKEVIEW AVENUE VALHALLA NY DOL DOL JULIUS AND GITA BEHREND 5 EMES LANE MONSEY NY DOL DOL K NELSON SACKOOR 16 JOY DRIVE NEW HYDE PARK NY DOL NYC KAMIL OZTURK 3715 KINGS HWY - STE 1D BROOKLYN NY DOL DOL KAREN HARTMAN C/O GUILLO CONTRACTING P O BOX 229CALVERTON NY DOL NYC KATHLEEN SELA C/O COLONIAL ROOFING COMPANY INC TH STREET BROOKLYN NY DOL DOL KEITH SCHEPIS C/O KJS HAULING AND HOME 95 MAPLE AVENUENEW CITY NY DOL DOL KEN DEAVER 731 WARWICK TURNPIKE HEWITT NJ DOL DOL *****5941 KINGSVIEW ENTERPRISES INC DOL DOL *****2463 KJS HAULING AND HOME IMPROVEMENT INC DOL AG KOSTAS "GUS" ANDRIKOPOULOS 7 W FIRST STREET P O BOX 2LAKEWOOD NY MAPLE AVENUE NEW CITY NY TH STREET ASTORIA NY DOL DOL KRZYSZTOF PRXYBYL 2 TINA LANE HOPEWELL JUNCTION NY DOL DOL *****6033 KUSNIR CONSTRUCTION 2677 ANAWALK ROAD KATONAH NY DOL DOL *****0526 LAGUARDIA CONSTRUCTION CORP DOL NYC *****8816 LAKE CONSTRUCTION AND DEVELOPMENT CORPORATION TH STREET WOODSIDE NY KINGS STREET BROOKLYN NY /21/ /21/ /28/ /28/ /09/ /09/ /12/ /12/ /30/ /30/ /14/ /14/ /28/ /28/ /10/ /10/ /28/ /28/ /01/ /01/ /24/ /24/ /22/ /22/ /18/ /15/ /27/ /27/ /27/ /27/ /21/ /21/ /05/ /05/ /03/ /03/ /16/ /16/ /20/ /20/ /05/ /05/ /30/ /30/ /08/ /08/ /05/ /05/ /15/ /15/ /25/ /11/ /14/ /14/ /15/ /15/ /26/ /26/ /06/ /06/ /03/ /03/ /01/ /01/ /19/ /19/2998 Page 7 of 13

120 NYSDOL Bureau of Public Work Debarment List 07/25/2014 Article 8 DOL DOL *****9628 LANCET ARCH INC 112 HUDSON AVENUE ROCHESTER NY DOL DOL LANCET SPECIALTY CONTRACTING CORP C/O CATENARY CONSTRUCTION 112 HUDSON AVENUEROCHESTER NY DOL DOL LARRY DOMINGUEZ 114 PEARL STREET PORT CHESTER NY DOL DOL LAURA A. GAUTHIER C/O IMPERIAL MASONRY REST 141 ARGONNE DRIVEKENMORE NY DOL DOL LAURI MARTONE 112 OSCAWANA HEIGHTS ROAD PUTNAM VALLEY NY DOL DOL LAWRENCE J RUGGLES P O BOX 371 ROUND LAKE NY DOL DOL *****0597 LEED INDUSTRIES CORP HI-TECH CONTRACTIN G CORP 114 PEART STREET PORT CHESTER NY DOL DOL *****7907 LEEMA EXCAVATING INC 140 ARMSTRONG AVENUE SYRACUSE NY DOL AG LEONID FRIDMAN APT BRIGHTON, 15TH STBROOKLYN NY DOL DOL *****8453 LINPHILL ELECTRICAL CONTRACTORS INC 523 SOUTH 10TH AVENUE MOUNT VERNON NY DOL DOL LINVAL BROWN 523 SOUTH 10TH AVENUE MOUNT VERNON NY DOL DOL *****5171 LUVIN CONSTRUCTION CORP P O BOX 357 CARLE PLACE NY DOL NYC *****2850 M A 2 FLAGS CONTRACTING CORP TH STREET EAST ELMHURST NY DOL DOL MANUEL ESTEVES 55 OLD TURNPIKE ROAD SUITE 612NANUET NY DOL NYC MANUEL P TOBIO 150 KINGS STREET BROOKLYN NY DOL NYC MANUEL TOBIO 150 KINGS STREET BROOKLYN NY DOL DOL MAR CONTRACTING CORP 620 COMMERCE STREET THORNWOOD NY DOL DOL MARGARET FORTH P O BOX 74 EAST GREENBUSH NY DOL DOL MARIA ESTEVES AKA MARIA MARTINS DOL DOL MARIA MARTINS AKA MARIA ESTEVES C/O THREE FRIENDS CONSTR 986 MADISON AVENUEPATERSON NJ C/O THREE FRIENDS CONSTR 986 MADISON AVENUEPATERSON NJ DOL DOL MARIO LUIS 31 DURANT AVENUE BETHEL CT DOL DOL MARIO R ECHEVERRIA JR 588 MEACHAM AVE-SUITE 103 ELMONT NY DOL DOL MARK LINDSLEY 355 COUNTY ROUTE 8 FULTON NY DOL DOL *****5533 MARQUISE CONSTRUCTION & DEVELOPMENT CORP DOL DOL *****8810 MARQUISE CONSTRUCTION ASSOCIATES INC DOL DOL *****1134 MARQUISE CONSTRUCTION CORP 10 ST CHARLES STREET THORNWOOD NY BOSWELL ROAD PUTNAM VALLEY NY ST CHARLES STREET THORNWOOD NY DOL NYC *****4314 MASCON RESTORATION INC TH AVENUE COLLEGE POINT NY DOL NYC *****4314 MASCON RESTORATION LLC TH AVENUE COLLEGE POINT NY DOL DOL *****0845 MASONRY CONSTRUCTION INC 442 ARMONK ROAD MOUNT KISCO NY DOL DOL *****3333 MASONRY INDUSTRIES INC 442 ARMONK ROAD MOUNT KISKO NY DOL DOL *****4638 MATSOS CONTRACTING CORPORATION UTOPIA PARKWAY WHITESTONE NY DOL AG *****9970 MAY CONSTRUCTION CO INC 700 SUMMER STREET STAMFORD CT DOL DOL *****9857 MBL CONTRACTING CORPORATION 2620 ST RAYMOND AVENUE BRONX NY DOL DOL MCI CONSTRUCTION INC 975 OLD MEDFORD AVENUE FARMINGDALE NY /14/ /19/ /19/ /19/ /15/ /15/ /03/ /03/ /27/ /27/ /12/ /12/ /15/ /15/ /21/ /21/ /23/ /23/ /07/ /15/ /07/ /15/ /15/ /15/ /21/ /21/ /04/ /04/ /19/ /19/ /19/ /19/ /24/ /24/ /28/ /01/ /03/ /03/ /03/ /03/ /02/ /02/ /24/ /24/ /08/ /14/ /03/ /03/ /03/ /03/ /03/ /03/ /09/ /09/ /09/ /09/ /04/ /04/ /04/ /04/ /10/ /10/ /24/ /24/ /30/ /30/ /24/ /24/2014 Page 8 of 13

121 NYSDOL Bureau of Public Work Debarment List 07/25/2014 Article 8 DOL DOL *****9028 MCINTOSH INTERIORS LLC 8531 AVENUE B BROOKLYN NY DOL DOL *****5936 MCSI ADVANCED AV SOLUTIONS LLC DOL DOL *****4259 MERCANDO CONTRACTING CO INC 2085 BRIGHTON HENRIETTA TOWN LINE ROADROCHESTER NY MURRAY AVENUE YONKERS NY DOL DOL *****0327 MERCANDO INDUSTRIES LLC 134 MURRAY AVENUE YONKERS NY DOL NYC *****5330 METRO DUCT SYSTEMS INC ASTORIA BOULEVARD LONG ISLAND CITY NY DOL DOL *****9198 MICHAEL CZECHOWICZ OCTAGON CO TH AVENUE-2ND FL LONG ISLAND CITY NY DOL DOL MICHAEL F LEARY JR DOL DOL MICHAEL F LEARY JR METAL STUD & DRYWALL 3813 SNOWDEN HILL ROADNEW HARTFORD NY SNOWDEN HILL ROAD NEW HARTFORD NY DOL DOL MICHAEL KTISTAKIS TH STREET BROOKLYN NY DOL DOL *****6033 MICHAEL KUSNIR KUSNIR CONSTRUCTI ON 2677 ANAWALK ROAD KATONAH NY DOL DOL MICHAEL MARGOLIN 4 LEGHORN COURT NEW YORK NY DOL DOL MICHELLE L BARBER 635 LUZERNE ROAD QUEENSBURY NY DOL DOL *****2635 MIDLAND CONSTRUCTION OF CEDAR LAKE INC CALUMET AVENUE CEDAR LAKE IL DOL NYC MIGUEL ACOSTA TH STREET EAST ELMHURST NY DOL DOL *****5517 MILLENNIUM PAINTING INC 67 WARD ROAD SALT POINT NY DOL AG MOHAMMAD RIAZ 46 RUGBY ROAD WESTBURY NY DOL NYC MOHAMMAD SELIM TH AVE - APT F63 JACKSON HEIGHTS NY DOL DA MOHAMMED SALEEM 768 LYDIG AVENUE BRONX NY DOL NYC *****2690 MONDOL CONSTRUCTION INC TH DRIVE LONG ISLAND CITY NY DOL DOL MORTON LEVITIN 3506 BAYFIELD BOULEVARD OCEANSIDE NY DOL DOL *****2737 MOUNTAIN'S AIR INC 2471 OCEAN AVENUE- STE 7A BROOKLYN NY DOL NYC MUHAMMAD ZULFIQAR TH AVENUE COLLEGE POINT NY DOL DOL *****2357 MUNICIPAL MILLING & MIX-IN- PLACE 9091 ERIE ROAD ANGOLA NY DOL DOL MURRAY FORTH P O BOX 74 EAST GREENBUSH NY DOL DA *****9642 MUTUAL OF AMERICAL GENERAL CONSTRUCTION & MANAGEMENT CORP 768 LYDIG AVENUE BRONX NY DOL DOL MUZAFFAR HUSSAIN C/O ABSOLUTE GENERAL CONT 1129 AVENUE UBROOKLYN NY DOL DOL N PICCO AND SONS CONTRACTING INC 154 EAST BOSTON POST ROAD MAMARONECK NY DOL DOL NAT PICCO 154 EAST BOSTON POST ROAD MAMARONECK NY DOL DA *****6988 NEW YORK INSULATION INC TH STREET MASPETH NY DOL DOL NICHOLAS DEGREGORY JR NJ DEGREGORY & COMPANY 1698 ROUTE 9 GLENS FALLS NY DOL NYC NICHOLAS PROVENZANO 147 BROOME AVENUE ATLANTIC BEACH NY DOL NYC NICHOLAS PROVENZANO 147 BROOME AVENUE ATLANTIC BEACH NY DOL DOL NICOLE SPELLMAN 2081 JACKSON AVENUE COPIAGUE NY DOL DOL NIKOLAS PSAREAS 656 N WELLWOOD AVE/STE C LINDENHURST NY /05/ /05/ /04/ /04/ /11/ /03/ /11/ /03/ /16/ /16/ /08/ /08/ /19/ /19/ /19/ /19/ /18/ /18/ /03/ /03/ /28/ /28/ /16/ /16/ /10/ /10/ /21/ /21/ /21/ /21/ /20/ /20/ /04/ /04/ /18/ /25/ /25/ /25/ /30/ /30/ /24/ /24/ /09/ /09/ /03/ /03/ /28/ /01/ /18/ /25/ /28/ /28/ /11/ /11/ /22/ /22/ /16/ /16/ /23/ /23/ /03/ /03/ /03/ /03/ /03/ /03/ /01/ /01/2016 Page 9 of 13

122 NYSDOL Bureau of Public Work Debarment List 07/25/2014 Article 8 DOL DOL *****5279 NJ DEGREGORY & COMPANY 1698 ROUTE 9 GLENS FALLS NY DOL DOL NJ DEGREGORY & SONS CONSTRUCTION 1698 ROUTE 9 GLENS FALLS NY DOL DOL *****9198 OCTAGON CO TH AVENUE-2ND FL LONG ISLAND CITY NY DOL DOL OKBY ELSAYED 1541 EAST 56TH STREET BROOKLYN NY DOL NYC OLIVER HOLGUIN TH STREET OZONE PARK NY DOL NYC *****8337 OPTIMUM CONSTRUCTION INC TH STREET LONG ISLAND CITY NY DOL NYC ORSON ARROYO C/O METRO DUCT SYSTEMS ASTORIA BOULEVARDLONG ISLAND CITY NY DOL DOL *****4546 PAF PAINTING CORP 161 TIBBETTS ROAD YONKERS NY DOL DOL *****5242 PAF PAINTING SERVICES INC GARDEN STATE PAINTING DOL DOL PAF PAINTING SERVICES OF WESTCHESTER INC 157 TIBBETTS ROAD YONKERS NY C/O SPIEGEL & UTRERA 1 MAIDEN LANE - 5TH FLNEW YORK NY DOL DOL *****5226 PASCARELLA & SONS 459 EVERDALE AVENUE WEST ISLIP NY DOL DOL *****8802 PAT'S HEATING AND AIR CONDITIONING LTD P O BOX 371 ROUND LAKE NY DOL DOL PATRICIA M RUGGLES P O BOX 371 ROUND LAKE NY DOL DOL PAUL VERNA C/O AMERICAN STEEL MECHA 693 PAINTER STREETMEDIA PA DOL DOL PEDRO RINCON 131 MELROSE STREET BROOKLYN NY DOL DOL *****9569 PERFORM CONCRETE INC 31 DURANT AVENUE BETHEL CT DOL DOL PETER J LANDI 249 MAIN STREET EASTCHESTER NY DOL DOL *****7229 PETER J LANDI INC 249 MAIN STREET EASTCHESTER NY DOL NYC PETER LUSTIG 30 COLUMBUS CIRCLE EASTCHESTER NY DOL NYC PETER TRITARIS TH AVENUE MASPETH NY DOL DOL *****1136 PHOENIX ELECTRICIANS COMPANY INC DOL DOL *****7914 PRECISION SITE DEVELOPMENT INC DOL DOL *****2989 PROFESSIONAL ESTIMATING & BUSINESS CORP DOL DOL *****6895 PROLINE CONCRETE OF WNY INC DOL DOL *****0015 RAMADA CONSTRUCTION CORP 540 BROADWAY P O BOX 22222ALBANY NY EDISON AVENUE MOUNT VERNON NY TIBBETS ROAD YONKERS NY SHIRLEY ROAD NORTH COLLINS NY SAVO LOOP STATEN ISLAND NY DOL DOL RAMON BONILLA 938 E 232ND STREET #2 BRONX NY DOL DOL *****2633 RAW POWER ELECTRIC CORP 3 PARK PLACE MIDDLETOWN NY DOL NYC RAYMOND PEARSON P O BOX 957 PORT JEFFERSON STA NY DOL DOL REBECCA THORNE 113 N MAPLE AVENUE GREENSBURG PA DOL DOL REVOLUTIONARY FLOORS LLC P O BOX 268 STILLWATER NY DOL DOL RHINO CONCRETE LLC 101 SULLYS TRAIL/SUITE 20 PITTSFORD NY DOL DOL RICHARD WILSON C/O DUFOUR GROUP INC 353 WEST 56TH STREET #7MNEW YORK NY DOL NYC *****6978 RISINGTECH INC TH AVENUE ROSEDALE NY DOL DOL ROBBYE BISSESAR SPRINGFIELD BLVD QUEENS VILLAGE NY /23/ /23/ /23/ /23/ /08/ /08/ /04/ /04/ /12/ /12/ /24/ /24/ /16/ /16/ /12/ /12/ /12/ /12/ /12/ /12/ /10/ /10/ /12/ /12/ /12/ /12/ /20/ /20/ /02/ /02/ /02/ /02/ /05/ /05/ /05/ /05/ /21/ /21/ /18/ /18/ /09/ /09/ /28/ /28/ /12/ /12/ /19/ /30/ /07/ /07/ /25/ /25/ /16/ /16/ /12/ /12/ /21/ /21/ /16/ /21/ /18/ /07/ /10/ /10/ /25/ /25/ /11/ /11/3003 Page 10 of 13

123 NYSDOL Bureau of Public Work Debarment List 07/25/2014 Article 8 DOL NYC ROBERT FICARELLI TH AVENUE FLUSHING NY DOL DOL ROBERT L EVANS 128A NORTH STAMFORD ROAD STAMFORD CT DOL DOL ROCCO ESPOSITO C/O ROCMAR CONTRACTING CO 620 COMMERCE STREETTHORNWOOD NY DOL DOL ROCMAR CONSTRUCTION CORP DOL DOL *****7083 ROCMAR CONTRACTING CORP 620 COMMERCE STREET THORNWOOD NY COMMERCE STREET THORNWOOD NY DOL DOL *****9025 ROJO MECHANICAL LLC 938 E 232ND STREET #2 BRONX NY DOL DOL ROMEO WARREN C/O RAW POWER ELECTR CORP 3 PARK PLACEMIDDLETOWN NY DOL DOL *****5905 ROSE PAINTING CORP 222 GAINSBORG AVENUE EAST WEST HARRISON NY DOL DOL ROSEANNE CANTISANI 11 TATAMUCK ROAD POUND RIDGE NY DOL NYC ROSS J HOLLAND TH AVENUE FLUSHING NY DOL DOL ROSS J MUSCOLINO 10 ST CHARLES STREET THORNWOOD NY DOL DOL S & M CONTRACTING LLC 30 MIDLAND AVENUE WALLINGTON NJ DOL DOL S & S ELECTRIC 235 BROADWAY SCHENECTADY NY DOL DOL *****2585 S B WATERPROOFING INC SUITE #3R 2167 CONEY ISLAND AVENUEBROOKLYN NY DOL DOL *****4923 SCHENLEY CONSTRUCTION INC DOL DOL SCOTT LEONARD GLOBAL TANK CONSTRUCTI ON LLC DOL DOL SEAKCO CONSTRUCTION COMPANY LLC DOL DOL *****9030 SEAKCO NEW YORK LLC SEAKCO CONSTRUCTI ON COMPANY DOL DOL SEAN BURBAGE C/O SEAN BURBAGE CORP 731 WARWICK TURNPIKE HEWITT NJ P O BOX 1238 SALINA OK A NORTH STAMFORD ROAD STAMFORD CT A NORTH STAMFORD ROAD STAMFORD CT ROOSA GAP ROAD BLOOMINGBURG NY DOL DOL *****6586 SEAN BURBAGE CORP 445 ROOSA GAP ROAD BLOOMINGBURG NY DOL DOL *****3540 SEVEN STAR ELECTRICAL CONTRACTING CORP STEINWAY STREET ASTORIA NY DOL DOL SEVEN STAR ELECTRICAL INC C/O THEONI ATHANASIADIS 1023 COMMACK ROADDIX HILLS NY DOL NYC SHAFIQUL ISLAM TH DRIVE LONG ISLAND CITY NY DOL NYC SHAHZAD ALAM TH AVE BAYSIDE NY DOL DOL SHAIKF YOUSUF C/O INDUS GENERAL CONST ST STREETJACKSON HEIGHTS NY DOL DOL *****0415 SIGNAL CONSTRUCTION LLC 199 GRIDER STREET BUFFALO NY DOL DOL *****8469 SIGNATURE PAVING AND SEALCOATING DOL DOL *****8469 SIGNATURE SEALCOATING AND STRIPING SERVICE DOL DOL *****6904 SIGNING STAR LIMITED LIABILITY COMPANY P O BOX 772 JAMESTOWN NY LIVINGSTON AVENUE P O BOX 772JAMESTOWN NY HANSEN PLACE WAYNE NJ DOL DOL *****0667 SNEEM CONSTRUCTION INC ND STREET SUNNYSIDE NY DOL DOL SPASOJE DOBRIC 61 WILLET STREET - SUITE PASSAIC NJ DOL DOL SPORTSCRAFTERS INC 113 N MAPLE AVENUE GREENSBURG PA /14/ /14/ /23/ /23/ /24/ /24/ /24/ /24/ /24/ /24/ /25/ /25/ /16/ /16/ /10/ /10/ /04/ /04/ /14/ /14/ /03/ /03/ /05/ /05/ /19/ /19/ /04/ /04/ /25/ /11/ /28/ /28/ /23/ /23/ /23/ /23/ /14/ /14/ /14/ /14/ /27/ /27/ /27/ /27/ /25/ /25/ /02/ /02/ /28/ /28/ /14/ /25/ /13/ /13/ /04/ /13/ /18/ /18/ /01/ /01/ /09/ /23/ /21/ /21/2018 Page 11 of 13

124 NYSDOL Bureau of Public Work Debarment List 07/25/2014 Article 8 DOL DOL *****3539 SPOTLESS CONTRACTING IMPACT INDUSTRIAL SERVICES INC 44 THIELLS-MT IVY ROAD POMONA NY DOL DOL *****3496 STAR INTERNATIONAL INC SPRINGFIELD BLVD QUEENS VILLAGE NY DOL DOL STEFANIE MCKENNA 30 MIDLAND AVENUE WALLINGTON NJ DOL DOL STEPHEN BIANCHI 462 LAKEVIEW AVENUE VALHALLA NY DOL DOL STEPHEON SHELDON FANTASTIC PAINTING 493 LANSING ROAD FULTONVILLE NY DOL DOL STEVEN CONKLIN 60 COLONIAL ROAD STILLWATER NY DOL DOL STUART CHAITIN 634 ROUTE 303 BLAUVET NY DOL DOL *****3210 SUPER SWEEP FMS 4 LEGHORN COURT NEW YORK NY DOL DOL SUZANNE G GOLD C/O GOLDS FLOORING INSTALLATION S INC DOL DOL *****9676 T D CONTRACTORS CORP T D CONTRACTOR S INC 25 HAMILTON ROAD MONTICELLO NY N MAPLE AVENUE GREENSBURG PA DOL DOL T D CONTRACTORS INC 113 N MAPLE AVENUE GREENSBURG PA DOL DOL TECH-MECHANICAL FAB DC INC 5 PARKER AVENUE POUGHKEEPSIE NY DOL DOL *****4293 THE J OUVINA GROUP LLC 344 SOUNDVIEW LANE COLLEGE POINT NY DOL DOL THE THORNE GROUP INC 113 N MAPLE AVENUE GREENSBURG PA DOL DOL *****2070 THE UNIVERSAL GROUP OF NEW YORK INC DOL DOL *****9243 THE WELCOME MAT PROPERTY MANAGEMENT LLC 212 OXFORD WAY SCHENECTADY NY P O BOX 268 STILLWATER NY DOL DOL THEONI ATHANASIADIS C/O SEVEN STAR ELECTRICAL STEINWAY STREETASTORIA NY DOL DOL THOMAS DESANTIS DESANTIS ENTERPRISES 161 OSWEGO RIVER ROAD PHOENIX NY DOL NYC THOMAS SCARINCI ND AVENUE RICHMOND HILLS NY DOL DOL THOMAS TERRANOVA 13 NEW ROAD/SUITE 1 NEWBURGH NY DOL DOL *****2734 THREE FRIENDS CONSTRUCTION CORP 986 MADISON AVENUE PATERSON NJ DOL NYC *****6253 THUNDER BROTHERS CORP 24 CONGRESS LANE SOUTH RIVER NJ DOL DOL TIMOTHY F BARBER 635 LUZERNE ROAD QUEENSBURY NY DOL NYC TIMOTHY O'SULLIVAN C/O SNEEM CONSTRUCTION ND STREETSUNNYSIDE NY DOL NYC *****1523 TM MECHANICAL CORP ND AVENUE RICHMOND HILLS NY DOL DOL TNT DEMOLITION AND ENVIRONMENTAL INC DOL DOL *****3315 TOTAL DOOR SUPPLY & INSTALLATION INC DOL DOL *****3315 TOTAL DOOR SUPPLY & INSTALLATION INC 355 COUNTY ROUTE 8 FULTON NY JOY DRIVE NEW HYDE PPARK NY JOY DRIVE NEW HYDE PPARK NY DOL DOL *****8176 TOURO CONTRACTING CORP 1541 EAST 56TH STREET BROOKLYN NY DOL DOL *****2357 TRAC CONSTRUCTION INC MUNICIPAL MILLING & MIX -IN- PLACE 9091 ERIE ROAD ANGOLA NY DOL DOL TRI STATE TRUCKING INC 140 ARMSTRONG AVENUE SYRACUSE NY DOL DOL *****5213 TRIAD PAINTING CO INC 656 N WELLWOOD AVE/STE C LINDENHURST NY DOL DOL *****4294 TWT CONSTRUCTION COMPANY INC 13 NEW ROAD/SUITE 1 NEWBURGH NY DOL DOL ULIANO AND SONS INC 22 GRIFFEN COURT MILLER PLACE NY DOL AG *****6490 UNIVERSAL STEEL FABRICATORS INC 90 JUNIUS STREET BROOKLYN NY /14/ /14/ /11/ /11/ /05/ /05/ /16/ /16/ /18/ /18/ /15/ /15/ /26/ /19/ /28/ /28/ /16/ /16/ /21/ /21/ /21/ /21/ /25/ /25/ /22/ /22/ /21/ /21/ /11/ /16/ /16/ /21/ /27/ /27/ /24/ /18/ /27/ /27/ /15/ /15/ /03/ /03/ /01/ /01/ /16/ /16/ /01/ /01/ /27/ /27/ /08/ /19/ /05/ /05/ /05/ /05/ /04/ /04/ /03/ /03/ /21/ /21/ /01/ /01/ /15/ /15/ /26/ /26/ /23/ /23/2019 Page 12 of 13

125 NYSDOL Bureau of Public Work Debarment List 07/25/2014 Article 8 DOL NYC *****7174 V&R CONTRACTING P O BOX 957 PORT JEFFERSON STA NY DOL DOL *****1504 VALLEY VIEW LANDSCAPING AND SITE DEVELOPMENT LLC DOL DOL *****0854 VANESSA CONSTRUCTION INC DOL NYC VEAP SELA C/O COLONIAL ROOFING COMPANY INC DOL DOL *****3270 VEZANDIO CONTRACTING CORP 470 AURORA STREET LANDSCASTER NY MEACHAM AVE/STE 103 ELMONT NY TH STREET BROOKLYN NY BEECH STREET NEW HYDE PARK NY DOL NYC VICK CONSTRUCTION 21 DAREWOOD LANE VALLEY STREAM NY DOL NYC VICKRAM MANGRU VICK CONSTRUCTI ON 21 DAREWOOD LANE VALLEY STREAM NY DOL NYC VINCENT PIZZITOLA P O BOX 957 PORT JEFFERSON STA NY DOL NYC *****9936 VISHAL CONSTRUCTION INC TH AVE - APT F63 JACKSON HEIGHTS NY DOL DOL WASSIM ISSA 470 AURORA STREET LANDSCASTER NY DOL DOL WESLEY J STAROBA 206 TALLY HO COURT SCHENECTADY NY DOL DOL *****0078 WESLEY J STAROBA INC S & S ELECTRIC DOL DOL *****7617 WHITE PLAINS CARPENTRY CORP 235 BROADWAY SCHENECTADY NY P O BOX 309 WHITE PLAINS NY DOL DOL WILLIAM CONKLIN 5 PARKER AVENUE POUGHKEEPSIE NY DOL DOL WILLIAM MAZZELLA 134 MURRAY AVENUE YONKERS NY DOL DOL WILLIAM SCRIVENS 30 MIDLAND AVENUE WALLINGTON NJ DOL DOL WILLIAM THORNE 113 N MAPLE AVENUE GREENSBURG PA DOL DOL WILLIAM W FARMER JR 112 HUDSON AVENUE ROCHESTER NY DOL NYC *****5498 XAVIER CONTRACTING LLC 68 GAYLORD ROAD SCARSDALE NY DOL AG YULY ARONSON 700 SUMMER STREET STAMFORD CT DOL DOL YURIY IVANIN C/O MOUNTAIN'S AIR INC 2471 OCEAN AVENUE-STE 7ABROOKLYN NY /12/ /12/ /29/ /29/ /24/ /24/ /05/ /05/ /02/ /02/ /31/ /31/ /31/ /31/ /12/ /12/ /04/ /04/ /29/ /29/ /19/ /19/ /19/ /19/ /04/ /04/ /25/ /25/ /03/ /03/ /05/ /05/ /21/ /21/ /19/ /19/ /10/ /10/ /24/ /24/ /24/ /24/2017 Page 13 of 13

126 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO SECTION SUMMARY PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Contract description. 2. Work by Owner or other Work at the Site. 3. Contractor's use of Site and premises. 4. Owner occupancy. 1.2 CONTRACT DESCRIPTION A. Work of the Project includes Replacement of the standing seam metal roof on the Forrence Recreation Center (approximately 30,000 square feet) using a structural retrofit roof sub-framing system over the existing roof panels. Replacement includes (2) small EPDM entrance roofs. B. Perform Work of Contract under stipulated sum Contract with Owner according to Conditions of Contract. 1.3 WORK BY OWNER OR OTHERS A. Coordinate Work with utilities of Owner and public or private agencies. B. Items noted NIC (Not in Contract), will be furnished and installed by Owner. 1.4 CONTRACTOR'S USE OF SITE AND PREMISES A. Limit use of Site and premises to allow: 1. Owner occupancy. 2. Work by Owner. 3. Work by Others. 4. Use of Site and premises by the public. B. Access to Site: Limited to designated areas. C. Construction Operations: Limited to designated areas. 1. Noisy and Disruptive Operations (such as Use of Jack Hammers and Other Noisy Equipment): Not allowed in close proximity to existing building during regular hours of operation. Coordinate and schedule such operations with Owner to minimize disruptions. D. Utility Outages and Shutdown: 1. Coordinate and schedule electrical and other utility outages with Owner. 2. Outages: Allowed only at previously agreed upon times. Summary

127 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO E. Construction Plan: Before start of construction, submit copy of construction plan regarding access to Work, use of Site, and utility outages for acceptance by Owner. After acceptance of plan, construction operations shall comply with accepted plan unless deviations are accepted by Owner in writing. 1.5 WORK SEQUENCE A. Construct work in stages in order to accommodate Owner's occupancy requirements during construction period. Coordinate construction schedule and operations with Owner. 1.6 OWNER OCCUPANCY A. Owner will occupy site and premises for conduct of normal operations. B. Cooperate with Owner to minimize conflict and to facilitate Owner's operations. C. Schedule the Work to accommodate Owner occupancy. PART 2 PRODUCTS - Not Used PART 3 EXECUTION - Not Used END OF SECTION Summary

128 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO SECTION PRICE AND PAYMENT PROCEDURES PART 1 GENERAL 1.1 SECTION INCLUDES A. Contingency allowances. B. Schedule of Values. C. Application for Payment. D. Change procedures. E. Defect assessment. F. Alternates. 1.2 CONTINGENCY ALLOWANCES A. Include in Contract a stipulated sum/price of (See Bid Form) for use upon Owner's instruction as a contingency allowance. B. Contractor's costs for products, delivery, installation, labor, insurance, payroll, taxes, bonding, equipment rental, overhead, and profit will be included in Change Orders authorizing expenditure of funds from this contingency allowance. C. Funds will be drawn from contingency allowance only by Change Order. D. At closeout of Contract, funds remaining in contingency allowance will be credited to Owner by Change Order. 1.3 SCHEDULE OF VALUES A. Submit printed or electronic schedule on AIA G703 - Continuation Sheet for G702. Submit Schedule of Values within 15 days after date of Owner-Contractor Agreement. B. Format: Use Table of Contents of this Project Manual. Identify each line item with number and title of major Specification Section. Also identify General Conditions and Allowances separately. C. Include in each line item amount of allowances as specified in this Section. D. Include within each line item, direct proportional amount of Contractor's overhead and profit. E. Revise schedule to list approved Change Orders with each Application for Payment. Price and Payment Procedures

129 1.4 APPLICATION FOR PAYMENT CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO A. Submit three copies of each Application for Payment on AIA G702 - Application and Certificate for Payment and AIA G703 - Continuation Sheet for G702. B. Content and Format: Use Schedule of Values for listing items in Application for Payment. C. Submit updated construction schedule with each Application for Payment, if requested by Architect/Engineer. D. Payment Period: Submit at intervals stipulated in the Agreement. E. Submit submittals with transmittal letter as specified in Section Submittal Procedures. F. Substantiating Data: When Architect/Engineer requires substantiating information, submit data justifying dollar amounts in question. Include the following with Application for Payment: Current construction photographs specified in Section Submittal Procedures. 1. Partial release of liens from major Subcontractors and vendors. 2. Record Documents as specified in Section Execution and Closeout Requirements, for review by Owner, which will be returned to Contractor. 3. Affidavits attesting to off-site stored products. 4. Construction Progress Schedule, revised and current as specified in Section Submittal Procedures. 1.5 CHANGE PROCEDURES A. Submittals: Submit name of individual who is authorized to receive change documents and is responsible for informing others in Contractor's employ or Subcontractors of changes to the Work. B. Carefully study and compare Contract Documents before proceeding with fabrication and installation of Work. Promptly advise Architect/Engineer of any error, inconsistency, omission, or apparent discrepancy. C. Requests for Interpretation (RFI) and Clarifications: Allot time in construction scheduling for liaison with Architect/Engineer; establish procedures for handling queries and clarifications. 1. Use AIA G716 - Request for Information for requesting interpretations. 2. Architect/Engineer may respond with a direct answer on the Request for Interpretation form, AIA G710 - Architect's Supplemental Instruction or AIA G709 - Work Changes Proposal Request. D. Architect/Engineer will advise of minor changes in the Work not involving adjustment to Contract Sum/Price or Contract Time by issuing supplemental instructions on AIA G710. E. Architect/Engineer may issue AIA G709, including a detailed description of proposed change with supplementary or revised Drawings and Specifications, a change in Contract Time for executing the change with stipulation of overtime work required and with the period of time during which the requested price will be considered valid. Contractor will prepare and submit estimate within 7 days. Contractor may propose changes by submitting a request for change to Architect/Engineer, Price and Payment Procedures

130 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO describing proposed change and its full effect on the Work. Include a statement describing reason for the change and the effect on Contract Sum/Price and Contract Time with full documentation and a statement describing effect on the Work by separate or other Contractors. F. Document requested substitutions according to Substitution Procedures. Stipulated Sum/Price Change Order: Based on AIA G709 and Contractor's fixed price quotation or Contractor's request for Change Order as approved by Architect/Engineer. G. Construction Change Directive: Architect/Engineer may issue directive, on AIA G714 - Construction Change Directive signed by Owner, instructing Contractor to proceed with change in the Work, for subsequent inclusion in a Change Order. Document will describe changes in the Work and designate method of determining any change in Contract Sum/Price or Contract Time. Promptly execute change. Submit itemized account and supporting data after completion of change, within time limits indicated in Conditions of the Contract. Architect/Engineer will determine change allowable in Contract Sum/Price and Contract Time as provided in Contract Documents. H. Maintain detailed records of Work done on time and material basis. Provide full information required for evaluation of proposed changes and to substantiate costs for changes in the Work. I. Document each quotation for change in Project Cost or Time with sufficient data to allow evaluation of quotation. J. Change Order Forms: AIA G701 - Change Order. K. Execution of Change Orders: Architect/Engineer will issue Change Orders for signatures of parties as provided in Conditions of the Contract. L. Correlation of Contractor Submittals: 1. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as separate line item and adjust Contract Sum/Price. 2. Promptly revise Progress Schedules to reflect change in Contract Time, revise subschedules to adjust times for other items of Work affected by the change, and resubmit. 3. Promptly enter changes in Record Documents. 1.6 DEFECT ASSESSMENT A. Replace the Work, or portions of the Work, not conforming to specified requirements. B. If, in the opinion of Architect/Engineer, it is not practical to remove and replace the Work, Architect/Engineer will direct appropriate remedy or adjust payment. C. The defective Work may remain, but unit sum/price will be adjusted to new sum/price at discretion of Architect/Engineer. D. Defective Work may be partially repaired according to instructions of Architect/Engineer and Owner, and unit sum/price will be reduced at discretion of Architect/Engineer. Price and Payment Procedures

131 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO E. Individual Specification Sections may modify these options or may identify specific formula or percentage sum/price reduction. F. Authority of Architect/Engineer to assess defects and identify payment adjustments is final. G. Nonpayment for Rejected Products: Payment will not be made for rejected products for any of the following reasons: 1. Products wasted or disposed of in a manner that is not acceptable. 2. Products determined as unacceptable before or after placement. 3. Products not completely unloaded from transporting vehicle. 4. Products placed beyond lines and levels of the required Work. 5. Products remaining on hand after completion of the Work. 6. Loading, hauling, and disposing of rejected products. 1.7 ALTERNATES A. Alternates quoted on Bid Forms will be reviewed and accepted or rejected at Owner's option. Accepted Alternates will be identified in Owner-Contractor Agreement. The Owner-Contractor Agreement may identify certain Alternates to remain an Owner option for a stipulated period of time. B. Coordinate related Work and modify surrounding Work. Description for each Alternate is recognized to be abbreviated but requires that each change shall be complete for scope of Work affected. 1. Coordinate related requirements among Specification Sections as required. 2. Include as part of each Alternate: Miscellaneous devices, appurtenances, and similar items incidental to or necessary for complete installation. 3. Coordinate Alternate with adjacent Work and modify or adjust as necessary to ensure integration. C. Schedule of Alternates: 1. Alternate No. 1: a. Base Bid Item: Not Applicable. b. Alternate Item: Provide 2" board insulation in cavities between existing roof panels & new roof panels. 2. Alternate No. 2: a. Base Bid Item: Not Applicable. b. Alternate Item: Provide snow guards on standing seam metal roof. See specification section Snow Guards, for manufacturer s layout and installation recommendations. 3. Alternate No. 3: a. Base Bid Item: Not Applicable. b. Alternate Item: Provide infill at eave over shed roof per detail 4/A-502. Price and Payment Procedures

132 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO PART 2 PRODUCTS - Not Used PART 3 EXECUTION - Not Used END OF SECTION Price and Payment Procedures

133 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO SECTION ALTERNATES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for alternates. 1.3 DEFINITIONS A. Alternate: An amount proposed by bidders and stated on the Bid Form for certain work defined in the Bidding Requirements that may be added to or deducted from the Base Bid amount if Owner decides to accept a corresponding change either in the amount of construction to be completed or in the products, materials, equipment, systems, or installation methods described in the Contract Documents. 1. The cost or credit for each alternate is the net addition to or deduction from the Contract Sum to incorporate alternate into the Work. No other adjustments are made to the Contract Sum. 1.4 PROCEDURES A. Coordination: Modify or adjust affected adjacent work as necessary to completely integrate work of the alternate into Project. 1. Include as part of each alternate, miscellaneous devices, accessory objects, and similar items incidental to or required for a complete installation whether or not indicated as part of alternate. B. Notification: Immediately following award of the Contract, notify each party involved, in writing, of the status of each alternate. Indicate if alternates have been accepted, rejected, or deferred for later consideration. Include a complete description of negotiated modifications to alternates. C. Execute accepted alternates under the same conditions as other work of the Contract. D. Schedule: A Schedule of Alternates is included at the end of this Section. Specification Sections referenced in schedule contain requirements for materials necessary to achieve the work described under each alternate. Alternates

134 PART 2 - PRODUCTS - (Not Used) PART 3 - EXECUTION 3.1 SCHEDULE OF ALTERNATES CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO A. Alternate No. 1 (ADD) Provide 2 board insulation in cavities between existing roof panels and new roof panels. B. Alternate No. 2 (ADD) - Provide snow guards on standing seam metal roof. See specification section Snow Guards, for manufacturer s layout and installation recommendations. C. Alternate No. 3 (ADD) - Provide infill at eave over shed roof per detail 4/A-502. END OF SECTION Alternates

135 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO SECTION ADMINISTRATIVE REQUIREMENTS PART 1 GENERAL 1.1 SECTION INCLUDES A. Coordination and Project conditions. B. Preconstruction meeting. C. Site mobilization meeting. D. Progress meetings. E. Closeout meeting. 1.2 COORDINATION AND PROJECT CONDITIONS A. Coordinate scheduling, submittals, and Work of various Sections of Project Manual to ensure efficient and orderly sequence of construction elements. B. Coordination Meetings: In addition to other meetings specified in this Section, hold coordination meetings with personnel and Subcontractors to ensure coordination of Work. C. Coordinate completion and clean-up of Work of separate Sections in preparation for Substantial Completion D. After Owner's occupancy of premises, coordinate access to Site for correction of defective Work and Work not complying with Contract Documents, to minimize disruption of Owner's activities. 1.3 PRECONSTRUCTION MEETING A. Owner will schedule and preside over meeting after Notice of Award. B. Attendance Required: Owner and Contractor. C. Minimum Agenda: 1. Execution of Owner-Contractor Agreement. 2. Submission of insurance certificates. 3. Distribution of Contract Documents. 4. Submission of list of Subcontractors, list of products, schedule of values, and Progress Schedule. 5. Designation of personnel representing parties in Contract. 6. Communication procedures. Administrative Requirements

136 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO Procedures and processing of requests for interpretations, field decisions, field orders, submittals, substitutions, Applications for Payments, proposal request, Change Orders, and Contract closeout procedures. 8. Scheduling. 9. Critical Work sequencing. D. Contractor: Record minutes and distribute copies to participants within (2) two days after meeting, with copies to Owner and those affected by decisions made. 1.4 SITE MOBILIZATION MEETING A. Owner will schedule and preside over meeting at Project Site prior to Contractor occupancy. B. Attendance Required: Owner, Contractor and Contractor's superintendent. C. Minimum Agenda: 1. Use of premises by Owner and Contractor. 2. Owner's requirements. 3. Construction facilities and controls provided by Owner. 4. Temporary utilities provided by Owner. D. Contractor: Record minutes and distribute copies to participants within (2) two days after meeting, with copies to Owner and those affected by decisions made. 1.5 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work. B. Make arrangements for meetings, prepare agenda with copies for participants, and preside over meetings. C. Attendance Required: Job superintendent, major Subcontractors, Contractors and Owner, as appropriate to agenda topics for each meeting. D. Minimum Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems impeding planned progress. 5. Review of submittal schedule and status of submittals. 6. Maintenance of Progress Schedule. 7. Corrective measures to regain projected schedules. 8. Planned progress during succeeding work period. 9. Coordination of projected progress. 10. Maintenance of quality and work standards. 11. Effect of proposed changes on Progress Schedule and coordination. 12. Other business relating to Work. Administrative Requirements

137 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO E. Contractor: Record minutes and distribute copies to participants within (2) days after meeting, with copies to Owner and those affected by decisions made. 1.6 CLOSEOUT MEETING A. Schedule Project closeout meeting with sufficient time to prepare for requesting Substantial Completion. Preside over meeting and be responsible for minutes. B. Attendance Required: Contractor, Owner and others appropriate to agenda. C. Minimum Agenda: 1. Contractor's preparation of an initial "punch list." 2. Completion time for correcting deficiencies. 3. Partial release of retainage. 4. Final cleaning. 5. Closeout Submittals. 6. Final Application for Payment. 7. Contractor's demobilization of Site. D. Record minutes and distribute copies to participants within (2) two days after meeting, with copies to Owner and those affected by decisions made. PART 2 PRODUCTS - Not Used PART 3 EXECUTION Not Used END OF SECTION Administrative Requirements

138 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO SECTION SUBMITTAL PROCEDURES PART 1 GENERAL 1.1 SECTION INCLUDES A. Definitions. B. Submittal procedures. C. Construction progress schedules. D. Proposed product list. E. Product data. F. Use of electronic CAD files of Project Drawings. G. Shop Drawings. H. Samples. I. Other submittals. J. Design data. K. Test reports. L. Certificates. M. Manufacturer's instructions. N. Manufacturer's field reports. O. Erection Drawings. P. Construction photographs. Q. Contractor review. R. Architect/Engineer review. 1.2 DEFINITIONS A. Action Submittals: Written and graphic information and physical samples that require Architect/Engineer's responsive action. B. Informational Submittals: Written and graphic information and physical Samples that do not require Architect/Engineer's responsive action. Submittals may be rejected for not complying with requirements. Submittal Procedures

139 1.3 SUBMITTAL PROCEDURES CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO A. Transmit each submittal with Architect/Engineer-accepted form (attached). B. Sequentially number transmittal forms. Mark revised submittals with original number and sequential alphabetic suffix. C. Identify: Project, Contractor, Subcontractor and supplier, pertinent Drawing and detail number, and Specification Section number appropriate to submittal. D. Apply Contractor's stamp, signed or initialed, certifying that review, approval, verification of products required, field dimensions, adjacent construction Work, and coordination of information is according to requirements of the Work and Contract Documents. E. Schedule submittals to expedite Project, and deliver to Architect/Engineer at business address and submit electronic submittals via as PDF electronic files. Coordinate submission of related items. F. For each submittal for review, allow 15 days excluding delivery time to and from Contractor. G. Identify variations in Contract Documents and product or system limitations that may be detrimental to successful performance of completed Work. H. Allow space on submittals for Contractor and Architect/Engineer review stamps. I. When revised for resubmission, identify changes made since previous submission. J. Distribute copies of reviewed submittals as appropriate. Instruct parties to promptly report inability to comply with requirements. K. Submittals not requested will not be recognized nor processed. L. Incomplete Submittals: Architect/Engineer will not review. Complete submittals for each item are required. Delays resulting from incomplete submittals are not the responsibility of Architect/Engineer. 1.4 CONSTRUCTION PROGRESS SCHEDULES A. Submit bar chart schedule with sufficient detail acceptable to Architect/Engineer. 1.5 PROPOSED PRODUCT LIST A. Within 15 days after date of Owner-Contractor Agreement, submit list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. B. For products specified only by reference standards, indicate manufacturer, trade name, model or catalog designation, and reference standards. Submittal Procedures

140 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO PRODUCT DATA A. Product Data: Action Submittal: Submit to Architect/Engineer for review for assessing conformance with information given and design concept expressed in Contract Documents. B. Submit electronic submittals via as PDF electronic files to designated recipient at Architect/Engineers office. C. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information specific to this Project. D. Indicate product utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. E. After review, produce copies and distribute according to "Submittal Procedures" Article and for record documents described in Section Execution and Closeout Requirements. 1.7 ELECTRONIC CAD FILES OF PROJECT DRAWINGS A. Electronic CAD Files of Project Drawings: May only be used to expedite production of Shop Drawings for the Project. Use for other Projects or purposes is not allowed. B. Electronic CAD Files of Project Drawings: Distributed only under the following conditions: 1. Use of files is solely at receiver's risk. Architect/Engineer does not warrant accuracy of files. Receiving files in electronic form does not relieve receiver of responsibilities for measurements, dimensions, and quantities set forth in Contract Documents. In the event of ambiguity, discrepancy, or conflict between information on electronic media and that in Contract Documents, notify Architect/Engineer of discrepancy and use information in hardcopy Drawings and Specifications. 2. CAD files do not necessarily represent the latest Contract Documents, existing conditions, and as-built conditions. Receiver is responsible for determining and complying with these conditions and for incorporating addenda and modifications. 3. User is responsible for removing information not normally provided on Shop Drawings and removing references to Contract Documents. Shop Drawings submitted with information associated with other trades or with references to Contract Documents will not be reviewed and will be immediately returned. 4. Receiver shall not hold Architect/Engineer responsible for data or file clean-up required to make files usable, nor for error or malfunction in translation, interpretation, or use of this electronic information. 5. Receiver shall understand that even though Architect/Engineer has computer virus scanning software to detect presence of computer viruses, there is no guarantee that computer viruses are not present in files or in electronic media. 6. Receiver shall not hold Architect/Engineer responsible for such viruses or their consequences, and shall hold Architect/Engineer harmless against costs, losses, or damage caused by presence of computer virus in files or media. C. Costs: $50 per drawing per request paid in advance by certified check or money order payable to Architect/Engineer. Submittal Procedures

141 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO SHOP DRAWINGS A. Shop Drawings: Action Submittal: Submit to Architect/Engineer for assessing conformance with information given and design concept expressed in Contract Documents. B. Indicate special utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. C. When required by individual Specification Sections, provide Shop Drawings signed and sealed by a professional Engineer responsible for designing components shown on Shop Drawings. 1. Include signed and sealed calculations to support design. 2. Submit Shop Drawings and calculations in form suitable for submission to and approval by authorities having jurisdiction. 3. Make revisions and provide additional information when required by authorities having jurisdiction. D. Submit in form of one opaque reproduction. E. Submit electronic submittals via as PDF electronic files. F. After review, produce copies and distribute according to "Submittal Procedures" Article and for record documents described in Section Execution and Closeout Requirements. 1.9 SAMPLES A. Samples: Action Submittal: Submit to Architect/Engineer for assessing conformance with information given and design concept expressed in Contract Documents. B. Samples for Selection as Specified in Product Sections: 1. Submit to Architect/Engineer for aesthetic, color, and finish selection. 2. Submit Samples of finishes, textures, and patterns for Architect/Engineer selection. C. Submit Samples to illustrate functional and aesthetic characteristics of products, with integral parts and attachment devices. Coordinate Sample submittals for interfacing work. D. Include identification on each Sample, with full Project information. E. Submit number of Samples specified in individual Specification Sections; Architect/Engineer will retain two Samples. F. Reviewed Samples that may be used in the Work are indicated in individual Specification Sections. G. Samples will not be used for testing purposes unless specifically stated in Specification Section. H. After review, produce copies and distribute according to "Submittal Procedures" Article and for record documents described in Section Execution and Closeout Requirements OTHER SUBMITTALS A. Closeout Submittals: Comply with Section Execution and Closeout Requirements. Submittal Procedures

142 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO B. Informational Submittal: Submit data for Architect/Engineer's knowledge as Contract administrator or for Owner. C. Submit information for assessing conformance with information given and design concept expressed in Contract Documents TEST REPORTS A. Informational Submittal: Submit reports for Architect/Engineer's knowledge as Contract administrator or for Owner. B. Submit test reports for information for assessing conformance with information given and design concept expressed in Contract Documents CERTIFICATES A. Informational Submittal: Submit certification by manufacturer, installation/application Subcontractor, or Contractor to Architect/Engineer, in quantities specified for Product Data. B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or product but must be acceptable to Architect/Engineer MANUFACTURER'S INSTRUCTIONS A. Informational Submittal: Submit manufacturer's installation instructions for Architect/Engineer's knowledge as Contract administrator or for Owner. B. Submit printed instructions for delivery, storage, assembly, installation, startup, adjusting, and finishing, to Architect/Engineer in quantities specified for Product Data. C. Indicate special procedures, perimeter conditions requiring special attention, and special environmental criteria required for application or installation MANUFACTURER'S FIELD REPORTS A. Informational Submittal: Submit reports for Architect/Engineer's knowledge as Contract administrator or for Owner. B. Submit report in duplicate within 5 days of observation to Architect/Engineer for information. C. Submit reports for information for assessing conformance with information given and design concept expressed in Contract Documents ERECTION DRAWINGS A. Informational Submittal: Submit Drawings for Architect/Engineer's knowledge as Contract administrator or for Owner. Submittal Procedures

143 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO B. Submit Drawings for information assessing conformance with information given and design concept expressed in Contract Documents. C. Data indicating inappropriate or unacceptable Work may be subject to action by Architect/Engineer or Owner CONSTRUCTION PHOTOGRAPHS A. Provide photographs of Site and construction throughout progress of Work. B. Twice monthly submit photographs. C. Take two Site photographs from different directions and five interior photographs indicating relative progress of the Work. D. Take photographs as evidence of existing Project conditions. E. Identify name of Project, Contract number, orientation of view, date and time of view, name and address of photographer. F. Digital Images: Deliver complete set of digital image electronic files on CD-ROM to Owner with Project record documents. Identify electronic media with date photographs were taken. Submit images that have same aspect ratio as sensor, uncropped. 1. Digital Images: Uncompressed TIFF format, produced by digital camera with minimum sensor size of 4.0 megapixels, and image resolution of not less than 1024 by 768 pixels. 2. Date and Time: Include date and time in filename for each image CONTRACTOR REVIEW A. Review for compliance with Contract Documents and approve submittals before transmitting to Architect/Engineer. B. Contractor: Responsible for: 1. Determination and verification of materials including manufacturer's catalog numbers. 2. Determination and verification of field measurements and field construction criteria. 3. Checking and coordinating information in submittal with requirements of Work and of Contract Documents. 4. Determination of accuracy and completeness of dimensions and quantities. 5. Confirmation and coordination of dimensions and field conditions at Site. 6. Construction means, techniques, sequences, and procedures. 7. Safety precautions. 8. Coordination and performance of Work of all trades. C. Stamp, sign or initial, and date each submittal to certify compliance with requirements of Contract Documents. D. Do not fabricate products or begin Work for which submittals are required until approved submittals have been received from Architect/Engineer. Submittal Procedures

144 1.18 ARCHITECT/ENGINEER REVIEW CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO A. Do not make "mass submittals" to Architect/Engineer. "Mass submittals" are defined as six or more submittals or items in one day or 15 or more submittals or items in one week. If "mass submittals" are received, Architect/Engineer's review time stated above will be extended as necessary to perform proper review. Architect/Engineer will review "mass submittals" based on priority determined by Architect/Engineer after consultation with Owner and Contractor. B. Informational submittals and other similar data are for Architect/Engineer's information, do not require Architect/Engineer's responsive action, and will not be reviewed or returned with comment. C. Submittals made by Contractor that are not required by Contract Documents may be returned without action. D. Submittal approval does not authorize changes to Contract requirements unless accompanied by Change Order, Architect's Supplemental Instruction, or Construction Change Directive. E. Owner may withhold monies due to Contractor to cover additional costs beyond the second submittal review. PART 2 PRODUCTS - Not Used PART 3 EXECUTION - Not Used END OF SECTION Submittal Procedures

145 CONTRACTOR S LETTERHEAD PROJECT TITLE: Clinton Community College PROJECT NO.: AES Project No Forrence Recreation Center Roof Replacement ENGINEER: AES Northeast SPEC. SECTION NO. Warranty Performance Affidavit Other Product Data Shop Drawing Samples/Color Charts DESCRIPTION: NO. OF PAGES: DATE SUBMITTED: DATE RESUBMITTED: CONTRACTOR S STAMP & NOTES: The Contractor Certifies that this product submittal: 1. Is equal in materials of construction, quality, durability, appearance, strength, and design characteristics. 2. It will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning as a functioning whole. 3. It has a proven record of performance and availability of responsive service. 4. There will be no increase in cost to the Owner or increase in Contract Times. 5. It conforms substantially to the detailed requirements of the item named in the Contract Documents. 6. The Contractor has allowed at least (2) weeks for review of this submittal. ENGINEER S STAMP & NOTES: AES NORTHEAST, PLLC No Exceptions Taken Revise & Resubmit Make Corrections Noted Rejected DATE: BY: Architect s/engineer s review is for general conformance with the design concepts and contract documents. Marking or comments shall not be construed as relieving the Contractor from compliance with the project plans and specifications, nor departure therefrom. The Contractor remains responsible for details and accuracy, for confirming and correlating all quantities and dimensions, for selecting fabrication processes, for techniques of assembly and for performing his work in a safe manner. P:\41\4101 Clinton Comm. College - Forrence Rec. Ctr Roof\B Design\B10 Specs\ Submittal Form for Contractors.doc

146 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO SECTION QUALITY REQUIREMENTS PART 1 GENERAL 1.1 SECTION INCLUDES A. Quality control. B. Tolerances. C. References. D. Labeling. E. Mockup requirements. F. Manufacturers' field services. 1.2 QUALITY CONTROL A. Monitor quality control over suppliers, manufacturers, products, services, Site conditions, and workmanship, to produce Work of specified quality. B. Comply with specified standards as the minimum quality for the Work except where more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. C. Perform Work using persons qualified to produce required and specified quality. D. Products, materials, and equipment may be subject to inspection by Architect/Engineer and Owner at place of manufacture or fabrication. Such inspections shall not relieve Contractor of complying with requirements of Contract Documents. E. Supervise performance of Work in such manner and by such means to ensure that Work, whether completed or in progress, will not be subjected to harmful, dangerous, damaging, or otherwise deleterious exposure during construction period. 1.3 TOLERANCES A. Monitor fabrication and installation tolerance control of products to produce acceptable Work. Do not permit tolerances to accumulate. B. Comply with manufacturers' recommended tolerances and tolerance requirements in reference standards. When such tolerances conflict with Contract Documents, request clarification from Architect/Engineer before proceeding. C. Adjust products to appropriate dimensions; position before securing products in place. Quality Requirements

147 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO REFERENCES A. For products or workmanship specified by association, trade, or other consensus standards, comply with requirements of standard except when more rigid requirements are specified or are required by applicable codes. B. Conform to reference standard by date of issue current as of date of Contract Documents except where specific date is established by code. C. Obtain copies of standards and maintain on Site when required by product Specification Sections. D. When requirements of indicated reference standards conflict with Contract Documents, request clarification from Architect/Engineer before proceeding. E. Neither contractual relationships, duties, or responsibilities of parties in Contract nor those of Architect/Engineer shall be altered from Contract Documents by mention or inference in reference documents. 1.5 LABELING A. Attach label from agency approved by authorities having jurisdiction for products, assemblies, and systems required to be labeled by applicable code. B. Label Information: Include manufacturer's or fabricator's identification, approved agency identification, and the following information, as applicable, on each label: 1. Model number. 2. Serial number. 3. Performance characteristics. C. Manufacturer's Nameplates, Trademarks, Logos, and Other Identifying Marks on Products: Not allowed on surfaces exposed to view in public areas, interior or exterior. 1.6 MOCK-UP REQUIREMENTS A. Tests will be performed under provisions identified in this Section and identified in individual product Specification Sections. B. Assemble and erect specified or indicated items with specified or indicated attachment and anchorage devices, flashings, seals, and finishes. C. Accepted mockups shall be comparison standard for remaining Work. D. Where mockup has been accepted by Architect/Engineer and is specified in product Specification Sections to be removed, remove mockup and clear area when directed to do so by Architect/Engineer. Quality Requirements

148 1.7 MANUFACTURER'S FIELD SERVICES CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO A. When specified in individual Specification Sections, require material or product suppliers or manufacturers to provide qualified staff personnel to observe Site conditions, conditions of surfaces and installation, quality of workmanship, startup of equipment, testing, adjusting, and balancing of equipment as applicable, and to initiate instructions when necessary. B. Submit qualifications of observer to Architect/Engineer 30 days in advance of required observations. Observer is subject to approval of Architect/Engineer. C. Report observations and Site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturer's written instructions. D. Refer to Section Submittal Procedures, "Manufacturer's Field Reports" Article. PART 2 PRODUCTS - Not Used PART 3 EXECUTION - Not Used END OF SECTION Quality Requirements

149 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO SECTION TEMPORARY FACILITIES AND CONTROLS PART 1 GENERAL 1.1 SECTION INCLUDES A. Temporary Utilities: 1. Temporary electricity. 2. Temporary sanitary facilities. B. Construction Facilities: 1. Storage sheds. 2. Vehicular access. 3. Parking. 4. Progress cleaning and waste removal. 5. Fire-prevention facilities. C. Temporary Controls: 1. Barriers. 2. Enclosures and fencing. 3. Security. 4. Dust control. 5. Noise control. 6. Pest and rodent control. 7. Pollution control. D. Removal of utilities, facilities, and controls. 1.2 TEMPORARY ELECTRICITY A. Owner will pay cost of energy used. Exercise measures to conserve energy. Use Owner's existing power service. B. Provide temporary electric feeder from existing building, if needed, at location as directed by Owner. Do not disrupt Owner's use of service. 1.3 TEMPORARY SANITARY FACILITIES A. Provide portable sanitary facilities. B. Existing designated facilities may be used during construction operations. Maintain a clean and sanitary condition daily. C. At end of construction, return existing facilities used for construction operations to same or better condition as original condition. Temporary Facilities and Controls

150 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO STORAGE SHEDS A. Designated existing outdoor spaces may be used for storage sheds. B. Do not use existing facilities for storage. 1.5 VEHICULAR ACCESS A. Provide unimpeded access for emergency vehicles. Maintain 20 foot-wide driveways with turning space between and around combustible materials. B. Provide and maintain access to fire hydrants free of obstructions. C. Use designated existing on-site roads for construction traffic. 1.6 PARKING A. Use of designated areas of existing on-site streets and driveways used for construction traffic is permitted. Tracked vehicles are not allowed on paved areas. B. Do not allow heavy vehicles or construction equipment in parking areas. C. Removal, Repair: 1. Repair existing facilities damaged by use, to original condition. 1.7 PROGRESS CLEANING AND WASTE REMOVAL A. Maintain areas free of waste materials, debris, and rubbish. Maintain Site in clean and orderly condition. B. Collect and remove waste materials, debris, and rubbish from Site periodically and dispose. C. Open free-fall chutes are not permitted. Terminate closed chutes into appropriate containers with lids. 1.8 FIRE-PREVENTION FACILITIES A. Establish fire watch for cutting, welding, and other hazardous operations capable of starting fires. Maintain fire watch before, during, and after hazardous operations until threat of fire does not exist. 1.9 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas, to allow for Owner's use of Site, and to protect existing facilities and adjacent properties from damage from construction operations and demolition. Temporary Facilities and Controls

151 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO B. Provide barricades and covered walkways required by authorities having jurisdiction for public rights-of-way and for public access to existing building. C. Tree and Plant Protection: Preserve and protect existing trees and plants designated to remain. 1. Protect areas within drip lines from traffic, parking, storage, dumping, chemically injurious materials and liquids, ponding, and continuous running water. 2. Provide 6 foot-high barriers around drip line, with access for maintenance. 3. Replace trees and plants damaged by construction operations. D. Protect non-owned vehicular traffic, stored materials, Site, and structures from damage ENCLOSURES AND FENCING A. Construction: Plastic construction netting. 1. Provide 4-foot-high fence around construction areas SECURITY A. Security Program: 1. Protect Work on existing premises from theft, vandalism, and unauthorized entry. B. Entry Control: 1. Restrict entrance of persons and vehicles to Project Site and existing facilities. 2. Allow entrance only to authorized persons with proper identification. 3. Coordinate access of Owner's personnel to Site in coordination with Owner's security forces. C. Personnel Identification: 1. Provide identification badge for each person authorized to enter premises. 2. Badge to Include: Personal photograph, name, and employer. 3. Maintain list of accredited persons and submit copy to Owner on request. 4. Require return of badges at expiration of employment on the Work DUST CONTROL A. Execute Work by methods that minimize raising dust from construction operations. B. Provide positive means to prevent airborne dust from dispersing into atmosphere and into Owneroccupied areas NOISE CONTROL A. Provide methods, means, and facilities to minimize noise from demolition and noise produced by construction operations PEST AND RODENT CONTROL A. Provide methods, means, and facilities to prevent pests and insects from entering facility. Temporary Facilities and Controls

152 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO B. Provide methods, means, and facilities to prevent rodents from accessing or invading premises POLLUTION CONTROL A. Provide methods, means, and facilities to prevent contamination of soil, water, and atmosphere from discharge of noxious, toxic substances and pollutants produced by construction operations. B. Comply with pollution and environmental control requirements of authorities having jurisdiction REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary utilities, equipment, facilities, and materials before Substantial Completion inspection. B. Clean and repair damage caused by installation or use of temporary Work. C. Restore existing and permanent facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. PART 2 PRODUCTS - Not Used PART 3 EXECUTION - Not Used END OF SECTION Temporary Facilities and Controls

153 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO SECTION EXECUTION AND CLOSEOUT REQUIREMENTS PART 1 GENERAL 1.1 SECTION INCLUDES A. Closeout procedures. B. Project record documents. C. Operation and maintenance data. D. Product warranties. 1.2 CLOSEOUT PROCEDURES A. Prerequisites to Substantial Completion: Complete following items before requesting Certification of Substantial Completion, either for entire Work or for portions of Work: 1. Conduct inspection to establish basis for request that Work is substantially complete. Create comprehensive list (initial punch list) indicating items to be completed or corrected, value of incomplete or nonconforming Work, reason for being incomplete, and date of anticipated completion for each item. Include copy of list with request for Certificate of Substantial Completion. 2. Deliver tools, spare parts, extra stocks of material, and similar physical items to Owner. 3. Discontinue or change over and remove temporary facilities and services from Project Site, along with construction tools, mockups, and similar elements. 4. Perform final cleaning according to this Section. B. Substantial Completion Inspection: 1. When Contractor considers Work to be substantially complete, submit to Architect/Engineer: a. Written certificate that Work, or designated portion, is substantially complete. b. List of items to be completed or corrected (initial punch list). 2. Within seven days after receipt of request for Substantial Completion, Architect/Engineer will make inspection to determine whether Work or designated portion is substantially complete. 3. Should Architect/Engineer determine that Work is not substantially complete: a. Architect/Engineer will promptly notify Contractor in writing, stating reasons for its opinion. b. Contractor shall remedy deficiencies in Work and send second written request for Substantial Completion to Architect/Engineer. c. Architect/Engineer will reinspect Work. d. Redo and Inspection of Deficient Work: Repeated until Work passes Architect/Engineer's inspection. 4. When Architect/Engineer finds that Work is substantially complete, Architect/Engineer will: Execution and Closeout Requirements

154 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO a. Prepare Certificate of Substantial Completion on AIA G704 - Certificate of Substantial Completion, accompanied by Contractor's list of items to be completed or corrected as verified and amended by Architect/Engineer and Owner (final punch list). b. Submit Certificate to Owner and Contractor for their written acceptance of responsibilities assigned to them in Certificate. 5. After Work is substantially complete, Contractor shall: a. Allow Owner occupancy of Project under provisions stated in Certificate of Substantial Completion. b. Complete Work listed for completion or correction within time period stipulated. 6. Owner will occupy all portions of building as specified in Section Summary. C. Prerequisites for Final Completion: Complete following items before requesting final acceptance and final payment. 1. When Contractor considers Work to be complete, submit written certification that: a. Contract Documents have been reviewed. b. Work has been examined for compliance with Contract Documents. c. Work has been completed according to Contract Documents. d. Work is completed and ready for final inspection. 2. Submittals: Submit following: a. Final punch list indicating all items have been completed or corrected. b. Final payment request with final releases and supporting documentation not previously submitted and accepted. Include certificates of insurance for products and completed operations where required. c. Specified warranties, workmanship/maintenance bonds, and other similar documents. d. Accounting statement for final changes to Contract Sum. e. Contractor's affidavit of payment of debts and claims on AIA G706 - Contractor's Affidavit of Payment of Debts and Claims. f. Contractor affidavit of release of liens on AIA G706A - Contractor's Affidavit of Release of Liens. g. Consent of surety to final payment on AIA G707 - Consent of Surety to Final Payment Form. 3. Perform final cleaning for Contractor-soiled areas according to this Section. D. Final Completion Inspection: 1. Within seven days after receipt of request for final inspection, Architect/Engineer will make inspection to determine whether Work or designated portion is complete. 2. Should Architect/Engineer consider Work to be incomplete or defective: a. Architect/Engineer will promptly notify Contractor in writing, listing incomplete or defective Work. b. Contractor shall remedy stated deficiencies and send second written request to Architect/Engineer that Work is complete. c. Architect/Engineer will reinspect Work. d. Redo and Inspection of Deficient Work: Repeated until Work passes Architect/Engineer's inspection. 1.3 PROJECT RECORD DOCUMENTS A. Maintain on Site one set of the following record documents; record actual revisions to the Work: Execution and Closeout Requirements

155 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the Contract. 5. Reviewed Shop Drawings, product data, and Samples. 6. Manufacturer's instruction for assembly, installation, and adjusting. B. Ensure entries are complete and accurate, enabling future reference by Owner. C. Store record documents separate from documents used for construction. D. Record information concurrent with construction progress, not less than weekly. E. Specifications: Legibly mark and record, at each product Section, description of actual products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates used. 3. Changes made by Addenda and modifications. F. Record Drawings and Shop Drawings: Legibly mark each item to record actual construction as follows: 1. Include Contract modifications such as Addenda, supplementary instructions, change directives, field orders, minor changes in the Work, and change orders. 2. Include locations of concealed elements of the Work. 3. Identify and locate existing buried or concealed items encountered during Project. 4. Field changes of dimension and detail. 5. Details not on original Drawings. G. Submit marked-up paper copy documents to Architect/Engineer with claim for final Application for Payment. H. Submit PDF electronic files of marked-up documents to Architect/Engineer with claim for final Application for Payment. 1.4 OPERATION AND MAINTENANCE DATA A. Submit in PDF composite electronic indexed file. B. Submit data bound in 8-1/2 x 11-inch text pages, three D side ring binders with durable plastic covers. C. Prepare binder cover with printed title "OPERATION AND MAINTENANCE INSTRUCTIONS," title of Project, and subject matter of binder when multiple binders are required. D. Internally subdivide binder contents with permanent page dividers, logically organized as described below; with tab titling clearly printed under reinforced laminated plastic tabs. Execution and Closeout Requirements

156 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO E. Drawings: Provide with reinforced punched binder tab. Bind in with text; fold larger drawings to size of text pages. F. Contents: Prepare table of contents for each volume, with each product or system description identified, typed on white paper, in three parts as follows: 1. Part 1: Directory, listing names, addresses, and telephone numbers of Architect/Engineer, Contractor, Subcontractors, and major equipment suppliers. 2. Part 2: Operation and maintenance instructions, arranged by system and subdivided by Specification Section. For each category, identify names, addresses, and telephone numbers of Subcontractors and suppliers. Include the following: a. Significant design criteria. b. Maintenance instructions for special finishes, including recommended cleaning methods and materials, and special precautions identifying detrimental agents. 3. Part 3: Project documents and certificates, including the following: a. Shop Drawings and product data. b. Originals of warranties. 1.5 PRODUCT WARRANTIES A. Obtain warranties executed in duplicate by responsible Subcontractors, suppliers, and manufacturers within ten days after completion of applicable item of Work. B. Execute and assemble transferable warranty documents and bonds from Subcontractors, suppliers, and manufacturers. C. Verify documents are in proper form, contain full information, and are notarized. D. Co-execute submittals when required. E. Submit prior to final Application for Payment. PART 2 PRODUCTS - Not Used PART 3 EXECUTION - Not Used END OF SECTION Execution and Closeout Requirements

157 PROJECT CLOSEOUT CHECKLIST CONSTRUCTION PHASE EXHIBIT A AES PROJECT NO.: 4101 LEGEND PROJECT TITLE: Forrence Recreation Center Roof Replacement O = OWNER OWNER : Clinton Community College AES = AES NORTHEAST, PLLC CONTRACTOR: C = CONTRACTOR CONTRACT: General Construction (GC) A = REGULATORY AGENCY N/A = NOT APPLICABLE DISTRIBUTION DATE REQ'D DATE REC'D DESCRIPTION SUBMITTED BY O C AES REMARKS X Punchlist by AES AES X Certificate of Substantial Completion AES X Certificate of Occupancy O X Final Change Order AES X Final Application for Payment C X Certificate Debts & Claims C X Release of Liens from Suppliers and Subcontractors C X Consent of Surety C X Record Drawings on pdf format C X Operations & Maintenance Manuals C X Warranties - Manufacturers/Suppliers C X Project Guarantee and Certification C X Maintenance Stock C X Certified Payrolls C X Maintenance Service Contracts C Closeout Checklist

158 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO SECTION SELECTIVE STRUCTURE DEMOLITION PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Demolishing designated construction. 2. Cutting and alterations for completion of the Work. 3. Removing designated items for Owner s retention. 4. Protecting items designated to remain. 5. Removing demolished materials. 1.2 SUBMITTALS A. Section Submittal Procedures: Requirements for submittals. B. Demolition Schedule: Indicate overall schedule and interruptions required for utility and building services. 1.3 CLOSEOUT SUBMITTALS A. Section Execution and Closeout Requirements: Requirements for submittals. B. Project Record Documents: Accurately record actual locations of capped utilities, concealed utilities discovered during demolition, and subsurface obstructions. 1.4 QUALITY ASSURANCE A. Conform to applicable code for demolition work, dust control, products requiring electrical disconnection and re-connection. B. Conform to applicable code for procedures when hazardous or contaminated materials are discovered. C. Obtain required permits from authorities having jurisdiction. D. Perform Work in accordance with State of New York Public Work's standard. 1.5 SEQUENCING A. Owner will conduct salvage operations before demolition begins to remove materials Owner chooses to retain. Selective Structure Demolition

159 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO SCHEDULING A. Section Administrative Requirements: Requirements for scheduling. B. Schedule Work to coincide with new construction. C. Cooperate with Owner in scheduling noisy operations and waste removal that may impact Owners operation and adjoining spaces. D. Coordinate utility and building service interruptions with Owner. 1. Do not disable or disrupt building fire or life safety systems without three days prior written notice to Owner. 2. Schedule tie-ins to existing systems to minimize disruption. 3. Coordinate Work to ensure fire sprinklers, fire alarms, smoke detectors, emergency lighting, exit signs and other life safety systems remain in full operation in occupied areas. 1.7 PROJECT CONDITIONS A. Conduct demolition to minimize interference with adjacent and occupied building areas. B. Cease operations immediately if structure appears to be in danger and notify Architect/Engineer. Do not resume operations until directed. PART 2 PRODUCTS Not Used. PART 3 EXECUTION 3.1 PREPARATION A. Notify affected utility companies before starting work and comply with their requirements. B. Mark location and termination of utilities. C. Erect, and maintain temporary barriers and security devices, including warning signs and lights, and similar measures, for protection of the Owner and existing improvements indicated to remain. D. Erect and maintain weatherproof closures for exterior openings. E. Erect and maintain temporary partitions to prevent spread of dust, odors, and noise to permit continued Owner occupancy. F. Prevent movement of structure; provide temporary bracing and shoring required to ensure safety of existing structure. G. Provide appropriate temporary signage including signage for exit or building egress. Selective Structure Demolition

160 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO H. Do not close or obstruct building egress path. I. Do not disable or disrupt building fire or life safety systems without 3 days prior written notice to Owner. 3.2 SALVAGE REQUIREMENTS A. Coordinate with Owner to identify building components and equipment required to be removed and delivered to Owner. B. Tag components and equipment Owner designates for salvage. C. Protect designated salvage items from demolition operations until items can be removed. D. Carefully remove building components and equipment indicated to be salvaged. E. Disassemble as required to permit removal from building. F. Package small and loose parts to avoid loss. G. Mark equipment and packaged parts to permit identification and consolidation of components of each salvaged item. H. Prepare assembly instructions consistent with disassembled parts. Package assembly instructions in protective envelope and securely attach to each disassembled salvaged item. I. Deliver salvaged items to Owner. Obtain signed receipt from Owner. 3.3 DEMOLITION A. Conduct demolition to minimize interference with adjacent and occupied building areas. B. Maintain protected egress from and access to adjacent existing buildings at all times. C. Do not close or obstruct roadways. D. Cease operations immediately when structure appears to be in danger and notify Architect/Engineer. E. Disconnect and remove designated utilities within demolition areas. F. Cap and identify abandoned utilities at termination points when utility is not completely removed. Annotate Record Drawings indicating location and type of service for capped utilities remaining after demolition. G. Demolish in orderly and careful manner. Protect existing improvements and supporting structural members. Selective Structure Demolition

161 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO H. Carefully remove building components indicated to be reused. 1. Disassemble components as required to permit removal. 2. Package small and loose parts to avoid loss. 3. Mark components and packaged parts to permit reinstallation. 4. Store components, protected from construction operations, until reinstalled. I. Remove demolished materials from site except where specifically noted otherwise. Do not burn or bury materials on site. J. Remove materials as Work progresses. Upon completion of Work, leave areas in clean condition. K. Remove temporary Work. END OF SECTION Selective Structure Demolition

162 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO SECTION BOARD INSULATION PART 1 GENERAL 1.1 SUMMARY A. Section includes rigid board insulation and integral vapor retarder at cavity wall construction, exterior wall behind framing; and at ceiling construction. 1.2 REFERENCES A. ASTM International: 1. ASTM C240 - Standard Test Methods of Testing Cellular Glass Insulation Block. 2. ASTM C552 - Standard Specification for Cellular Glass Thermal Insulation. 3. ASTM C578 - Standard Specification for Rigid, Cellular Polystyrene Thermal Insulation. 4. ASTM C612 - Standard Specification for Mineral Fiber Block and Board Thermal Insulation. 5. ASTM C Standard Specification for Faced Rigid Cellular Polyisocyanurate Thermal Insulation Board. 6. ASTM D Standard Test Method for Water Absorption of Rigid Cellular Plastics. 7. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building Materials. 8. ASTM E970 - Standard Test Method for Critical Radiant Flux of Exposed Attic Floor Insulation Using a Radiant Heat Energy Source. 1.3 SYSTEM DESCRIPTION A. Materials of This Section: Provide continuity of thermal barrier at building enclosure elements. 1.4 SUBMITTALS A. Section Submittal Procedures: Submittal procedures. B. Product Data: Submit data on product characteristics, performance criteria, limitations, adhesives. 1.5 QUALITY ASSURANCE A. Insulation Installed in Concealed Locations Surface Burning Characteristics: 1. Foam Plastic Insulation: Maximum 75/450 flame spread/smoke developed index when tested in accordance with ASTM E Other Insulation: Maximum 25/450 flame spread/smoke developed index when tested in accordance with ASTM E84. B. Insulation Installed in Exposed Locations Surface Burning Characteristics: Maximum 25/450 flame spread/smoke developed index when tested in accordance with ASTM E84. Board Insulation

163 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO Second Floor Ceiling Insulation: Minimum 0.12 watt per sq cm critical radiant flux when tested in accordance with ASTM E970. Thermax Sheathing (for exposed insulation without thermal barrier). C. Apply label from agency approved by authority having jurisdiction to identify each foam plastic insulation board. 1.6 ENVIRONMENTAL REQUIREMENTS A. Section Product Requirements. B. Do not install adhesives when temperature or weather conditions are detrimental to successful installation. PART 2 PRODUCTS 2.1 BOARD INSULATION A. Manufacturers: 1. Dow Thermax or equal. 2.2 COMPONENTS A. Polyisocyanurate Insulation: ASTM C1289, rigid board, glass fiber reinforced type, conforming to the following: 1. Board Size: 4 x 8 9 an Board Thickness: as shown on drawings. 3. Facing: Factory applied skin of aluminum foil on both faces. 4. Compressive Strength: Minimum 25 psi. 5. Thermal Resistance: Aged R of 6.5/inch. 6. Board Edges: square. 7. Water Absorption: In accordance with ASTM D2842; less than 0.1 percent by volume maximum. 2.3 ACCESSORIES A. Adhesive: Type recommended by insulation manufacturer for application. B. Tape: Bright aluminum self-adhering type, 2 inch wide. C. Insulation Fasteners: Screw fastener with large washer or impaling clip of galvanized steel with washer retainer and clips, to be adhered or mechanically fastened to surface to receive board insulation, length to suit insulation thickness and substrate, capable of securely and rigidly fastening insulation in place. Board Insulation

164 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO PART 3 EXECUTION 3.1 EXAMINATION A. Section Administrative Requirements: Coordination and project conditions. B. Verify substrate, adjacent materials, and insulation boards are dry and ready to receive insulation and adhesive. C. Verify substrate surface is flat, free of honeycomb, fins, irregularities, materials or substances affecting adhesive bond. 3.2 INSTALLATION A. Secure insulation fasteners to substrate with mechanical fasteners and washers at minimum frequency of 6 per insulation board. B. Place membrane surface facing out. C. Stagger joints. Butt edges and ends tight to adjacent board. D. Cut and fit insulation tight to protrusions or interruptions to the insulation plane. E. Place impale fastener locking discs to secure boards in place. F. Tape seal board joints, cuts and tears in insulation facing. 3.3 PROTECTION OF INSTALLED CONSTRUCTION A. Section Execution and Closeout Requirements: Protecting installed construction. B. Do not permit damage to insulation prior to covering. END OF SECTION Board Insulation

165 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO SECTION SINGLE PLY MEMBRANE ROOFING SYSTEM PART 1 GENERAL 1.1 GENERAL NOTES A. Contractor will perform all work by competent, trained, and properly equipped personnel in strict accordance with good roofing practices and applicable industry standards. B. Contractor will observe all published safety prevention policies and practices relating to application of roofing system and related work. All federal, state, and local codes shall be followed. C. Contractor will follow application, safety, etc. information as published in the most current edition of the Roofing System Technical Specifications. 1.2 WORK INCLUDED A. Work under this section covers the installation of a new insulated membrane Roofing System consisting of a fully adhered 90-mil EPDM system on Clinton Community College Forrence Recreation Center Roof In addition, contractor shall include all related items of work as noted herein or indicated on the drawings or otherwise required to complete the specified elements of work and provide the necessary warranties for this work. B. Existing roof deck on flat roof is purported to be steel. Contractor shall conduct pull test to establish whether or not insulation can be mechanically fastened. Contractor has option to forego pull test and adhere insulation per manufacture s requirements. C. Contractor will dispose of all materials properly. Any material removal shall comply with state and local codes and requirements and shall be disposed of in a legal manner. D. Maintain existing structure in weather tight condition at end of each workday. 1.3 SECTION INCLUDES A. Substrate preparation. B. Wood nailer installation. C. Membrane installation. D. Membrane flashing installation. Single Ply Membrane Roofing System

166 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO RELATED SECTIONS A. Section Selective Structure Demolition. B. Section Sheet Metal Flashing. C. Section Joint Sealers. 1.5 DEFINITIONS A. Roofing Terminology: Refer to ASTM D1079 for definition of terms related to roofing work not otherwise defined in the section. B. American Society for Testing and Materials (ASTM): 1916 Race St., Philadelphia, PA SYSTEM DESCRIPTION A. 90 mil EPDM elastomeric sheet roofing that is adhered to insulation boards with bonding adhesive. 1.7 SUBMITTALS A. Product Data: 1. Submit copies of Technical Information Sheets for all products used on this project. B. Shop Drawings: Design, prepare, and submit tapered insulation drawing in compliance with the specifications for review and approval by Architect. C. Samples: 1. Submit samples of roof membrane and fasteners. D. Application Information: 1. Submit copy of Roofing System application specification. 2. Submit copy of job related details including flashings, base tie-ins, roof edges, terminations, expansion joints, penetrations, drains, and any other relevant details. E. Letter attesting that manufacturer currently licenses roofing contractor. F. Pre Installation Notice: 1. Submit copy of Pre Installation Notice that has been accepted and approved by manufacturer. 1.8 QUALITY ASSURANCE A. Manufacturer: Single Ply Membrane Roofing System

167 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO Company specializing in manufacturing the roofing membrane specified in this Section with ten years of manufacturing experience. 2. System supplier must have ISO 9002 certification. 3. Manufacturer must be able to provide the project with the membrane and Isocyanurate insulation that is produced in their facilities. B. Applicator: 1. Shall be a current Contractor certified by manufacturer. 2. Shall have at least five years experience in installing specified system. 1.9 REGULATORY REQUIREMENTS A. Conform to applicable local building code requirements. B. Underwriters Laboratories, Inc. (UL): Class A Fire Hazard Classification. C. Factory Mutual Corporation (FM): Roof Assembly Classification, FM Construction Bulletin 1-28, and 1-29 meeting minimum requirements of FM (1-90) QUALITY INSPECTION/OBSERVATION A. Inspection by Manufacturer: Provide a final inspection of the roofing system by a Technical Representative employed by roofing system manufacturer. 1. Technical representative shall not perform any sales functions. 2. Contractor shall complete any necessary repairs required for issuance of warranty PRE-INSTALLATION CONFERENCE A. Before start of roofing work, attend a conference to discuss the proper installation of materials. Attendees shall include all parties directly affecting work of this Section DELIVERY, STORAGE AND HANDLING A. Deliver products in manufacturer's original containers dry, undamaged, seals and labels intact and legible. B. Store all materials clear of ground and moisture with weather protective covering. C. Keep all combustible materials away from ALL ignition sources ENVIRONMENTAL REQUIREMENTS A. Install roofing membrane only when surfaces are clean, dry, smooth and free of snow or ice. B. Do not apply roofing membrane during inclement weather or when ambient conditions will not allow proper application. Single Ply Membrane Roofing System

168 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO WARRANTY A. Type/Term: 1. Provide 30-year Roofing System Warranty. Warranty shall include membrane, roof insulation, membrane accessories and metal edging. B. Coverage: year Warranty: a. Limit of liability: No Dollar Limitation b. Scope of coverage Repair leaks in the EPDM Roofing System caused by manufacturers supplied materials or the workmanship used to install them, plus damage by puncture, hail up to 2 diameter or wind up to 100 mph. PART 2 PRODUCTS 2.1 NAILERS FOR FLANGES AND ROOF ACCESSORIES A. Description: Structural Grade No. 2 or better Southern Pine, Douglas Fir or Exterior Grade plywood. All wood shall be pressure treated for rot resistance. 1. Nailer width: Minimum 3-1/2 in. (nominal) wide or as wide as the nailing flange of each roof accessory. 2. Nailer thickness: Thickness of roof insulation. B. Reference Standards: 1. Southern Pines: PS 20; SPIB Grading Rules. 2. Western Woods: PS 20; WWPA Grading Rules 3. Plywood: PS 1; APA Grade Stamps. 4. Pressure preservative treatment: AWPB LP MANUFACTURERS - MEMBRANE MATERIALS A. Firestone, Carlisle, or equal, single-ply membrane system:.090 elastomeric sheet roofing that is adhered to acceptable substrate with bonding adhesive. B. Approved Equals: See substitutions. 2.3 ELASTOMERIC SHEET ROOFING AND FLASHING MEMBRANE A. Description: Non-reinforced, cured, synthetic single-ply membrane composed of Ethylene Propylene Diene Termolymer (EPDM) conforming to the following physical properties: 1. Membrane Type:.090 Property: Specification: Specific Gravity / Single Ply Membrane Roofing System

169 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO Tensile Strength, Minimum, psi (Mpa) 1425 (9.8) Elongation, Minimum, % 450 Tear Resistance, lbf / in (N / M) 200 (933) Ozone Resistance, ºF with 50% extension Heat Aging, ºF Tensile Strength, Minimum psi ( Mpa) Elongation, Minimum % No Cracks 1415 (9.7) 290 Brittleness Point, max., ºF, (ºC) -49 (-45) Water Absorption, change in weight after immersion in water for ºF, % +1.8 Tolerance On Nominal Thickness, % +/- 10 Water Vapor Permeability, Perm-Mils 2.0 B. Reference Standards: 1. ASTM D : Standard Specification for EPDM Sheet used in single-ply roof membrane 2. ASTM D297: Methods for Rubber Products, Chemical Analysis. 3. ASTM D412, Die C: Test Methods for Rubber Properties in Tension. 4. ASTM D471: Test Methods for Rubber Property, Effect of Liquids. 5. ASTM D573: Test Method for Rubber, Deterioration in an Air Oven. 6. ASTM D624, Die C: Test Method for rubber property-tear Resistance 7. ASTM D746: Test Method for Brittleness Temperature of Plastics and Elastomers by Impact. 8. ASTM D751: (Grab Method) Method of Testing Coated Fabrics. 9. ASTM D816: (Modified) Methods of Testing Rubber Cements. 10. ASTM D1149: Test Method for Rubber Deterioration, Surface Ozone Cracking in a Chamber. 11. ASTM D2240: Test Method for Rubber Property - Durometer Hardness. 12. ASTM E96: Test Methods for Water Vapor Transmission of Materials. 2.4 INSULATION PRODUCTS TOP LAYER INSULATION FASTENERS 1. Description: Heavy duty threaded fastener with 3-coat waterborne fluorocarbon polymer coating and drill point tip capable of penetrating 20-gauge steel. Fastener shall meet minimum thread size of.260 and 13 threads per inch. Length shall be sufficient to penetrate deck a minimum of ¾ for steel and 1 for wood and concrete. Structural concrete decks must be pre-drilled with a 7/32 carbide drill bit to a depth ½ deeper than the fastener engagement. 2. Reference Standard: SAE 1022, Heat Treated 3. Product/Producer: a. Heavy Duty (HD) fasteners. BASE LAYER - POLYISOCYANURATE ROOF INSULATION Single Ply Membrane Roofing System

170 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO A. Description: Flat stock (uniform thickness) Roof insulation consisting of closed cell polyisocyanurate foam core and a perforated black glass reinforced mat laminated to the face. 1. Thickness: See drawings. 2. Nominal Size: 48 in. x 48 in. B. Reference Standards: 1. ASTM C1289, Type II, Class ASTM C Water Absorption. 3. ASTM E 96 - Water Vapor Transmission of Materials. 4. ASTM D Compressive Strength. 5. ASTM D Density. 6. ASTM D Dimensional Stability. TOP LAYER - TAPERED POLYISOCYANURATE ROOF INSULATION A. Description: Roof insulation consisting of closed cell polyisocyanurate foam core and a perforated black glass reinforced mat laminated to the face. 1. Minimum Thickness at Drains: See drawings. 2. Nominal Size: 48 in. x 48 in 3. System Slope: ¼ /ft. B. Reference Standards: 1. ASTM C1289, Type II, Class ASTM C Water Absorption. 3. ASTM E 96 - Water Vapor Transmission of Materials. 4. ASTM D Compressive Strength. 5. ASTM D Density. 6. ASTM D Dimensional Stability. 2.5 HAIL PROTECTION A. Provide Oriented Strand Board (OSB) or gypsum sheathing over insulation if required by manufacturer to meet specified warranty requirements for hail and wind. 2.6 ELASTOMERIC SHEET ROOFING SYSTEM COMPONENTS A. Roof Flashing: 1. Description: Semi-cured 45 mil EPDM membrane laminated to 35 mil EPDM tape adhesive B. Elastomeric Uncured Flashing: 1. Description: Non-reinforced, self curing, synthetic, single-ply flashing composed of Ethylene Propylene Diene Terpolymer (EPDM) conforming to the following physical properties as indicated by ASTM D standard specification for Non-vulcanized rubber sheet used as roof flashing. a. Nominal Thickness:.090 inch Single Ply Membrane Roofing System

171 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO Property: Specification: Thickness Green Strength Modulus 75 F(psi) Elongation, (Ultimate), % 400 modulus 122 F(psi) 12 Elongation (Ultimate) % 200 Shelf Stability: Modulus 100% at 75 F(psi) Elongation, min, % Vulcanizability: Tensile strength, min, (psi) Elongation, min, % Tensile Set: min, % 80 Dimensional Stability, max, % +/- 10 Weatherability, no cracks or crazing pass Water Vapor Permeability, Perm-Mils 2.0 b. Reference Standards: 1) ASTM D412: Test Methods for Rubber Properties in Tension. 2) ASTM D471: Test Methods for Rubber Property-Effect of liquids. 3) ASTM D573: Test Methods for Rubber-Deterioration in Air oven. 4) ASTM D624: Test Methods for Rubber Property-Tear Resistance. 5) ASTM D1149: Test Method for Rubber Deterioration-Surface zone Cracking in a chamber. 6) ASTM D1204: Test Method for Linear Dimensional Changes on a Non-rigid Thermoplastic Sheeting or Film at Elevated Temperatures. 7) ASTM D2137: Test Methods for Rubber Property-Brittleness Point of Flexible Polymers and Coated Fabrics. C. Lap Splice Tape: 1. Description: 35 mil EPDM-based, formulated for compatibility with EPDM membrane and high-solids primer. D. Adhesive Primer: 1. Description: High-solids, butyl based primer formulated for compatibility with EPDM membrane & tape adhesive. E. Batten Covers: 1. Description: Cured 60 mil EPDM membrane laminated to 35 mil EPDM tape adhesive. F. Splice Adhesive: 1. Description: Butyl-based, formulated for compatibility with EPDM membrane. Single Ply Membrane Roofing System

172 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO G. Bonding Adhesive: 1. Description: Neoprene-based, formulated for compatibility with EPDM membrane & a wide variety of substrate materials, including masonry, wood, and insulation facings. H. Pourable Sealer: 1. Description: 2-Part urethane, 2-color for reliable mixing. I. Seam Plates, Batten Strips and Insulation Plates: 1. Description: Steel with a Galvalume coating. 2. Reference Standard: Corrosion-resistant to meet FM-4470 criteria. J. Termination Bar: 1. Description: 1.3" X 0.10" thick aluminum bar with integral caulk ledge. 2.7 METAL FLASHING A. Edge Metal Fascia: 1. Description: Provide prefabricated Aluminum with factory painted fluoropolymer finish in manufacturer s standard colors. Color selected by Architect. 2.8 VAPOR BARRIER A. Vapor Barrier: 1. ASTM D 2178, self-adhering rubberized asphalt laminated to woven polypropylene film, or equal. PART 3 INSTALLATION 3.1 EXAMINATION A. Examine roof deck to determine that it is sufficiently rigid to support roofers and their mechanical equipment and that deflection will no strain or rupture roof components or deform deck. B. Verify that surfaces and site conditions are ready to receive work. Correct defects in the substrate before commencing with roofing work. C. Examine roof substrate to verify that it is properly sloped to drains. D. Start work with sealants and adhesives at F. E. Fumes from adhesive solvents may be drawn into the building during installation through rooftop intakes. Appropriate measures must be taken to assure that fumes from adhesive solvents are not drawn into the building through air intakes. Single Ply Membrane Roofing System

173 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO F. For reroofing applications only: remove existing roof system components as specified. G. The surface must be clean, dry, smooth, free of sharp edges, fins, loose or foreign materials, oil, grease and other materials that may damage the membrane. All roughened surfaces, which could cause damage, shall be properly repaired before proceeding. H. All surface voids of the immediate substrate greater than 1/4" wide must be properly filled with an acceptable insulation or suitable fill material. 3.2 PROTECTION OF OTHER WORK A. Protect metal, glass, plastic, and painted surfaces from adhesives and sealants. B. Protect neighboring work, property, cars, and persons from spills and overspray from adhesives, sealants and coatings and from damage related to roofing work. C. Protect finished areas of the roofing system from roofing related work traffic and traffic by other trade. 3.3 MATERIAL STORAGE AND HANDLING A. Keep all adhesives, sealants, primers and cleaning materials away from all sources of ignition. B. Consult container labels and material Safety Data Sheets (MSDS) for specific safety instructions. C. Deliver materials to job site in their original containers as labeled by the manufacturer. 3.4 WOOD NAILER LOCATION AND INSTALLATION A. Total wood nailer height shall match the total thickness of insulation being used and shall be installed with a 1/8" gap between each length and at each change of direction. B. Wood nailers shall be firmly fastened to the deck. Mechanically fasten wood nailers to resist a force of 200 lbs. per linear foot. 3.5 VAPOR RETARDER A. Install vapor barrier over existing deck per manufacturer s instructions. 3.6 ROOF INSULATION APPLICATION: GENERAL A. Install only as much insulation as can be covered with the completed roofing system before the end of the day's work or before the onset of inclement weather. B. Seal deck joints, where needed, to prevent bitumen drippage. Single Ply Membrane Roofing System

174 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO C. Lay roof insulation in courses parallel to roof edges. D. Neatly fit insulation to all penetrations, projections, and nailers. Insulation shall be fit tightly, with gaps not greater than 1/4". All gaps greater than 1/4" shall be filled with acceptable insulation. Under no circumstances shall the roofing membrane be left unsupported over a space greater than 1/4". Tapered insulation shall be installed around roof drains so as to provide proper slope for drainage. Miter roof insulation edges at ridge, valley and other similar non-planar conditions. E. When installing multiple layers of insulation, all joints between layers shall be staggered at least 6 in. 3.7 INSULATION ATTACHMENT A. Top Layer: 1. Top Layer Attachment: Mechanically Attached. B. Base Layer: 1. Base Layer Attachment: Mechanically attached. 3.8 INSULATION APPLICATION A. TOP LAYER: 1. Using the Heavy Duty fasteners and approved plate, engage fastener through insulation into existing concrete Deck at the depth specified by the Technical Manual. Pattern and rate as determined by Factory Mutual Document B. BASE LAYER: 1. Install Insulation by "Mechanical Attachment" over existing concrete Deck. 3.9 MEMBRANE PLACEMENT AND ATTACHMENT A. Beginning at the low point of the roof, place the membrane without stretching over the acceptable substrate and allow to relax a minimum of 30 minutes before attachment or splicing. B. After making sure the sheet is placed in its final position, fold it back evenly onto itself so as to expose the underside. C. Sweep the mating surface of the membrane with a stiff broom to remove excess dusting agent (if any) or other contaminants from the mating surface. D. Apply Bonding Adhesive at about the same time to both the exposed underside of the sheet and the substrate to which it will be adhered so as to allow approximately the same drying time. Apply Bonding Adhesive so to provide an even and uniform film thickness. Do not apply bonding adhesive to areas that will be subsequently spliced. Single Ply Membrane Roofing System

175 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO E. Allow Bonding Adhesive to flash off until tacky. Touch the Bonding Adhesive surface with a clean, dry finger to be certain that the adhesive does not stick or string. As you are touching the adhesive, pushing straight down to check for stringing, also push forward on the adhesive at an angle to ensure that the adhesive is ready throughout its thickness. If either motion exposes wet or stringy adhesive when the finger is lifted, then it is not ready for mating. F. Starting at the fold, roll the previously coated portion of the sheet into the coated substrate slowly and evenly so as to minimize wrinkles. G. Compress the bonded half of the sheet to the substrate with a stiff push broom. H. Fold the unadhered half of the membrane sheet back onto itself, and repeat the bonding procedure to complete the bonding of the sheet MEMBRANE LAP SPLICING A. General: 1. Position the sheet at the splice area by overlapping membrane 5 inches. Once the membrane is in place, mark the bottom sheet 1/2" to 3/4" from the edge of the top sheet every 4 to 6 feet. Tack the sheet back with adhesive at 5' centers and at factory splices or as necessary to hold back the membrane at the splicing area. 2. Remove excess amounts of dusting agent on the sheet and at factory splices using a stiff push broom. Stir adhesive thoroughly before and during use. Dip the scrubber into the bucket of adhesive, keeping the scrubber flat. Apply the adhesive using long back and forth type strokes with pressure along the length of the splicing area until surfaces become a dark gray in color. Apply adhesive to both surfaces at the same time to allow the same flash off time. Change the scrub pad each 200 feet of 3-inch field splice, or when the pad will no longer hold the proper amount of adhesive. Additional scrubbing is required at areas that may have become contaminated or have excess amounts of dusting agent, and at all factory splices. 3. Position the Seam Splice Tape on the bottom sheet, aligning the edge of the release paper with the markings. Immediately roll the splice tape with a 3"-4" wide silicone or silicone sleeved steel hand roller or a short nap 3" paint roller. 4. When the Seam Splice Tape has been installed for the entire splice length allow the top sheet to rest on top of the tape's paper backing. Trim the top sheet as necessary to assure that 1/8"-1/2" of the Splice Tape will be exposed on the finished splice. 5. To remove the paper backing from the tape, first roll back the membrane sheet, then peel the paper backing off the Seam Splice Tape by pulling against the weight of the bottom sheet at approximately a 45-degree angle to the tape and parallel with the roof surface. Allow the top sheet to fall freely onto the exposed Seam Splice Tape. Broom the entire length of the splice as the release paper is being removed. 6. Roll the splice using a 1-1/2"-2" wide silicone or silicone sleeved steel hand roller, first across the splice, and then along the entire length of the splice. Single Ply Membrane Roofing System

176 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO Over the completed seam install a 6 Seam Flashing cover strip centered over the Lap Splice. Remove excess amounts of dusting agent on the sheet and at factory splices using a stiff push broom. Stir adhesive thoroughly before and during use. Dip the Scrubber into the bucket of adhesive, keeping the Scrubber flat. Apply the adhesive using long back and forth type strokes with pressure along the length of the splicing area until surfaces become a dark gray in color. Change the scrub pad each 100 feet of cover strip, or when the pad will no longer hold the proper amount of adhesive. Additional scrubbing is required at areas that may have become contaminated or have excess amounts of dusting agent, and at all factory splices. 8. Position the 6 Seam Flashing cover strip centered over the Lap Splice. Immediately roll the splice tape with a 3"-4" wide silicone or silicone sleeved steel hand roller or a short nap 3" paint roller. 9. To remove the paper backing from the flashing, peel the paper backing off the 5 Seam Flashing cover strip by pulling at approximately a 45-degree angle to the flashing and parallel with the roof surface. Broom the entire length of the cover strip as the release paper is being removed. 10. Roll the cover strip using a 1-1/2"-2" wide silicone or silicone sleeved steel hand roller, first across the cover strip, and then along the entire length of the cover strip MEMBRANE SECUREMENT A. Secure membrane at all locations where the membrane terminates or goes through an angle change greater than 2" in 12" except for round pipe penetrations less than 18" in diameter and square penetrations less than 4" square. B. Mechanically fasten Seam Reinforced Perimeter Fastening Strips per manufacturer recommendations FLASHING - PENETRATIONS A. General: 1. If project is a Tear-off or Reroof, remove all existing flashings (i.e. lead, asphalt, mastic, etc.). 2. Flash all penetrations passing through the membrane. 3. The flashing seal must be made directly to the penetration. B. Pipes, Round Supports, etc: 1. Flash with Pre-Molded EPDM Pipe Flashings where practical. 2. Flash using FormFlash when Pre-Molded EPDM Pipe Flashing is not practical. C. Structural Steel Tubing: 1. Use a field fabricated pipe-flashing detail provided that the minimum corner radius is greater than 1/4" and the longest side of the tube does not exceed 12". When the tube exceeds 12" use a standard curb detail. D. Pipe Clusters and Unusual Shaped Penetrations: Single Ply Membrane Roofing System

177 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO Fabricate penetration pockets to allow a minimum clearance of 1" between the penetration and all sides. 2. Secure penetration pockets per manufacturer details 3. Fill penetration pockets with Pourable Sealer, so as to shed water. Pourable Sealer shall be a minimum of 2" deep. E. Hot Pipes: 1. Protect the rubber components from direct contact with steam or heat sources when the in-service temperature is in excess of 180 F. In all such cases flash to an intermediate insulated "cool" sleeve per manufacturer details. F. Flexible Penetrations: 1. Provide a weathertight gooseneck set in Water Block Seal and secured to the deck. 2. Flash in accordance with manufacturer details FLASHING - WALLS, PARAPETS, MECHANICAL EQUIPMENT CURBS, SKYLIGHTS, ETC. A. General: 1. Using the longest pieces practical, flash all walls, parapets, curbs, etc., a minimum of 8 high per manufacturer details. B. Evaluate Substrate: 1. Evaluate the substrate and overlay per manufacturer specifications as necessary. C. For Tear-off or Reroof projects: 1. Remove loose or unsecured flashings. 2. Remove mineral surfaced or coated flashings. 3. Remove excessive asphalt to provide a smooth, sound surface for new flashings. D. Complete the splice between flashing and the main roof sheet with Seam Splice Tape before adhering flashing to the vertical surface. Provide lap splices in accordance with manufacturer details. E. Apply Bonding Adhesive at about the same time to both the flashing and the surface to which it is being bonded so as to allow approximately the same flash off time. Apply Bonding Adhesive in a uniform coating. F. Allow Bonding Adhesive to flash off until tacky. Touch the Bonding Adhesive surface with a clean, dry finger to be certain that the adhesive does not stick or string. While touching the adhesive, pushing straight down to check for stringing, also push forward on the adhesive at an angle to ensure that the adhesive is ready throughout its thickness. If either motion exposes wet or stringy adhesive when the finger is lifted, then it is not ready for mating. Flash off time will vary depending on ambient air conditions. G. Roll the flashing into the adhesive evenly and carefully so as to minimize wrinkles. Single Ply Membrane Roofing System

178 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO H. Ensure proper contact of flashing by brooming in place. I. Provide termination directly to the vertical substrate as shown on roof drawings. J. Install T-Joint covers at field and flashing splice intersections as required by manufacturer. K. Install Termination Bar and Counter flashing as required by manufacturer Specifications and details. L. Install intermediate flashing attachment as required by manufacturer Specifications and details FLASHING - ROOF EDGE METALS A. Apply adhesive to the metal edging and membrane as described in manufacturer Specifications. B. Place the roll of 6 Seam Flashing on the roof a few feet ahead of the application starting point, positioned so that it unrolls from the top of the roll. Remove approximately 2'-3' of release paper and apply to the metal flange and membrane. Lap adjacent rolls of Seam Flashing a minimum of one inch. C. With a 2"-3" wide silicone or silicone sleeved steel hand roller, roll the Seam Flashing ensure proper adhesion. Additional attention must be given to factory splice intersections and to any change in plane. D. Install a second layer of 9 Seam Flashing over the 6 Seam Flashing as described above. E. Apply 6" length of Seam Flashing, a Seam Joint Cover, or 6"x6" FormFlash to the inside edge of the Seam Flashing at all overlaps. F. Apply 6" length of Seam Flashing, a Seam Joint Cover, or 6"x6" FormFlash at all intersections between the Seam Flashing and field fabricated splices. G. Where Seam Flashing will not completely cover the metal flange, an additional piece of Seam Flashing must be applied to the metal edge laps. Apply Seam Edge Treatment at the intersections of the flashing sections. H. If the roof edge includes a gravel stop and sealant is not applied between the laps in the metal edging, an additional piece of Seam Flashing shall be applied over the metal lap to the top of the gravel stop, after the initial application of Seam Flashing. SeamEdge Treatment shall be applied at the intersections of the two flashing sections. I. When the roof slope is greater than 1 in 12, apply Seam Edge Treatment along the back edge of the QuickSeam Flashing. Single Ply Membrane Roofing System

179 3.15 TEMPORARY CLOSURE CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO A. Temporary closures, which ensure that moisture does not damage any completed section of the new roofing system are the responsibility of the applicator. Completion of flashings, terminations, and temporary closures shall be completed as required to provide a watertight condition ROOF WALKWAYS A. Install walkways at all access points to the roof and around all rooftop equipment that may require maintenance and as shown on roof drawings. B. Layout Walkway Pads so that the flat surface is over the completed membrane, spacing each pad a minimum of 1" and a maximum of 3" from each other to allow for drainage. Walkway pads may not be used within 10 of any roof edge or perimeter. These areas will require the installation of concrete pavers. C. If the installation of Walkway Pads over field fabricated splices or within 6" of a splice edge cannot be avoided, flash in the splice using Seam Flashing prior to installing the walkway pad. The Seam Flashing shall extend beyond the walkway pad a minimum of 6" on either side. D. Remove the release paper. Turn the walkpad over and place it in the adhesive. E. Walk on the pad to press in place assuring proper adhesion SHEET METAL WORK A. Install sheet metal as shown on roof drawings. B. Follow current industry guidelines (SMACNA) for installation or manufacturer requirements, whichever is more stringent FIELD QUALITY CONTROL A. Field inspection and testing will be performed as required by the manufacturer B. Correct identified defects or irregularities CLEAN-UP A. Clean all contaminants from building and surrounding areas. B. Remove trash, debris, equipment from project site and surrounding areas. C. Repair or replace damaged building components or surrounding areas to the satisfaction of the building owner. Provide re-grading and hydroseed where required in areas lawn is disturbed. END OF SECTION Single Ply Membrane Roofing System

180 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO SECTION SHEET METAL ROOFING AND WALL PANELS PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Standing seam metal roofing and metal wall panels. B. Related Sections: 1. Section Sheet Metal Flashing and Trim. 2. Section Joint Sealers. 1.2 REFERENCES A. American Architectural Manufacturers Association: 1. AAMA Voluntary Specification, Performance Requirements and Test Procedures for Pigmented Organic Coatings on Aluminum Extrusions and Panels. 2. AAMA Voluntary specification, Performance Requirements and Test Procedures for High Performance Organic Coatings on Aluminum Extrusions and Panels. 3. AAMA Voluntary Specification, Performance Requirements and Test Procedures for Superior Performing Organic Coatings on Aluminum Extrusions and Panels. B. American Iron and Steel Institute: 1. AISI SG Cold-Formed Steel Design Manual. C. American Society of Civil Engineers: 1. ASCE 7 - Minimum Design Loads for Buildings and Other Structures. D. ASTM International: 1. ASTM A653/A653M - Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process. 2. ASTM A755/A755M - Standard Specification for Steel Sheet, Metallic Coated by the Hot-Dip Process and Prepainted by the Coil-Coating Process for Exterior Exposed Building Products. 3. ASTM A792/A792M - Standard Specification for Steel Sheet, 55% Aluminum- Zinc Alloy-Coated by the Hot-Dip Process. 4. ASTM B209 - Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate. 5. ASTM D226 - Standard Specification for Asphalt-Saturated Organic Felt Used in Roofing and Waterproofing. Sheet Metal Roofing and Metal Wall Panels

181 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO ASTM D Standard Specification for Self-Adhering Polymer Modified Bituminous Sheet Materials Used as Steep Roofing Underlayment for Ice Dam Protection. 7. ASTM D Standard Specification for Asphalt Glass Felt Used in Roofing and Waterproofing. 8. ASTM D Standard Specification for Polyethylene Sheeting for Construction, Industrial, and Agricultural Applications. 9. ASTM D Standard Specification for Asphalt Roof Cement, Asbestos-Free. 10. ASTM E283 - Standard Test Method for Determining the Rate of Air Leakage Through Exterior Windows, Curtain Walls, and Doors Under Specified Pressure Differences Across the Specimen. 11. ASTM E331 - Standard Test Method for Water Penetration of Exterior Windows, Curtain Walls, and Doors By Uniform Static Air Pressure Difference. E. Federal Specification Unit: 1. FS TT-C Coating Compound, Bituminous, Solvent Type, Acid Resistant. F. National Roofing Contractors Association: 1. NRCA - The NRCA Roofing and Waterproofing Manual. G. Sheet Metal and Air Conditioning Contractors: 1. SMACNA - Architectural Sheet Metal Manual. H. Underwriters Laboratories Inc.: 1. UL Tests for Uplift Resistance of Roof Assemblies. 1.3 DESIGN REQUIREMENTS A. Roof Loads: Design to resist live and dead loads with 1/240 maximum deflection. 1. Roof Snow Loads: As calculated in accordance with NYS Building Code and ASCE 7 with ground snow load. 2. Dead Loads: Actual weight of materials incorporated into Work. B. Wind Loads: Design and size components to withstand positive and negative wind loads, including increased loads at building corners. 1. Design Wind Load: As calculated in accordance with NYS Building Code and ASCE 7 with 90 mph basic wind speed. C. Wind Uplift Resistance: UL 580; Class 90. D. Seismic Loads: Design and size components to withstand seismic loads and sway displacement as calculated in accordance with applicable NYS Building Code. E. Air Infiltration: Limit air leakage through roof assembly to 0.03 cfm/sq ft of wall area, measured at reference differential pressure across assembly of 6.24 psf as measured in accordance with ASTM E283. Sheet Metal Roofing and Metal Wall Panels

182 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO F. Water Leakage: None, when measured in accordance with ASTM E331 with test pressure of 6.24 psf. G. Exterior Components: Accommodate the following without damage to system, components or deterioration of seals. 1. Movement within system. 2. Movement between system and perimeter framing components. 3. Dynamic loading and release of loads. 4. Deflection of structural support framing. 5. Expansion and contraction from temperature range of 170 degrees F over 12 hour period. 1.4 SUBMITTALS A. Section Submittal Procedures: Submittal procedures. B. Shop Drawings: 1. Indicate metal roofing and wall panel profiles, jointing patterns, jointing details, fastening methods, flashings, terminations, and installation details. C. Product Data: 1. Submit data on metal types, finishes, and characteristics. 2. Submit color charts for finish selection. 1.5 QUALITY ASSURANCE A. Calculate structural properties of framing members in accordance with AISI SG-973. B. Perform Work in accordance with SMACNA Architectural Sheet Metal Manual and The NRCA Roofing and Waterproofing Manual. 1.6 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing Products specified in this section with minimum three years experience. B. Installer: Company specializing in performing work of this section with minimum three years experience approved by manufacturer. 1.7 DELIVERY, STORAGE, AND HANDLING A. Section Product Requirements: Requirements for transporting, handling, storing, and protecting products. B. Stack material to prevent twisting, bending, and abrasion, and to provide ventilation. Slope metal sheets to ensure drainage. C. Prevent contact with materials causing discoloration or staining. Sheet Metal Roofing and Metal Wall Panels

183 1.8 FIELD MEASUREMENTS CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO A. Verify field measurements prior to fabrication. 1.9 COORDINATION A. Section Administrative Requirements: Coordination and project conditions WARRANTY A. Section Execution Requirements: Requirements for warranties. B. Furnish five year manufacturer warranty for sheet metal roofing against structural failure, corrosion, and water penetration. C. Furnish 40 year manufacturer warranty for panel finish against cracking, checking, or peeling. Furnish 30 year manufacturer warranty for panel finish against chalking and fading. PART 2 PRODUCTS 2.1 SHEET METAL ROOFING AND WALL PANELS A. Manufacturers: 1. Atas International, Inc. 2. Fabral. 3. MBCI. 4. Substitutions: Section Product Requirements. B. Structural Standing Seam Metal Roofing: Factory formed metal roofing panel system with concealed fasteners. 1. Panel Materials: Pre-finished Galvalume steel sheet inch base metal thickness. 2. Panel Width: Approximately 16 inches, match existing. 3. Panel Profile: Smooth with stiffening ribs. 4. Seam Type: Sanding seam snap interlocked. 5. Seam Height: Approximately 2 inches, match existing. 6. Color: Match existing. C. Metal Wall Panels: Factory formed metal wall panel system with concealed fasteners. 1. Panel Materials: Pre-finished Galvalume steel sheet inch base metal thickness. 2. Panel Width: Approximately 16 inches, match existing. 3. Panel Profile: Smooth with stiffening ribs. 4. Color: Match existing. Sheet Metal Roofing and Metal Wall Panels

184 2.2 SHEET METAL MATERIALS CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO A. Pre-Finished Galvalume Steel Sheet: ASTM A755/A755M; structural steel sheet, AZ50 aluminum-zinc alloy coating; inch thick core steel, shop pre-finished with two coat fluoropolymer coating with minimum 70 percent polyvinylidene fluoride resin. Match existing color. 2.3 ACCESSORIES A. Fasteners: Galvanized steel with soft neoprene washers. B. Protective Backing Paint: Zinc molybdate alkyd or FS TT-C-494, Bituminous. C. Sealant: Polyurethane sealant as specified in Section D. Plastic Cement: ASTM D4586, Type I. 2.4 FABRICATION A. Form sections shape, accurate in size, square, and free from distortion or defects. B. Fabricate fascia, trim, flashing, and other metal components from same material as metal roof panels. Provide exposed metal surfaces with same finish as exposed face of metal roof panels. C. Fabricate cleats of same material as sheet, to interlock with sheet. D. Fabricate starter strips of same material as sheet, continuous, to interlock with sheet. E. Form pieces in single length sheets. F. Hem exposed edges on underside 1/2 inch; miter and seam corners. G. At moving joints, use sealed lapped, bayonet-type or interlocking hooked seams. H. Fabricate corners from one piece with minimum 18 inch long legs; seam for rigidity, seal with sealant. I. Fabricate vertical faces with bottom edge formed outward 1/4 inch and hemmed to form drip. J. Fabricate flashings to allow toe to extend 2 inches over roofing. Return and brake edges. Sheet Metal Roofing and Metal Wall Panels

185 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO PART 3 EXECUTION 3.1 EXAMINATION A. Section Administrative Requirements: Verification of existing conditions before starting work. B. Structural Framing Substrate: 1. Verify primary and secondary framing members are installed and fastened, properly aligned and sloped. 2. Verify damaged shop coatings are repaired with touch up paint. C. Verify roof openings, curbs, pipes, sleeves, ducts, or vents through roof are solidly set, reglets are in place, and nailing strips located. D. Verify roofing termination and base flashings are in place, sealed, and secure. E. Verify insulation is installed and ready for roof application. 3.2 PREPARATION A. Back paint concealed metal surfaces and surfaces in contact with dissimilar metals with protective backing paint to minimum dry film thickness of 15 mil. 3.3 INSTALLATION - STANDING SEAM METAL ROOFING A. Conform to SMACNA and NRCA details. B. Install furring to support roof panel side laps and receive fasteners. C. Install roofing panels with long dimension perpendicular to eaves. D. Install roofing panels beginning at eaves. Lap ends minimum 6 inches. E. Install clips to secure roof panels without deforming roof panels. F. Machine form standing seam between adjacent roofing panels. Hand form joints where machine forming is not possible. G. Terminate roofing panels with sheet metal trim and flashing for watertight installation. Close and conceal openings between roofing panels, panel seams, and roof substrate. H. Seal metal joints watertight. 3.4 INSTALLATION - METAL WALL PANELS A. Concealed-Fastener Formed Metal Panels: Install metal panel system in accordance with manufacturer's written instructions, approved shop drawings, project drawings, and Sheet Metal Roofing and Metal Wall Panels

186 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO referenced publications. Install metal panels in orientation, sizes, and locations indicated. Anchor panels and other components securely in place. Provide for thermal and structural movement. B. Fasten metal panels to supports with fasteners at each location indicated on approved shop drawings, at spacing and with fasteners recommended by manufacturer. Fasten panel to support structure through leading flange. Snap-fit back flange of subsequent panel into secured flange of previous panel. Where indicated, fasten panels together through flush-fitted panel sides. 1. Cut panels in field where required using manufacturer's recommended methods. 2. Provide weatherproof jacks for pipe and conduit penetrating metal panels. 3. Dissimilar Materials: Where elements of metal panel system will come into contact with dissimilar materials, treat faces and edges in contact with dissimilar materials as recommended by metal panel manufacturer. 3.5 INSTALLATION - FLASHING A. Conform to SMACNA and NRCA details. B. Place eave edge metal flashings tight to fascia. Weather lap joints 2 inches and seal with plastic cement. Secure flange to substrate. C. Secure flashings in place using concealed fasteners. Use exposed fasteners only where permitted. D. Secure flashing exposed edges with continuous cleats maximum 24 inches on center. E. Apply plastic cement compound between metal flashings and felt flashings. F. Fit flashings tight in place. Make corners square, surfaces true and straight in planes, and lines accurate to profiles. G. Seal metal joints watertight. 3.6 PROTECTION OF INSTALLED CONSTRUCTION A. Section Execution Requirements: Protecting installed construction. B. Do not permit traffic over unprotected roof surface. END OF SECTION Sheet Metal Roofing and Metal Wall Panels

187 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO SECTION SHEET METAL FLASHING PART 1 GENERAL 1.1 SUMMARY A. Section includes edge metal fascia, flashings, counterflashings, and fabricated sheet metal items, as indicated on drawings. B. Related Sections: 1. Section Single Ply Membrane Roofing. 2. Section Sheet Metal Roofing and Wall Panels. 3. Section Joint Sealers. 1.2 REFERENCES A. American Architectural Manufacturers Association: 1. AAMA Voluntary Specification for Anodized Architectural Aluminum. 2. AAMA Voluntary Specification, Performance Requirements and Test Procedures for Pigmented Organic Coatings on Aluminum Extrusions and Panels. 3. AAMA Voluntary specification, Performance Requirements and Test Procedures for High Performance Organic Coatings on Aluminum Extrusions and Panels. 4. AAMA Voluntary Specification, Performance Requirements and Test Procedures for Superior Performing Organic Coatings on Aluminum Extrusions and Panels. B. ASTM International: 1. ASTM A653/A653M - Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process. 2. ASTM A666 - Standard Specification for Austenitic Stainless Steel Sheet, Strip, Plate, and Flat Bar. 3. ASTM A924/A924M - Standard Specification for General Requirements for Steel Sheet, Metallic-Coated by the Hot-Dip Process. 4. ASTM B32 - Standard Specification for Solder Metal. 5. ASTM B101 - Standard Specification for Lead-Coated Copper Sheet and Strip for Building Construction. 6. ASTM B209 - Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate. 7. ASTM B370 - Standard Specification for Copper Sheet and Strip for Building Construction. 8. ASTM B749 - Standard Specification for Lead and Lead Alloy Strip, Sheet, and Plate Products. Sheet Metal Flashing

188 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO ASTM D226 - Standard Specification for Asphalt-Saturated Organic Felt Used in Roofing and Waterproofing. 10. ASTM D Standard Specification for Polyethylene Sheeting for Construction, Industrial, and Agricultural Applications. 11. ASTM D Standard Specification for Asphalt Roof Cement, Asbestos-Free. C. Federal Specification Unit: 1. FS TT-C Coating Compound, Bituminous, Solvent Type, Acid Resistant. D. Sheet Metal and Air Conditioning Contractors: 1. SMACNA - Architectural Sheet Metal Manual. 1.3 DESIGN REQUIREMENTS A. Sheet Metal Flashings: Conform to the following criteria of SMACNA "Architectural Sheet Metal Manual." B. Maintain one copy of each document on site. 1.4 SUBMITTALS A. Section Submittal Procedures: Submittal procedures. B. Shop Drawings: Indicate material profile, jointing pattern, jointing details, fastening methods, flashings, terminations, and installation details. C. Product Data: Submit data on manufactured components metal types, finishes, and characteristics. 1.5 QUALIFICATIONS A. Fabricator and Installer: Company specializing in sheet metal work with minimum three years experience. 1.6 DELIVERY, STORAGE, AND HANDLING A. Section Product Requirements: Product storage and handling requirements. B. Stack material to prevent twisting, bending, and abrasion, and to provide ventilation. Slope metal sheets to ensure drainage. C. Prevent contact with materials causing discoloration or staining. Sheet Metal Flashing

189 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO PART 2 PRODUCTS 2.1 SHEET METAL FLASHING AND TRIM A. Aluminum Sheet: ASTM B209 alloy, alloy and temper as required for application and finish; inch thick; fluoropolymer finish; match existing colors. B. Edge Metal Fascia: 1. Description: Provide prefabricated Aluminum with factory painted fluoropolymer finish; match existing colors. 2.2 ACCESSORIES A. Fasteners: Aluminum with soft neoprene washers. B. Protective Backing Paint: FS TT-C-494, Bituminous. C. Sealant: As specified in Section D. Plastic Cement: ASTM D4586, Type I. E. Reglets: Recessed type. F. Solder: ASTM B32; type suitable for application and material being soldered. 2.3 FABRICATION A. Form sections shape indicated on Drawings, accurate in size, square, and free from distortion or defects. B. Fabricate cleats of same material as sheet metal, interlocking with sheet. C. Form pieces in longest possible lengths. D. Hem exposed edges on underside 1/2 inch; miter and seam corners. E. Form material with standing seams, except where otherwise indicated. At moving joints, use sealed lapped, bayonet-type or interlocking hooked seams. F. Fabricate corners from one piece with minimum 18 inch long legs solder for rigidity, seal with sealant. G. Fabricate vertical faces with bottom edge formed outward 1/4 inch and hemmed to form drip. H. Fabricate flashings to allow toe to extend 2 inches over roofing. Return and brake edges. I. Seal metal joints. Sheet Metal Flashing

190 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO PART 3 EXECUTION 3.1 EXAMINATION A. Section Administrative Requirements: Coordination and project conditions. B. Verify roof openings, curbs, pipes, sleeves, ducts, and vents through roof are solidly set, reglets in place, and nailing strips located. C. Verify roofing termination and base flashings are in place, sealed, and secure. 3.2 PREPARATION A. Install starter and edge strips, and cleats before starting installation. B. Install surface mounted reglets to lines and levels indicated on Drawings. Seal top of reglets with sealant. C. Paint concealed metal surfaces with protective backing paint to minimum dry film thickness of 15 mil. 3.3 INSTALLATION A. Insert flashings into reglets to form tight fit. Secure in place with plastic wedges. Seal flashings into reglets with sealant. B. Secure flashings in place using concealed fasteners. Use exposed fasteners only where permitted. C. Apply plastic cement compound between metal flashings and felt flashings. D. Fit flashings tight in place. Make corners square, surfaces true and straight in planes, and lines accurate to profiles. E. Seal metal joints watertight. 3.4 FIELD QUALITY CONTROL A. Inspection will involve surveillance of Work during installation to ascertain compliance with specified requirements. END OF SECTION Sheet Metal Flashing

191 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO SECTION SNOW GUARDS PART 1 GENERAL 1.1 SUMMARY A. Work includes: 1. Snow guards that do not penetrate the roof seam. 2. Coordinate with the installation of the roof to assure proper placement of the snow guards. 3. Provide appropriate snow guard and fasteners for the roof system. 1.2 RELATED SECTIONS A. Section Sheet Metal Roofing and Wall Panels. 1.3 SYSTEM DESCRIPTION A. Components: 1. Snow guard systems consist of snow guard block with bolt, bracket and (2) set screws. B. Design Requirements: 1. Spacing to be recommended by manufacturer. 2. Minimum 2 set screws per snow guard. 1.4 SUBMITTALS A. Submit manufacturer's specifications, standard detail drawings, installation, instructions, and recommended layout. 1.5 QUALITY ASSURANCE A. Installer to be experienced in the installation of specified roofing material and snow guards for not less than 5 years in the area of the project 1.6 DELIVERY / STORAGE / HANDLING A. Inspect material upon delivery and order replacements for any missing or defective items. Keep material dry, covered and off the ground until installed. Snow Guards

192 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO PART 2 PRODUCTS 2.1 MANUFACTURER A. Alpine SnowGuards. A division of Vermont Slate & Copper Services Inc. 289 Harrel St. Morrisville, VT 05661, (888) ; or equal. 2.2 MATERIALS 2.3 FINISH A. Snow Guard Block Series Aluminum. B. Snow Guard Bracket H32 Aluminum. C. Bolt and Screws Series Stainless Steel, 3/8 diameter B. Powder Coated - to match roof panel color. PART 3 EXECUTION 3.1 EXAMINATION A. Substrate: 1. Inspect structure on which snow guard system is to be installed and verify that it will withstand any additional loading that it may incur. Notify general contractor of any deficiencies before installing snow guards. 2. Verify that roofing material has been installed correctly prior to installing snow guards. 3.2 INSTALLATION A. Comply with snow guard manufacturer s recommendations for location of system. Comply with manufacturer's written installation instructions for installation and layout. END OF SECTION Snow Guards

193 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO SECTION JOINT SEALERS PART 1 GENERAL 1.1 SUMMARY A. Section includes sealants and joint backing, precompressed foam sealers, and accessories. 1.2 REFERENCES A. ASTM International: 1. ASTM C834 - Standard Specification for Latex Sealants. 2. ASTM C919 - Standard Practice for Use of Sealants in Acoustical Applications. 3. ASTM C920 - Standard Specification for Elastomeric Joint Sealants. 4. ASTM C Standard Guide for Use of Joint Sealants. 5. ASTM D Standard Specification for Flexible Cellular Materials-Sponge or Expanded Rubber. 6. ASTM D Standard Specification for Flexible Cellular Materials-Vinyl Chloride Polymers and Copolymers (Closed-Cell Foam). 7. ASTM D Standard Specification for Preformed Polychloroprene Elastomeric Joint Seals for Concrete Pavements. 1.3 SUBMITTALS A. Section Submittal Procedures: Submittal procedures. B. Products Data: Submit data indicating sealant chemical characteristics, performance criteria, substrate preparation, limitations, and color availability. C. Manufacturer's Installation Instructions: Submit special procedures, surface preparation, and perimeter conditions requiring special attention. D. Warranty: Include coverage for installed sealants and accessories failing to achieve watertight seal, exhibit loss of adhesion or cohesion, and sealants which do not cure. 1.4 QUALITY ASSURANCE A. Maintain one copy of each referenced document covering installation requirements on site. 1.5 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years experience. Joint Sealers

194 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO B. Applicator: Company specializing in performing Work of this section with minimum three years experience. 1.6 ENVIRONMENTAL REQUIREMENTS A. Section Products Requirements. B. Maintain temperature and humidity recommended by sealant manufacturer during and after installation. 1.7 COORDINATION A. Section Administrative Requirements: Coordination and project conditions. B. Coordinate Work with sections referencing this section. PART 2 PRODUCTS 2.1 JOINT SEALERS A. Products Description: 1. High Performance General Purpose Exterior (Nontraffic) Sealant Polyurethane; ASTM C920, Grade NS, Class 25, Uses M, G, and A; single-component. a. Color: Standard colors matching finished surfaces. b. Applications: Use for: 1) Control, expansion, and soft joints in masonry. 2) Joints between concrete and other materials. 3) Joints between metal frames and other materials. 4) Other exterior nontraffic joints for which no other sealant is indicated. 2.2 ACCESSORIES A. Primer: Non-staining type, recommended by sealant manufacturer to suit application. B. Joint Cleaner: Non-corrosive and non-staining type, recommended by sealant manufacturer; compatible with joint forming materials. C. Joint Backing: Round foam rod compatible with sealant; ASTM D1056, sponge or expanded rubber; oversized 30 to 50 percent larger than joint width. D. Bond Breaker: Pressure sensitive tape recommended by sealant manufacturer to suit application. Joint Sealers

195 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO PART 3 EXECUTION 3.1 EXAMINATION A. Section Administrative Requirements: Coordination and project conditions. B. Verify substrate surfaces and joint openings are ready to receive work. C. Verify joint backing and release tapes are compatible with sealant. 3.2 PREPARATION A. Remove loose materials and foreign matter impairing adhesion of sealant. B. Clean and prime joints. C. Perform preparation in accordance with ASTM C1193. D. Protect elements surrounding Work of this section from damage or disfiguration. 3.3 INSTALLATION A. Perform installation in accordance with ASTM C1193. B. Measure joint dimensions and size joint backers to achieve width-to-depth ratio, neck dimension, and surface bond area as recommended by manufacturer. C. Install bond breaker where joint backing is not used. D. Install sealant free of air pockets, foreign embedded matter, ridges, and sags. E. Apply sealant within recommended application temperature ranges. Consult manufacturer when sealant cannot be applied within these temperature ranges. F. Tool joints concave. G. Precompressed Foam Sealant: Do not stretch; avoid joints except at corners, ends, and intersections; install with face 1/8 to 1/4 inch below adjoining surface. H. Compression Gaskets: Avoid joints except at ends, corners, and intersections; seal joints with adhesive; install with face 1/8 to 1/4 inch below adjoining surface. 3.4 CLEANING A. Section Execution Requirements: Final cleaning. B. Clean adjacent soiled surfaces. Joint Sealers

196 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO PROTECTION OF INSTALLED CONSTRUCTION A. Section Execution Requirements: Protecting installed construction. B. Protect sealants until cured. END OF SECTION Joint Sealers

197 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO SECTION STRUCTURAL RETROFIT ROOF SUB-FRAMING SYSTEM PART 1 GENERAL 1.1 DESCRIPTION A. The structural retrofit roof sub-framing system will provide support for a new metal roofing system constructed over the existing building roof. It shall be engineered in accordance with the specified code and design loading and shall transfer positive acting loads at each attachment location into an existing structural member. B. Furnish labor, material, tools, equipment and services for the fabrication of retrofit roof sub-framing as indicated, in accordance with provisions of the Contract Documents. C. Completely coordinate work with of other trades. D. Although such work is not specifically indicated, the contractor/installer shall coordinate with the metal roof system supplier to furnish and install supplementary or miscellaneous items, appurtenances and devices incidental to or necessary for a sound, secure and complete installation. E. See Division 1 for General Requirements. 1.2 RELATED WORK A. Section Board Insulation. B. Section Manufactured Sheet Metal Roofing. 1.3 QUALITY ASSURANCE AND REFERENCES A. American Society for Testing and Materials (ASTM) 1. ASTM A 653/A 653M - Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process. 2. ASTM A 1011/A 1011M - Standard Specification for Steel, Sheet and Strip, Hot-Rolled, Carbon, Structural, High-Strength Low-Alloy and High-Strength Low-Alloy with Improved Formability. 3. ASTM E Structural Performance Test for Metal Panel and Siding Systems by Uniform Static Air Pressure Difference B. American Iron and Steel Institute (AISI) 1. AISI 2008 Edition of the Cold Form Steel Design Manual 2. AISI 2007 Edition of the North American Specification for the Design of Cold-Formed Steel Structural Members Structural Retrofit Roof Sub-Framing System

198 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO C. American Institute of Steel Construction (AISC) 1. AISC - Specification for Structural Steel for Buildings 1.4 SUBMITTALS A. Comply with Section Submittal Procedures. B. Product Data: Submit manufacturer's product data, including installation instructions. C. Shop Drawings: Submit manufacturer's shop drawings for sub-purlins indicating gauge, yield strength, flange and web sizes, cut-out dimensions, and punch pattern for attachment holes in base flange. D. Design Data: Submit design data from independent engineering firm indicating table of wind uplift capacity of sub-purlins. 1.5 DELIVERY, STORAGE, AND HANDLING A. Delivery: Deliver materials to site in manufacturer's original, unopened bundles, containers, and packaging, with labels clearly identifying product name and manufacturer. B. Storage: 1. Store materials in accordance with manufacturer's instructions. 2. Protect sub-purlins from corrosion, deformation, and other damage. 3. Store sub-purlins off ground, with 1 end elevated to provide drainage. C. Handling: Protect materials during handling and installation from corrosion, deformation, and other damage. 1.6 EXISTING ROOF SYSTEM AND PRE-CONSTRUCTION INSPECTION A. The existing roof system consists of through-fastened metal panels with 16 o.c. major rib spacing (verify in field) x 2 major rib height (verify in field) attached to existing purlins supporting the metal panels (see Reference Drawing for existing roof framing information). B. The Contractor shall conduct a detailed inspection of the existing roof(s) to identify any existing roof elements that are a cause for concern IE: panel deterioration, structural deterioration, equipment curbs, plumbing and electrical penetrations, special flashing requirements, and any other items that should be submitted to the Architect for review and evaluation. C. The Contractor shall perform a detailed survey of the existing roof(s) and confirm the existing panel dimensions, type and profile. In the case of existing standing seam roofing it should be determined if the existing roof employs standard or tall clips. If high panel clips are existing, the standoff dimension should be determined. Structural Retrofit Roof Sub-Framing System

199 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO D. The Contractor shall obtain field measurements on the existing roof geometry including width, length, eave height, roof pitch and purlin spacing. This information is to be forwarded to the retrofit sub-framing system manufacturer for coordination and integration into the design and installation documents. 1.7 DESIGN REQUIREMENTS A. General 1. Design for approval and installation in accordance with the included drawings and these specifications, a complete retrofit sub-framing and metal roof panel assembly as a structural package, engineered and factory fabricated in accordance with AISI, MBMA and ASCE references with the understanding the sub-framing system may be designed by the retrofit sub-framing manufacturer and the metal roof panel system may be designed by the metal roof manufacturer. However, both systems are to be designed to perform as one engineered structural package where the metal roof system controls the placement of sub-framing members. 2. Any additions/revisions to sub-framing members as a result of field conditions and/or demands, shall be the contractor s responsibility, and shall be submitted for review and approval by the manufacturer. B. Engineering Design Criteria: 1. Building Code: Building Code of New York State, 2010 Edition; ASCE Occupancy Group: Assembly-A, Business-B. 3. Occupancy Category: 111(300 + Occupancy). 4. Importance Factor: Ground Snow Load: 60 PSF. 6. Wind Speed: 90 MPH, 3 Second Gust. 7. Exposure Category: C. 8. Enclosure: Enclosed. PART 2 PRODUCTS 2.1 MANUFACTURED QUALIFICATIONS A. Manufacturer shall have a minimum of five years experience in manufacturing and fabrication of retrofit sub-framing systems of this nature. Light-gauge steel subframing components specified in this section shall be produced in a factory environment by roll forming and press-brake equipment assuring the highest level of quality control. B. Acceptable Manufacturers 1. Roof Hugger, Inc. 2. Metal Sales Manufacturing, Corp. 3. Butler Manufacturing Co. 4. Substitutions: Section Product Requirements. Structural Retrofit Roof Sub-Framing System

200 2.2 RETROFIT STEEL SUB-PURLINS CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO A. Standard Retrofit Factory-notched Sub-Purlins: 1. Description: a. 1-piece, custom-notched and punched, Z-shaped section. b. Pre-punched to nest over existing through-fastened, low clip and high clip standing seam roof panel ribs for low-profile attachment. c. Pre-punched for attachment fasteners. d. Integrally formed Anti-Rotational Arm as required for high clip standing seam panels. e. Fastens directly into existing purlins, joists or structural decking with fasteners. B. Material: 1. Galvanized steel, ASTM A 653 or A 1011, G-90, yield strength 50 KSI. 2. Thickness: minimum, 16-Gauge 3. Web Height: manufacturer's standard. 4. Base Flange Width: Pre-punch base flange to manufacturer's standard unless otherwise specified. 5. Top Flange Width: Nominally 2 with 0.25 minimum stiffening lip unless otherwise specified. 6. Length: Nominally 10-0 long, plus an additional +/- 1 top flange extension for part lap or per manufacturer s recommendations. C. Attachment Fasteners/Anchorage 1. Standard Sub-Purlin: a. Attachment to Existing Purlins/Joist/Decking: Typical 2- ¼ -14 or #12-14 threads per inch, DP3 self- drilling fastener per L.F., or as specified. b. Existing Purlin Strengthening, Top Flange Lap Connection: Typical 4- #10-16 x 1 pancake head fasteners through overlapping sub-purlin top flanges, joining them into a continuous member, per lap connection or as specified. c. Mid-Span Sub-Purlin to Sub-Rafter: Typical 1 #10-16x1 pancake head installed through sub-purlin top flange, into sub-rafter. d. Mid-Span Sub-Purlin to Existing Panel: Typical #17-14 fasteners shall be installed through the mid-span sub-purlin into the existing roof panels as specified or per standard details (over-drilling of pre-punched hole will be required). e. Fastener Length: As required to penetrate existing purlin in accordance with fastener attachment standard. Structural Retrofit Roof Sub-Framing System

201 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO PART 3 EXECUTION 3.1 EXAMINATION A. Examine existing roof areas to receive sub-purlins. Notify Architect if areas are not acceptable or structurally adequate. Do not begin installation until unacceptable conditions have been corrected. B. Verify existing purlins and eave struts are in good serviceable condition, without rustthru of flanges. C. Field Verify Before Ordering of and Installation of Sub-Purlins: 1. Existing panel profile and panel rib dimensions. 2. Existing panel run-out by measuring roof over several 20-foot areas to confirm panels were installed on module and in-square. Note variations. 3.2 INSTALLATION OF SUB-FRAMING AND OTHER ROOFTOP APPURTENCES A. Install sub-purlins in accordance with manufacturer's instructions at locations indicated on the standard details or Engineered Drawings if provided. B. Limit installation of sub-purlins to amount that can be roofed over each day. C. Install 2 fasteners per linear foot or as directed by Manufacturer. D. Install sub-purlins directly over existing purlins and fasten to existing purlin through existing panel pan section. E. If integral sub-rafters are used, loosely lay Sub-rafters over the existing panel high ribs and between the existing purlins. Sub-rafter spacing and number of fasteners shall be as specified on the engineered drawings or as specified by manufacturer. F. Press the sub-purlins over the sub-rafters on the existing purlin lines in areas where they are specified and install #12-14 DP3 fasteners (or as specified) through the base flange of the sub-purlin, through the sub-rafter and then into the existing purlins being careful to maintain the alignment of the sub-rafters. G. Install sub-purlins onto the integral sub-rafters between the existing purlins as specified with #12-14 threads per inch, DP3 fasteners, typically one fastener on each side of the sub-rafter unless otherwise specified. H. Where the sub-purlin is attached to the existing roof panel the pre-punched base flange hole should be drilled out to the correct diameter to allow for the installation of a #17-14 fastener through the sub-purlin and into the existing roof panel. I. Where the sub-purlin passes over the fitted sub-rafter a #10-16 pancake head fastener should be installed through the top flange of the sub-purlin into the top of the new fitted sub-rafter. Structural Retrofit Roof Sub-Framing System

202 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT AES PROJECT NO J. Removal of Existing Roof Fasteners: 1. Do not remove existing roof fasteners unless installation of sub-purlins over fasteners causes sub-purlins to roll or porpoise. Some distortion of base flange of sub-purlins caused by existing roof fasteners is normal. K. Existing Rooftop Components and Equipment 1. When mechanical equipment locations conflict with retrofit roof sub-framing components, the contractor will provide additional framing that accommodates the relocation, replacement or re-flashing of the equipment. Contractor shall submit construction details for this condition, if deemed necessary by the Architect. 2. When electrical service and equipment needs to be removed, extended and reinstalled at the new metal roof system height/plane, the contractor shall extend the wiring in accordance with the specified building and electrical code. Junction boxes shall be provided at splices in wire or conduits and secured as required. 3. Existing sanitary plumbing vents shall be extended with new roof jacks located at the new metal roof plane. Extension of piping shall be accomplished with materials matching the existing piping composition subject to local building and plumbing code requirements. Use of elbow fittings to redirect the pipe to locate the penetration between the metal roof panel side seams shall be used. END OF SECTION Structural Retrofit Roof Sub-Framing System

203 CLINTON COMMUNITY COLLEGE FORRENCE RECREATION CENTER ROOF REPLACEMENT Note: It is a violation of law for any person, unless they are acting under the direction of a licensed Professional Engineer, Architect, Landscape Architect, or Land Surveyor, to alter an item in any way. If an item bearing the stamp of a licensed professional is altered, the altering Engineer, Architect, Landscape Architect, or Land Surveyor shall stamp the document and include the notation "altered by" followed by their signature, the date of such alteration, and a specific description of the alteration. 136 CLINTON POINT DRIVE PLATTSBURGH, NEW YORK ARCHITECT - ENGINEER - LAND SURVEYOR FORRENCE RECREATION CENTER Plot Date: 08/20/2014 Plot Time: 12:02 PM File Path: P:\41\4101 Clinton Comm. College - Forrence Rec. Ctr Roof\F Drawings\2 Eng_Arch\6 Con Docs\1 G\4101 G-001.dwg GENERAL NOTES: North PROJECT LOCATION NOT TO SCALE OpenStreetMap contributors PROJECT LOCATION SCHEDULE OF DRAWINGS DRAWING NO. DRAWING TITLE G-001 COVER SHEET A-101 ROOF PLAN A-501 ROOF DETAILS A-502 ROOF DETAILS S4 FOR REFERENCE ONLY - ROOF FRAMING PLAN DATED CAMPUS MAP NOT TO SCALE G - GENERAL DRAWINGS V - SURVEY/MAPPING DRAWINGS C - CIVIL DRAWINGS S - STRUCTURAL DRAWINGS A - ARCHITECTURAL DRAWINGS (3RD CHARACTER OF DWG. NO.) W - PROCESS DRAWINGS P - PLUMBING DRAWINGS M - MECHANICAL DRAWINGS E - ELECTRICAL DRAWINGS X - ABATEMENT DRAWINGS F - FIRE PROTECTION DRAWINGS 0 GENERAL (SYMBOLS, LEGENDS, NOTES, ETC.) & DIAGRAMS 1 PLANS (HORIZONTAL VIEWS) 2 ELEVATIONS (VERTICAL VIEWS) 3 SECTIONS (SECTIONAL VIEWS) 4 LARGE SCALE PLANS, ELEVATIONS, & SECTIONS 5 DETAILS 6 SCHEDULES 7 USER DEFINED 8 USER DEFINED 9 USER DEFINED PROJECT TITLE: CLINTON COMMUNITY COLLEGE DRAWING TITLE: DRAWN BY: P. DEYO FORRENCE RECREATION CENTER ROOF REPLACEMENT DRAWING NO. 136 CLINTON POINT DRIVE PLATTSBURGH, NEW YORK COVER SHEET NO. DESCRIPTION CHECKED BY: REVISIONS DATE: 08/18/2014 G-001 DATE (MM/DD/YYYY) PROJECT NO.: 4101