EM Generator Front End with specs - oswegocounty.comoswegocounty.com/forms/purchasing/EM Generator...

231
10 Brown Road Ithaca, New York 14850 607-277-7100 OSWEGO COUNTY OSWEGO, NEW YORK PROJECT NO. 73513-12001 BID #25-12 Emergency Generator Replacement at The Fulton Branch Building MAY 4, 2012 Ithaca, New York Farmingdale, New York Newark, Delaware Princeton, New Jersey Albany, New York Syracuse, New York Pittsford, New York To the best of the Architect’s knowledge, information and belief, the design of this project conforms to all applicable provisions of the New York State Uniform Fire Prevention and Building Code, the New York State Energy Conservation Code, and the building standards of the New York State Education Department. SET NO. _______________

Transcript of EM Generator Front End with specs - oswegocounty.comoswegocounty.com/forms/purchasing/EM Generator...

10 Brown Road Ithaca, New York 14850 607-277-7100

OSWEGO COUNTY

OSWEGO, NEW YORK

PROJECT NO. 73513-12001

BID #25-12

Emergency Generator Replacement at

The Fulton Branch Building

MAY 4, 2012

Ithaca, New York

Farmingdale, New York

Newark, Delaware

Princeton, New Jersey

Albany, New York

Syracuse, New York

Pittsford, New York

To the best of the Architect’s knowledge, information and belief, the design of this project conforms to all applicable provisions of the New York State Uniform Fire Prevention and Building Code, the New York State Energy Conservation Code, and the building standards of the New York State Education Department.

SET NO. _______________

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

1

OSWEGO COUNTY PURCHASING DEPARTMENT

County Office Building ●46 East Bridge Street ● Oswego, NY 13126

Phone (315) 349-8307 Fax (315) 349-8308 [email protected]

Fred Maxon Gail VanLinder Mary Watson

Purchasing Director Purchasing Clerk Purchasing Clerk June 5, 2012 LEGAL NOTICE Sealed bids will be received by the Oswego County Purchasing Department, 46 East Bridge Street, Oswego, NY until 2:00 p.m., Thursday, June 28, 2012 for: Bid # 25-12; EMERGENCY GENERATOR REPLACEMENT AT THE FULTON BRANCH BUILDING

Specifications may be reviewed at the Purchasing Department, Monday through Friday, 9:00 a.m. to 5:00 p.m., or are otherwise available online at http://www.oswegoCounty.com/purchasing/2012.html.

THE COUNTY RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS. Fred Maxon Purchasing Director

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

2

County of Oswego Bid #25-12 Table of Contents Part 1 Information for Bidders Deadline, receipt and opening of bids Vendor’s responsibilities Communications Specifications discrepancy Scope parameters

Vendor’s qualifications & eligibility Award Term Commencement of work Cancellation Pricing Method of payment Part 2 Specifications 01 77 00 Closeout Procedures 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents 01 79 00 Demonstration and Training 02 65 00 Underground Storage Tank Permanent Closure 03 30 53 Miscellaneous Cast-in-Place Concrete 09 96 00 High Performance Coatings

26 05 00 Common Work Results for Electrical 26 05 19 Low-Voltage Electrical Power Conductors and Cables 26 05 26 Grounding and Bonding for Electrical Systems 26 05 29 Hangers and Supports for Electrical Systems 26 05 33 Raceway and Boxes for Electrical Systems 26 05 44 Sleeves and Sleeve Seals for Electrical Raceways and Cabling 26 05 53 Identification for Electrical Systems 26 25 00 Panel MDP Bus Assemblies 26 32 13 Engine Generators 26 36 00 Transfer Switches 31 20 00 Earth Moving 32 12 16 Asphalt Paving 32 50 00 Bollards

Part 3 RFP Format Part 4 General Provisions

Article 1 Scope of Work Article 2 Term of Agreement Article 3 Compensation Article 4 Executory Clause Article 5 Procurement of agreement Article 6 Conflict of Interest Article 7 Fair Practices Article 8 Independent Contractor Article 9.Assignment and Subcontracting Article 10 Books and records Article 11 Retention of Records Article 12 Audit by the County and Others

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

3

Article 13 Insurance and Statutory Compliance Article 14 Indemnification Article 15 Protection of County Property Article 16 Termination Article 17 General Release Article 18 Set-off Rights Article 19 No arbitration Article 20 Governing Law Article 21 Acceptance of Substituted Service Article 22 Taxes Article 23 Current or Former County Employees Article 24 Entire Agreement. Article 25 Modification

Article 26 Equal Employment Opportunities for Minorities and Women Required Forms Vendor Reply Cover Sheet Vendor Information Sheet Non-Collusion Certification Resolution for Corporations Only Non-Proposer Response

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

4

PART 1 INFORMATION FOR VENDORS The County of Oswego is soliciting bids from qualified firms for Emergency Generator Replacement at Fulton Branch Building regarding the Department of Buildings & Grounds. The general scope includes the procurement and installation of a new 175KVA pad mounted Generator, associated electrical connections and ancillary work. DEADLINE, RECEIPT AND OPENING OF BIDS Each Vendor shall submit a signed original bid and three (3) copies in a sealed opaque envelope indicating the company’s name and bid title: BID #25-12 – EMERGENCY GENERATOR REPLACEMENT AT FULTON BRANCH BUILDING. Bids are due on or before 2:00 p.m., Thursday, June 28, 2012. Either mail or deliver bids in person to:

Fred Maxon, Director Oswego County Purchasing Office

46 East Bridge Street (3rd Floor) Oswego, NY 13126

The County may consider informal any bid not prepared and submitted in accordance with the provisions hereof and may waive any informalities or reject any or all bids. Any bid may be withdrawn prior to the scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified will not be considered and will be returned unopened. Bids may not be withdrawn within sixty (60) days after the actual date of opening. Facsimile transmitted bids are not acceptable and will be rejected. Bids delivered prior to the scheduled opening date will be deemed received upon the day of the actual opening, and will be retained in the interim only as a courtesy to the Vendor. VENDOR’S RESPONSIBILITIES It is the Vendor’s responsibility to meet the entire intent of these specifications. Vendors shall carefully examine the terms of this document and shall judge for themselves all the circumstances and conditions affecting their bid. Failure on the part of any Vendor to make such examination and to investigate thoroughly shall not be grounds for any declaration that the Vendor did not understand the terms and conditions herein. The County of Oswego shall not be liable for any costs associated with the preparation, transmittal, or presentation of any response or materials submitted in response to the bid. It is the responsibility of each Vendor to:

Examine the bid documents thoroughly; Consider federal, state and local laws and regulations that may affect the bid; Study and carefully correlate Vendor’s observations with the bid document; Visit the site and examine schematics to become familiar with local conditions that may

affect the bid.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

5

COMMUNICATIONS

Communications with the County from release of the bid documents through the award shall be solely through the officials indicated below. Vendors are specifically directed not to contact any other County officials or employees in any fashion regarding this BID, without prior approval from the County Purchasing Director. Unauthorized communications may result in the rejection of the bid. The County will not be responsible for any oral representations or instructions. General questions regarding bid process: Schematics/Specifications/Technical Questions

and Site Visits: Fred Maxon Purchasing Director 46 East Bridge Street Oswego, NY 13126 (315) 349-8307

Bill Malone, Superintendent Buildings & Grounds Department 111 East 11th Street Oswego, NY 13126 315-349-8233

PRE-BID MEETING: Interested firms are required to attend a mandatory pre bid meeting at the Oswego County Purchasing Department, 46 East Bridge Street, Oswego N.Y. on Thursday, June 14, 2012 at 10:00 a.m. Please confirm attendance by calling: (315) 349-8234 no later than Wednesday, June 13, 2012. PREVAILING WAGES RATES PRC #2012003904 New York State Department of Labor Wage Rates and Supplements will be in effect on this project. The minimum wage rates designated by the Industrial Commissioner of the State of New York are applicable. The minimum rates and supplements may be modified during the life of the contract. If the prevailing wage rates should subsequently be legally modified or increased by any means other than by the action of the Owner, the Contractor shall assume full responsibility for the payment of said increases without recourse to the Owner. BID SECURITY Each bid must be accompanied by a bank cashier’s check, certified check, or a Bid Bond payable to the County of Oswego in the amount of five percent (5%) of the total bid as a guarantee that the bidder will enter into a contract with the County. If, upon acceptance of the bid, the bidder fails to enter into a contract with the County of Oswego, the bid security shall be forfeited to the County of Oswego. BOND Upon delivery of the expected contract, the successful Contractor shall furnish a surety bond in the amount of at least equal to one hundred percent (100%) of the accepted bid as security for faithful performance of this contract, for the payment of all persons performing labor on the project under this contract, and furnishing materials in connection with this contract. The surety on each bond shall be a duly authorized surety company satisfactory to the County, and shall remain in force for a period of one year following final acceptance of the work by the County. The cost of the bonds is to be paid by the Contractor. An Attorney-In-Fact that signs performance or labor and materials payment bonds shall file a certified copy of his power of attorney to sign such bonds with each bond.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

6

SPECIFICATIONS DISCREPANCY Should a Vendor find a discrepancy in, or omissions from the specifications, requirements for contract, or bid form, or be in doubt as to their meaning, the Vendor shall at once notify in writing the County Purchasing Director. Written instructions will be sent to all Vendors. All such addenda shall become a part of the contract and all Vendors shall be bound by such addenda, whether or not received by the Vendors. The County will not be responsible for any oral representations or instructions. SCOPE PARAMETERS If a Vendor identifies an additional element not included in this bid, which in its judgment would be essential to accomplish the intended objectives as articulated in this bid, the Vendor should identify this element in its bid and explain in detail why the County should consider including this element within the specifications. Conversely, if a Vendor identifies a task within the bid that it believes could be modified or deleted without impacting the objectives of the bid, the Vendor should provide an explanation as to why the task should be deleted or modified. The County reserves the right to accept or reject all additions, deletions or modifications recommended. VENDOR’S QUALIFICATIONS & ELIGIBILITY The County may make such investigation as it deems necessary to determine the qualifications and ability of a Vendor, and the Vendor shall promptly furnish the County all such information and data as the County may request for this purpose. The County reserves the right to reject any bid where an investigation of the available evidence or information does not satisfy the County that the Vendor is properly qualified or able to carry out the obligations of the contract and to provide the services or goods contemplated herein. AWARD The contract, if awarded, will be awarded to the lowest responsive and responsible bidder or bidders whom, in part or in total, meet all of the terms and conditions of the specifications. The County reserves the right to reject any and all bids. Oswego County reserves the right to permit political subdivisions and eligible fire companies/districts under County Law §408-a and General Municipal Law §103(3), as amended, to participate in the County’s bid award. Unless otherwise stated the bid specifications, the participation of third-party political subdivisions and/or fire companies/districts shall also be upon the consent of the vendor. The award will be based in part on an analysis of the following criteria: technical and esthetic qualities of the bid, reliability, vendor’s ability and facilities to provide the service called for, evaluation of the vendor’s proper understanding of the County’s needs, and price. The contract shall be awarded to the responsible firm who best meets the bid’s criteria in the opinion of the County. Additional selection factors may be included under the SPECIFICATIONS section of this bid. The Vendor must provide unquestionable evidence of sustained capability of providing the goods requested, such as can be demonstrated in existing or previous operations. The County may award a contract based upon the bids received, without discussion of such bids with Vendors. Each bid should, therefore, be submitted in the most favorable terms the Vendor can make to the County. The County of Oswego does, however, reserve the right to request additional data or an oral presentation in support of the written bid. Submission of a bid does not automatically qualify a Vendor for a presentation. The County reserves the right to negotiate with all qualified Vendors.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

7

The County of Oswego, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 and New York State Executive Law affirmatively ensures that the contract will be awarded without discrimination on the grounds of race, creed, color, disability, martial status, age, sexual orientation or natural origin. All bids over $5,000 are subject to final review and acceptance by the Oswego County Legislature before any award of contract may be made. Receipt of bids by the County shall not be construed as authority to bind the County. All bids shall be firm for a period of sixty (60) days after the opening date in order for the County to determine which bid best meets the public interest. The County reserves the right to extend said period. At the discretion of the County, the successful Vendor must provide Letter of Commitment within thirty (30) days of acceptance. COMMENCEMENT OF WORK Upon execution and delivery of the contract and delivery of any required performance bonds, including the required Certificates of Insurance and the approval thereof by the County Attorney, the successful Vendor will be notified to proceed with the work of the contract. Such notification will be in the form of a letter to proceed from the County’s Purchasing Office.

CANCELLATION The County reserves the right to cancel the contract at will. If the Vendor fails to perform under the contract, fails to meet specifications, or fails to make satisfactory progress so as to endanger the overall contract performance, they may be determined to be in breach and the contract may be terminated by giving written notice to the Vendor of such termination and specify the effective date thereof, at least five days before the effective date of such termination. In such event, all finished or unfinished documents, data, and reports prepared by the Vendor under this contract shall, at the option of the County, become County property and the Vendor shall be entitled to receive just and equitable compensation for any work satisfactorily completed hereunder. The Vendor shall not be relieved of liability to the County for damages sustained by the County by virtue of any breach of the contract by the Vendor, and the County may withhold any payments to the Vendor for the purpose of determining the exact amount of damages due the County. The Vendor understands that the contract may be terminated due to non-appropriation of funds. PRICING All prices are to be lump sum and quoted firm against increase for the duration of the contract. Travel and incidental expenses cannot be separately invoiced. The County shall not be responsible for any additional costs. TERM Six months, renewable once for an additional six months.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

8

METHOD OF PAYMENT Payment shall be made at the contract price for the goods provided and verified by the Oswego County Facilities Department. Payment schedule is negotiable for completed work. Oswego County does not pay in advance. Invoices shall be sent to the Oswego County Buildings & Grounds Department, 111 East 11th Street, Oswego, New York 13126.

PREVAILING WAGE SCHEDULE FOR ARTICLE 8 PUBLIC WORK PROJECT Attached is the current schedule(s) of the prevailing wage rates and prevailing hourlysupplements for the project referenced above. A unique Prevailing Wage Case Number(PRC#) has been assigned to the schedule(s) for your project. The schedule is effective from July 2011 through June 2012. All updates, corrections, postedon the 1st business day of each month, and future copies of the annual determination areavailable on the Department's website www.labor.state.ny.us. Updated PDF copies ofyour schedule can be accessed by entering your assigned PRC# at the proper location onthe website. It is the responsibility of the contracting agency or its agent to annex and make part, theattached schedule, to the specifications for this project, when it is advertised for bids and /orto forward said schedules to the successful bidder(s), immediately upon receipt, in order toinsure the proper payment of wages. Please refer to the "General Provisions of Laws Covering Workers on Public WorkContracts" provided with this schedule, for the specific details relating to otherresponsibilities of the Department of Jurisdiction. Upon completion or cancellation of this project, enter the required information and mail ORfax this form to the office shown at the bottom of this notice, OR fill out the electronicversion via the NYSDOL website.

NOTICE OF COMPLETION / CANCELLATION OF PROJECT

Date Completed: Date Cancelled:

Name & Title of Representative:

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

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

Andrew M. Cuomo, Governor Colleen C. Gardner, Commissioner

Oswego County Bill Hayes, Vice PresidentTetra Tech Architects & Engrs.Cornell Bus. & Tech Park10 Brown RoadIthaca NY 14850

Schedule Year 2011 through 2012Date Requested 05/01/2012PRC# 2012003904

Location Fulton Branch BuildingProject ID# 143-73513-12001Project Type Emergency Generator Replacement at the Fulton Branch Building

General Provisions of Laws Covering Workers on Article 8 Public Work Contracts Introduction The Labor Law requires public work contractors and subcontractors to pay laborers, workers, or mechanics employed inthe performance of a public work contract not less than the prevailing rate of wage and supplements (fringe benefits) in thelocality where the work is performed. Responsibilities of the Department of Jurisdiction A Department of Jurisdiction (Contracting Agency) includes a state department, agency, board or commission: a county,city, town or village; a school district, board of education or board of cooperative educational services; a sewer, water, fire,improvement and other district corporation; a public benefit corporation; and a public authority awarding a public workcontract. The Department of Jurisdiction (Contracting Agency) awarding a public work contract MUST obtain a Prevailing RateSchedule listing the hourly rates of wages and supplements due the workers to be employed on a public work project.This schedule may be obtained by completing and forwarding a "Request for wage and Supplement Information" form (PW39) to the Bureau of Public Work. The Prevailing Rate Schedule MUST be included in the specifications for the contract tobe awarded and is deemed part of the public work contract. Upon the awarding of the contract, the law requires that the Department of Jurisdiction (Contracting Agency) furnish thefollowing information to the Bureau: the name and address of the contractor, the date the contract was let and theapproximate dollar value of the contract. To facilitate compliance with this provision of the Labor Law, a copy of theDepartment's "Notice of Contract Award" form (PW 16) is provided with the original Prevailing Rate Schedule. The Department of Jurisdiction (Contracting Agency) is required to notify the Bureau of the completion or cancellation ofany public work project. The Department's PW 200 form is provided for that purpose. Both the PW 16 and PW 200 forms are available for completion online. Hours No laborer, worker, or mechanic in the employ of a contractor or subcontractor engaged in the performance of any publicwork project shall be permitted to work more than eight hours in any day or more than five days in any week, except incases of extraordinary emergency. The contractor and the Department of Jurisdiction (Contracting Agency) may apply tothe Bureau of Public Work for a dispensation permitting workers to work additional hours or days per week on a particularpublic work project. There are very few exceptions to this rule. Complete information regarding these exceptions is available on the "4 Day /10 Hour Work Schedule" form (PW 30R). Wages and Supplements The wages and supplements to be paid and/or provided to laborers, workers, and mechanics employed on a public workproject shall be not less than those listed in the current Prevailing Rate Schedule for the locality where the work isperformed. If a prime contractor on a public work project has not been provided with a Prevailing Rate Schedule, thecontractor must notify the Department of Jurisdiction (Contracting Agency) who in turn must request an original PrevailingRate Schedule form the Bureau of Public Work. Requests may be submitted by: mail to NYSDOL, Bureau of Public Work,State Office Bldg. Campus, Bldg. 12, Rm. 130, Albany, NY 12240; Fax to Bureau of Public Work (518) 485-1870; orelectronically at the NYSDOL website www.labor.state.ny.us. Upon receiving the original schedule, the Department of Jurisdiction (Contracting Agency) is REQUIRED to providecomplete copies to all prime contractors who in turn MUST, by law, provide copies of all applicable county schedules toeach subcontractor and obtain from each subcontractor, an affidavit certifying such schedules were received. If the originalschedule expired, the contractor may obtain a copy of the new annual determination from the NYSDOL websitewww.labor.state.ny.us. The Commissioner of Labor makes an annual determination of the prevailing rates. This determination is in effect fromJuly 1st through June 30th of the following year. The annual determination is available on the NYSDOL websitewww.labor.state.ny.us. Payrolls and Payroll Records Every contractor and subcontractor MUST keep original payrolls or transcripts subscribed and affirmed as true underpenalty of perjury. Payrolls must be maintained for at least three (3) years from the project's date of completion. At aminimum, payrolls must show the following information for each person employed on a public work project: Name,Address, Last 4 Digits of Social Security Number, Classification(s) in which the worker was employed, Hourly wage rate(s)paid, Supplements paid or provided, and Daily and weekly number of hours worked in each classification.

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

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

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

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

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

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

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

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

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

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

Contractor InformationAll information must be supplied

Federal Employer Identification Number:

Name:

Address:

aaa

City: State: Zip:

Contract Type:

[ ] (01) General Construction

[ ] (02) Heating/Ventilation

[ ] (03) Electrical

[ ] (04) Plumbing

[ ] (05) Other :

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

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

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

Andrew M. Cuomo, Governor Colleen C. Gardner, Commissioner

Oswego County Bill Hayes, Vice PresidentTetra Tech Architects & Engrs.Cornell Bus. & Tech Park10 Brown RoadIthaca NY 14850

Schedule Year 2011 through 2012Date Requested 05/01/2012PRC# 2012003904

Location Fulton Branch BuildingProject ID# 143-73513-12001Project Type Emergency Generator Replacement at the Fulton Branch Building

IMPORTANT NOTICE

FOR

CONTRACTORS & CONTRACTING AGENCIES

Social Security Numbers on Certified Payrolls

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

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

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

Budget Policy & Reporting Manual

B-610

Public Work Enforcement Fund

effective date December 7, 2005

1. Purpose and Scope:

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

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

2. Background and Statutory References:

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

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

3. Procedures and Agency Responsibilities:

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

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

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

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

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

Reports should contain the following information:

- Name and billing address of State agency or public

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

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

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

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

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

Department of Labor

Administrative Finance Bureau-PWEF UnitBuilding 12, Room 464

State Office CampusAlbany, NY 12240

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

Construction Industry Fair Play Act

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

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

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

ATTENTION ALL EMPLOYEES, CONTRACTORS AND SUBCONTRACTORS: YOU ARE COVERED BY THE

CONSTRUCTION INDUSTRY FAIR PLAY ACT The law says that you are an employee unless:

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

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

Employee rights. If you are an employee:

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

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

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

Independent Contractors: If you are an independent contractor:

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

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

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

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

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

(11.11)

WORKER NOTIFICATION

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

Effective February 24, 2008

This provision is an addition to the existing prevailing wage rate

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

contractors and subcontractors to provide written notice to all

laborers, workers or mechanics of the prevailing wage rate for

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

contractors and subcontractors to post a notice at the beginning of

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

includes the telephone number and address for the Department of

Labor and a statement informing laborers, workers or mechanics of

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

receiving the proper prevailing rate of wages and/or supplements

for his/her particular job classification. The required notification

will be provided with each wage schedule, may be downloaded

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

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

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

New York State Department of Labor Bureau of Public Work

Attention Employees THIS IS A: PUBLIC WORK

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

Chapter 629 of the Labor Laws of 2007:

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

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

Albany Binghamton Buffalo Garden City New York City Newburgh

(518) 457-2744(607) 721-8005 (716) 847-7159 (516) 228-3915 (212) 775-3568 (845) 568-5156

PatchogueRochester Syracuse Utica White Plains

(631) 687-4886(585) 258-4505 (315) 428-4056 (315) 793-2314 (914) 997-9507

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

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

Contractor Name:

Project Location:

PW 101 (12.11)

(03.12) Page 1 of 2

OSHA 10-hour Construction

Safety and Health Course – S1537-A

Effective July 18, 2008

This provision is an addition to the existing prevailing wage rate

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

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

mechanics working on the site, be certified as having successfully

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

It further requires that the advertised bids and contracts for every

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

this requirement.

The OSHA 10 Legislation only applies to workers

on a public work project that are required, under

Article 8, to receive the prevailing wage.

NOTE:

(03.12) Page 2 of 2

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

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

2. OSHA Training Institute Education Centers:

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

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

www.OutreachTrainers.org

Page 1 of 1

Requirements for OSHA 10 Compliance

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

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

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

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

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

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

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

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

IMPORTANT INFORMATION

Regarding Use of Form PW30R

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

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

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

AND

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

completing the PW30R Form.

REMEMBER…

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

Do not write in any additional Classifications or Counties.

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

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

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

Instructions (Type or Print legibly):

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

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

• Enter the Name of a Contact Person for the Company along with their Phone and Fax numbers, and the personal email address (if applicable)

Project Information:

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

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

• Enter the Exact Location of Project (i.e. Smithtown HS, 143 County Route #2, Smithtown,NY; Bldgs. 1 & 2)

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

• On the Checklist of Job Classifications -

o Go to pages 2 and 3 of the form o Place a checkmark in the box to the right of the Job Classification you are choosing o Mark all Job Classifications that apply

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

Requestor Information: • Enter the name of the person submitting the registration, their title with the company , and the

date the registration is filled out

Return Completed Form:

• Mail the completed PW30R form (3 pages) to: NYSDOL Bureau of Public Work, SOBC – Bldg.12 – Rm.130, Albany, NY 12240 -OR -

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

Instructions for Completing Form PW30R

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

Before completing Form PW30R check to be sure …

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

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

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

PW-30R (03-12)

New York State Department of Labor

Bureau of Public Work W. Averell Harriman State Office Campus

Building 12 - Room 130 Albany, New York 12240

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

Date :

Name:

Title:

Company Name:

City: State:

Fax Number: Email Address:

Contractor Information

Address:

Zip Code:

Project PRC#:

Exact Location of Project:

Project Information

Requestor Information

Project Name/Type:

(If you are Subcontractor) Prime Contractor Name:

Contact Person:

FEIN:

Phone Number

Phone No: Fax No: Email:

1 of 4

County:

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

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

Please Type or Print the Requested Information

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

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

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

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

Job Classification Tag # Applicable Counties Check Box

Carpenter - Building 1042 Clinton, Essex, Franklin

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

Carpenter - Building 370Z2 Hamilton, Warren, Washington

Carpenter - Building 370Z3 Saratoga

Carpenter - Heavy&Highway 370Saratoga Saratoga

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

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

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

Carpenter - Building 281B Cayuga, Seneca, Yates

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

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

Carpenter - Building/Heavy&Highway 9 Erie, Cattaraugus

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

Carpenter - Building 66 Allegany, Chautauqua, Cattaraugus

Carpenter - Building 277 CST Cortland, Schuyler, Tompkins

Carpenter - Building 277 JLS Jefferson, Lewis, St. Lawrence

Carpenter - Building 277 omh Herkimer, Madison, Oneida

Carpenter - Building 277 On Onondaga

Carpenter - Building 277 Os Oswego

Carpenter - Heavy/Highway 277h CST Cortland, Schuyler, Tompkins

Carpenter - Heavy/Highway 277h JLS Jefferson, Lewis, St. Lawrence

Carpenter - Heavy/Highway 277h On Onondaga

PW-30R (03-12) 2 of 4NYSDOL Bureau of Public Work

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

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

Job Classification Tag # Applicable Counties Check Box

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

Carpenter - Heavy/Highway 277h Os Oswego

Electrician 25m Nassau, Suffolk

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

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

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

Electrician Lineman 1049Line/Gas Nassau, Suffolk

Electrician Lineman 1249a

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

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

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

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

Elevator Constructor 35

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

Elevator Constructor 62.1

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

PW-30R (03-12) 3 of 4NYSDOL Bureau of Public Work

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

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

PW-30R (03-12)

Job Classification Tag # Applicable Counties Check Box

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

Insulator - Heat & Frost 30-Syracuse

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

Laborers - Residential Deconstruction, Demolition 601

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

Operating Engineer - Heavy& Highway 832H

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

Painter 178 B Broome, Chenango, Tioga

Painter 178 E Chemung, Schuyler, Steuben

Painter 178 O Delaware, Otsego

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

Painter 38.O Oswego

Painter4-Buf,Nia,

OleanAllegany, Cattaraugus, Chautauqua, Erie, Genesee, Livingston, Niagara, Orleans, Steuben, Wyoming

Painter 4-Jamestown Cattaraugus, Chautauqua

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

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

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

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

4 of 4NYSDOL Bureau of Public Work

Introduction to the Prevailing Rate Schedule

Information About Prevailing Rate Schedule This information is provided to assist you in the interpretation of particular requirements for each classification of worker contained in theattached Schedule of Prevailing Rates.

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

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

Overtime At a minimum, all work performed on a public work project in excess of eight hours in any one day or more than five days in any workweek isovertime. However, the specific overtime requirements for each trade or occupation on a public work project may differ. Specific overtimerequirements for each trade or occupation are contained in the prevailing rate schedules. Overtime holiday pay is the premium pay that is required for work performed on specified holidays. It is only required where the employeeactually performs work on such holidays. The applicable holidays are listed under HOLIDAYS: OVERTIME. The required rate of pay for these covered holidays can be found in theOVERTIME PAY section listings for each classification.

Supplemental Benefits Particular attention should be given to the supplemental benefit requirements. Although in most cases the payment or provision ofsupplements is for each hour worked, some classifications require the payment or provision of supplements for each hour paid (includingpaid holidays on which no work is performed) and/or may require supplements to be paid or provided at a premium rate for premium hoursworked.

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

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

Title (Trade) Ratio

Boilermaker (Construction) 1:1,1:4

Boilermaker (Shop) 1:1,1:3

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

Carpenter (Residential) 1:1,1:3

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

Page 27

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on May 01 2012 PRC Number 2012003904

Electrician (Inside) 1:1,1:3

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

Glazier 1:1,1:3

Insulation & Asbestos Worker 1:1,1:3

Iron Worker 1:1,1:4

Laborer 1:1,1:3

Mason 1:1,1:4

Millwright 1:1,1:4

Op Engineer 1:1,1:5

Painter 1:1,1:3

Plumber & Steamfitter 1:1,1:3

Roofer 1:1,1:2

Sheet Metal Worker 1:1,1:3

Sprinkler Fitter 1:1,1:2

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

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

District Office Locations: Telephone # FAX #

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

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

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

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

Bureau of Public Work - Newburgh 845-568-5287 845-568-5332

Bureau of Public Work - New York City 212-775-3568 212-775-3579

Bureau of Public Work - Patchogue 631-687-4882 631-687-4904

Bureau of Public Work - Rochester 585-258-4505 585-258-4708

Bureau of Public Work - Syracuse 315-428-4056 315-428-4671

Bureau of Public Work - Utica 315-793-2314 315-793-2514

Bureau of Public Work - White Plains 914-997-9507 914-997-9523

Bureau of Public Work - Central Office 518-457-5589 518-485-1870

Page 28

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on May 01 2012 PRC Number 2012003904

Oswego County General Construction

Asbestos Worker 05/01/2012

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

WAGESPer hour

07/01/2011

Asbestos WorkerRemoval &Abatement Only $ 17.50 plus additional $3.00*

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

* To be allocated at a later date

SUPPLEMENTAL BENEFITSPer hour paid

Journeyman $ 7.50

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

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (2, 4, 6, 25) on HOLIDAY PAGE*Code Q applies to 4, 6, & 25**Code T applies to 2

9-12a - Removal Only

Boilermaker 05/01/2012

JOB DESCRIPTION Boilermaker DISTRICT 6ENTIRE COUNTIESCayuga, Clinton, Cortland, Franklin, Jefferson, Lewis, Madison, Oneida, Onondaga, Oswego, Seneca, St. Lawrence, Tompkins

WAGESPer hour: 07/01/2011

Boilermaker $ 29.45

SUPPLEMENTAL BENEFITSPer hour paid:

Journeyman $ 20.14

*IMPORTANT NOTE(Portion of Supplemental benefits per hour paid at same premium as shown for overtime.)

Journeyman $ 19.25*

OVERTIME PAYNew Work: See (B,E,Q) on OVERTIME PAGE. Time & 1/2 for the 9th & 10th hours Monday thru Saturday, double all addtl. hoursMaintenance: See (B,E,Q) on OVERTIME PAGE.

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (5, 6, 10, 11, 15) on HOLIDAY PAGE

REGISTERED APPRENTICESWages per hour:

( 1/2 ) year terms at the following percentage of Journeyman's wage.

07/01/2011 1st 2nd 3rd 4th 5th 6th 7th 8thPage 29

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on May 01 2012 PRC Number 2012003904 Oswego County

65% 65% 70% 75% 80% 85% 90% 95%

$19.14 $19.14 $20.62 $22.09 $23.56 $25.03 $26.51 $27.98

Supplemental Benefits per hour:

Six month terms at the following dollar amounts:

1st 2nd 3rd 4th 5th 6th 7th 8th07/01/2011 $15.85 $15.85 $16.46 $17.08 $17.68 $18.30 $18.91 $19.53

*IMPORTANT NOTE (Portion of Supplemental benefits per hour paid at same premium as shown for overtime.)

07/01/2011 1st 2nd 3rd 4th 5th 6th 7th 8th$14.96* $14.96* $15.57* $16.19* $16.79* $17.41* $18.02* $18.64*

6-175

Carpenter - Building 05/01/2012

JOB DESCRIPTION Carpenter - Building DISTRICT 6ENTIRE COUNTIESOswego

WAGESPer hour: 07/01/2011 06/01/2012 06/01/2013

Additional Additional

Carpenter $ 25.09 $0.92 $1.36Floorlayer 25.09 0.92 1.36Piledriver (Bldg) 25.34 0.92 1.36Certified Welder 26.09 0.92 1.36Hazardous Waste Work 26.59 0.92 1.36Nuclear Power Plant * 26.60 0.92 1.36Diver-Wet Day 45.15 0.92 1.36Diver-Dry Day 26.09 0.92 1.36Dive Tendor 26.09 0.92 1.36

Depth pay for Divers: 0' to 80' no additional fee81' to 100' additional $0.50 per foot per hour101' to 150' additional $1.00 per foot per hour151' and deeper additional $1.25 per foot per hour

Divers' penetration pay 0' to 50' no additional fee51' to 100' additional $0.75 per foot per hour101' and deeper additional $1.00 per foot per hour

* Only for work performed within the secured areas of any nuclear power plant within Oswego County.

Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day.

NOTE - In order to use the '4 Day/10 Hour Work Schedule,' you must submit an 'Employer Registration for Use of 4 Day/10 Hour WorkSchedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project.

SUPPLEMENTAL BENEFITSPer hour worked:

Journeyman $ 16.10

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

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

Page 30

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on May 01 2012 PRC Number 2012003904 Oswego County

REGISTERED APPRENTICESWAGES: ( 1 ) year terms at the following percentage of Journeyman's wage.

1st 2nd 3rd 4th50% 60% 70% 80%

SUPPLEMENTAL BENEFITS per hour worked:

Appr 1st term $ 8.96Appr 2nd term 8.96Appr 3rd term 11.46Appr 4th term 11.46

6-277 Os

Carpenter - Building / Heavy&Highway 05/01/2012

JOB DESCRIPTION Carpenter - Building / Heavy&Highway DISTRICT 1ENTIRE COUNTIESAlbany, Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Erie, Essex,Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Niagara, Oneida,Onondaga, Ontario, Orleans, Oswego, Otsego, Rensselaer, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben,Sullivan, Tioga, Tompkins, Ulster, Warren, Washington, Wayne, Wyoming, Yates

WAGESWages per hour:

07/01/2011Carpenter - ONLY forArtificial Turf/SyntheticSport Surface Installer $ 26.50

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

SUPPLEMENTAL BENEFITSPer hour Paid:

07/01/2011

Journeyman $ 18.00

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

HOLIDAYPaid: See (2, 17) on HOLIDAY PAGEOvertime: See (6, 16, 27) on HOLIDAY PAGENote: When a holiday falls upon a Saturday, it shall be observed on the preceding Friday. Whan a holiday falls upon a Sunday, it shall beobserved on the following Monday.

REGISTERED APPRENTICESWages per hour:

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

Supplemental Benefits per hour paid:07/01/2011

Carpenter1st year term $ 9.002nd year term 14.403rd year term 15.304th year term 16.20

1-42AtSS

Carpenter - Heavy&Highway 05/01/2012Page 31

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on May 01 2012 PRC Number 2012003904 Oswego County

JOB DESCRIPTION Carpenter - Heavy&Highway DISTRICT 6ENTIRE COUNTIESOswego

WAGESPer hour: 07/01/2011

Carpenter / Piledriver $27.25Certified Welder 28.75Millwright (H/H) 28.75Diver - Wet day 43.51Diver - Dry day 28.25Dive Tender 28.25Hazardous work* 28.75

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

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

NOTE - In order to use the '4 Day/10 Hour Work Schedule,' you must submit an 'Employer Registration for Use of 4 Day/10 Hour WorkSchedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project.

SUPPLEMENTAL BENEFITSPer hour worked:

Journeyman $ 16.49

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

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

REGISTERED APPRENTICESAPPRENTICES:* ( 1 ) year terms at the following percentage of Journeyman's wage.

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

*On project for removal and/or abatement of asbestos or any toxic or hazardous material and it is required by the employer or mandated byNYS or Federal Regulation to wear protective equipment, an additional $1.50 per hour above their appropriate rate shall be paid toapprentices.

Supplemental Benefits per hour worked:

1st year term $ 8.092nd year term 12.323rd year term 16.494th year term 16.49

6-277h Os

Electrician 05/01/2012

JOB DESCRIPTION Electrician DISTRICT 6ENTIRE COUNTIESCortland, Herkimer, Madison, Oneida, Oswego

PARTIAL COUNTIESCayuga: Townships of Ira, Locke, Sempronius, Sterling, Summerhill and Victory.Chenango: Only the Townships of Columbus, New Berlin and Sherburne.Onondaga: Entire County except Townships of Elbridge and Skaneateles.Otsego: Only the Townships of Plainfield, Richfield, Springfield, Cherry Hill, Roseboom, Middlefield, Otsego, Exeter, Edmeston, Burlington,Pittsfield and New Lebanon.Tompkins: Only the Township of Groton.Wayne: Only the Townships of Huron, Wolcott, Rose and Butler.

WAGESPage 32

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on May 01 2012 PRC Number 2012003904 Oswego County

Per hour: 07/01/2011

Electrician $ 31.00Cable Splicer 31.00Teladata 31.00

NOTE: (A) THE FOLLOWING RATES WILL APPLY ON ALL CONTRACTING AGENCY MANDATED MULTIPLE SHIFTS OF EIGHT(8) HOURS FOR AT LEAST FIVE (5) DAYS DURATION WHICH MAY BE WORKED. WHEN TWO (2) SHIFTS OR THREE(3) SHIFTS ARE WORKED:

1st shift 7:00 AM to 3:30 PM 2nd shift 3:30 PM to 12:00 Midnight 3rd shift 12:00 Midnight to 8:30 AM

07/01/2011 1st shift $ 31.00 2nd shift 35.65 3rd shift 38.75

(B) OCCUPIED CONDITIONS: WHEN NECESSARY TO PERFORM ALTERATION AND/OR RENOVATION WORK ANDOWNER MANDATES (DUE TO OCCUPIED CONDITIONS) PREVENT THE WORK FROM BEING PERFORMED DURING"NORMAL" WORKING HOURS (DEFINED AS BETWEEN 7:00 AM AND 5:30 PM MONDAY THROUGH FRIDAY),ALTERNATE HOURS MAY BE WORKED PROVIDED: 1) THE HOURS ARE ESTABLISHED FOR A MINIMUM OF FIVE (5)DAYS DURATION OR THE LENGTH OF THE JOB WHICHEVER IS SHORTER; AND 2) AN ENTIRE WORK SCOPEWITHIN A JOBSITE AREA IS PERFORMED UTILIZING THE VARIED HOURS.IF THESE CONDITIONS ARE SATSFIED,HOURS WORKED MONDAY THROUGH FRIDAY OUTSIDE OF THE "NORMAL" HOURS SHALL BE PAID AT THEAPPROPRIATE DAY SHIFT RATE PLUS FIFTEEN PERCENT (15%). HOWEVER, THE FOLLOWING RESTRICTIONSSHALL APPLY:

1) "ALTERNATE" HOURS SHALL CONSIST OF A MINIMUM OF EIGHT CONSECUTIVE HOURS PER DAY2) HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY, MONDAY THROUGH FRIDAY, SHALL BEPAID AT A RATE OF ONE AND ONE-HALF TIMES THE APPLICABLE RATE (DAY-SHIFT + 15%)3) HOURS WORKED ON SATURDAY SHALL BE PAID AT TIME AND ONE-HALF THE APPLICABLE RATE.4) HOURS WORKED ON A SUNDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIMERATE.5) IF MULTIPLE SHIFTS ARE WORKED ON THE SAME PROJECT, RATES OF PAY SHALL BEDETERMINED BY NOTE "A" ABOVE6) WORK OF A NEW CONSTRUCTION NATURE MAY NOT BE WORKED UNDER THESE CONDITIONS.

** IMPORTANT NOTICE - EFFECTIVE 04/01/2009 **Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day.

NOTE - In order to use the '4 Day/10 Hour Work Schedule,' you must submit an 'Employer Registration for Use of 4 Day/10 Hour WorkSchedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project.

SUPPLEMENTAL BENEFITSPer hour worked:Journeyman $ 19.17 plus

*3% of hourly wage paid

OVERTIME PAY See ( B,E*,Q ) on OVERTIME PAGE* Double Time after 10 hrs. on Saturday.

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

REGISTERED APPRENTICES(at the following percentage of journeyman's wage)1st Period ( 0-1000 hrs) 40% 4th Period (3501-5000 hrs) 60%2nd Period (1001-2000 hrs) 45% 5th Period (5001-6500 hrs) 70%3rd Period (2001-3500 hrs) 50% 6th Period (6501-8000 hrs) 80%

Supplemental Benefits per hour worked:

Apprentices:

Page 33

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on May 01 2012 PRC Number 2012003904 Oswego County

1st period $ 10.14 plus 4th period $18.29 plus*3% of hourly wage paid *3% of hourly wage paid

2nd period $10.14 plus 5th period $18.51 plus*3% of hourly wage paid *3% of hourly wage paid

3rd period $18.07 plus 6th period $18.73 plus*3% of hourly wage paid *3% of hourly wage paid

*NOTE: The 3% is based on the hourly wage paid, straight time rate or premium rate.6-43

Elevator Constructor 05/01/2012

JOB DESCRIPTION Elevator Constructor DISTRICT 6ENTIRE COUNTIESBroome, Cayuga, Chenango, Cortland, Franklin, Jefferson, Lewis, Onondaga, Oswego, St. Lawrence, Tioga, Tompkins

PARTIAL COUNTIESDelaware: Only the towns of: Tompkins,Walton,Masonville,Sidney, Franklin and Deposit.Madison: Only the towns of: Chittenango, Fenner, Cazenovia, Nelson, Eaton, Georgetown, Lenox, Deruyter, Lebanon and SullivanOneida: Only the towns of: Florence, Camden and Vienna

WAGESPer hour: 07/01/2011

Elevator Constructor $ 39.41Helper 27.59

** IMPORTANT NOTICE - EFFECTIVE 04/01/2009 **Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday, except work on general repairs andmodernization.

NOTE - In order to use the '4 Day/10 Hour Work Schedule,' you must submit an 'Employer Registration for Use of 4 Day/10 Hour WorkSchedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project.

SUPPLEMENTAL BENEFITSPer hour worked:

$ 21.82plus 6% of wage (under 5 years service)plus 8% of wage (after 5 years service)

OVERTIME PAYSee (D, O, T) on OVERTIME PAGE

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

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

55% 65% 70% 80%$ 21.68 $ 25.62 $ 27.59 $ 31.53

SUPPLEMENTAL BENEFITS: Same as journeymen above

6-62.1

Glazier 05/01/2012

JOB DESCRIPTION Glazier DISTRICT 5ENTIRE COUNTIESCayuga, Cortland, Herkimer, Madison, Oneida, Onondaga, Oswego

WAGES

Page 34

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on May 01 2012 PRC Number 2012003904 Oswego County

Per Hour: 07/01/2011 05/01/2012 05/01/2013

Additional Additional

Glazier $ 22.25 $ 1.45 $ 1.50

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

SUPPLEMENTAL BENEFITSPer hour worked:

Journeyman $ 12.99

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

* Double time before 8:00am and after 6:30pm on Saturday.**Note: Emergency work on Sunday is 1 1/2 times the hourly rate.

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

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

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

Supplemental Benefits per hour worked:

Appr. 1st & 2nd term $ 10.29Appr. 3rd term 11.91Appr. 4th term 12.05Appr. 5th term 12.18Appr. 6th term 12.32Appr. 7th term 12.45Appr. 8th term 12.72

5-677.Z-2

Insulator - Heat & Frost 05/01/2012

JOB DESCRIPTION Insulator - Heat & Frost DISTRICT 6ENTIRE COUNTIESBroome, Cayuga, Chemung, Chenango, Cortland, Herkimer, Jefferson, Lewis, Madison, Oneida, Onondaga, Oswego, Otsego, Schuyler,Seneca, St. Lawrence, Tioga, Tompkins

WAGESPer hour: 07/01/2011

Insulation Installer $ 28.55(On mechanical systems only)

NOTE: THE FOLLOWING RATES WILL APPLY ON ALL CONTRACTING AGENCY MANDATED SHIFTS WORKED BETWEEN THEHOURS LISTED BELOW:

07/01/2011

1ST SHIFT (MORNING) 7-3 $ 28.552ND SHIFT (AFTERNOON) 3-11 32.833RD SHIFT (NIGHT) 11-7 35.69

** IMPORTANT NOTICE - EFFECTIVE 04/01/2009 **Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day.

Page 35

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on May 01 2012 PRC Number 2012003904 Oswego County

NOTE - In order to use the '4 Day/10 Hour Work Schedule,' you must submit an 'Employer Registration for Use of 4 Day/10 Hour WorkSchedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project.

SUPPLEMENTAL BENEFITSPer hour worked:

Journeyman $ 16.73

OVERTIME PAYSee (B1, Q) on OVERTIME PAGE

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime See (4,6) on HOLIDAY PAGE. Also Easter.

Triple time for Labor Day if worked.

REGISTERED APPRENTICESWAGES: (1) yr terms at the following percentage of Journeyman's wage

1st 2nd 3rd 4th50% 60% 70% 80%

$14.28 $17.13 $19.99 $22.84

SUPPLEMENTAL BENEFITS per hour worked:

$16.736-30-Syracuse

Ironworker 05/01/2012

JOB DESCRIPTION Ironworker DISTRICT 6ENTIRE COUNTIESBroome, Cayuga, Cortland, Onondaga, Oswego, Seneca, Tioga, Tompkins

PARTIAL COUNTIESChenango: Only the Townships of Lincklaen, Otselic, Pitcher, Pharsalia, German, McDonough, Preston, Norwich, Smithville, Oxford,Guilford, Greene, Coventry, Bainbridge and Afton.Jefferson: Only the Townships of Alexandria, Theresa, Clayton, Orleans Cape, Vincent, Lyme, Brownville, Pamelia, Leray, Hounsfield,Watertown, Rutland, Adams, Henderson, Rodman, Ellisburg, Lorraine and Worth.Madison: Only the Townships of Sullivan, Lenox, Lincoln, Fenner, Smithfield, Cazenovia, Nelson, DeRuyter and Georgetown.Schuyler: Only the Townships of Cayuta, Catherine, Hector and Montour.Wayne: Only the Townships of Galen, Savannah, Rose, Butler, Huron and Wolcott

WAGESPer hour: 07/01/2011

Structural/Reinf/Rebar $ 27.00Mach Mover & Rigger 27.00Ornamental & CurtainWall, Window Wall 27.00Pre-glazed metal framed windows attachedto steel or masonry, caulking 27.00Fence Erector (Chain Link/Security) 27.00Sheeter/Bridge rail 27.00Pre-Cast erector 27.00Stone Derrickman 27.00Pre-Engineered Bldg Erector 27.00

*NOTE: Shift work may be performed when mandated by the owner. All shifts will be (8) hours with start times beginning between the hourslisted below.

1st Shift ( 6:00am - 8:00am ) 27.002nd Shift ( 2:30pm - 4:30pm ) Plus 10%3rd Shift ( 11:00pm - 1:00am ) Plus 15%

SUPPLEMENTAL BENEFITSPer hour worked:

Journeymen $ 20.15

Page 36

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on May 01 2012 PRC Number 2012003904 Oswego County

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

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

REGISTERED APPRENTICESWAGES: (1) year terms at the following rates.

1st 2nd 3rd 4th$15.00 $17.00 $19.00 $21.00

SUPPLEMENTAL BENEFITS per hour worked:

07/01/2011

1st year $ 9.102nd year 15.723rd year 16.664th year 17.61

6-60

Laborer - Building 05/01/2012

JOB DESCRIPTION Laborer - Building DISTRICT 6ENTIRE COUNTIESOswego

WAGES Per hour:

07/01/2011

Group A: Nuclear Plants, HydroPlants or related work $22.23

Basic Laborer 19.72

Blaster, Asbestos, Toxic orHazardous Waste removal 21.22

Note: All work outside of the building proper, if not included in the building contract, will fall under the heavy highway rates.

SUPPLEMENTAL BENEFITSPer hour worked:

Group A $15.54

Laborers (Bldg)Basic, Asbestos, Toxic orHazardous Waste removal 14.73

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

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

REGISTERED APPRENTICESWAGES: (1000 hr) terms at the following percentage of Journeyman's wage.

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

SUPPLEMENTAL BENEFITS per hour worked:

Group A: $15.54

Page 37

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on May 01 2012 PRC Number 2012003904 Oswego County

Basic, Asbestos, Toxic orHazardous Waste removal 14.73

6-633bOS

Laborer - Heavy&Highway 05/01/2012

JOB DESCRIPTION Laborer - Heavy&Highway DISTRICT 6ENTIRE COUNTIESOswego

WAGESPer hour:

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

GROUP B: Bull Float (where used for strike off only), Chain Saw, Concrete Aggregate Bin, Concrete Bootmen, Gin Buggy, Hand or MachineVibrator, Jack Hammer, Mason Tender, Mortar Mixer, Pavement Breaker, Handlers of all Steel Mesh, Small Generators for Laborers' Tools,Installation of Bridge Drainage Pipe, Pipe Layers, Vibrator Type Rollers, Tamper, Drill Doctor, Water Pump Operators(1-1/2" SingleDiaphragm), Nozzle (Asphalt, Gunite, Seeding and Sand Blasting), Laborers on Chain Link Fence Erection, 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, Tailor Screw Operator on Asphalt Paver, Powderman and Tunnel Work

GROUP D: Blasters, Form Setters (slab steel forms on highways, roads, streets & airport runways), Stone or Granite Curb Setters.

GROUP E: EPA or DEC Certified Toxic or Hazardous Waste Work

07/01/2011Heavy/Highway Laborer:GROUP A $ 23.26GROUP B 23.46GROUP C 23.66GROUP D 23.86GROUP E 25.26

NOTE: A single irregular work shift can start at any time between 5:00 PM and 1:00 AM. All employees who work a single irregular shift ongovernmental mandated night work shall be paid an additional $1.75 per hour.

SUPPLEMENTAL BENEFITSPer hour worked: $ 16.40

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

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

REGISTERED APPRENTICESWAGES:(1000 hr) terms at the following percentage of journeyman GROUP #A Wage.

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

SUPPLEMENTAL BENEFITS per hour worked:

All terms: $ 16.40

6-633 hOS

Laborer - Tunnel 05/01/2012

JOB DESCRIPTION Laborer - Tunnel DISTRICT 6ENTIRE COUNTIESOswego

Page 38

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on May 01 2012 PRC Number 2012003904 Oswego County

WAGESGROUP 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 to 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)

07/01/2011 07/01/2012Tunnel Laborer: AdditionalGroup A $ 23.44 $1.35Group B 23.64Group C* 25.44

*Work site required to be designated by State/Federal as hazardous waste site and relevant regulations require employees to use personalprotection.

SUPPLEMENTAL BENEFITSPer hour worked:

Journeyman $ 19.35

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

HOLIDAYPaid: See (5, 6) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGEIf the holiday falls on Saturday, it will be celebrated on Friday. If the holiday falls on Sunday, it will be celebrated on Monday.

REGISTERED APPRENTICES1000 hour terms at the following percentage of Group B wages

1st term 60%2nd term 70%3rd term 80%4th term 90%

Supplemental Benefits per hour worked:

Appr All Terms $19.356-633T (OS)

Lineman Electrician 05/01/2012

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

WAGESPer hour:

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

Below rates applicable on all Overhead and Underground Transmission line work & Fiber Optic Cable where other construction trades are orhave been involved. This applies to transmission line work only, not other construction.

07/01/2011 05/07/2012

Lineman/Tech./Welder $ 44.52 $45.23Cable splicer 44.52 45.23Digging Machine Operator 40.07 40.71Tractor Trailer Driver 37.84 38.45Groundman/Truck Driver 35.62 36.18

Page 39

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on May 01 2012 PRC Number 2012003904 Oswego County

Mechanic 1st Class 35.62 36.18Flagman 26.71 27.14

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

Below rates apply on Switching Structures, Maintenance projects, Railroad Catenary install/maint, Third rail installation, Bonding of Rails andpipe type cable and installation of Fiber Optic Cable.

Lineman/Technician/Welder $ 43.31 $ 44.01Digging Machine Operator 38.98 39.61Tractor Trailer Driver 36.81 37.41Groundman/Truck Driver 34.65 35.21Mech. 1st Class 34.65 35.21Flagman 25.99 26.41Certified WelderPipe Type Cable 45.48 46.21Cable Splicer pipe type cable 47.64 48.41

Additional 1.00 per hour for entire crew when a helicopter job.

Below rates applicable on all overhead and underground distribution and maintenance work, and all overhead and underground transmissionline work and the installation of Fiber Optic Cable where no other construction trades are or have been involved.

Lineman /Techician $ 42.02 $ 42.72Welder/Cable Splicer 42.02 42.72Digging Machine Operator 37.82 38.45Tractor Trailer Driver 35.72 36.31Groundman/Truck Driver 33.62 34.18Mechanic 1st Class 33.62 34.18Flagman 25.21 25.63

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

Below rates applicable on all electrical sub-stations, switching structures, fiber optic cable and all other work not defined as "Utility outsideelectrical work"

Lineman/Technician $ 42.02 $ 42.72Cable Splicer pipe type cable 46.22 46.99Certified Welder pipe type 44.12 44.86Digging Machine Operator 37.82 38.45Tractor Trailer Driver 35.72 36.31Mechanic 1st Class 33.62 34.18Groundman/Truck Driver 33.62 34.18Flagman 25.21 25.63

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

** IMPORTANT NOTICE - EFFECTIVE 04/01/2009 **Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day.

NOTE - In order to use the '4 Day/10 Hour Work Schedule,' you must submit an 'Employer Registration for Use of 4 Day/10 Hour WorkSchedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project.

SUPPLEMENTAL BENEFITSPer hour worked including holidays listed below:

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

$ 16.50 $ 18.25 *plus 7% of *plus 7% ofhourly wage paid hourly wage paid

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

Page 40

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on May 01 2012 PRC Number 2012003904 Oswego County

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

1st shift 8:00 AM to 4:30 PM REGULAR RATE

2nd shift 4:30 PM to 1:00 AM REGULAR RATE PLUS 17.3 %

3rd shift 12:30 AM to 9:00 AM REGULAR RATE PLUS 31.4 %

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

SUPPLEMENTS for holidays paid at straight time

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

Supplemental Benefits per hour worked:

The following SUPPLEMENTAL benefits apply to all classification categories of CONSTRUCTION, TRANSMISSION and DISTRIBUTION.$ 16.50 $ 18.25

*plus 7% of *plus 7% ofhourly wage paid hourly wage paid

*NOTE: The 7% is based on the hourly wage paid, straight time rate or premium rate.

6-1249a

Lineman Electrician - Teledata 05/01/2012

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

WAGESPer hour:

FOR WORK OUTSIDE BUILDING PROPERTY LINES.

07/01/2011

Cable Splicer $ 27.44Installer/Repairman 26.05Teledata Lineman 26.05Technician/Equip Oper 26.05Groundman 13.81

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

SUPPLEMENTAL BENEFITSPer hour worked:

$ 4.43*plus 3% of hourly wage paid

*NOTE: The 3% is based on the hourly wage paid, straight time rate or premium rate.

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

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

Page 41

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on May 01 2012 PRC Number 2012003904 Oswego County

6-1249LT - Teledata

Lineman Electrician - Traffic Signal Lighting 05/01/2012

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

WAGESPer hour:

07/01/2011 05/07/2012Lineman/Technician $38.02 $38.25Certified Welder 39.92 40.16Digging Mach 34.22 34.43Tractor trailer driver 32.32 32.51Groundman Truck Driver 30.42 30.60Mechanic 1st Class 30.42 30.60Flagman 22.81 22.95

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

SUPPLEMENTAL BENEFITSPer hour worked:

All classifications $ 16.50 $18.25*plus 6.5% of *plus 6.5% ofhourly wage paid hourly wage paid

NOTE: Additional $1.00 per hr. for entire crew when a helicopter is used.*NOTE: The 6.5% is based on the hourly wage paid, straight time rate or premium rate.

OVERTIME PAYSee (B, E, Q) on OVERTIME PAGENOTE: DOUBLE TIME FOR ALL EMERGENCY WORK DESIGNATED BY THE DEPT. OF JURISDICTION.

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

1ST SHIFT 8:00 AM TO 4:30 PM REGULAR RATE2ND SHIFT 4:30 PM TO 1:00 AM REGULAR RATE PLUS 17.3%3RD SHIFT 12:30 AM TO 9:00 AM REGULAR RATE PLUS 31.4%

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

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

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

Lineman Electrician - Tree Trimmer 05/01/2012

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

WAGESPage 42

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on May 01 2012 PRC Number 2012003904 Oswego County

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 andCATV lines.

07/01/2011 01/01/2012

Tree trimmer $ 21.64 $ 22.08Equip Operator 19.09 19.48Mechanic 19.09 19.48Truck Driver 16.14 16.46Ground person 13.25 13.51Flag person 9.44 9.62

SUPPLEMENTAL BENEFITSPer hour worked:

$ 7.36 $ 7.88 *plus 3% of *plus 3% ofhourly wage paid hourly wage paid

Supplements paid at STRAIGHT TIME rate for holidays.

*NOTE: The 3% is based on the hourly wage paid, straight time rate or premium rate.

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

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

6-1249TT

Mason - Building 05/01/2012

JOB DESCRIPTION Mason - Building DISTRICT 1ENTIRE COUNTIESCayuga, Onondaga, Oswego

PARTIAL COUNTIESMadison: The townships of Sullivan and Cazenovia ONLY

WAGESPer hour

07/01/2011 06/01/2012An Additional

Tile/Terrazzo/Marble

Setter $ 25.29 $ 1.25*Finisher 21.87 $ 1.13*

(*)To be allocated at a late date

SUPPLEMENTAL BENEFITSPer hour worked

Journeyman Setter $ 14.92Journeyman Finisher 14.47

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

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

REGISTERED APPRENTICESWages per hourHour terms at the following percentage of journeyman's wageSetter:1st term 500 hours 60%2nd term 1000 hours 70%

Page 43

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on May 01 2012 PRC Number 2012003904 Oswego County

3rd term 1000 hours 80%4th term 1000 hours 85%5th term 1000 hours 90%6th term 1500 hours 95%

Finisher:1st term 500 hours 70%2nd term 1000 hours 80%3rd term 1000 hours 90%4th term 1200 hours 95%

Supplemental Benefits per hour worked

Setter:1st term $ 10.49All others 14.92

Finisher:1st term $10.14All others 14.47

1-2TS.3

Mason - Building 05/01/2012

JOB DESCRIPTION Mason - Building DISTRICT 1ENTIRE COUNTIESOswego

WAGESPer hour

07/01/2011 07/01/2012An Additional

Bricklayer/Blocker $ 30.02 $ 1.89**Cement Mason(Bldg) 30.02 1.89**Plasterer/Fireproofing* 30.02 1.89**Stone Mason 30.02 1.89**Concrete Cutter 30.02 1.89**Pointer/Caulker/Cleaner 30.02 1.89**

Additional $.25 per hr. for work in restricted radiation area of atomic plant.Additional $5.00 per day more for employees working on a two-point suspension scaffold (Pointer, Caulker, and Cleaner are excluded).

(*)Fireproofer on Structural only.(**)To be allocated at a later date

SUPPLEMENTAL BENEFITSPer hour worked

Journeyman $ 16.63

OVERTIME PAYSee (B, E, *E2, Q) on OVERTIME PAGE*Provided employee worked minimum of 16 hours, but no more than 32 hours during the present work week.

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

REGISTERED APPRENTICESWages per hour

750 hour terms at the following percentage of Journey's wage

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

Supplemental Benefits per hour worked

All terms $ 16.63Page 44

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on May 01 2012 PRC Number 2012003904 Oswego County

1-2b.4

Mason - Heavy&Highway 05/01/2012

JOB DESCRIPTION Mason - Heavy&Highway DISTRICT 1ENTIRE COUNTIESAlbany, Cayuga, Clinton, Columbia, Essex, Franklin, Fulton, Greene, Hamilton, Herkimer, Jefferson, Lewis, Madison, Montgomery, Oneida,Oswego, Rensselaer, Saratoga, Schenectady, Schoharie, St. Lawrence, Warren, Washington

PARTIAL COUNTIESOnondaga: For Heavy & Highway Cement Mason or Plaster Work in Onondaga County, refer to Mason-Heavy&Highway tag 1-2h/h on.

WAGESPer hour

07/01/2011 07/01/2012An Additional

Mason &Bricklayer $ 30.72 $ 2.00**

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 BENEFITSPer hour worked

Journeyman $ 16.34

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

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGENote: If a holiday falls on Sunday, the Monday following shall constitute the day of the legal holiday.

REGISTERED APPRENTICESWages per hour

750 HR TERMS at the following percent of Journeyman's wage

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

Supplemental Benefits per hour worked

0-500 Hours $ 9.74All others 16.34

1-2hh.1

Millwright 05/01/2012

JOB DESCRIPTION Millwright DISTRICT 6ENTIRE COUNTIESJefferson, Lewis, Onondaga, Oswego, St. Lawrence

WAGESPer hour: 07/01/2011

Journeyman $ 26.00Welder 27.25Hazardous Waste Work 27.25

SUPPLEMENTAL BENEFITSPer hour worked:

Journeyman $ 15.93

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

Page 45

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on May 01 2012 PRC Number 2012003904 Oswego County

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

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

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

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

Supplemental Benefits per hour worked:

Appr 60% $ 7.55Appr 70% 13.416Appr 80% 14.254Appr 90% 15.092

6-1163 JLOOS

Operating Engineer - Building 05/01/2012

JOB DESCRIPTION Operating Engineer - Building DISTRICT 6ENTIRE COUNTIESCayuga, Cortland, Herkimer, Jefferson, Lewis, Madison, Oneida, Onondaga, Oswego, Seneca, St. Lawrence, Tompkins

WAGESPer hour:

If a prime contract is let for site work only, meaning no buildings are involved in their site contract, the Heavy/Highway rates would beapplicable.

When a prime contract is let for site work and building excavation is part of that contract, the Building rates would be applicable for theOperators classification.

BUILDING:

CLASSIFICATION A CLASSIFICATION BAir Plako "A" Frame TruckAsphalt & Blacktop Roller Back DumpsAutomated Concrete Spreader Blacktop Plant (CMI or Equiv.) (Non-Automatic)Auto.Fine Grade Machine(CMI) Boring MachineBackhoe BulldozerBarrell Shredder Cage-HoistBelt Placer Central Mix Plant(Non-automatic)Blacktop Spreader(such as Barber Greene & Blaw Knox) Compressor,pump,generator orBlacktop Plant(automated) welding machine(when used in aBlast or Rotary Drill battery of not more than five(5) (Truck or cat mounted) Concrete PaverBoomTruck (single drum over 16S)Burning Plant Operator Core Boring MachineCableway Drill Riggs-tractor mountedCaisson Auger Elevator--as material hoistCentral Mix Plant (automated) Farm Tractor (with or withoutConcrete Pump accessories)Crane Fork Lift over 10 tonCrusher-Rock (with or without attachments)Derrick Front End Loader (under 4 c.y.)Dewatering Press Grout PumpDiesel Power Unit Gunite Machine

High Pressure Boiler(15 lbs & over)Hoist (one drum)

Dirt Filter Press Operation Equipment Hydraulic Breaking HammerDragline (Drop Hammer)

Page 46

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on May 01 2012 PRC Number 2012003904 Oswego County

Dredge Kolman Plant LoaderDual Drum Paver (screening gravel)Elevating Grader(self propelled or tow) Maintenance Grease ManElevator Hoist--Two Cage Mixer for stabilized base--Excavator--all purpose self propelled (Seaman Mixer) hydraulically operated Monorail MachineFork Lift (Loed/Lull and other Parapet Concrete or Pavement Grinder terraine type) Parts ManFront End Loader(4 c.y. and over) Post DriveGradall (truck or tractor mounted)Gradall(Power) JPost Hole DiggerHead Tower (Saurman or equal) (truck or tractor mounted)Hoist (2 or 3 Drum) Power SweeperHydroblaster (Laser Pump) (Wayne or Similar)LCM's Work Boat Operator Pump--Crete or Squeeze CreteLight Plants,Compressors and Road Widener (front end of Generators Grader or self propelled)Locomotive RollerMaintenance Engineer Self Contained hydraulic bench drill.Maintenance Welder Shell Winder (motorized)Mine HoistMucking Machine or Mole

CLASSIFICATION A (CONTINUED) CLASSIFICATION B (CONTINUED)Overhead Crane-fixed permanent Skid Steer Bobcat type LoaderPile Driver Snorkel (overhead arms)Quarry Master or Equivalent Snowblower control manRefrigeration Equipment (for soil Tractor (with or without stabilization) without accessories)Scraper Trenching Machine (digging capacity ofSea Mule 4 ft. or less)Shovel Tugger HoistSide Boom Vacuum Machine (self propelled orSlip Form Paver mounted)Straddle Buggy(Ross Carrier,lumber Vibro Tamp carrier) Well Drill Well Point SystemTractor Drawn Belt Type (submersible pumps when used in lieu Loader (Euclid Loader) of well-point system)Trenching Machine (digging Winch (motor driven) capacity of over 4 ft. depth) Winch CatTruck Crane, Operator Winch TruckTruck or Trailer Mounted Log Chipper (self-feeder)Tug Operator (Manned,rented equip.excluded)Tunnel ShovelVibro or Sonic Hammer Controls (when not mounted in proximity to Rig Operator)

CLASSIFICATION CCompressor (Up to 500 c.f.)Concrete Paver or Mixer (under 16S)Concrete Pavement Spreaders & Finishers (not automatic)Conveyor (over 12 ft)Electric Submersible Pump (4" and over)Fine Grade Machine (non-auto)FiremanFork Lift ("with or without" attachments) 10 ton and underForm TamperGenerator (2500 watts & over)Hydraulic PumpMechanical Heaters--More than two (2) mechanical heaters or any mechanical heater or heaters whose combined output exceeds 640,000 BTU per hour. (manufacturer's rating) plus one self contained heating unit, (i.e.Sundog or Air Heat type, New Holland Hay Dryer type excluded)Mulching MachineOilerPower Driven Welding Machine - 300 amp.and over (other than all electric). One

Page 47

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on May 01 2012 PRC Number 2012003904 Oswego County

Welding Machine under 300 amp. will not require an engineer unless in a batteryPower Heaterman (hay dryer)Pumps - water & trashRevinus Widener (road widener)Single Light PlantSteam Cleaner or Jenny

07/01/2011Building:Master Mechanic $ 30.75Asst.Master Mechanic 29.58Class A 28.98Class B 27.10Class C 23.34Pile Dr. w/Bm/Ld 100ft+ 30.73Tower Crane 30.48 Plus boom length premium.Crane/Derrick w/boom:" 150 ft to 199 ft Add $ 1.75" 200 ft to 299 ft Add $ 2.75" 300 ft and over Add $ 3.75

NOTE: THE LENGTH PREMIUM IS IN ADDITION TO THE CRANE TONAGE PREMIUM LISTED BELOW.

ALL CRANES FROM 30 TO 64 TON - CLASS A RATE PLUS $ .50ALL LATTICE BOOM CRANES 65 TON CAPACITY & OVER - CLASS A RATE PLUS $ 1.75ALL HYDRAULIC CRANES 65 TON TO 79 TON CAPACITY - CLASS A RATE PLUS $ 1.10ALL HYDRAULIC CRANES 80 TON TO 99 TON CAPACITY - CLASS A RATE PLUS $ 1.25ALL HYDRAULIC CRANES 100 TON CAPACITY AND OVER - CLASS A RATE PLUS $ 1.75

ADDITIONAL $2.00 per hr. if work requires Level A,B,C of Personal Protective Equipment listed in the Occup. Saf. & Health GuidanceManual for Hazardous Waste Site Activities. Paper dust masks are excluded from coverage in this section.

SUPPLEMENTAL BENEFITSPer hour worked:

Journeyman $ 21.30

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

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

REGISTERED APPRENTICESWAGES: (1000)HOUR TERMS AT THE FOLLOWING PERCENTAGE OF JOURNEYMAN'S CLASS A WAGE.

1st 2nd 3rd 4th60% 65% 70% 80%

$17.40 18.85 20.30 23.19

SUPPLEMENTAL BENEFITS per hour worked: Same as Journeyman

6-545b.s

Operating Engineer - Heavy&Highway 05/01/2012

JOB DESCRIPTION Operating Engineer - Heavy&Highway DISTRICT 6ENTIRE COUNTIESCayuga, Cortland, Jefferson, Lewis, Madison, Oneida, Onondaga, Oswego, Seneca, St. Lawrence, Tompkins

PARTIAL COUNTIESHerkimer: That portion of the county that lies west of a line drawn due north and due south through the railroad station in Little Falls, NY

WAGESPer hour:

Page 48

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on May 01 2012 PRC Number 2012003904 Oswego County

CLASS A: Asphalt Paver 100 h.p. and over(fixed screed 10'width and over), Extend a-mat paver, Automated Concrete Spreader, AutomaticFine Grader, Backhoe (except tractor-mounted, Blacktop Plant (automated) Boom Truck*, Blacktop Roller (10,000 lb and over), CaissonAuger, Central Mix Conc. Plant(automated), Hydraulic crane (over 5 ton capacity), Concrete Curb Machine (Self-propelled, Slipform), Crane,Directional Boring/Drilling Machine and Locator, Derricks, Dragline, Dredge, Excavator (all purpose-hydraulic-Gradall or similar), Front EndLoader(4c.y.& over), Head Tower (Sauerman or equal), Hoist (two or three drum), Hydrodemolition Equip (self contained), Maint. Eng, MineHoist, Mucking Machine or Mole, Overhead Crane( Gantry or Straddle Type), Pavement Profiler (300 h.p. and over), Pile Driver, PowerGrader, Road widener, Scraper, Shovel, Side Boom, Slip Form Paver (If a second man is needed, he shall be an Oiler), Trencher (over 75h.p.), Truck Crane, Truck or Trailer mounted Chipper (self-feed), Tug Operator (craft over 26'), Tunnel Shovel, Vermeer Saw (over 75 h.p.),Welder.

CLASS B: Asphalt paver under 100 h.p.(under 10 ft width), Automated slope paving machine, Backhoe (Tractor-Mounted), Belt loader,Tractor Drawn Belt Type Loader, Blacktop Plant (non-automated), Blacktop Roller (under 10,000 lb), Blast or Rotary Drill (Truck or TractorMounted), Boring Machine, Bridge deck finishing machine, Cage Hoist, Central Mix Plant, (Non Automated), All Concrete Batching Plants,Concrete pump, Hydraulic crane (5 tons & under), Compressors (4 or less exceeding 2,000 c.f.m. combined capacity), Concrete Paver over16S, Belt Placer, Cableway, Core Drill (skid, trk mtd or track), Crusher, Diesel Pwr Unit,Drill rigs (Trk/Tractor mounted), Fork Lift,F.E.Loader(under 4 cy), Hi-Press Boiler(15 lbs & over), Hoist(One Drum), Hydro Axe, Kolman Plant Loader & similar type loaders (ifemployer requires another man,he shall be Oiler), L.C.M.Work Boat Oper, Locomotive, Lubrication Eng/Greaseman, Mixer (for stabilizedbase-self propelled), Pavement Profiler(under 300 h.p.), Plant Engineer, Pump crete, Refrigeration Equipment (for soilstabilization),Roller(above sub grade)under 10,000lb, Sea Mule, Skid Steer Bobcat Type Loader, Self-propelled rubbleizer, Stationary centralcompressed air plant (5000cfm and up), Telehandler, Tractor with Dozer and/or Pusher, Trencher (under 75 h.p.), Tugger Hoist, VermeerSaw (ride-on)under 75 h.p., Winch and Winch Cat,Log Skidr,Hydra-spiker(ride on), All ride-on Tie Extractors, Tie Handlers, Tie Inserters, Tiespacers and Track Liners, Drill Rig (Self Contained, Self Propelled or Hydr),Material Handling Knuckle Boom Trk 5 ton & over.

CLASS C: Aggregate Plant, A Frame Truck, Ballast Regulator (ride-on), Boiler(used in conjunction with production), Cement & Bin oper,Compressors (4 under 2,000 cfm combined capacity, or 3 or less with more than 1200 cfm but not to exceed 2,000 c.f.m), Compressors (anysize but subject to other provisions for compressors-Dust Collectors, Generators, Pumps, Welding Machines, Concr Paver or Mixer(16s &under), Conc Saw (self propelled), Concrete Pavement Spreaders and Finishers, Conveyor, Drill Locator, Electric Pump Used in Conjunctionwith Well Point System, Span Saw (Ride on ), Farm Tractor with accessories, Form Tamper, Grout Pump, Gunite Machine,Hammers(hydraulic-self propelled), Hydraulic Pump (jacking system), Light plants, Mulching Mach., Oiler, Parapet concrete or pavementgrinder, Post Hole Digger & Post Driver, Power Sweeper, Power Heaterman, Roller(grade & fill), Scarifier(ride-on), Shell Winder, Steamcleaner Tamper(ride-on), Submersible Electric Pump (when used in lieu of well point system), Tractor, Material Handling Knuckle BoomTruck (under 5 ton), Vacuum machine (self propelled) Vibratory Compactor, Well point.

SINGLE IRREGULAR WORK SHIFT:

A single irregular work shift can start any time from 5:00 PM to 1:00 AM. All employees who work a single irregular work shift ongovernmental mandated night work shall be paid an addtl $2.00 per hour. Sect 10 will be effective for work bid on or after July 1, 2001.

07/01/2011

Heavy/Highway:Master Mechanic $ 31.35CLASS A 30.00CLASS B 29.12CLASS C 25.84

PIPELINE: Master mechanic, Class A and Class B rates apply. NOTE: NO CRANE PREMIUM ON PIPELINE WORK

*All cranes and boom trucks, 49 tons and under, or with boom and jib working length under 115 ft. = Class "A" rate and $1.00 per hour.

*All cranes and boom trucks 50 tons and over, or with boom and jib working length of 115 ft. through 149 ft. = Class "A" rate and $2.50 perhour.

*All cranes and boom trucks 50 tons and over, and with boom and jib working length 150 ft.and over = Class "A" rate and $3.50 per hour.

*Tower crane $2.00 per hour.

*Addtl $3.00 per hr for EPA or DEC classified toxic or hazardous waste workand employee is required by regulations to use or wear personal protection.

SUPPLEMENTAL BENEFITSPer hour worked:

Page 49

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on May 01 2012 PRC Number 2012003904 Oswego County

07/01/2011Journeyman & $ 23.95all Apprentices

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

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

REGISTERED APPRENTICESWAGES: (1000) hour terms at the following rate percentage based on "A" rate class

1st 2nd 3rd 4th60% 65% 70% 75%

SUPPLEMENTAL BENEFITS: same as Journeyman6-545h

Operating Engineer - Heavy&Highway - Tunnel 05/01/2012

JOB DESCRIPTION Operating Engineer - Heavy&Highway - Tunnel DISTRICT 5ENTIRE COUNTIESAllegany, Cayuga, Chemung, Cortland, Jefferson, Lewis, Livingston, Madison, Monroe, Oneida, Onondaga, Ontario, Oswego, Schuyler,Seneca, St. Lawrence, Steuben, Tompkins, Wayne, Yates

PARTIAL COUNTIESGenesee: Only that portion of the county that lies east of a linedrawn down the center of Route 98 and the entirety of the City of Batavia.Herkimer: That portion of the county that lies west of a line drawn due north and due south through the railroad station in Little Falls, NY.

WAGES Crane 1: All cranes, including self erecting to be paid $4.00 per hour over the Class A rate. Crane 2: All Lattice Boom Cranes and all other cranes with a manufacturer's rating of fifty (50) ton and over to be paid $3.00 per hour overClass A rate. Crane 3: All hydraulic cranes and derricks with a manufacturer's rating of forty nine (49) ton nad below, including boom trucks, to be paid$2.00 per hour over Class A rate.

MASTER MECHANIC/CHIEF TUNNEL ENG.:

CLASS A: Automatic Concrete Spreader (CMI Type); Automatic Fine Grader; Backhoe (except tractor-mounted,rubber tired); Belt Placer(CMI Type); Blacktop Plant (Automated); Cableway; Caisson Auger; Central Mix Concrete Plant (Automated); Concrete Curb Machine (Self-propelled slipform) Concrete Pump (8" or over); Dredge; Dual Drum Paver; Any Mechanical Shaft Drill; Excavator (all purpose-hydraulic-Gradall or Similar); Fork Lift (factory rated 15 ft and over); Front End Loader (4 c.y & over); Gradall; Head Tower (Sauerman or Equal), HoistShaft; Hoist (two or three Drum); Mine Hoist; Maintenance Engineer (Shaft and Tunnel) ; Mine Hoist; Mucking Machine or Mole, OverheadCrane (Gantry or Straddle Type); Pile Driver; Power Grader; Remote Controlled Mole or Tunnel Mach.; Scraper; Shovel; Side Boom; SlipForm Paver (If a second man is needed, he shall be an Oiler); Tractor Drawn Belt Type Loader; Tripper/Maintenance Eng.(Shaft & Tunnel);Truck or Trailer Mounted Log Chipper (self-feeding); Tug Operator (Manned rented equip. excluded); Tunnel Shovel; Mining Machine(Moleand Similar Types).

CLASS B: Automated Central Mix Concrete Plant; Backhoe Trac-Mtd, Rubber Tired); Backhoe (topside); Bitum. Spred. & Mixer, BlacktopPlant non-automated); Blast or Rotary Drill (Truck or Tractor Mounted); Boring Machine; Cage Hoist; Central Mix Plant(NonAutomated) andAll Concrete Batching Plants; Compressors (4 or less exceeding 2,000 c.f.m. combined capacity); Concrete Pump; Crusher; Diesel PowerUnit; Drill Rigs (Tractor Mounted); Front End Loader (under 4 c.y.); Grayco Epoxy Machine; Hoist (One Drum); Hoist 2 or 3 Drum (Topside);Kolman Plant Loader & Similar Type Loaders (if Employer requires another person to clean the screen or to maintain the equipment, he shallbe an Oiler); L.C.M. Work Boat Operator; Locomotive; Maint. Eng. (Topside ); Grease Man; Welder; Mixer (for stabilized base-self propelled);Monorail Machine; Plant Eng.; Personnel Hoist; Pump Crete; Ready Mix Concrete Plant; Refrigeration Equipment (for soil stabilization);Road Widener; Roller (all above sub-grade); Sea Mule; Shotcrete Mach.; Shovel (Topside); Tractor with Dozer and/or Pusher; Trencher;Tugger Hoist; Tunnel Locomotive; Winch and Winch Cat.

CLASS C: A Frame Truck; Ballast Regulator (ride-on); Compressors (4 under 2,000 cfm combined capacity; or 3 or less with more than1200 cfm. but not to exceed 2,000 cfm); Compressors (any size but subject to other provisions for compressors-Dust Collectors, Generators,Pumps, Welding Machines, Light Plants-4 of any type or combination); Concrete Pavement Spreaders and Finishers; Conveyor; Drill (core);Drill well; Elec Pump Used in Conjunction with Well Point System; Farm Tractor with Accessories; Fine Grade Machine; ForkLift (under 15ft); Grout Pump (over (5) cu. ft.; Gunite Machine; Hammers (hydraulic- self propel.); Hydra-Spiker-Ride on; Hydra-Blaster; Hydra Blaster(water); Motorized Form Carrier; Post Hole Digger & Post Driver; Power Sweep; Roller grade & fill); Scarifer (Ride on); Span-Saw (Ride-on);Submersible Electric Pump (when used in lieu of well point system); Tamper (Ride-on); Tie-Extractor, Tie Handler, Tie Inserter, Tie Spacerand Track Liner (Ride-on); Tractor (with towed accessories); Vibratory Compactor; Vibro Tamp, Well Point.

Page 50

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on May 01 2012 PRC Number 2012003904 Oswego County

CLASS D: Aggregate Plant; Cement & Bin Operator; Compressors( 3 or less not to exceed 1,200 c.f.m. combined capacity); Compressors(any size, but subject to other provisions for compressors-Dust Collectors, Generators, Pumps, Welding Machines, Light Plants-3 or less-anytype or combination); Concrete Saw (self propelled); Fireman; Form Tamper; Hydraulic Pump (jacking system); Light Plants; MulchingMachine; Oiler; Parapet Concrete or Pavement Grinder; Power Broome towed; Power Heaterman; Revinius Widener; Shell Winder; SteamCleaner and Tractor; Greaseman; Junior Engineer.

Per hour: 07/01/2011

Crane 1 $40.08Crane 2 39.08Crane 3 38.08

Master Mechanic 38.21

CLASS A 36.08CLASS B 34.86CLASS C 32.07CLASS D 29.06

SUPPLEMENTAL BENEFITSPer hour paid:

Journeyman $21.90

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

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

REGISTERED APPRENTICES(1000) hours terms at the following percentages.

1st term 60% of Class D2nd term 65% of Class C3rd term 70% of Class B4th term 75% of Class A

Supplemental Benefits per hour paid:

$21.905-832TL.

Operating Engineer - Marine Construction 05/01/2012

JOB DESCRIPTION Operating Engineer - Marine Construction DISTRICT 4ENTIRE COUNTIESAlbany, Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware,Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Kings, Lewis, Livingston, Madison, Monroe,Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Queens, Rensselaer,Richmond, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Suffolk, Sullivan, Tioga, Tompkins,Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates

WAGESPer Hour:DREDGING OPERATIONS 07/01/2011CLASS AOperator, Leverman, $ 32.89Lead Dredgeman

CLASS A1 To Conform to Operating EngineerDozer,Front Loader Prevailing Wage in Locality where WorkOperator is being Performed including Benefits.

CLASS BSpider/Spill Barge Operator, $ 28.49Tug Operator(over1000hp),OperatorII, Fill Placer,Derrick Operator, Engineer,

Page 51

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on May 01 2012 PRC Number 2012003904 Oswego County

Chief Mate, Electrician,Chief Welder,Maintenance Engineer

Certified Welder, $ 26.84Boat Operator(licensed)

CLASS CDrag Barge Operator, $ 26.14Steward, Mate,Assistant Fill Placer,

Welder (please add)$ 0.06

Boat Operator $ 25.29

CLASS DShoreman, Deckhand, $ 21.09Rodman, Scowman, Cook,Messman, Porter/Janitor

Oiler(please add)$ 0.09

SUPPLEMENTAL BENEFITSPer Hour:THE FOLLOWING SUPPLEMENTAL BENEFITS APPLY TO ALL CATEGORIES

07/01/2011All Classes A & B $ 8.05 plus 7%

of straight timewage overtime hoursadd $ 0.63

All Class C $ 7.75 plus 7%of straight timewage overtime hoursadd $ 0.48

All Class D $ 7.45 plus 7%of straight timewage overtime hoursadd $ 0.23

OVERTIME PAYSee (B, F, R) on OVERTIME PAGE

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (5, 6, 8, 15, 26) on HOLIDAY PAGE

4-25a-MarConst

Operating Engineer - Survey Crew 05/01/2012

JOB DESCRIPTION Operating Engineer - Survey Crew DISTRICT 6ENTIRE COUNTIESAlbany, Allegany, Broome, Cayuga, Chemung, Chenango, Clinton, Columbia, Cortland, Essex, Franklin, Fulton, Greene, Hamilton,Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Niagara, Oneida, Onondaga, Ontario, Oswego, Otsego, Rensselaer,Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Tioga, Tompkins, Warren, Washington, Wayne, Yates

PARTIAL COUNTIESDutchess: : The Northern portion of the county from the Northern boundry line of the City of Poughkeepsie North.Genesee: Only that portion of the county that lies east of a line down the center of Route 98 to include all area that lies within the City ofBatavia

WAGESPer hour:

SURVEY CLASSIFICATIONS: Party Chief- One who directs a survey party. Instrument person- One who runs the instrument and assists theParty Chief. Rod person- One who holds the rods and, in general, assists the survey party.

Page 52

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on May 01 2012 PRC Number 2012003904 Oswego County

07/01/2011 06/01/2012 Survey Rates: Party Chief $ 31.62 $ 32.62 Instrument/Rod person 28.85 29.85

Additional $3.00 per hr. for work in a Tunnel. Additional $2.50 per hr. for EPA or DEC certified toxic or hazardous waste work

SUPPLEMENTAL BENEFITSPer hour worked:

Journeyman $ 20.50 $ 21.75

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

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

REGISTERED APPRENTICESWAGES: (1 yr. or 1000 hrs.) terms at the following wage rates.

1st year 60% $ 17.31 $ 17.912nd year 70% 20.19 20.893rd year 80% 23.08 23.88

SUPPLEMENTAL BENEFITS:$ 20.50 $ 21.75

6-545 D.H.H.

Operating Engineer - Survey Crew - Consulting Engineer 05/01/2012

JOB DESCRIPTION Operating Engineer - Survey Crew - Consulting Engineer DISTRICT 6ENTIRE COUNTIESAlbany, Allegany, Broome, Cayuga, Chemung, Chenango, Clinton, Columbia, Cortland, Essex, Franklin, Fulton, Greene, Hamilton,Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Niagara, Oneida, Onondaga, Ontario, Oswego, Otsego, Rensselaer,Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Tioga, Tompkins, Warren, Washington, Wayne, Yates

PARTIAL COUNTIESDutchess: The northern portion of the county from the northern boundry line of the City of Poughkeepsie north.Genesee: Entire county except that portion of the county that lies west of a line down the center of Route 98 excluding that area that lieswithin the City of Batavia.

WAGESPer hour:

Feasibility and preliminary design surveying, line and grade surveying for inspection or supervision of constructionwhen performed under a Consulting Engineer Agreement.SURVEY CLASSIFICATIONS: Party Chief- One who directs a survey party.Instrument Man- One who runs the instrument and assists the Party Chief.Rodman- One who holds the rods and in general, assists the survey party.

07/01/2011 06/01/2012Survey Rates:Party Chief $ 31.62 $ 32.62Instrument/Rodperson 28.85 29.85

Additional $3.00 per hr. for work in a Tunnel.Additional $2.50 per hr. for EPA or DEC certified toxic or hazardous waste work

SUPPLEMENTAL BENEFITSPer hour worked:

$ 20.50 $ 21.75

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

HOLIDAY

Page 53

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on May 01 2012 PRC Number 2012003904 Oswego County

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

6-545 DCE

Painter 05/01/2012

JOB DESCRIPTION Painter DISTRICT 3ENTIRE COUNTIESAllegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Cortland, Delaware, Erie, Genesee, Herkimer, Jefferson,Lewis, Livingston, Madison, Monroe, Niagara, Oneida, Onondaga, Ontario, Orleans, Oswego, Otsego, Schuyler, Seneca, St. Lawrence,Steuben, Tioga, Tompkins, Wayne, Wyoming, Yates

WAGESPer hour: 07/01/2011

Bridge* $ 35.20Tunnel* 35.20Tank* 33.20

For Bridge Painting Contracts, ALL WORKERS on and off the bridge (including Flagmen) are to be paid Painter's Rate; the contract must beONLY for Bridge Painting.

* Note an additional $1.00 per hour is required when the contracting agency or project specification requires any shift to start prior to 6:00amor after 12:00 noon.

SUPPLEMENTAL BENEFITSPer hour worked:

$ 20.20

OVERTIME PAYExterior work only See ( B, E4*, F, R ) on OVERTIME PAGE.All other work See ( B, F, R ) on OVERTIME PAGE.

* Note - Saturday is payable at straight time if the employee misses work, except where a doctor's or hospital verification of illness isproduced Monday through Friday when work was available to the employee.

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

REGISTERED APPRENTICESWages per hour:

1000 hour terms at the following percentage of Journeyman's wage rate:1st 2nd 3rd 4th 5th 6th50% 55% 60% 65% 75% 85%

Supplemental benefits per hour worked:

1st & 2nd terms $ 2.023rd & 4th terms 5.025th & 6th terms 6.02

3-4-Bridge, Tunnel, Tank

Painter 05/01/2012

JOB DESCRIPTION Painter DISTRICT 6ENTIRE COUNTIESPARTIAL COUNTIESOswego: Entire county except the Townships of Amboy, Constantia,Oneida Lake and Williamstown.

WAGESPer hour: 07/01/2011

Brush-Roller $ 21.26Paperhanger, Taper 21.51Repaint 21.26Metalizing 21.83Line Striping 21.83

Page 54

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on May 01 2012 PRC Number 2012003904 Oswego County

*Steel, hazardous work, working with picks, bosun chair, window jacks, swing stage, safety belts, spray painting, steam cleaning,sandblasting safe-way staging over fifteen 15) ft in height, any chemical or epoxy applications, hydro water blasting and steeplejack work two(2) component block filler and epoxy system block filler, encapsulation or abatement of lead or asbestos.

*Over $100,000 contractsJOURNEYMAN $ 23.67

*Under $100,000 contractsJOURNEYMAN 22.48

** IMPORTANT NOTICE - EFFECTIVE 04/01/2009 **Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day.

NOTE - In order to use the '4 Day/10 Hour Work Schedule,' you must submit an 'Employer Registration for Use of 4 Day/10 Hour WorkSchedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project.

SUPPLEMENTAL BENEFITSPer hour worked:*

Journeyman $ 16.74*ON NUCLEAR POWER PLANTS (Per hour paid)

OVERTIME PAYSee (B, E2, *F, R) on OVERTIME PAGE*NOTE: Nuclear Power Plants (Double time on Sunday), if other trades are working and receive Double time.

HOLIDAYPaid: See ( 1 ) on HOLIDAY PAGE (applies only on contracts $100,000 and over.)Overtime: See (5,6) on HOLIDAY PAGE

REGISTERED APPRENTICESApprentices - Painter/Decorator: 1000 hour terms at the followingpercentage of journeyman's Basic wage rate:1st 2nd 3rd 4th 5th 6th 7th 8th50% 55% 60% 65% 70% 75% 80% 90%

Apprentices - Taper/Drywall Finisher with less than 2000 hours as of7/29/04: 1000 hour terms at the following percentage of journeyman'sTaper wage.1st 2nd 3rd 4th 5th 6th50% 55% 60% 65% 75% 85%

SUPPLEMENTAL BENEFITS per hour worked:*Appr. 50% & 55% Terms $ 5.00Appr. 60% & 65% Terms 5.00Appr. 70% & 75% Terms 6.04Appr. 80%, 85% & 90% Terms 7.20

*ON NUCLEAR POWER PLANTS (Per hour paid)6-38.O

Painter 05/01/2012

JOB DESCRIPTION Painter DISTRICT 6ENTIRE COUNTIESCayuga, Herkimer, Madison, Oneida, Onondaga, Seneca

PARTIAL COUNTIESLewis: Only the Townships of High Market, Lewis, Leyden, Lyondale,Osceola, Turin and West Turin.Ontario: The City and Township of Geneva.Oswego: Only the Townships of Amboy, Constantia, Williamstown and Oneida Lake.

WAGESPer hour: 07/01/2011

Brush-Roller/Wallcovering $ 23.00Sign painting 23.00Parking Lot/Hwy Striping 23.00Lead base paint abatement 23.00

Page 55

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on May 01 2012 PRC Number 2012003904 Oswego County

Dry Wall Taper/Finisher 23.50Spray 23.50Epoxy (Brush-Roller) 23.50Epoxy (Spray) 23.50Sandblasting (Operator) 23.50Boatswain Chair 23.50Swing Scaffold 23.50Structural Steet(except bridges,tunnels,tanks) 23.50Coal Tar epoxy 24.50Asbestos related work 25.20

NOTE: FOR ANY SHIFT WHICH STARTS PRIOR TO 6:00 AM OR AFTER 12:00 NOON ALL EMPLOYEES WHO WORK A SINGLEIRREGULAR WORK SHIFT ON GOVERNMENTAL MANDATED WORK SHALL BE PAID AN ADDITIONAL $2.00 PER HOURABOVE THE APPLICABLE WAGE SCALE.

** IMPORTANT NOTICE - EFFECTIVE 04/01/2009 **Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day.

NOTE - In order to use the '4 Day/10 Hour Work Schedule,' you must submit an 'Employer Registration for Use of 4 Day/10 Hour WorkSchedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project.

SUPPLEMENTAL BENEFITSPer hour worked:

Journeyman $ 15.43

OVERTIME PAYSee (B, E2, F, R) on OVERTIME PAGENOTE: On Nuclear Power Plants - Double time applicable on Sunday if other trades working receive double time.

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

REGISTERED APPRENTICESApprentices - Painter/Decorator: 1000 hour terms at the following percentageof journeyman's Basic wage rate:1st 2nd 3rd 4th 5th 6th 7th 8th50% 55% 60% 65% 70% 75% 80% 90%

Apprentices - Taper/Drywall Finisher: 1000 hour terms at the following percentage of journeyman's Taper wage:

1st 2nd 3rd 4th 5th 6th50% 55% 60% 65% 75% 85%

Supplemental Benefits per hour worked:

Apprentices - Painter/Decorator

Appr 50%,55% $ 5.16Appr 60%,65% 5.16Appr 70%,75% 6.20Appr 80%,90% 7.36

Apprentices - Taper/Drywall FinisherAppr 50%,55% $ 5.16Appr 60%,65% 5.16Appr 75%,85% 6.20

6-31

Painter - Metal Polisher 05/01/2012

JOB DESCRIPTION Painter - Metal Polisher DISTRICT 9ENTIRE COUNTIES

Page 56

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on May 01 2012 PRC Number 2012003904 Oswego County

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

WAGES07/01/2011

Metal Polisher $ 25.60*

*Note: All workers shall be paid an additional premium in an amount equal to twenty (20%) percent of their basic straight time rate of pay forall time worked on hanging scaffolds and on standing scaffolds while working more than 34 feet off the ground. Such premium are to be paidon top of their straight time or overtime, whichever is applicable. This also applies to employees erecting scaffolding.

SUPPLEMENTAL BENEFITSPer Hour: 07/01/2011

Journeyworker: $ 11.12

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

HOLIDAYPaid: See (5, 6, 11, 15, 16, 25, 26) on HOLIDAY PAGEOvertime: See (5, 6, 9, 11, 15, 16, 25, 26) on HOLIDAY PAGE

REGISTERED APPRENTICES55% of Basic Polisher Rate

9-8A/28A-MP

Plumber 05/01/2012

JOB DESCRIPTION Plumber DISTRICT 6ENTIRE COUNTIESCayuga, Oswego

PARTIAL COUNTIESWayne: Only the Townships of Butler, Savannah and Wolcott.

WAGESPer hour: 07/01/2011

Plumber/Welder/Heating $29.85Steamfitter/Air Conditioning 29.85

On schools, hospitals &health relatedfacilities 29.85

Under $750,000 25.96*

Under $250,000 25.96*

*Only to be used where the total Plumbing, HVAC or refrigeration contract does not exceed $500,000 or the combination of all does notexceed $1,500,000. This includes servicing of same.

SUPPLEMENTAL BENEFITSPer hour worked:

Journeyman $16.86

IMPORTANT NOTE: Portion of Supplemental Benefits paid at same premium as shown for overtime (i.e. time and one half, double time),ONLY for work performed at energy producing facilities whose primary function is the sale of power or the production of fuel.

Journeyman $10.71

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

Page 57

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on May 01 2012 PRC Number 2012003904 Oswego County

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

REGISTERED APPRENTICES(6) month terms at the following percentage of journeyman's wage.1st year 2nd year 3rd year 4th year 5th year(6) (6) (6) (6) (6) (6) (6) (6) (6) (6)50% 55% 60% 65% 70% 75% 80% 85% 90% 95%

Supplemental Benefits per hour worked:

Appr 1st year. $ 5.65 plus 50% of $11.21Appr 2nd year. $ 5.65 plus 75% of $11.21Appr 3rd year. $ 5.65 plus 90% of $11.21Appr 4th/5thyear. $ 16.86

***See NOTE above under Journeyman Supplemental Benefits6-73.1

Roofer 05/01/2012

JOB DESCRIPTION Roofer DISTRICT 6ENTIRE COUNTIESCayuga, Cortland, Franklin, Herkimer, Jefferson, Lewis, Madison, Oneida, Onondaga, Oswego, Seneca, St. Lawrence

WAGESPer hour 07/01/2011 06/01/2012 06/01/2013

Roofer, Waterproofer $ 25.00 Additional Additional$ 1.00 ** $ 1.00 **

Green Roofing * 25.25

Addtl per hr for Pitch removal .90and application.

Addtl per hr for asbestos 1.20abatement

NOTES:Does not include metal flashing, gravel stop and metal roofing; see Sheetmetal Worker.* Green Roofing is any component of green technology or living roof above the roof membrane. Including but not limited to the fabric, dirt andplantings.** increase to be allocated at later date

WHEN MANDATED BY THE OWNER OR AGENCY FOR HOURS WORKED AFTER 5:30 PM AND BEFORE 5:30 AM, THERE WILL BEAN ADDITIONAL $3.75 PER HR PREMIUM.

SUPPLEMENTAL BENEFITSPer hour worked:

Journeyman $ 15.57

Additional contribution on any .75asbestos abatement work.

OVERTIME PAY See ( B, E,*,Q ) on OVERTIME PAGE* Saturday may be paid at straight time if it is the 5th day worked, unless it was a previously scheduled work day. But if a holiday falls in thatweek and 32 hours were worked, Saturday will be paid at 1 1/2 times the rate.

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

REGISTERED APPRENTICES

Page 58

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on May 01 2012 PRC Number 2012003904 Oswego County

(1000) hour terms at the following percentage of journeyman's wage.

1st TERM 55% 2nd TERM 65% 3rd TERM 75% 4th TERM 85%1st 999 HRS 1000 to 1999 HRS 2000 to 2999 HRS 3000 to 3999

$13.75 $16.25 $18.75 $21.25

Supplemental Benefits:

Appr 1st and 2nd terms $ 12.12Appr 3rd term 14.57Appr 4th term 15.57

Additional contribution on anyasbestos abatement work. .75

6-195

Sheetmetal Worker 05/01/2012

JOB DESCRIPTION Sheetmetal Worker DISTRICT 6ENTIRE COUNTIESCayuga, Chenango, Cortland, Herkimer, Jefferson, Lewis, Madison, Oneida, Onondaga, Oswego, St. Lawrence

WAGESPer hour: 07/01/2011 05/01/2012 05/01/2013 05/01/2014

Sheetmetal Worker:*(under $10 million) $ 26.64 Additional Additional Additional

*(over $10 million) 27.64 $.75 $.75 $.75

*For total cost of Sheetmetal contract only.

TO INCLUDE METAL STANDING SEAM ROOFING, FLASHING AND GRAVEL STOP.

SUPPLEMENTAL BENEFITSPer hour worked:

Journeyman $ 15.95* plus 3% of hourly wage paid

* Note: The 3% is based on the hourly wage paid, straight time rate or premium rate.

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

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

REGISTERED APPRENTICES(1/2)year terms at the following percentage of journeyman's wage.

1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 40% 45% 50% 55% 60% 65% 70% 75% 80% 85%$10.66 11.99 13.32 14.65 15.98 17.32 18.65 19.98 21.31 22.64

Apprentices: Supplemental benefits

1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th$9.08 9.39 9.70 10.00 10.31 10.62 11.96 12.27 12.58 12.89

All apprentices: Plus 3% of hourly wage paid (See note above).6-58

Sprinkler Fitter 05/01/2012

Page 59

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on May 01 2012 PRC Number 2012003904 Oswego County

JOB DESCRIPTION Sprinkler Fitter DISTRICT 1ENTIRE COUNTIESAlbany, Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Erie, Essex,Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Niagara, Oneida,Onondaga, Ontario, Orleans, Oswego, Otsego, Rensselaer, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben,Tioga, Tompkins, Warren, Washington, Wayne, Wyoming, Yates

WAGESPer hour

07/01/2011 01/01/2012 04/01/2012 01/01/2013

Sprinkler $ 30.15 $ 30.15 $ 31.05 $ 31.05Fitter

SUPPLEMENTAL BENEFITSPer hour worked

Journeyman $ 19.00 $ 19.15 $ 19.15 $ 19.30

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

HOLIDAYPaid: See (1) on HOLIDAY PAGEOvertime: See (5, 6) on HOLIDAY PAGENote: When a holiday falls on Sunday, the following Monday shall be considered a holiday and all work performed on either day shall be atthe double time rate. When a holiday falls on Saturday, the preceding Friday shall be considered a holiday and all work performed on eitherday shall be at the double time rate.

REGISTERED APPRENTICESWages per hour

For Apprentices Hired Prior To 04/01/2010:

One Half Year terms at the following percentage of Journeyman's wage

1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th50% 50% 55% 60% 65% 70% 75% 80% 85% 90%

Supplemental Benefits per hour worked07/01/2011 01/01/2012 04/01/2012 01/01/2013

1st & 2nd terms $ 8.15 $ 8.15 $ 8.15 $ 8.153rd & 4th terms 14.00 14.15 14.15 14.30All others 19.00 19.15 19.15 19.30

For Apprentices Hired On Or After 04/01/2010:

One Half Year terms at the following percentage of Journeyman's wage

1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th45% 50% 55% 60% 65% 70% 75% 80% 85% 90%

Supplemental Benefits per hour worked07/01/2011 01/01/2012 04/01/2012 01/01/2013

1st & 2nd terms $ 8.15 $ 8.15 $ 8.15 $ 8.153rd & 4th terms 14.00 14.15 14.15 14.30All others 14.75 14.90 14.90 15.05

1-669

Teamster - Building 05/01/2012

JOB DESCRIPTION Teamster - Building DISTRICT 7ENTIRE COUNTIESClinton, Essex, Franklin, Jefferson, St. Lawrence

PARTIAL COUNTIESLewis: 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.

WAGESPage 60

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on May 01 2012 PRC Number 2012003904 Oswego County

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 Dumptrucks.GROUP # 4: Asbestos Removal, Special earth moving Euclid type or similar off highway equip.(non self load.) Articulated and all-track dumptrucks.

Wages per hour07/01/2011 06/01/2012 06/01/2013 06/01/2014

Building: Additional AdditionalGroup #1 $ 19.71 $ 19.58 $1.70 $ 1.80Group #2 19.71 19.58 1.70 1.80Group #3 19.81 19.68 1.70 1.80Group #4 19.96 19.84 1.70 1.80

SUPPLEMENTAL BENEFITSPer hour worked:

07/01/2011 06/01/2012All groups $ 17.44 $ 19.17

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

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

7-687B

Teamster - Building 05/01/2012

JOB DESCRIPTION Teamster - Building DISTRICT 6ENTIRE COUNTIESOnondaga

PARTIAL COUNTIESMadison: Only the Townships of Cazenovia, De Ruyter, Fenner, Georgetown,Lenox, Nelson and Sullivan.Oswego: All Townships except Redfield, Sandy Creek and Boylston.

WAGESPer hour:

GROUP A: Straight trucks, Mechanic Helper, Parts Chaser.GROUP B: Tractor trailer, Farm Tractor, Fuel Tank.GROUP C: Euclid.GROUP D: Mechanic-on-Site.

07/01/2011Building:( under $ 5 million)GROUP A $20.03GROUP B 20.03GROUP C 20.03GROUP D 20.03

Building:( over $ 5 million)GROUP A 21.08GROUP B 21.18GROUP C 21.43GROUP D 21.23

SUPPLEMENTAL BENEFITSPer hour worked:

(under $5 Million) $15.79

(over $5 Million) 16.44

Page 61

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on May 01 2012 PRC Number 2012003904 Oswego County

OVERTIME PAYOn Job site See (D,O ) on OVERTIME PAGEOver road See (B,H ) on OVERTIME PAGE

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

6-317

Teamster - Heavy&Highway 05/01/2012

JOB DESCRIPTION Teamster - Heavy&Highway DISTRICT 7ENTIRE COUNTIESClinton, Essex, Franklin, Jefferson, St. Lawrence

PARTIAL COUNTIESLewis: 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.

WAGESGROUP 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, MechanicsHelpers and Parts Chasers. Fork Lift (storage & warehouse areas only) Tandemsand Batch Trucks, Mechanics, Dispatcher. Semi-Trailers, Low-boy Trucks,Asphalt Distributor Trucks, and Agitator, Mixer Trucks and dumpcrete typevehicles, Truck Mechanic,Fuel Truck.

GROUP 2: Specialized Earth Moving Equipment, Euclid type, or similaroff-highway where not self-loading, Straddle (Ross) Carrier, and self-containedconcrete mobile truck. Off-highway Tandem Back-Dump, Twin Engine Equipment andDouble-Hitched Equipment where not self-loading.

Per hour:07/01/2011 06/01/2012 06/01/2013

Heavy/Highway: AdditionalGroup #1 $ 22.74 $ 22.46 $ 1.70Group #2 22.96 22.68 1.70Additional $2.50 per hr for hazardous waste removal work on a City, County,and/or Federal Designated waste site and regulations require employee to useor wear respiratory protection. For work bid on or after April 1, 1982 thereshall be a 12 month carryover of the negotiated rate in effect at the time ofthe bid.

SUPPLEMENTAL BENEFITSPer hour worked:

07/01/2011 06/01/2012

All classes $ 18.75 $ 20.63

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

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

7-687

Teamster - Heavy&Highway 05/01/2012

JOB DESCRIPTION Teamster - Heavy&Highway DISTRICT 6ENTIRE COUNTIESOnondaga

PARTIAL COUNTIESMadison: Only the Townships of Cazenovia, De Ruyter, Fenner, Georgetown, Lenox, Nelson and Sullivan.Oswego: All Townships except Redfield, Sandy Creek and Boylston

WAGESPer hour:

Page 62

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on May 01 2012 PRC Number 2012003904 Oswego County

GROUP 1: Warehousemen, Yardmen, Truck Helpers, Pickups, Panel Trucks, Flatboy Material Trks(straight jobs), Single Axle Dump Trks,Dumpsters, Material Checkers & Receivers, Greasers, Truck Tiremen, Mechanics Helpers and Parts Chasers. 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 Trucks.

GROUP 2:Specialized Earth Moving Equip, Euclid type, or similar off- highway, where not self-loading, Straddle (Ross) Carrier and self-containedconcrete mobile unit, Off-highway Tandem Back-Dump, Twin Engine Equipment and Double-Hitched Equipment where not self-loading.

WAGES per hour: 07/01/2011

Heavy/Highway:Group #1 $ 20.86Group #2 21.06

*For all work bid on or after April 1,1988 there shall be a twelve month carry over of the rates in effect at the time of the bid.

Addtl $ 1.50 per hr on City, County or Federal/State designated hazardous waste site when personal protection is required, by regulation tobe used or worn.

SUPPLEMENTAL BENEFITSPer hour paid: $ 17.21

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

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

6-317h

Welder 05/01/2012

JOB DESCRIPTION Welder DISTRICT 1ENTIRE COUNTIESAlbany, Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware,Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Kings, Lewis, Livingston, Madison, Monroe,Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Queens, Rensselaer,Richmond, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Suffolk, Sullivan, Tioga, Tompkins,Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates

WAGESPer hour 07/01/2011

Welder (To be paid the same rate of the mechanic performing the work)

OVERTIME PAYHOLIDAY

1-As Per Trade

Page 63

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on May 01 2012 PRC Number 2012003904 Oswego County

Overtime Codes Following is an explanation of the code(s) listed in the OVERTIME section of each classification contained in the attached schedule.Additional requirements may also be listed in the HOLIDAY section.

( A ) Time and one half of the hourly rate after 7 hours per day

( AA ) Time and one half of the hourly rate after 7 and one half hours per day

( B ) Time and one half of the hourly rate after 8 hours per day

( B1 ) Time and one half of the hourly rate for the 9th & 10th hours week days and the 1st 8 hours on Saturday.Double the hourly rate for all additional hours

( B2 ) Time and one half of the hourly rate after 40 hours per week

( C ) Double the hourly rate after 7 hours per day

( C1 ) Double the hourly rate after 7 and one half hours per day

( D ) Double the hourly rate after 8 hours per day

( D1 ) Double the hourly rate after 9 hours per day

( E ) Time and one half of the hourly rate on Saturday

( E1 ) Time and one half 1st 4 hours on Saturday Double the hourly rate all additional Saturday hours

( E3 ) Between November 1st and March 3rd Saturday may be used as a make-up day at straight time when a day islost during that week due to inclement weather, provided a given employee has worked between 16 and 32hours that week

( E2 ) Saturday may be used as a make-up day at straight time when a day is lost during that week due to inclementweather

( E4 ) Saturday and Sunday may be used as a make-up day at straight time when a day is lost during that week dueto inclement weather

( F ) Time and one half of the hourly rate on Saturday and Sunday

( G ) Time and one half of the hourly rate on Saturday and Holidays

( H ) Time and one half of the hourly rate on Saturday, Sunday, and Holidays

( I ) Time and one half of the hourly rate on Sunday

( J ) Time and one half of the hourly rate on Sunday and Holidays

( K ) Time and one half of the hourly rate on Holidays

( L ) Double the hourly rate on Saturday

( M ) Double the hourly rate on Saturday and Sunday

( N ) Double the hourly rate on Saturday and Holidays

( O ) Double the hourly rate on Saturday, Sunday, and Holidays

( P ) Double the hourly rate on Sunday

( Q ) Double the hourly rate on Sunday and Holidays

( R ) Double the hourly rate on Holidays

( S ) Two and one half times the hourly rate for Holidays, if worked

( S1 ) Two and one half times the hourly rate the first 8 hours on Sunday or Holidays One and one half times thehourly rate all additional hours.

( T ) Triple the hourly rate for Holidays, if worked

Page 64

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on May 01 2012 PRC Number 2012003904

NOTE:BENEFITS are PER HOUR WORKED,for each hour worked, unless otherwise noted

( U ) Four times the hourly rate for Holidays, if worked

( V ) Including benefits at SAME PREMIUM as shown for overtime

( W ) Time and one half for benefits on all overtime hours.

Page 65

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on May 01 2012 PRC Number 2012003904

Holiday Codes PAID Holidays: Paid Holidays are days for which an eligible employee receives a regular day's pay, but is not required to perform work. If an employeeworks on a day listed as a paid holiday, this remuneration is in addition to payment of the required prevailing rate for the work actuallyperformed. OVERTIME Holiday Pay: Overtime holiday pay is the premium pay that is required for work performed on specified holidays. It is only required where the employeeactually performs work on such holidays. The applicable holidays are listed under HOLIDAYS: OVERTIME. The required rate of pay forthese covered holidays can be found in the OVERTIME PAY section listings for each classification. Following is an explanation of the code(s) listed in the HOLIDAY section of each classification contained in the attached schedule. TheHolidays as listed below are to be paid at the wage rates at which the employee is normally classified.

( 1 ) None

( 2 ) Labor Day

( 3 ) Memorial Day and Labor Day

( 4 ) Memorial Day and July 4th

( 5 ) Memorial Day, July 4th, and Labor Day

( 6 ) New Year's, Thanksgiving, and Christmas

( 7 ) Lincoln's Birthday, Washington's Birthday, and Veterans Day

( 8 ) Good Friday

( 9 ) Lincoln's Birthday

( 10 ) Washington's Birthday

( 11 ) Columbus Day

( 12 ) Election Day

( 13 ) Presidential Election Day

( 14 ) 1/2 Day on Presidential Election Day

( 15 ) Veterans Day

( 16 ) Day after Thanksgiving

( 17 ) July 4th

( 18 ) 1/2 Day before Christmas

( 19 ) 1/2 Day before New Years

( 20 ) Thanksgiving

( 21 ) New Year's Day

( 22 ) Christmas

( 23 ) Day before Christmas

( 24 ) Day before New Year's

( 25 ) Presidents' Day

( 26 ) Martin Luther King, Jr. Day

( 27 ) Memorial Day

Page 66

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on May 01 2012 PRC Number 2012003904

New York State Department of Labor - Bureau of Public Work State Office Building Campus

Building 12 - Room 130 Albany, New York 12240

REQUEST FOR WAGE AND SUPPLEMENT INFORMATION

Fax (518) 485-1870 or mail this form for new schedules or for determination for additional occupations. This Form Must Be Typed

Submitted By:(Check Only One)

A. Public Work Contract to be let by: (Enter Data Pertaining to Contracting/Public Agency)

1. Name and complete address 2. 07 City01 DOT 08 Local School District02 OGS 09 Special Local District, i.e.,03 Dormitory Authority Fire, Sewer, Water District

1O Village04 State University11 TownConstruction Fund12 County05 Mental Hygiene

Facilities Corp. 13 Other Non-N.Y. StateFax:Telephone:

06 OTHER N.Y. STATE UNIT (Describe)E-Mail:

check if new or change) 4. SERVICE REQUIRED. Check appropriate box and provide projectinformation.

3. SEND REPLY TO (Name and complete address:

New Schedule of Wages and Supplements.

APPROXIMATE BID DATE :

Additional Occupation and/or Redetermination

PRC NUMBER ISSUED PREVIOUSLY FORTHIS PROJECT :

OFFICE USE ONLYTelephone: Fax:

E-Mail:

B. PROJECT PARTICULARS

6. Location of Project:5.Location on Site

Route No/Street Address

Village or City

Town

County

7. Nature of Project - Check One: 8. OCCUPATION FOR PROJECT :1. New Building Guards, WatchmenConstruction (Building, Heavy2. Addition to Existing Structure Highway/Sewer/Water) Janitors, Porters, Cleaners,

Elevator Operators3. Heavy and Highway Construction (New and Repair) TunnelMoving furniture and4. New Sewer or Waterlineequipment

Residential5. Other New Construction (Explain)

Trash and refuse removalLandscape Maintenance

6. Other Reconstruction, Maintenance, Repair or Alteration Elevator maintenanceWindow cleaners7. Demolition Exterminators, FumigatorsOther (Describe)8. Building Service Contract

SignatureName and Title of Requester10.

SEE PAGE TWO FOR LAWS RELATING TO PUBLIC WORK CONTRACTSPW-39 (04.11)

( ) ( )

Project Title

Description of Work

Contract Identification Number

Note: For NYS units, the OSC Contract No.

NY State Units (see Item 5)

9. Has this project been reviewed for compliance with the Wicks Law involving separate bidding? YES

( ) ( )

As Required by Articles 8 and 9 of the NYS Labor Law

Contracting Agency Architect or Engineering Firm Public Work District Office Date:

(Check if new or change)

Fire Safety Director, NYC Only

NO

Under Article 8 and Article 9 of the NYS Labor Law, a contractor, sub-contractor and/or

its successor shall be debarred and ineligible to submit a bid on or be awarded any

public work or public building service contract/sub-contract with the state, any municipal

corporation or public body for a period of five (5) years from the date of debarment

when:

• Two (2) final determinations have been rendered within any consecutive six-year

(6) period determining that such contractor, sub-contractor and/or its successor has

WILLFULLY failed to pay the prevailing wage and/or supplements

• One (1) final determination involves falsification of payroll records or the kickback of

wages and/or supplements

NOTE: The agency issuing the determination and providing the information, is denoted

under the heading ‘Fiscal Officer’. DOL = NYS Dept. of Labor; NYC = New York City

Comptroller's Office; AG = NYS Attorney General’s Office; DA = County District

Attorney’s Office.

A list of those barred from bidding, or being awarded, any public work contract or

subcontract with the State, under section 141-b of the Workers' Compensation Law,

may be obtained at the following link, on the NYS DOL Website:

https://dbr.labor.state.ny.us/EDList/searchPage.do

NEW YORK STATE DEPARTMENT OF LABOR Bureau of Public Work - Debarment List

LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE

AWARDED ANY PUBLIC WORK CONTRACT

AGENCY Fiscal Officer FEIN EMPLOYER NAME EMPLOYERDBA NAME

ADDRESS DEBARMENTSTART DATE

DEBARMENTEND DATE

DOL NYC A & T IRON WORKS INC 25 CLIFF STREETNEW ROCHELLE NY 10801

12/21/2009 12/21/2014

DOL DOL *****0711 A ULIANO & SON LTD 22 GRIFFEN COURTMILLER PLACE NY 11746

10/26/2010 10/26/2015

DOL DOL A ULIANO CONSTRUCTION 22 GRIFFEN COURTMILLER PLACE NY 11746

10/26/2010 10/26/2015

DOL NYC *****5804 AAR/CO ELECTRIC INC 5902 AVENUE NBROOKLYN NY 11234

03/20/2009 03/20/2014

DOL DOL *****9095 ABDO TILE CO 6179 EAST MOLLOY ROADEAST SYRACUSE NY 13057

06/25/2010 06/25/2015

DOL DOL *****9095 ABDO TILE COMPANY 6179 EAST MOLLOY ROADEAST SYRACUSE NY 13057

06/25/2010 06/25/2015

DOL DOL *****0635 ABOVE ALL PUMP REPAIRCORP

360 KNICKERBOCKERAVENUE

BATAVIA NY 11716

10/20/2008 10/20/2013

DOL NYC *****5022 ACE DRYWALL SYSTEMS INC. 194 ASHLAND PLACEBROOKLYN NY 11217

03/06/2008 03/06/2013

DOL AG *****8219 ACTIVE CABLING INC C/O FRANK DECAPITE7 SYCAMORE ROAD

DRWOODBURY NY 11797

10/02/2008 10/01/2013

DOL DOL ADAM A CEMERYS 2718 CURRY ROADSCHENECTADY NY 12303

07/08/2010 07/08/2015

DOL DOL *****7584 ADAM'S FLOOR COVERINGLLC

2718 CURRY ROADSCHENECTADY NY 12303

07/08/2010 02/15/2017

DOL DOL AFFORDABLE PAINTING PLUS 367 GREEVES ROADNEW HAMPTON NY 10958

10/01/2010 10/01/2015

DOL DOL ALBERT CASEY 43-28 54TH STREETWOODSIDE NY 11377

07/01/2011 07/01/2016

DOL DOL ALL TOWNS MECHANICAL BARRYMORRIS

18 EAST SUNRISE HIGHWAYFREEPORT NY 11758

01/21/2008 01/21/2013

DOL DOL *****3101 ALLSTATE CONCRETECUTTING, INC.

635 MIDLAND AVENUEGARFIELD NJ 07026

07/09/2007 07/09/2012

DOL DOL *****8740 ALLSTATE ENVIRONMENTALCORP

C/O JOSE MONTAS27 BUTLER PLACEYONKERS

NY 10710

03/18/2011 03/15/2017

DOL DOL *****8534 ALPHA INTERIORS INC 513 ACORN STREET/ SUITE CDEER PARK NY 11729

05/27/2010 05/27/2015

DOL DOL *****8291 AMIR'S VISION INC 230 PRATT STREETBUFFALO NY 14204

09/17/2008 09/17/2013

DOL NYC ANDERSON LOPEZ 670 SOUTHERN BLVDBRONX NY 10455

06/14/2011 06/14/2016

DOL DOL *****0860 ANDREA STEVENS STEVENSTRUCKING

2458 EAST RIVER ROADCORTLAND NY 13045

01/23/2008 01/23/2013

DOL AG ANTHONY BRANCA 700 SUMMER STREETSTAMFORD CT

11/24/2009 11/24/2014

DOL DOL ANTHONY POSELLA 30 GLEN HOLLOWROCHESTER NY 14622

10/19/2009 10/19/2014

DOL DOL ANTHONY TAORMINA 215 MCCORMICK DRIVEBOHEMIA NY 11716

05/20/2009 05/20/2014

DOL DOL ANTHONY ULIANO 22 GRIFFEN COURTMILLER PLACE NY 11746

10/26/2010 10/26/2015

DOL DOL *****2725 ARAGONA CONSTRUCTIONCORP

5755 NEWHOUSE ROADEAST AMHERST NY 14051

10/10/2007 10/10/2012

DOL DOL *****8688 ARC MECHANICAL CORP 215 MCCORMICK DRIVEBOHEMIA NY 11716

05/20/2009 05/20/2014

DOL DOL *****8482 ARGO CONTRACTING CORP 5752 WEST WEBB ROADYOUNGSTOWN OH 44515

05/21/2008 05/21/2013

DOL NYC ARIE BAR 5902 AVENUE NBROOKLYN NY 11234

03/20/2009 03/20/2014

DOL DOL ARTHUR C OSUORAH PO BOX 1295BUFFALO NY 14215

02/15/2008 02/15/2013

DOL DOL *****8027 ARTHUR DESIGN ENGINEERS& ASSOCIATES

PO BOX 1295BUFFALO NY 14215

02/15/2008 02/15/2013

DOL DOL *****9336 ARTIERI SPECIALTIES LLC SWITZERSALES

107 STEVENS STREETLOCKPORT NY 14094

11/04/2009 11/04/2014

DOL DOL *****2993 AST DRYWALL & ACOUSTICSINC

46 JOHN STREET - STE 711NEW YORK NY 10038

12/16/2008 12/16/2013

DOL DOL *****2534 B & B CONCRETECONTRACTORS INC

55 OLD TURNPIKE ROADSUITE 612MANUET NY 10954

02/04/2011 02/04/2016

DOL DOL *****7828 BALLAGH GENERALCONTRACTING INC

250 KNEELAND AVENUEYONKERS NY 10705

07/09/2007 07/09/2012

DOL NYC BASIL ROMEO 243-03 137TH AVENUEROSEDALE NY 11422

03/25/2010 03/25/2015

DOL DOL BEATRICE ORTEGA 764 BRADY AVE - APT 631BRONX NY 10462

05/21/2008 05/21/2013

NYSDOL Bureau of Public Work Debarment List 04/18/2012

Page 1 of 10

Article 8

DOL DOL *****2294 BEDELL CONTRACTING CORP 2 TINA LANE

HOPEWELL JUNCTION NY12533

01/06/2012 01/06/2017

DOL DOL BENNY VIGLIOTTI C/O LUVIN CONSTRUCTIONCO

P O BOX 357CARLE PLACE NY11514

03/15/2010 03/15/2015

DOL DOL BERNADETTE GORMALLY 250 KNEELAND AVENUEYONKERS NY 10705

07/09/2007 07/09/2012

DOL NYC BERNARD COHNEN 193 HARWOOD PLACEPARAMUS NJ 07652

05/14/2008 05/14/2013

DOL DOL *****6999 BEST ROOFING OF NEWJERSEY LLC

30 MIDLAND AVENUEWALLINGTON NJ 07057

11/05/2010 11/05/2015

DOL DOL *****9890 BETTY JOE FRAZIER NOBLECONSTRUCTION GROUP

23960 WHITE ROADWATERTOWN NY 13601

02/14/2008 02/14/2013

DOL DOL BIAGIO CANTISANI 200 FERRIS AVENUEWHITE PLAINS NY 10603

12/04/2009 12/04/2014

DOL DOL *****0818 BLASTEC INC MILLERSANDBLASTING & PAINTING

121 LINCOLN AVENUEROCHESTER NY 14611

02/21/2008 02/21/2013

DOL DOL *****8501 BLOCKHEAD CONCRETE &PAVING INC

P O BOX 71CHEEKTOWAGA NY 14225

09/03/2008 09/03/2013

DOL NYC *****8377 BOSPHORUS CONSTRUCTIONCORPORATION

3817 KINGS HIGHWAY-STE 1DBROOKLYN NY 11234

06/30/2010 06/30/2015

DOL DOL BRIAN HOXIE 2219 VALLEY DRIVESYRACUSE NY 13207

12/04/2009 12/04/2014

DOL DOL *****4311 C & F SHEET METAL CORP 201 RICHARDS STREETBROOKLYN NY 11231

02/25/2009 02/24/2014

DOL DOL *****9286 CALI BROTHERS INC 1223 PARK STREETPEEKSKILL NY 10566

09/12/2007 09/12/2012

DOL DOL CANTISANI & ASSOCIATESLTD

220 FERRIS AVENUEWHITE PLAINS NY 10603

12/04/2009 12/04/2014

DOL DOL CARMODY CONCRETE CORP 220 FERRIS AVENUEWHITE PLAINS NY 10603

12/04/2009 12/04/2014

DOL DOL CARMODY ENTERPRISES LTD 220 FERRIS AVENUEWHITE PLAINS NY 10603

12/04/2009 12/04/2014

DOL DOL CARMODY INC 220 FERRIS AVENUEWHITE PLAINS NY 10603

12/04/2009 12/04/2014

DOL DOL CARMODY MASONRY CORP 220 FERRIS AVENUEWHITE PLAINS NY 10603

12/04/2009 12/04/2014

DOL DOL CARMODY"2" INC 220 FERRIS AVENUEWHITE PLAINS NY 10603

12/04/2009 12/04/2014

DOL DOL *****9721 CATENARY CONSTRUCTIONCORP

112 HUDSON AVENUEROCHESTER NY 14605

02/14/2006 10/20/2014

DOL DOL *****1683 CATONE CONSTRUCTIONCOMPANY INC

294 ALPINE ROADROCHESTER NY 14423

03/09/2012 03/09/2017

DOL DOL CATONE ENTERPRISES INC 225 DAKOTA STREETROCHESTER NY 14423

03/09/2012 03/09/2017

DOL DOL *****7924 CBI CONTRACTINGINCORPORATED

2081 JACKSON AVENUECOPIAGUE NY 11726

06/03/2010 06/03/2015

DOL DOL CHARLES MURDOUGH 203 KELLY DRIVEEAST AURORA NY 14052

03/26/2008 03/26/2013

DOL DOL CHARLES OKRASKI 67 WARD ROADSALT POINT NY 12578

01/21/2011 01/21/2016

DOL DOL CHARLES RIBAUDO 513 ACORN ST - SUITE CDEER PARK NY 11729

05/27/2010 05/27/2015

DOL DOL *****1416 CHEROMINO CONTROLGROUP LLC

61 WILLET ST - SUITE 14PASSAIC NJ 07055

12/03/2009 02/23/2017

DOL DOL CHESTER A BEDELL 1233 WALT WHITMAN ROADMELVILLE NY 11747

04/29/2008 04/29/2013

DOL DOL CHRIS SAVOURY 44 THIELLS-MT IVY ROADPOMONA NY 10970

10/14/2011 10/14/2016

DOL DOL CHRIST R PAPAS C/O TRAC CONSTRUCTIONINC

9091 ERIE ROADANGOLA NY14006

02/03/2011 02/03/2016

DOL DOL CHRISTOF PREZBYL 2 TINA LANEHOPEWELL JUNCTION NY

12533

01/06/2012 01/06/2017

DOL DOL CITY GENERAL BUILDERS INC 131 MELROSE STREETBROOKLYN NY 11206

03/02/2010 03/02/2015

DOL DOL *****7086 CITY GENERAL IRON WORKSINC

131 MELROSE STREETBROOKLYN NY 11206

03/02/2010 03/02/2015

DOL DOL *****5329 CNY MECHANICALASSOCIATES INC

P O BOX 250EAST SYRACUSE NY 13057

11/06/2008 11/06/2013

DOL NYC *****1768 COFIRE PAVINGCORPORATION

120-30 28TH AVENUEFLUSHING NY 11354

01/14/2011 01/14/2016

NYSDOL Bureau of Public Work Debarment List 04/18/2012

Page 2 of 10

Article 8

DOL DOL *****8342 CONKLIN PORTFOLIO LLC 60 COLONIAL ROAD

STILLWATER NY 1217002/15/2011 02/15/2016

DOL DOL *****5740 CORTLAND GLASS COMPANYINC

336 TOMPKINS STREETCORTLAND NY 13045

10/21/2010 07/15/2016

DOL NYC *****8777 CROSSLAND ELECTRICALSYSTEMS INC

846 EAST 52ND STREETBROOKLYN NY 11203

12/19/2008 12/29/2013

DOL DOL *****0115 CROW AND SUTTONASSOCIATES INC

949 GROVESIDE ROADBUSKIRK NY 12028

08/27/2008 08/27/2013

DOL DOL *****4266 CRYSTAL INTERIORCONTRACTING INC

922 CRESCENT STREETBROOKLYN NY 11208

05/21/2008 05/21/2013

DOL DOL *****1804 CUSTOM GARDENLANDSCAPING INC

283 NORTH MIDDLETOWNROAD

PEARL RIVER NY 10965

09/28/2009 09/28/2014

DOL DOL *****9453 D & D MASON CONTRACTORSINC

158-11 96TH STREETHOWARD BEACH NY 11414

06/25/2009 06/25/2014

DOL DOL *****6339 D J FLOORS INC 9276 VIA CIMATO DRIVECLARENCE CENTER NY 14032

08/29/2007 08/29/2012

DOL DOL D JAMES SUTTON 949 GROVESIDE ROADBUSKIRK NY 12028

08/27/2008 08/27/2013

DOL DOL DANIEL CELLUCCI ELECTRIC 17 SALISBURY STREETGRAFTON MA 01519

06/02/2010 06/02/2015

DOL DOL *****7129 DANIEL T CELLUCCI DANIELCELLUCCIELECTRIC

17 SALISBURY STREETGRAFTON MA 01519

06/02/2010 06/02/2015

DOL DOL DARIN ANDERSON 134-25 166 PLACE #5EJAMAICA NY 11434

08/07/2008 08/07/2013

DOL DOL DARREN MAYDWELL 115 LEWIS STREETYONKERS NY 10703

05/12/2009 05/12/2014

DOL DOL DEANNA J REED 5900 MUD MILL RD-BOX 949BREWERTON NY 13029

09/02/2008 09/02/2013

DOL DOL *****2311 DELCON CONSTRUCTIONCORP

220 WHITE PLAINS ROADTARRYTOWN NY 10591

08/27/2009 08/27/2014

DOL DOL *****6971 DELPHI PAINTING ANDDECORATING INC

1445 COMMERCE AVENUEBRONX NY 10461

10/09/2007 10/09/2012

DOL DOL *****3538 DELTA CONTRACTINGPAINTING AND DESIGN INC

75 MCCULLOCH DRIVEDIX HILLS NY 11746

10/19/2010 10/19/2015

DOL DOL DESMOND CHARLES 922 CRESCENT STREETBROOKLYN NY 11208

05/21/2008 05/21/2013

DOL DOL DIMITEIUS KASSIMIS 152-65 11TH AVENUEWHITESTONE NY 11357

05/22/2008 05/22/2013

DOL DOL DONALD NOWAK 10 GABY LANECHEEKTOWAGA NY 14227

10/15/2009 10/15/2014

DOL DOL DONALD SCHWENDLER 9276 VIA CIMATO DRIVECLARENCE CENTER NY 14032

08/29/2007 08/29/2012

DOL DOL *****6148 DOT CONSTRUCTION OF NYINC

765 BRADY AVE - APT 631BRONX NY 10462

05/21/2008 05/21/2013

DOL DOL DOUGLAS MCEWEN 121 LINCOLN AVENUEROCHESTER NY 14611

02/21/2008 02/21/2013

DOL DOL DRAGOLJUB RADOJEVIC 61 WILLET ST- SUITE 14 PASSAIC NJ 07055

12/03/2009 07/09/2015

DOL NYC *****6176 E N E L ELECTRICAL CORP 1107 MCDONALD AVENUEBROOKLYN NY 11230

07/30/2010 07/30/2015

DOL NYC *****8074 ECONOMY IRON WORKS INC 670 SOUTHERN BLVDBRONX NY 10455

06/14/2011 06/14/2016

DOL DOL EDWARD SUBEH 1 CHELSEA COURTATLANTIC CITY NJ 08401

10/06/2008 10/06/2013

DOL NYC *****6260 EL TREBOL SPECIALCLEANING INC

95-26 76TH STREETOZONE PARK NY 11416

10/12/2011 10/12/2016

DOL DOL *****3554 ELITE BUILDINGENTERPRISES INC

34-08 PARKWAY DRIVEBALDWIN NY 11510

07/01/2008 07/21/2013

DOL DOL *****0780 EMES HEATING & PLUMBINGCONTR

5 EMES LANEMONSEY NY 10952

01/20/2002 01/20/3002

DOL DOL *****6101 ENHANCED DATA COM INC 75 SHERBROOK ROADNORTH BABYLON NY 11704

07/01/2010 07/01/2015

DOL DOL ERROL L ALLEN 134-25 166 PLACE #5EJAMAICA NY 11434

08/07/2008 08/07/2013

DOL DOL ESCO INSTALLERS LLC 1 CHELSEA COURTATLANTIC CITY NJ 08401

10/06/2008 10/06/2013

DOL DOL *****0329 FAULKS PLUMBING HEATING& AIR CONDITIONING INC

3 UPTON STREETHILTON NY 14468

06/10/2008 06/10/2013

DOL DOL FERNANDO GOMEZ 201 RICHARDS STREETBROOKLYN NY 11231

02/25/2009 02/25/2014

DOL DOL *****0768 FISHER CONCRETE INC 741 WELSH ROADJAVA CENTER NY 14082

04/08/2009 04/08/2014

DOL DOL *****5867 FJM-FERRO INC 6820 14TH AVENUEBROOKLYN NY 11219

10/27/2011 10/27/2016

NYSDOL Bureau of Public Work Debarment List 04/18/2012

Page 3 of 10

Article 8

DOL DOL *****8067 FORTH SPORT FLOORS INC P O BOX 74

EAST GREENBUSH NY 1206102/28/2012 02/28/2017

DOL DOL *****0115 FOXCROFT NURSERIES INC 949 GROVESIDE ROADBUSKIRK NY 12028

08/27/2008 08/27/2013

DOL DOL FRANCIS (FRANK) OSCIER 3677 SENECA STREETWEST SENECA NY 14224

09/03/2008 09/03/2013

DOL NYC FRANK (FRANCIS) OSCIER 3677 SENECA STREETWEST SENECA NY 14224

09/03/2008 09/03/2013

DOL NYC FRANK ACOCELLA 68 GAYLORD ROADSCARSDALE NY 10583

02/10/2011 02/10/2016

DOL NYC FRANK BAKER 24 EDNA DRIVESYOSSET NY 11791

05/14/2008 05/14/2013

DOL DOL FRANK J MERCANDO C/OMERCANDO

CONTRACTING CO INC

134 MURRAY AVENUEYONKERS NY 10704

11/22/2008 11/22/2013

DOL DOL FRANK J MERCANDO 134 MURRAY AVENUEYONKERS NY 10704

12/11/2009 12/11/2014

DOL DOL FRANK ORTIZ 75 SHERBROOK ROADNORTH BABYLON NY 11704

07/01/2010 07/01/2015

DOL DOL FRED ABDO ABDO TILECOMPANYAKA ABDO

TILE CO

6179 EAST MOLLOY ROADEAST SYRACUSE NY 13057

06/25/2010 06/25/2015

DOL NYC FREDERICK LEE 89 WALKER STREETNEW YORK NY 10013

01/04/2008 01/04/2013

DOL DOL *****9202 G & M PAINTINGENTERPRISES INC

13915 VILLAGE LANERIVERVIEW MI 48192

02/05/2010 02/05/2015

DOL DOL *****9832 G A FALCONECONSTRUCTION INC

253 COMMONWEALTHAVENUE

BUFFALO NY 14216

08/07/2007 08/07/2012

DOL DOL *****7088 GBA CONTRACTING CORP 4015 21ST AVENUEASTORIA NY 11105

01/11/2008 01/11/2013

DOL DOL *****6826 GBE CONTRACTINGCORPORATION

12-14 UTOPIA PARKWAYWHITESTONE NY 11357

02/10/2010 02/10/2015

DOL NYC GELSOMINA TASSONE 25 CLIFF STREETNEW ROCHELLE NY 10801

06/15/2010 06/15/2015

DOL DOL GEORGE A PATTI III P O BOX 772JAMESTOWN NY 14701

08/13/2010 08/13/2015

DOL NYC GEORGE LUCEY 150 KINGS STREETBROOKLYN NY 11231

01/19/1998 01/19/2998

DOL DOL GEORGE SHINAS 12-14 UTOPIA PARKWAYWHITESTONE NY 11357

02/10/2010 02/10/2015

DOL DOL GERALD A POLLOCK 336 TOMPKINS STREETCORTLAND NY 13045

06/29/2010 07/15/2016

DOL DOL GERALD F POLUCH JR 2085 BRIGHTON HENRIETTATOWN LINE

ROADROCHESTER NY 14623

11/04/2010 11/04/2015

DOL AG GERARD IPPOLITO 563 MUNCEY ROADWEST ISLIP NY 11795

07/14/2008 07/14/2013

DOL DOL *****4013 GR GRATES CONSTRUCTIONCORPORATION

63 IRONWOOD ROADUTICA NY 13520

06/14/2010 06/14/2015

DOL DOL GRATES MERCHANT NANNAINC

63 IRONWOOD ROADUTICA NY 13520

06/14/2010 06/15/2015

DOL DOL GREG SURACI 364 BLEAKER ROADROCHESTER NY 14609

10/25/2007 10/25/2012

DOL DOL GREGG G GRATES 63 IRONWOOD ROADUTICA NY 13520

06/14/2010 06/14/2015

DOL DOL GRETCHEN SULLIVAN P O BOX 130CRETE IL 60417

11/10/2011 11/10/2016

DOL DOL GRIOGORIOS BELLOS 4015 21ST AVENUEASTORIA NY 11105

01/11/2008 01/11/2013

DOL DOL *****9985 GROUND LEVELCONSTRUCTION

10 GABY LANECHEEKTOWAGA NY 14227

10/15/2009 10/15/2014

DOL DOL *****7735 GRYF CONSTRUCTION INC 394 SPOTSWOOD-ENGLISHRD

MONROE NJ 08831

08/08/2011 08/08/2016

DOL DOL *****8904 HALLOCKS CONSTRUCTIONCORP

P O BOX 278YORKTOWN HEIGHTS NY

10598

12/01/2008 12/01/2013

DOL DOL HARALAMBOS KARAS 80-12 ASTORIA BOULEVARDEAST ELMHURST NY 11370

11/22/2008 10/22/2013

DOL DOL *****5405 HARD LINE CONTRACTINGINC

89 EDISON AVENUEMOUNT VERNON NY 10550

10/28/2011 10/28/2016

DOL DOL *****0080 HI-AMP ELECTRICALCONTRACTING CORP

265-12 HILLSIDE AVENUEFLORAL PARK NY 11004

02/15/2008 02/15/2013

DOL DOL *****4331 HIDDEN VALALEYEXCAVATING INC

225 SEYMOUR STREETFREDONIA NY 14063

02/08/2011 02/08/2016

NYSDOL Bureau of Public Work Debarment List 04/18/2012

Page 4 of 10

Article 8

DOL DOL *****9893 HOXIE'S PAINTING CO INC 2219 VALLEY DRIVE

SYRACUSE NY 1320712/04/2009 12/04/2014

DOL DOL *****6429 IDM ENTERPRISES INC 60 OUTWATER LANEGARFIELD NJ 07026

05/09/2009 05/09/2014

DOL DOL *****6293 IMPRESSIVE CONCRETECORP

264A SUBURBAN AVENUEDEER PARK NY 11729

12/18/2007 12/18/2012

DOL DOL *****8898 IN-TECH CONSTRUCTION INC 8346 BREWERTON ROADCICERO NY 13039

07/06/2007 07/06/2012

DOL DOL *****7561 INDUS GENERALCONSTRUCTION

33-04 91ST STREETJACKSON HEIGHTS NY 11372

04/28/2010 04/28/2015

DOL DOL *****0488 INTERWORKS SYSTEMS, INC. 1233 WALT WHITMAN ROADMELVILLE NY 11747

04/29/2008 04/29/2013

DOL DOL ISRAEL MONTESINOS 517 MILES SQUARE ROADYONKERS NY 10701

02/15/2008 02/15/2013

DOL DOL IVAN D MARKOVSKI 60 OUTWATER LANEGARFIELD NJ 07026

05/09/2009 05/09/2014

DOL DOL IVAN TORRES 11 PLYMOUTH ROADDIX HILLS NY 11746

02/15/2008 02/15/2013

DOL DOL *****0579 J & I CONSTRUCTION CORP 110 FOURTH STREETNEW ROCHELLE NY 10801

02/15/2008 02/15/2013

DOL DOL J & N LEASING AND BUILDINGMATERIALS

154 EAST BOSTON POSTROAD

MAMARONECK NY 10543

08/11/2009 08/11/2014

DOL DOL *****1584 J M TRI STATE TRUCKING INC 140 ARMSTRONG AVENUESYRACUSE NY 13209

10/21/2009 10/21/2014

DOL DOL JAMES SICKAU 3090 SHIRLEY ROADNORTH COLLINS NY 14111

04/19/2011 12/30/2016

DOL DOL JAMES WALSH 89 EDISON AVENUEMOUNT VERNON NY 10550

10/28/2011 10/28/2016

DOL DOL JASON ASBURY 22562 SEA BASS DRIVEBOCA RATON FL 33428

10/10/2007 10/10/2012

DOL DOL JEANETTE CALICCHIA 1223 PARK STREETPEEKSKILL NY 10566

09/12/2007 09/12/2012

DOL DOL JEFFREY A NANNA 502 WOODBURNE DRIVEUTICA NY 13502

06/14/2010 06/14/2015

DOL DOL JEFFREY ARTIERI 107 STEVENS STREETLOCKPORT NY 14094

11/04/2009 11/04/2014

DOL DOL JOHN B DUGAN 121 LINCOLN AVENUEROCHESTER NY 14611

02/21/2008 02/21/2013

DOL DOL JOHN BUONADONNA 283 NORTH MIDDLETOWNROAD

PEARL RIVER NY 10965

09/28/2009 09/28/2014

DOL DOL JOHN CATONE C/O CATONE CONSTRUCTION294 ALPINE

ROADROCHESTER NY 14612

03/09/2012 03/09/2017

DOL DOL JOHN DESCUL 75 MCCULLOCH DRIVEDIX HILLS NY 11746

10/19/2010 10/19/2015

DOL NYC JOHN DITURI 1107 MCDONALD AVENUEBROOKLYN NY 11230

07/30/2010 07/30/2015

DOL NYC JOHN FICARELLI 120-30 28TH AVENUEFLUSHING NY 11354

01/14/2011 01/14/2016

DOL DOL JOHN JIULIANNI 222 GAINSBORG AVENUE EWEST HARRISON NY 10604

05/10/2010 05/10/2015

DOL NYC JOHN MARI JR 278 ROBINSON AVENUENEW YORK NY 10312

04/06/2008 04/06/2013

DOL NYC JOHN O'SHEA 4350 BULLARD AVENUEBRONX NY 10466

01/28/2008 01/28/2013

DOL DOL *****5970 JOHN PREVETE FRAMINGAND JOHN PREVETE

FRAMING INC

JOHNPREVETE

320 RIDGE ROADWEST MILFORD NJ 07480

03/26/2008 03/26/2013

DOL DOL *****2701 JOHN SMYKLA AFFORDABLEPAINTING

PLUS

367 GREEVES ROADNEW HAMPTON NY 10958

10/01/2010 10/01/2015

DOL DOL JORGE OUVINA 344 SOUNDVIEW LANECOLLEGE POINT NY 11356

11/22/2011 11/22/2016

DOL DOL JOSE DOS SANTOS JR 85-08 60TH AVENUEELMHURST NY 11373

11/21/2008 11/21/2013

DOL DOL JOSE MONTAS 27 BUTLER PLACEYONKERS NY 10710

03/18/2011 03/15/2017

DOL DOL JOSEPH CALICCHIA 1223 PARK STREETPEEKSKILL NY 10566

09/12/2007 09/12/2012

DOL DOL JOSEPH CASUCCI 6820 14TH AVENUEBROOKLYN NY 11219

10/27/2011 10/27/2016

DOL DOL JOSEPH MONETTE C/O JOHN MONETTE140 ARMSTRONG

AVENUESYRACUSE NY 13209

10/21/2009 10/21/2014

NYSDOL Bureau of Public Work Debarment List 04/18/2012

Page 5 of 10

Article 8

DOL DOL *****1763 JR RESTORATION & ROOFING

INC152-65 11TH AVENUE

WHITESTONE NY 1135705/22/2008 05/22/2013

DOL DOL JULIUS AND GITA BEHREND 5 EMES LANEMONSEY NY 10952

11/20/2002 11/20/3002

DOL DOL *****9422 JUNKYARD CONSTRUCTIONCORP.

2068 ANTHONY AVENUEBRONX NY 10457

12/26/2007 12/26/2012

DOL DOL *****3810 K M MARTELLCONSTRUCTION, INC.

57 CROSS ROADMIDDLETOWN NY 10940

06/25/2007 06/25/2012

DOL DOL K NELSON SACKOOR 16 JOY DRIVENEW HYDE PARK NY 11040

01/05/2010 01/05/2015

DOL NYC KAMIL OZTURK 3715 KINGS HWY - STE 1DBROOKLYN NY 11234

06/30/2010 06/30/2015

DOL NYC KAZIMIERZ KONOPSKI 194 ASHLAND PLACEBROOKLYN NY 11217

03/06/2008 03/06/2013

DOL NYC *****4923 KELLY'S SHEET METAL, INC. 1426 ATLANTIC AVENUEBROOKLYN NY 11216

12/28/2007 01/14/2013

DOL DOL KEMPTON MCINTOSH 8531 AVENUE BBROOKLYN NY 11236

12/16/2008 12/16/2013

DOL DOL KEVIN MARTELL 57 CROSS ROADMIDDLETOWN NY 10940

06/25/2007 06/25/2012

DOL DOL *****5941 KINGSVIEW ENTERPRISESINC

7 W FIRST STREETP O BOX 2LAKEWOOD NY

14750

01/14/2011 01/14/2016

DOL DOL KRIS CLARKSON 2484 CATON ROADCORNING NY 14830

06/20/2007 06/20/2012

DOL DOL KRZYSZTOF PRXYBYL 2 TINA LANEHOPEWELL JUNCTION NY

12533

01/06/2012 01/06/2017

DOL DOL *****0526 LAGUARDIA CONSTRUCTIONCORP

47-40 48TH STREETWOODSIDE NY 11377

07/01/2011 07/01/2016

DOL NYC *****8816 LAKE CONSTRUCTION ANDDEVELOPMENTCORPORATION

150 KINGS STREETBROOKLYN NY 11231

08/19/1998 08/19/2998

DOL DOL *****9628 LANCET ARCH INC 112 HUDSON AVENUEROCHESTER NY 14605

02/14/2006 10/19/2014

DOL DOL LANCET SPECIALTYCONTRACTING CORP

C/O CATENARYCONSTRUCTION

112 HUDSONAVENUEROCHESTER NY

14605

10/19/2009 10/19/2014

DOL DOL LARRY FRANGOS 5752 WEST WEBB ROADYOUNGSTOWN OH 44515

05/21/2008 05/21/2013

DOL DOL *****7907 LEEMA EXCAVATING INC 140 ARMSTRONG AVENUESYRACUSE NY 13209

10/21/2009 10/21/2014

DOL AG *****5102 LIBERTY TREE SERVICE, INC. 563 MUNCEY ROADWEST ISLIP NY 11795

07/14/2008 07/14/2013

DOL DOL *****8453 LINPHILL ELECTRICALCONTRACTORS INC

523 SOUTH 10TH AVENUEMOUNT VERNON NY 10553

01/07/2011 01/07/2016

DOL DOL LINVAL BROWN 523 SOUTH 10TH AVENUEMOUNT VERNON NY 10553

01/07/2011 01/07/2016

DOL DOL *****5953 LPD CONTRACTING INC 1205 MCBRIDE AVENUEWEST PATTERSON NJ 07424

08/27/2007 08/27/2012

DOL DOL *****5171 LUVIN CONSTRUCTION CORP P O BOX 357CARLE PLACE NY 11514

03/15/2010 03/15/2015

DOL DOL *****9688 M K PAINTING INC 4157 SEVENTH STREETWYANDOTT MI 48192

05/14/2007 05/14/2012

DOL DOL MANUEL ESTEVES 55 OLD TURNPIKE ROADSUITE 612MANUET NY 10954

02/04/2011 02/04/2016

DOL NYC MANUEL P TOBIO 150 KINGS STREETBROOKLYN NY 14444

08/19/1998 08/19/2998

DOL NYC MANUEL TOBIO 150 KINGS STREETBROOKLYN NY 11231

08/19/1998 08/19/2998

DOL DOL MARGARET FORTH P O BOX 74EAST GREENBUSH NY 12061

02/28/2012 02/28/2017

DOL DOL MARIO R ECHEVERRIA JR 588 MEACHAM AVE-SUITE 103ELMONT NY 11003

08/24/2010 08/24/2015

DOL DOL MARK LINDSLEY 355 COUNTY ROUTE 8FULTON NY 13069

08/08/2009 08/14/2014

DOL NYC *****4314 MASCON RESTORATION INC 129-06 18TH AVENUECOLLEGE POINT NY 11356

02/09/2012 02/09/2017

DOL NYC *****4314 MASCON RESTORATION LLC 129-06 18TH AVENUECOLLEGE POINT NY 11356

02/09/2012 02/09/2017

DOL DOL MASONRY CONSTRUCTIONINC

220 FERRIS AVENUEWHITE PLAINS NY 10603

12/04/2009 12/04/2014

DOL DOL MASONRY INDUSTRIES INC 220 FERRIS AVENUEWHITE PLAINS NY 10603

12/04/2009 12/04/2014

NYSDOL Bureau of Public Work Debarment List 04/18/2012

Page 6 of 10

Article 8

DOL DOL *****6826 MATSOS CONTRACTING

CORPORATION12-14 UTOPIA PARKWAYWHITESTONE NY 11357

02/10/2010 02/10/2015

DOL AG *****9970 MAY CONSTRUCTION CO INC 700 SUMMER STREETSTAMFORD CT

11/24/2009 11/24/2014

DOL DOL *****9857 MBL CONTRACTINGCORPORATION

2620 ST RAYMOND AVENUEBRONX NY 10461

08/30/2011 08/30/2016

DOL DOL MCI CONSTRUCTION INC 975 OLD MEDFORD AVENUEFARMINGDALE NY 11738

08/24/2009 08/24/2014

DOL DOL *****5936 MCSI ADVANCED AVSOLUTIONS LLC

2085 BRIGHTON HENRIETTATOWN LINE

ROADROCHESTER NY 14623

11/04/2010 11/04/2015

DOL DOL *****4259 MERCANDO CONTRACTINGCO INC

134 MURRAY AVENUEYONKERS NY 10704

12/11/2009 12/11/2014

DOL DOL *****0327 MERCANDO INDUSTRIES LLC 134 MURRAY AVENUEYONKERS NY 10704

12/11/2009 12/11/2014

DOL DOL MICHAEL HAYNES 211 BRUCE STREETSYRACUSE NY 13224

12/07/2011 12/07/2016

DOL DOL MICHAEL L. KRIVITZA NORTHEASTTECHNOLOGI

ES

105 PINE STREET - APT 2EAST ROCHESTER NY 14445

05/14/2007 05/14/2012

DOL DOL MICHAEL STEVENS STEVENSTRUCKING

2458 EAST RIVER ROADCORTLAND NY 13045

01/23/2008 01/23/2013

DOL DOL *****0860 MICHAEL STEVENS STEVENSTRUCKING

2458 EAST RIVER ROADCORTLAND NY 13045

01/23/2008 01/23/2013

DOL DOL *****2635 MIDLAND CONSTRUCTION OFCEDAR LAKE INC

13216 CALUMET AVENUECEDAR LAKE IL 46303

11/10/2011 11/10/2016

DOL DOL *****5517 MILLENNIUM PAINTING INC 67 WARD ROADSALT POINT NY 12578

01/21/2011 01/21/2016

DOL DOL *****0818 MILLER SANDBLASTING ANDPAINTING

121 LINCOLN AVENUEROCHESTER NY 14611

02/21/2008 02/21/2013

DOL NYC MOHAMMAD SELIM 73-12 35TH AVE - APT F63JACKSON HEIGHTS NY 11372

03/04/2010 03/04/2015

DOL DA MOHAMMED SALEEM 768 LYDIG AVENUEBRONX NY 10462

08/18/2009 05/25/2015

DOL NYC *****2690 MONDOL CONSTRUCTION INC 11-27 30TH DRIVELONG ISLAND CITY NY 11102

05/25/2011 05/25/2016

DOL DOL MORTON LEVITIN 3506 BAYFIELD BOULEVARDOCEANSIDE NY 11572

08/30/2011 08/30/2016

DOL NYC MUHAMMAD ZULFIQAR 129-06 18TH AVENUECOLLEGE POINT NY 11356

02/09/2012 02/09/2017

DOL DOL *****2357 MUNICIPAL MILLING & MIX-IN-PLACE

9091 ERIE ROADANGOLA NY 14006

02/03/2011 02/03/2016

DOL DOL *****2251 MURDOUGH DEVELOPMENTCO., INC.

203 KELLY DRIVEEAST AURORA NY 14052

03/26/2008 03/26/2013

DOL DOL MURRAY FORTH P O BOX 74EAST GREENBUSH NY 12061

02/28/2012 02/28/2017

DOL DA *****9642 MUTUAL OF AMERICALGENERAL CONSTRUCTION &

MANAGEMENT CORP

768 LYDIG AVENUEBRONX NY 10462

08/18/2009 05/25/2015

DOL DOL N PICCO AND SONSCONTRACTING INC

154 EAST BOSTON POSTROAD

MAMARONECK NY 10543

08/11/2009 08/11/2014

DOL DOL *****4133 NASDA ELECTRICALENTERPRISES INC

134-25 166 PLACE - #5EJAMAICA NY 11434

08/07/2008 08/07/2013

DOL DOL *****9445 NASDA ENTERPRISES INC 134-25 166 PLACE #5EJAMAICA NY 11434

08/07/2008 08/07/2013

DOL DOL NAT PICCO 154 EAST BOSTON POSTROAD

MAMARONECK NY 10543

08/22/2009 08/22/2014

DOL DOL NICOLE SPELLMAN 2081 JACKSON AVENUECOPIAGUE NY 11726

06/03/2010 06/03/2015

DOL DOL NIKOLAS PSAREAS 656 N WELLWOOD AVE/STE CLINDENHURST NY 11757

09/01/2011 09/01/2016

DOL DOL *****9890 NOBLE CONSTRUCTION 23960 WHITE ROADWATERTOWN NY 13601

02/14/2008 02/14/2013

DOL DOL *****7771 NORTHEAST TECHNOLOGIES 105 PINE STREET APT. 2EAST ROCHESTER NY 14445

05/14/2007 05/14/2012

DOL DOL *****7041 NYCOM SERVICES CORP 80-12 ASTORIA BOULEVARDEAST ELMHURST NY 11370

11/22/2008 11/22/2013

DOL DOL *****0797 O GLOBO CONSTRUCTIONCORP

85-06 60TH AVENUEELMHURST NY 11373

11/21/2008 11/21/2013

DOL NYC OLIVER HOLGUIN 95-26 76TH STREETOZONE PARK NY 11416

10/12/2011 10/12/2016

DOL NYC *****3855 OT & T INC 36-28 23RD STREETLONG ISLAND CITY NY 11106

01/15/2008 05/14/2013

DOL NYC *****9833 PARADISE CONSTRUCTIONCORP

6814 8TH AVENUEBROOKLYN NY 11220

12/05/2007 12/05/2012

NYSDOL Bureau of Public Work Debarment List 04/18/2012

Page 7 of 10

Article 8

DOL DOL *****5226 PASCARELLA & SONS 459 EVERDALE AVENUE

WEST ISLIP NY 1175901/10/2010 01/10/2015

DOL DOL PATRICK BURNS 19 E. CAYUGA STREETOSWEGO NY 13126

05/15/2008 05/15/2013

DOL DOL PATRICK SHAUGHNESSY 88 REDWOOD DRIVEROCHESTER NY 14617

05/16/2008 05/16/2013

DOL DOL PEDRO RINCON 131 MELROSE STREETBROOKLYN NY 11206

03/02/2010 03/02/2015

DOL DOL PETER J LANDI 249 MAIN STREETEASTCHESTER NY 10709

10/05/2009 10/05/2014

DOL DOL *****7229 PETER J LANDI INC 249 MAIN STREETEASTCHESTER NY 10709

10/05/2009 10/05/2014

DOL DOL *****1136 PHOENIX ELECTRICIANSCOMPANY INC

540 BROADWAYP O BOX 22222ALBANY NY

12201

03/09/2010 03/09/2015

DOL DOL *****5419 PINE VALLEY LANDSCAPECORP

RR 1, BOX 285-BBUSKIRK NY 12028

08/27/2008 08/27/2013

DOL DOL PRECISION DEVELOPMENTCORP

115 LEWIS STREETYONKERS NY 10703

05/12/2009 05/12/2014

DOL DOL *****7914 PRECISION SITEDEVELOPMENT INC

89 EDISON AVENUEMOUNT VERNON NY 10550

10/28/2011 10/28/2016

DOL DOL *****9359 PRECISION STEEL ERECTORSINC

P O BOX 949BREWERTON NY 13029

09/02/2008 09/02/2013

DOL DOL *****6895 PROLINE CONCRETE OF WNYINC

3090 SHIRLEY ROADNORTH COLLINS NY 14111

04/19/2011 12/30/2016

DOL DOL *****2326 PUTMAN CONSTRUCTIONCOMPANY OF WESTERN NY

29 PHYLLIS AVENUEBUFFALO NY 14215

09/03/2008 09/03/2013

DOL DOL *****7438 R & H COMMERCIALFLOORING, INC.

102 WILLOW AVENUEWATKINS GLEN NY 14891

06/20/2007 06/20/2012

DOL DOL RAMON BONILLA 938 E 232ND STREET #2BRONX NY 10466

05/25/2010 05/25/2015

DOL DOL *****7294 REDWOOD FLOORING, INC. 88 REDWOOD DRIVEROCHESTER NY 14617

05/16/2008 05/16/2013

DOL NYC *****6978 RISINGTECH INC 243-03 137TH AVENUEROSEDALE NY 11422

03/25/2010 03/25/2015

DOL DOL ROBBYE BISSESAR 89-51 SPRINGFIELD BLVDQUEENS VILLAGE NY 11427

01/11/2003 01/11/3003

DOL DOL ROBERT DIMARSICO 1233 WALT WHITMAN ROADMELVILLE NY 11747

04/29/2008 04/29/2013

DOL NYC ROBERT FICARELLI 120-30 28TH AVENUEFLUSHING NY 11354

01/14/2011 01/14/2016

DOL DOL ROBERT O'HANLON 635 MIDLAND AVENUEGARFIELD NJ 07026

07/09/2007 07/09/2012

DOL DOL *****1721 ROBERTS CONSTRUCTION OFUPSTATE NEW YORK INC

5 SANGER AVENUENEW HARTFORD NY 13413

01/28/2009 01/28/2014

DOL DOL *****3467 ROCKERS AND NOCKERS LLC 207 RIVERVIEW ROADREXFORD NY 12148

10/23/2007 10/23/2012

DOL DOL *****9025 ROJO MECHANICAL LLC 938 E 232ND STREET #2BRONX NY 10466

05/25/2010 05/25/2015

DOL DOL RONALD R SAVOY C/O CNYMECHANICALASSOCIATES

INC

P O BOX 250EAST SYRACUSE NY 13057

11/06/2008 11/06/2013

DOL DOL ROSARIO CARRUBBA 5755 NEWHOUSE ROADEAST AMHERST NY 14051

10/10/2007 10/10/2012

DOL DOL *****5905 ROSE PAINTING CORP 222 GAINSBORG AVENUEEAST

WEST HARRISON NY 10604

05/10/2010 05/10/2015

DOL NYC ROSS J HOLLAND 120-30 28TH AVENUEFLUSHING NY 11354

01/14/2011 01/14/2016

DOL DOL RUSSELL TUPPER 8346 BREWERTON ROADCICERO NY 13039

07/06/2007 07/06/2012

DOL DOL RUTH H SUTTON 939 GROVESIDE ROADBUSKIRK NY 12028

08/27/2008 08/27/2013

DOL DOL S & M CONTRACTING LLC 30 MIDLAND AVENUEWALLINGTON NJ 07057

11/05/2010 11/05/2015

DOL DOL *****2585 S B WATERPROOFING INC SUITE #3R2167 CONEY ISLAND

AVENUEBROOKLYN NY 11223

11/04/2009 11/04/2014

DOL DOL *****9066 SAMAR PAINTING &DECORATING INC

137 E MAIN STREETELMSFORD NY 10523

12/01/2008 12/01/2013

DOL NYC *****0987 SCHWARTZ ELECTRICCONTRACTORS INC

89 WALKER STREETNEW YORK NY 10013

01/04/2008 01/04/2013

DOL DOL *****6348 SEABURY ENTERPRISES LLC 22562 SEA BASS DRIVEBOCA RATON FL 33428

10/10/2007 10/10/2012

DOL NYC *****4020 SERVI-TEK ELEVATOR CORP 2546 EAST TREMONT AVENUEBRONX NY 10461

06/04/2009 06/04/2014

NYSDOL Bureau of Public Work Debarment List 04/18/2012

Page 8 of 10

Article 8

DOL NYC *****8252 SEVERN TRENT

ENVIRONMENTAL SERVICESINC

16337 PARK ROWHOUSTON TX 77084

06/12/2007 06/12/2012

DOL NYC SHAFIQUL ISLAM 11-27 30TH DRIVELONG ISLAND CITY NY 11102

05/25/2011 05/25/2016

DOL DOL SHAIKF YOUSUF C/O INDUS GENERAL CONST33-04 91ST STREETJACKSON

HEIGHTS NY 11372

04/28/2010 04/28/2015

DOL DOL *****0256 SIERRA ERECTORS INC 79 MADISON AVE - FL 17NEW YORK NY 10016

04/16/2009 04/16/2014

DOL DOL *****0415 SIGNAL CONSTRUCTION LLC 199 GRIDER STREETBUFFALO NY 14215

11/14/2006 02/25/2015

DOL DOL *****8469 SIGNATURE PAVING ANDSEALCOATING

P O BOX 772JAMESTOWN NY 14701

08/13/2010 08/13/2015

DOL DOL *****8469 SIGNATURE SEALCOATINGAND STRIPING SERVICE

345 LIVINGSTON AVENUEP O BOX 772JAMESTOWN NY

14702

04/04/2007 08/13/2015

DOL DOL *****0667 SNEEM CONSTRUCTION INC 43-22 42ND STREETSUNNYSIDE NY 11104

07/01/2011 07/01/2016

DOL DOL SPASOJE DOBRIC 61 WILLET STREET - SUITEPASSAIC NJ 07055

07/09/2010 02/23/2017

DOL DOL *****3539 SPOTLESS CONTRACTING IMPACTINDUSTRIAL

SERVICES INC

44 THIELLS-MT IVY ROADPOMONA NY 10970

10/14/2011 10/14/2016

DOL DOL *****3496 STAR INTERNATIONAL INC 89-51 SPRINGFIELD BLVDQUEENS VILLAGE NY 11427

08/11/2003 08/11/3003

DOL NYC *****6650 START ELEVATORCONSTRUCTION, INC.

4350 BULLARD AVENUEBRONX NY 10466

01/28/2008 01/28/2013

DOL NYC *****3896 START ELEVATORMAINTENANCE, INC.

4350 BULLARD AVENUEBRONX NY 10466

01/28/2008 01/28/2013

DOL NYC *****1216 START ELEVATOR REPAIR,INC.

4350 BULLARD AVENUEBRONX NY 10466

01/28/2008 01/28/2013

DOL NYC *****2101 START ELEVATOR, INC. 4350 BULLARD AVENUEBRONX NY 10466

01/28/2008 01/28/2013

DOL DOL STEED GENERALCONTRACTORS INC

1445 COMMERCE AVENUEBRONX NY 10461

10/09/2007 10/09/2012

DOL DOL STEFANIE MCKENNA 30 MIDLAND AVENUEWALLINGTON NJ 07057

11/05/2010 11/05/2015

DOL DOL STEPHEN BALZER 34-08 PARKWAY DRIVEBALDWIN NY 11510

07/01/2008 07/01/2013

DOL DOL STEVE PAPASTEFANOU 1445 COMMERCE AVENUEBRONX NY 10461

10/09/2007 10/09/2012

DOL DOL STEVEN CONKLIN 60 COLONIAL ROADSTILLWATER NY 12170

02/15/2011 02/15/2016

DOL DOL *****4081 STS CONSTRUCTION OF WNY 893 EAGLE STREETBUFFALO NY 14210

06/09/2009 06/09/2014

DOL DOL *****2036 SURACI ENTERPRISES INC 364 BLEAKER ROADROCHESTER NY 14609

10/25/2007 10/25/2012

DOL DOL *****4293 THE J OUVINA GROUP LLC 344 SOUNDVIEW LANECOLLEGE POINT NY 11356

11/22/2011 11/22/2016

DOL DOL THEODORE F FAULKS 18 FIREWEED TRAILHILTON NY 14468

06/10/2008 06/10/2013

DOL DOL THOMAS ASCHMONEIT 79 MADISON AVENUE - FL 17NEW YORK NY 10016

04/16/2009 04/16/2014

DOL DOL THOMAS DEMARTINO 158-11 96TH STREETHOWARD BEACH NY 11414

06/25/2009 06/25/2014

DOL DOL THOMAS GORMALLY 250 KNEELAND AVENUEYONKERS NY 10705

07/09/2007 07/09/2012

DOL DOL THOMAS TERRANOVA 13 NEW ROAD/SUITE 1NEWBURGH NY 12550

11/15/2010 11/15/2015

DOL NYC TIMOTHY O'SULLIVAN C/O SNEEM CONSTRUCTION4322 42ND

STREETSUNNYSIDE NY 11104

07/01/2011 07/01/2016

DOL DOL TIMOTHY P SUCH 893 EAGLE STREETBUFFALO NY 14210

06/09/2009 06/09/2014

DOL DOL TNT DEMOLITION ANDENVIRONMENTAL INC

355 COUNTY ROUTE 8FULTON NY 13069

08/08/2009 08/19/2014

DOL DOL *****3315 TOTAL DOOR SUPPLY &INSTALLATION INC

16 JOY DRIVENEW HYDE PPARK NY 11040

01/05/2010 01/05/2015

DOL DOL *****3315 TOTAL DOOR SUPPLY &INSTALLATION INC

16 JOY DRIVENEW HYDE PPARK NY 11040

01/05/2010 01/05/2015

DOL DOL *****2357 TRAC CONSTRUCTION INC MUNICIPALMILLING & MIX

-IN- PLACE

9091 ERIE ROADANGOLA NY 14006

02/03/2011 02/03/2016

DOL DOL TRI STATE TRUCKING INC 140 ARMSTRONG AVENUESYRACUSE NY 13209

10/21/2009 10/21/2014

NYSDOL Bureau of Public Work Debarment List 04/18/2012

Page 9 of 10

Article 8

DOL DOL *****5213 TRIAD PAINTING CO INC 656 N WELLWOOD AVE/STE CLINDENHURST NY 11757

09/01/2011 09/01/2016

DOL DOL *****4294 TWT CONSTRUCTIONCOMPANY INC

13 NEW ROAD/SUITE 1NEWBURGH NY 12550

11/15/2010 11/15/2015

DOL NYC *****5184 UDDIN USA CORP 663 DEGRAW STREETBROOKLYN NY 11217

05/17/2007 05/17/2012

DOL DOL ULIANO AND SONS INC 22 GRIFFEN COURTMILLER PLACE NY 11746

10/26/2010 10/26/2015

DOL DOL *****8663 URBAN-SUBURBANRECREATION INC

3 LUCON DRIVEDEER PARK NY 11728

06/20/2007 06/20/2012

DOL DOL *****0854 VANESSA CONSTRUCTIONINC

588 MEACHAM AVE/STE 103ELMONT NY 11003

08/24/2010 08/24/2015

DOL DOL VIRGINIA L CAPONE 137 E MAIN STREETELMSFORD NY 10523

12/01/2008 12/01/2013

DOL NYC *****9936 VISHAL CONSTRUCTION INC 73-12 35TH AVE - APT F63JACKSON HEIGHTS NY 11272

03/04/2010 03/04/2015

DOL DOL *****0329 WET PAINT CO. OF OSWEGO,INC

19 E. CAYUGA STREETOSWEGO NY 13126

05/15/2008 05/15/2013

DOL DOL WHITE PLAINS CARPENTRYCORP

220 FERRIS AVENUEWHITE PLAINS NY 10603

12/04/2009 12/04/2014

DOL DOL WILLIAM PUTNAM 50 RIDGE ROADBUFFALO NY 14215

09/03/2008 09/03/2013

DOL DOL WILLIAM SCRIVENS 30 MIDLAND AVENUEWALLINGTON NJ 07057

11/05/2010 11/05/2015

DOL DOL WILLIAM W FARMER JR 112 HUDSON AVENUEROCHESTER NY 14605

10/19/2009 10/19/2014

DOL NYC *****5498 XAVIER CONTRACTING LLC 68 GAYLORD ROADSCARSDALE NY 10583

02/10/2011 02/10/2016

DOL AG YULY ARONSON 700 SUMMER STREETSTAMFORD CT

11/24/2009 11/24/2014

DOL DOL ZEPHENIAH DAVIS 2068 ANTHONY AVENUEBRONX NY 10457

12/26/2007 12/26/2012

NYSDOL Bureau of Public Work Debarment List 04/18/2012

Page 10 of 10

Article 8

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

9

PART 2 SPECIFICATIONS

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

10

SECTION 01 77 00 CLOSEOUT PROCEDURES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following:

1. Substantial Completion procedures. 2. Final completion procedures. 3. Warranties. 4. Final cleaning. 5. Repair of the Work.

1.3 SUBSTANTIAL COMPLETION PROCEDURES

A. Submittals Prior to Substantial Completion: Complete the following before Contract-scheduled date of Substantial Completion:

1. Certificates of Release: Obtain and submit releases from authorities having jurisdiction permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases.

2. Submit closeout submittals specified in other Division 01 Sections, including project record documents, operation and maintenance manuals, property surveys, and similar final record information.

3. Submit closeout submittals specified in individual Specification Sections, including specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents.

4. Submit notarized letter on Contractor’s letterhead certifying no asbestos containing building materials have been used in the Work.

5. Submit maintenance material submittals specified in individual Specification Sections, including tools, spare parts, extra materials, and similar items, and deliver to location designated by Owner. Label with manufacturer's name and model number where applicable.

6. Submit test/adjust/balance records.

7. Submit changeover information related to Owner's occupancy, use, operation, and maintenance.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

11

B. Procedures Prior to Substantial Completion: Complete the following before Contract-scheduled date of Substantial Completion:

1. Advise Owner of pending insurance changeover requirements.

2. Make final changeover of permanent locks and deliver keys to Owner. Advise Owner's personnel of changeover in security provisions.

3. Complete startup and testing of systems and equipment.

4. Perform preventive maintenance on equipment used prior to Substantial Completion.

5. Instruct Owner's personnel in operation, adjustment, and maintenance of products, equipment, and systems. Submit demonstration and training video recordings specified in Division 01 Section "Demonstration and Training."

6. Advise Owner of changeover in heat and other utilities.

7. Terminate and remove temporary facilities from Project site, along with mockups, construction tools, and similar elements.

8. Complete final cleaning requirements, including touchup painting.

9. Repair and restore marred exposed finishes to eliminate visual defects.

C. Inspection: No later than seven days after Contract-scheduled date of Substantial Completion, Architect will proceed with inspection. Architect will prepare the Certificate of Substantial Completion after inspection or will notify Contractor of items identified by Architect that must be completed or corrected before certificate will be issued.

1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected.

a. Costs for such reinspections will be deducted from sums otherwise due the Contractor.

2. Results of completed inspection will form the basis of requirements for final completion.

1.4 FINAL COMPLETION PROCEDURES

A. Submittals Prior to Final Completion: Before final inspection for determining final completion, complete the following:

1. Submit a final Application for Payment according to Division 01 Section "Payment Procedures."

2. Submit copy of Architect's Substantial Completion inspection list of items to be completed or corrected. The copy of the list shall state that each item has been completed or otherwise resolved for acceptance.

3. Certificate of Insurance: Submit evidence of final, continuing insurance coverage complying with insurance requirements.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

12

B. Inspection: No later than seven days after the Contract-scheduled date for final completion, Architect will proceed with inspection. Architect will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued.

1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected.

a. Costs for such reinspections and any costs for extension of the Architect’s services will be deducted from sums otherwise due the Contractor.

1.5 SUBMITTAL OF PROJECT WARRANTIES

A. Organize warranty documents into an orderly sequence based on the table of contents of Project Manual.

1. Bind warranties and bonds in heavy-duty, three-ring, vinyl-covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-1/2-by-11-inch paper.

2. Provide heavy paper dividers with plastic-covered tabs for each separate warranty. Mark tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product and the name, address, and telephone number of Installer.

3. Identify each binder on the front and spine with the typed or printed title "WARRANTIES," Project name, and name of Contractor.

B. Provide additional copies of each warranty to include in operation and maintenance manuals.

PART 2 - PRODUCTS

2.1 MATERIALS

A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces.

PART 3 - EXECUTION

3.1 FINAL CLEANING

A. General: Perform final cleaning. Conduct cleaning and waste-removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

13

B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturer's written instructions.

1. Complete the following cleaning operations before inspection for certification of Substantial Completion for entire Project or for a designated portion of Project:

a. Clean Project site, yard, and grounds, in areas disturbed by construction activities, including landscape development areas, of rubbish, waste material, litter, and other foreign substances.

b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits.

c. Rake grounds that are neither planted nor paved to a smooth, even-textured surface.

d. Remove tools, construction equipment, machinery, and surplus material from Project site.

e. Clean exposed exterior and interior hard-surfaced finishes to a dirt-free condition, free of stains, films, and similar foreign substances. Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to their original condition.

f. Remove debris and surface dust from limited access spaces, including roofs, plenums, shafts, trenches, equipment vaults, manholes, attics, and similar spaces.

g. Sweep concrete floors broom clean in unoccupied spaces.

h. Vacuum carpet and similar soft surfaces, removing debris and excess nap; clean according to manufacturer's recommendations if visible soil or stains remain.

i. Clean transparent materials, including mirrors and glass in doors and windows. Remove glazing compounds and other noticeable, vision-obscuring materials. Polish mirrors and glass, taking care not to scratch surfaces.

j. Remove labels that are not permanent.

k. Wipe surfaces of mechanical and electrical equipment and similar equipment. Remove excess lubrication, paint and mortar droppings, and other foreign substances.

l. Clean plumbing fixtures to a sanitary condition, free of stains, including stains resulting from water exposure.

m. Replace disposable air filters and clean permanent air filters. Clean exposed surfaces of diffusers, registers, and grills.

n. Clean ducts, blowers, and coils if units were operated without filters during construction or that display contamination with particulate matter on inspection.

o. Leave Project clean and ready for occupancy.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

14

3.2 REPAIR OF THE WORK

A. Complete repair and restoration operations before inspection for determination of Substantial Completion.

B. Repair or remove and replace defective construction. Repairing includes replacing defective parts, refinishing damaged surfaces, touching up with matching materials, and properly adjusting operating equipment. Where damaged or worn items cannot be repaired or restored, provide replacements. Remove and replace operating components that cannot be repaired. Restore damaged construction and permanent facilities used during construction to condition acceptable to Owner.

1. Remove and replace chipped, scratched, and broken glass, reflective surfaces, and other damaged transparent materials.

2. Touch up and otherwise repair and restore marred or exposed finishes and surfaces. Replace finishes and surfaces that that already show evidence of repair or restoration.

a. Do not paint over "UL" and other required labels and identification, including mechanical and electrical nameplates. Remove paint applied to required labels and identification.

3. Replace parts subject to operating conditions during construction that may impede operation or reduce longevity.

END OF SECTION 01 77 00

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

15

SECTION 01 78 23 OPERATION AND MAINTENANCE DATA

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section includes administrative and procedural requirements for preparing operation and maintenance manuals.

1.3 SUBMITTALS

A. Closeout Submittals:

1. Operation and Maintenance Manuals:

a. Format: Submit two copies of operations and maintenance manuals.

PART 2 - PRODUCTS

2.1 REQUIREMENTS FOR OPERATION AND MAINTENANCE MANUALS

A. Organization: Unless otherwise indicated, organize each manual into a separate section for each system and subsystem, and a separate section for each piece of equipment not part of a system. Each manual shall contain the following materials, in the order listed:

1. Title Page: Include the following information:

a. Subject matter included in manual. b. Name and address of Project. c. Date of submittal. d. Name and contact information for Contractor.

2. Table of Contents: List each product included in manual, identified by product name, indexed to the content of the volume, and cross-referenced to Specification Section number in Project Manual.

a. If operation or maintenance documentation requires more than one volume to accommodate data, include comprehensive table of contents for all volumes in each volume of the set.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

16

3. Manual Contents: Organize into sets of manageable size. Arrange contents alphabetically by system, subsystem, and equipment. If possible, assemble instructions for subsystems, equipment, and components of one system into a single binder.

B. Manuals, Paper Copy: Submit manuals in the form of hard copy, bound and labeled volumes.

1. Binders: Heavy-duty, three-ring, vinyl-covered, loose-leaf binders, in thickness necessary to accommodate contents, sized to hold 8-1/2-by-11-inch paper; with clear plastic sleeve on spine to hold label describing contents.

a. If two or more binders are necessary to accommodate data of a system, organize data in each binder into groupings by subsystem and related components. Cross-reference other binders if necessary to provide essential information for proper operation or maintenance of equipment or system.

b. Identify each binder on front and spine, with printed title "OPERATION AND MAINTENANCE MANUAL," Project title or name, and subject matter of contents. Indicate volume number for multiple-volume sets.

2. Dividers: Heavy-paper dividers with plastic-covered tabs for each section of the manual. Mark each tab to indicate contents. Include typed list of products and major components of equipment included in the section on each divider, cross-referenced to Specification Section number and title of Project Manual.

3. Drawings: Attach reinforced, punched binder tabs on drawings and bind with text.

a. If oversize drawings are necessary, fold drawings to same size as text pages and use as foldouts.

b. If drawings are too large to be used as foldouts, fold and place drawings in labeled envelopes and bind envelopes in rear of manual. At appropriate locations in manual, insert typewritten pages indicating drawing titles, descriptions of contents, and drawing locations.

2.2 OPERATION AND MAINTENANCE MANUALS

A. Operation Content: In addition to requirements in this Section, include operation data required in individual Specification Sections and the following information:

1. System, subsystem, and equipment descriptions. Use designations for systems and equipment indicated on Contract Documents.

a. Product name and model number. Use designations for products indicated on Contract Documents.

b. Manufacturer's name. c. Equipment identification with serial number of each component. d. Equipment function. e. Complete nomenclature and number of replacement parts.

2. Operating Procedures: Include the following, as applicable:

a. Startup procedures. b. Routine and normal operating instructions.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

17

c. Regulation and control procedures. d. Normal shutdown instructions. e. Seasonal and weekend operating instructions. f. Special operating instructions and procedures.

3. Emergency Procedures: Include the following, as applicable:

a. Instructions on stopping. b. Shutdown instructions for each type of emergency. c. Operating instructions for conditions outside normal operating limits. d. Special operating instructions and procedures.

4. Wiring diagrams.

5. Control diagrams.

6. Piped system diagrams.

a. Piped Systems: Diagram piping as installed, and identify color-coding where required for identification.

7. Precautions against improper use.

8. Systems and Equipment Controls: Describe the sequence of operation, and diagram controls as installed.

B. Maintenance Content: Organize manual into a separate section for each product, material, and finish. Include source information, product information, maintenance procedures, manufacturers’ maintenance documentation, maintenance and service schedules, spare parts list and source information, maintenance service contracts, repair materials and sources, and warranties and bonds, as described below.

1. Source Information: List each product included in manual, identified by product name and arranged to match manual's table of contents. For each product, list name, address, and telephone number of Installer or supplier and maintenance service agent, and cross-reference Specification Section number and title in Project Manual and drawing or schedule designation or identifier where applicable.

2. Product Information: Include the following, as applicable:

a. Product name and model number. b. Manufacturer's name. c. Color, pattern, and texture. d. Material and chemical composition. e. Reordering information for specially manufactured products.

3. Maintenance Procedures: Include manufacturer's written recommendations and the following:

a. Inspection procedures. b. Types of cleaning agents to be used and methods of cleaning. c. List of cleaning agents and methods of cleaning detrimental to product. d. Schedule for routine cleaning and maintenance. e. Repair instructions.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

18

4. Manufacturers' Maintenance Documentation: Manufacturers' maintenance documentation including the following information for each component part or piece of equipment:

a. Standard maintenance instructions and bulletins. b. Drawings, diagrams, and instructions required for maintenance, including

disassembly and component removal, replacement, and assembly. c. Identification and nomenclature of parts and components. d. List of items recommended to be stocked as spare parts.

5. Maintenance and Service Schedules: Include service and lubrication requirements, list of required lubricants for equipment, and separate schedules for preventive and routine maintenance and service with standard time allotment.

a. Scheduled Maintenance and Service: Tabulate actions for daily, weekly, monthly, quarterly, semiannual, and annual frequencies.

b. Maintenance and Service Record: Include manufacturers' forms for recording maintenance.

6. Spare Parts List and Source Information: Include lists of replacement and repair parts, with parts identified and cross-referenced to manufacturers' maintenance documentation and local sources of maintenance materials and related services.

7. Maintenance Service Contracts: Include copies of maintenance agreements with name and telephone number of service agent.

8. Repair Materials and Sources: Include lists of materials and local sources of materials and related services.

9. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and conditions that would affect validity of warranties or bonds.

a. Include procedures to follow and required notifications for warranty claims.

PART 3 - EXECUTION

3.1 MANUAL PREPARATION

A. Operation and Maintenance Manuals: Assemble a complete set of operation and maintenance data indicating operation and maintenance of each system, subsystem, and piece of equipment not part of a system.

B. Manufacturers' Data: Where manuals contain manufacturers' standard printed data, include only sheets pertinent to product or component installed. Mark each sheet to identify each product or component incorporated into the Work. If data include more than one item in a tabular format, identify each item using appropriate references from the Contract Documents. Identify data applicable to the Work and delete references to information not applicable.

1. Prepare supplementary text if manufacturers' standard printed data are not available and where the information is necessary for proper operation and maintenance of equipment or systems.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

19

C. Drawings: Prepare drawings supplementing manufacturers' printed data to illustrate the relationship of component parts of equipment and systems and to illustrate control sequence and flow diagrams. Coordinate these drawings with information contained in record Drawings to ensure correct illustration of completed installation.

1. Do not use original project record documents as part of operation and maintenance manuals.

D. Submittals: Include copy of each product submittal approved by Architect.

E. Material Safety Data Sheets (MSDS): Include copy of MSDS for each product installed.

F. Comply with Division 01 Section "Closeout Procedures" for schedule for submitting operation and maintenance documentation.

END OF SECTION 01 78 23

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

20

SECTION 01 78 39 PROJECT RECORD DOCUMENTS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section includes administrative and procedural requirements for project record documents, including the following:

1. Record Drawings. 2. Miscellaneous record submittals.

1.3 SUBMITTALS

A. Closeout Submittals:

1. Record Drawings: Comply with the following:

a. Initial Submittal:

1) Submit one paper-copy set of marked-up record reproducible drawings. 2) Architect will indicate whether general scope of changes, additional

information recorded, and quality of drafting are acceptable.

b. Final Submittal:

1) Submit original set of marked-up record reproducible drawings. 2) Provide each drawing, whether or not changes and additional information

were recorded.

B. Miscellaneous Record Submittals: See other Specification Sections for miscellaneous record-keeping requirements and submittals in connection with various construction activities. Submit two paper copies of each submittal.

PART 2 - PRODUCTS

2.1 RECORD DRAWINGS

A. Record Drawings: Architect will provide Contractor with one set of reproducible Contract Drawings at beginning of Work at no cost. Should the Architect issue a full-sized Contract Drawing during construction, the Architect will provide Contractor with a reproducible copy.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

21

1. Preparation: Mark record drawings to show the actual installation where installation varies from that shown originally.

a. Give particular attention to information on concealed elements that would be difficult to identify or measure and record later.

b. Accurately record information in an acceptable drawing technique. c. Record data as soon as possible after obtaining it. d. Record and check the markup before enclosing concealed installations.

2. Content: Types of items requiring marking include, but are not limited to, the following:

a. Dimensional changes to Drawings. b. Revisions to details shown on Drawings. c. Locations and depths of underground utilities. d. Revisions to routing of piping and conduits. e. Revisions to electrical circuitry. f. Actual equipment locations. g. Duct size and routing. h. Locations of concealed internal utilities. i. Changes made by Addendum. j. Changes made by Change Order or Construction Change Directive. k. Changes made following Architect's written orders.

3. Mark record sets with black, permanent marker.

B. Format: Identify and date each record Drawing; include the designation "PROJECT RECORD DRAWING" in a prominent location. Indicate name of Contractor.

2.2 MISCELLANEOUS RECORD SUBMITTALS

A. Assemble miscellaneous records required by other Specification Sections for miscellaneous record keeping and submittal in connection with actual performance of the Work. Bind or file miscellaneous records and identify each, ready for continued use and reference.

PART 3 - EXECUTION

3.1 RECORDING AND MAINTENANCE

A. Maintenance of Record Documents and Samples: Store record documents in the field office apart from the Contract Documents used for construction. Do not use project record documents for construction purposes. Maintain record documents in good order and in a clean, dry, legible condition, protected from deterioration and loss. Provide access to project record documents for Architect's reference during normal working hours.

END OF SECTION 01 78 39

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

22

SECTION 01 79 00 DEMONSTRATION AND TRAINING

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section includes administrative and procedural requirements for instructing Owner's personnel, including the following:

1. Demonstration of operation of systems, subsystems, and equipment. 2. Training in operation and maintenance of systems, subsystems, and equipment. 3. Demonstration and training video recordings.

1.3 SUBMITTALS

A. Closeout Submittals:

1. Attendance Record: For each demonstration and training session, submit list of participants, subjects covered, and length of instruction time.

2. Demonstration and Training Video Recordings: Submit two copies of each demonstration and training session.

a. Identification: On each copy, provide an applied label with the following information:

1) Name of Project. 2) Name of Architect. 3) Name of Contractor. 4) Name of service representative providing training. 5) Name of instructor. 6) Date of video recording.

1.4 QUALITY ASSURANCE

A. Instructor Qualifications: A factory-authorized service representative, complying with requirements in Division 01 Section "Quality Requirements," experienced in operation and maintenance procedures and training.

1.5 COORDINATION

A. Coordinate instruction schedule with Owner's operations. Adjust schedule as required to minimize disrupting Owner's operations and to ensure availability of Owner's personnel.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

23

PART 2 - PRODUCTS

2.1 INSTRUCTION PROGRAM

A. Program Structure: Develop an instruction program that includes individual training for each system and for equipment not part of a system, as required by individual Specification Sections. Include instruction for the following as applicable to the system, equipment, or component:

1. Basis of System Design, Operational Requirements, and Criteria: Include the following:

a. System, subsystem, and equipment descriptions. b. Operating standards.

2. Documentation: Review the following items in detail:

a. Manuals. b. Warranties and bonds.

3. Operations: Include the following, as applicable:

a. Startup procedures. b. Routine and normal operating instructions. c. Regulation and control procedures. d. Safety procedures. e. Normal shutdown instructions. f. Operating procedures for emergencies. g. Seasonal and weekend operating instructions. h. Special operating instructions and procedures.

4. Adjustments: Include the following:

a. Noise and vibration adjustments. b. Economy and efficiency adjustments.

5. Troubleshooting: Include the following:

a. Diagnostic instructions. b. Test and inspection procedures.

6. Maintenance: Include the following:

a. Types of cleaning agents to be used and methods of cleaning. b. Procedures for routine cleaning c. Procedures for preventive maintenance. d. Procedures for routine maintenance.

7. Repairs: Include the following:

a. Diagnosis instructions. b. Repair instructions.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

24

PART 3 - EXECUTION

3.1 INSTRUCTION

A. Engage qualified instructors to instruct Owner's personnel to adjust, operate, and maintain systems, subsystems, and equipment not part of a system.

B. Scheduling: Provide instruction at mutually agreed on times. For equipment that requires seasonal operation, provide similar instruction at start of each season.

1. Schedule training with Owner, through Architect with at least seven days' advance notice.

3.2 DEMONSTRATION AND TRAINING VIDEO RECORDINGS

A. Video: Provide minimum 640 x 480 video resolution converted to format file type acceptable to Owner, on electronic media.

1. Electronic Media: Read-only format compact disc acceptable to Owner, with commercial-grade graphic label.

B. Preproduced Video Recordings: Provide video recordings used as a component of training modules in same format as recordings of live training.

END OF SECTION 01 79 00

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

25

SECTION 02 65 00 UNDERGROUND STORAGE TANK PERMANENT CLOSURE

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Permanently closing in-place underground fuel tank. 2. Disconnecting, capping or sealing, and abandoning in-place fuel tank piping. 3. Performing a site assessment of the existing installation.

1.3 DEFINITIONS

A. Inerting: The displacement of oxygen (and the incidental removal of some vapors) to deprive a potential fire of a source of oxygen.

B. Purging: The removal of flammable vapors from a tank to deprive a potential fire of any fuel source.

C. UST: Underground storage tank.

1.4 INFORMATIONAL SUBMITTALS

A. Laboratory analysis reports for soil and groundwater samples taken. B. Site Assessment Report.

1.5 CLOSEOUT SUBMITTALS

A. Project Record Mylars: Comply with requirements of Section 01 31 00 “Project Management and Coordination” and as modified below.

1. Conform to the requirements outlined in 6NYCRR Parts 614.2 through 614.5. 2. Include a statement that the Permanent Tank Closure meets all applicable State, Federal

and Local Requirements. 3. Include locations of samples taken for field and laboratory analysis.

1.6 QUALITY ASSURANCE

A. Comply with requirements of NFPA Flammable and Combustible Liquids Code (NFPA #30, #30A and #17, latest editions).

B. Comply with requirements of the New York State Petroleum Bulk Storage Code (6NYCRR Parts 612, 613 and 614).

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

26

C. Comply with requirements of the New York State Department of Environmental Conservation (NYSDEC) SPOTS Memo No. 14 – Site Assessments at Bulk Storage Facilities.

D. Comply with requirements of "Closure of Underground Petroleum Storage Tanks," API Recommended Practice 1604 (1996).

E. Comply with requirements of “Assessment and Remediation of Underground Petroleum Releases,” API Publication 1628.

F. Comply with requirements of the EPA and of state and local authorities having jurisdiction. Include recording of fuel-oil storage tanks.

PART 2 - PRODUCTS

2.1 BACKFILL MATERIAL

A. Stockpile excavated materials for backfill. Refer to Section 31 20 00 "Earth Moving" for additional fill materials.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Evaluate site to determine the potential for encountering contaminated backfill, soil, or groundwater that may require special handling.

B. If during the tank closure process product or product contaminated soil or ground water is discovered, stop closure process and alert Owners representative.

1. If petroleum is present in the soil then it must be reported as a spill to the DEC within two hours. The presence of product may require the installation of one or more ground water monitoring/recovery wells or removal of the tank to take remedial action to clean up the site. Comply with all NYSDEC requirements for contamination remediation.

C. Coordinate with the Owner and the Owner’s Representative to identify an area for stockpiling excavated backfill and soils.

3.2 EARTHWORK

A. Comply with requirements in Section 31 20 00 "Earth Moving" for excavating, trenching, and backfilling.

3.3 PREPARATION

A. Notify the Regional NYSDEC office a minimum of 30 days prior to commencing with tank closure work. This is done by modifying the registration information for the facility on the bulk storage registration application forms supplied by the. Call the regional office to inform the regional bulk storage staff at least three (3) days before commencing with the closure and notify them of the actual date and time of the work.

B. Close equipment shutoff valves before disconnecting fuel oil piping.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

27

C. Comply with NFPA 30 and NFPA 31 requirements for prevention of accidental ignition.

D. Drain all usable product from piping back into tank.

E. The Owner shall remove usable product in tank to its lowest draw-off point. Remove any residual fuel from the tank.

F. Flush supply and return piping into the tank with a minimal amount of water. No more than 1 gallon of water per 10-feet of NPS 1-1/2 piping or 2 gallons of water per 10-feet of NPS 2 piping should be used.

G. Clean the tank interior with a high pressure rinse using as little water as possible to remove loose scale, corrosion and residual product. In the case of a fuel oil storage tank where large amounts of sludge and/or tar may be present, it may be necessary to enter the tank and manually remove such wastes. Cleaning by brushing, shoveling and/or scraping may also be required to clean the inside of the tank.

H. Take all necessary safety precautions while cleaning the tank interior and recovering the wastes and drumming them for proper disposal.

I. Pump out any remaining liquid below the draw-off point by use of a hand pump or a vacuum pump (non-sparking) and dispose of the waste water generated by this process in accordance with solid and/or hazardous waste regulations.

J. Modify the existing tank vent to ensure the displacement of tank vapors caused by purging and inerting process are at least 12 feet above grade and 3 feet from any adjacent roof area.

K. Excavate to expose the entire top of the tank. Stockpile excavated materials for backfilling in designated location. Separate and concrete, asphalt and piping from the excavated backfill and soil.

L. Disconnect the fill pipe, gauge pipe, vapor recovery truck connection, submersible pumps or other tank fixtures and all product lines. Cap or plug open ends of lines which are not to be used further to ensure so all vapors exit through the vent line during the vapor-freeing process.

M. Leave the vent line connected until the tank is rendered vapor free and filled.

N. Ensure the work area is free of any ignition sources.

3.4 PURGING AND INERTING PROCESS

A. Purging: Use one of the following methods to render the tank safe. In all methods, the tank atmosphere should be checked to ensure that petroleum vapors have been satisfactorily purged from the tank.

1. Dry Ice; 1.5 pounds per 100 gallons of tank capacity. The dry ice should be crushed and distributed evenly over the greatest possible area of the tank’s interior. As the dry ice vaporizes flammable vapors will flow out of the tank. Therefore, observe all safety precautions regarding flammable vapors.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

28

2. Carbon Dioxide (CO2); an alternative to dry ice is to introduce CO2 gas directly into the tank (via the fill line) to purge flammable vapors. A minimum of one 75 pounds cylinder of CO2 gas per 2,000 gallons of tank volume should be used. Care must be exercised to prevent buildup of any static charge. The nozzle must be bonded or grounded and the gas introduced slowly to reduce static.

3. Nitrogen; the use of a nitrogen gas is an acceptable method for inerting a tank. Vapors within the storage tank must be displaced with an amount of nitrogen gas equal to or greater than the volume of the tank atmosphere. Bond or ground the nozzle or hose to prevent static buildup.

B. Inerting: Ventilate the tank with compressed air through a diffused air blower pipe. Properly bond the air-diffusing pipe to prevent the discharge of a spark. Ensure compressor is providing a clean air supply that is free of volatile vapors. Air pressure in tank shall not exceed 5 psig per square inch gauge.

C. Control ignition sources during tank purging and inerting operations regardless of the chosen method.

D. Test the tank atmosphere with an oxygen meter to ensure that the tank is safe. The oxygen meter will give a reading of % oxygen per volume. A reading of 6 - 7% oxygen is considered a safe condition.

E. Repeat the purging and inerting processes until the tank tests safe.

3.5 ABANDON UNDERGROUND TANK IN PLACE

A. As soon as the petroleum vapors are satisfactorily purged from the tank, cut one or more large holes in the tank top. This can be accomplished by drilling a hole into the tank and using a backhoe to tear a “three-point” hole into the tank.

B. Make a visual observation of the tank interior; if any holes are discovered, then a soil sample from under the tank near the hole shall be taken for examination for the presence/absence of petroleum.

C. Tank Filling Process:

1. Fill the tank with a suitable solid inert material, such as sand or concrete slurry, through the hole in the top of the tank until full.

2. Disconnect and remove the vent line at the tank. Cap and abandon the buried vent pipe running back to the building.

3. Remove any exposed vent piping to 12 inches below grade and cap.

3.6 SITE ASSESSMENT

A. Perform a Phase I Site assessment of the installation in accordance with the NYSDEC SPOTS Memo No. 14 – Site Assessments at Bulk Storage Facilities.

B. Continuously observe the excavation work closely for signs of contamination; stained soil, smelling for chemical or petroleum odors, looking for signs of sheen on water surface. Document field observations and include in the site assessment record.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

29

C. Perform a bucket test or jar test on a sample of the excavated material. Mix a small quantity of excavated soil in a bucket or jar and clean water. Allow the mixture to settle. Observe the water surface for evidence of sheen. Document field observations and include in the site assessment record.

D. Utilize field instruments such as explosimeters, combustible gas indicators, photoionization detectors, flame ionization detectors, organic vapor analyzers, and/or colorimetric reading tubes as required for on-the-spot analyses for contamination.

E. Sampling for field analysis:

1. Take a minimum of three (3) borings around the tank to groundwater or bedrock. Take soil samples at each boring from a split spoon at 5 feet intervals to a depth of 3 to 6 feet below the tank bottom. Take additional samples at 10 feet intervals, starting at 10 feet below the tank bottom until ground water or bedrock is encountered. If ground water is encountered, take a groundwater sample from each boring. Take a final sample at the soil/water or soil/bedrock interface.

a. If the field instruments do not indicate any signs of contamination in the samples taken, then only send the final sample at the soil/water or soil/bedrock interface to the lab for analysis.

2. Take a sample every 20 feet along the pipe run (or at every joint, if known) and analysis with a field instrument.

3. Utilize headspace analysis for analyzing soil and water samples taken. This involves putting the samples in a jar or bag, sealing it, and after a period of time, analyzing the vapor space in the top of the jar or bag with the field instruments listed above. Document field observations and include in the site assessment record.

F. Sampling for lab analysis:

1. Coordinate lab sampling schedule with a State Certified Testing Laboratory well in advance of work to avoid delays in the schedule. Consult with the lab as to the number and types of samples required for the type of analysis to be done, type of report that is expected and how long it will take to get the results.

2. Ensure proper care and custody of the samples is taken. Sampling procedures including number, type, location, retrieval, care, custody, and analysis samples are thoroughly discussed in the API Publication 1628 “Assessment and Remediation of Underground Petroleum Releases”.

3. If the field instruments do not indicate any signs of contamination in the boring samples taken, then only send the final sample at the soil/water or soil/bedrock interface to the lab for analysis.

4. Prepare a site assessment report that documents how the site assessment was performed, where the samples were taken, dates they were taken, who took them, types of samples, depth of samples, field analysis results and lab analysis reports.

5. Include a photographic record of the site assessment work performed in the report.

6. Include in the report the date of tank closure in place, the method of conditioning the tank for closure in place and the material used to fill the tank.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

30

3.7 SITE RESTORATION

A. Backfill and fill excavation with stockpiled excavation material, clean sand or pea gravel in accordance with Section 31 20 00 "Earth Moving" after the NYSDEC Inspector has approved the hole as clean.

B. Restore disturbed grade to match existing in accordance with Section 31 20 00 "Earth Moving".

END OF SECTION 02 65 00

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

31

SECTION 03 30 53 MISCELLANEOUS CAST-IN-PLACE CONCRETE

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section includes cast-in-place concrete, including reinforcement, concrete materials, mixture design, accessories, placement procedures, and finishes.

1.3 SUBMITTALS

A. Action Submittals:

1. Product Data: For each type of product indicated.

2. Design Mixtures: For each concrete mixture.

a. Indicate amounts of mixing water to be withheld for later addition at Project site. b. Include compressive strength test reports. c. Include all ingredient certifications.

3. Steel Reinforcement Shop Drawings: Placing drawings that detail fabrication, bending, and placement. Include bar sizes, lengths, material, grade, bar schedules, stirrup spacing, bent bar diagrams, bar arrangement, splices and laps, mechanical connections, tie spacing, hoop spacing, and supports for concrete reinforcement.

B. Informational Submittals:

1. Material Certificates: For each type of the following, signed by manufacturers:

a. Cementitious materials.

2. Material Test Reports: For the following, from a qualified testing agency, indicating compliance with requirements:

a. Aggregates.

3. Proposed cold and/or hot weather concrete protection procedures.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

32

1.4 QUALITY ASSURANCE

A. Ready-Mix-Concrete Manufacturer Qualifications: A firm experienced in manufacturing ready-mixed concrete products and that complies with ASTM C 94/C 94M requirements for production facilities and equipment.

B. Comply with the following sections of ACI 301, unless modified by requirements in the Contract Documents:

1. "General Requirements." 2. "Formwork and Formwork Accessories." 3. "Reinforcement and Reinforcement Supports." 4. "Concrete Mixtures." 5. "Handling, Placing, and Constructing."

C. Comply with ACI 117, "Specifications for Tolerances for Concrete Construction and Materials."

PART 2 - PRODUCTS

2.1 FORMWORK

A. Furnish formwork and formwork accessories according to ACI 301.

2.2 STEEL REINFORCEMENT

A. Reinforcing Bars: ASTM A 615/A 615M, Grade 60, deformed.

2.3 REINFORCEMENT ACCESSORIES

A. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire reinforcement in place. Manufacture bar supports from steel wire, plastic, or precast concrete according to CRSI's "Manual of Standard Practice," of greater compressive strength than concrete and as follows: 1. For exterior concrete, use galvanized wire or dielectric-polymer-coated wire bar supports.

2.4 CONCRETE MATERIALS

A. Cementitious Material: Use the following cementitious materials, of the same type, brand, and source throughout Project:

1. Portland Cement: ASTM C 150, Type I or Type II.

a. Fly Ash: ASTM C 618, Class C or F. b. Ground Granulated Blast-Furnace Slag: ASTM C 989, Grade 100 or 120.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

33

B. Normal-Weight Aggregates:

1. ASTM C 33, Class 4S coarse aggregate or better, graded, for exterior concrete. Provide aggregates from a single source.

2. Maximum Coarse-Aggregate Size:

a. Slabs on Grade: 1-1/2 inches nominal. b. All other concrete: 1 inch nominal.

3. Fine Aggregate: Free of materials with deleterious reactivity to alkali in cement.

C. Water: ASTM C 94/C 94M and potable.

D. Synthetic Macro-Fiber: Polyolefin macro-fibers (containing no reprocessed olefin materials) engineered and designed for use as secondary reinforcing in concrete, complying with ASTM C 1116/C 1116M, Type III, 1 1/4 to 2-1/4 inches long, varying fiber thickness, and no water absorption.

2.5 ADMIXTURES

A. Air-Entraining Admixture: ASTM C 260.

B. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures containing calcium chloride.

1. Water-Reducing Admixture: ASTM C 494/C 494M, Type A. 2. Retarding Admixture: ASTM C 494/C 494M, Type B. 3. Water-Reducing and Retarding Admixture: ASTM C 494/C 494M, Type D. 4. Mid-Range, Water-Reducing Admixture: ASTM C 494/C 494M, Type A or Type F. Water

content reduction to be greater than 7%. 5. High-Range, Water-Reducing Admixture: ASTM C 494/C 494M, Type F. 6. High-Range, Water-Reducing and Retarding Admixture: ASTM C 494/C 494M, Type G. 7. Plasticizing and Retarding Admixture: ASTM C 1017/C 1017M, Type II.

2.6 RELATED MATERIALS

A. Penetrating, Silane Sealer: Single component, minimum 40% silane, waterbased slab sealer that forms chemical bond to the concrete. VOC compliant.

1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following:

a. BASF Construction Chemicals; Enviroseal 40. b. Chem Masters; Aquanil Plus 40. c. Dayton Superior Corporation; Weather Worker 40% J29WB.

B. Grout: ASTM C 1107, factory-packaged, shrinkage-resistant, nonmetallic aggregate grout, noncorrosive and nonstaining, mixed with water to consistency suitable for application and a 30-minute working time.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

34

C. Chemical Anchor Adhesives: Heavy duty, two component injectable adhesive designed to be dispensed using double chamber gun with mixing nozzle. Adhesives in capsule form will not be accepted.

1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following:

a. Hilti, Inc.; Hit HY 150; Hit-Ice, Hit HY 150 Max. b. ITW Redhead; Epcon C6. c. Powers Fasteners, Inc.; AC100+ Gold.

2.7 CURING MATERIALS

A. Clear, Waterborne, Membrane-Forming Curing Compound: ASTM C 309, Type 1-D, Class B, dissipating, with fugitive dye.

2.8 REPAIR MATERIALS

A. Repair Mortar: Site-mixed Portland-cement mix for vertical and overhead surfaces. Mix dry-pack repair mortar, consisting of one part shrinkage-compensating, Portland cement to two and one-half parts fine aggregate passing a No. 16 sieve by damp, loose volume, using only enough water for handling and placing.

2.9 CONCRETE MIXTURES

A. Comply with ACI 301 requirements for concrete mixtures.

B. Admixtures: Use admixtures according to manufacturer's written instructions.

1. Use water-reducing, high-range water-reducing or plasticizing admixture in all concrete. Design mix for optimum placement and workability.

2. Use water-reducing and retarding admixture when required by high temperatures, low humidity, or other adverse placement conditions.

3. Use a mid-range, water-reducing admixture in pumped concrete, all concrete slabs (including concrete walks), concrete required to be watertight, and concrete with a water-cementitious materials ratio below 0.50.

C. Concrete Mix: For all concrete elements, proportion normal-weight concrete mixture as follows:

1. Minimum Compressive Strength: 4500 psi at 28 days.

2. Maximum Water-Cementitious Materials Ratio: 0.45.

3. Slump Limit: 4 inches, plus or minus 1 inchor 8 inches for concrete with verified slump of 2 to 4 inches before adding high-range water-reducing admixture or plasticizing admixture, plus or minus 1 inch.

4. Air Content: 5.5 percent, plus or minus 1.5 percent at point of delivery for 1-1/2-inch nominal maximum aggregate size. Applies to all slabs on grade.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

35

5. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 1-inch nominal maximum aggregate size. Applies to all exterior concrete other than slabs on grade.

6. Synthetic Macro-Fiber: For slabs. Uniformly disperse in concrete mixture, at concrete batch facility, at manufacturer's recommended rate, but not less than 3.0 lb/cu. yd.

2.10 CONCRETE MIXING

A. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94/C 94M and ASTM C 1116/C 1116, and furnish batch ticket information.

1. When air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes.

B. Project-Site Mixing: Measure, batch, and mix concrete materials and concrete according to ASTM C 94/C 94M. Mix concrete materials in appropriate drum-type batch machine mixer.

1. For mixer capacity of 1 cu. yd. or smaller, continue mixing at least 1-1/2 minutes, but not more than 5 minutes after ingredients are in mixer, before any part of batch is released.

2. For mixer capacity larger than 1 cu. yd., increase mixing time by 15 seconds for each additional 1 cu. yd.

3. Provide batch ticket for each batch discharged and used in the Work, indicating Project identification name and number, date, mix type, mix time, quantity, and amount of water added. Record approximate location of final deposit in structure.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Verify that subgrade conditions are satisfactory prior to forming or pouring concrete. Owner’s Testing Agency shall inspect slab and footing subgrade prior to placing concrete.

B. Verify that reinforcing is properly in place prior to pouring concrete. C. Verify that formwork is complete and properly secured prior to placing concrete. D. Proceed with installation only after unsatisfactory conditions have been corrected. E. Beginning installation constitutes Contractor’s acceptance of substrates and conditions.

3.2 FORMWORK

A. Design, construct, erect, brace, and maintain formwork according to ACI 301.

3.3 EMBEDDED ITEMS

A. Place and secure anchorage devices and other embedded items required for adjoining work attached to or supported by cast-in-place concrete. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

36

3.4 STEEL REINFORCEMENT

A. Comply with CRSI's "Manual of Standard Practice" for fabricating, placing, and supporting reinforcement.

B. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials that would reduce bond to concrete.

C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars.

3.5 CONCRETE PLACEMENT

A. Comply with ACI 301 for placing concrete.

B. Before test sampling and placing concrete, water may be added at Project site, subject to limitations of ACI 301, (4.3.2.1 Slump Adjustment.)

1. With each concrete mixture submittal, indicate amounts of mixing water to be withheld for later addition at Project site.

2. Water added must not increase the water-cement ratio past the approved mix design ratio.

3. Add additional water reducer or plasticizer to mix instead of adding water to achieve flowable, workable concrete. Do not add water to concrete after adding these admixtures to mixture.

4. Do not add water after truck is more than half empty.

C. Consolidate concrete with mechanical vibrating equipment.

D. Equipment Bases and Foundations:

1. Coordinate sizes and locations of concrete bases with actual equipment provided. 2. For supported equipment, install anchor bolts into structural concrete substrate. 3. Prior to pouring concrete, place and secure anchorage devices. Use setting drawings,

templates, diagrams, instructions, and directions furnished with items to be embedded. 4. Cast anchor-bolt insert into bases. Install anchor bolts to elevations required for proper

attachment to supported equipment.

3.6 FINISHING FORMED SURFACES

A. Rough-Formed Finish: As-cast concrete texture imparted by form-facing material with tie holes and defective areas repaired and patched. Remove fins and other projections exceeding 1/2 inch.

1. Apply to concrete surfaces not exposed to public view.

B. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

37

3.7 FINISHING UNFORMED SURFACES

A. General: Comply with ACI 302.1R for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces.

B. Screed surfaces with a straightedge and strike off. Begin initial floating using bull floats or darbies to form a uniform and open-textured surface plane before excess moisture or bleedwater appears on surface.

1. Do not further disturb surfaces before starting finishing operations.

C. Nonslip Broom Finish: Apply a nonslip broom finish to surfaces indicated and to exterior concrete walks, slabs, platforms, steps, and ramps. Immediately after float finishing, slightly roughen trafficked surface by brooming with fiber-bristle broom perpendicular to main traffic route.

D. Exterior Concrete Walks and Slabs: Apply penetrating, silane sealer per manufacturer’s instructions.

3.8 CONCRETE PROTECTING AND CURING

A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold-weather protection and with ACI 301 for hot-weather protection during curing.

B. Begin curing after finishing concrete but not before free water has disappeared from concrete surface.

C. Curing Methods: Cure formed and unformed concrete for at least seven days by one or a combination of the following methods:

1. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period.

3.9 FIELD QUALITY CONTROL

A. Testing Agency: Owner will engage a qualified testing agency to perform tests and inspections.

B. Contractor to supply all batch tickets to Owner’s testing agency. Batch tickets to note w/c ratio and amount of water allowed to be added at Project site.

C. Tests: Perform according to ACI 301. Include Unit Weight: ASTM C 138, fresh unit weight of concrete. Two tests per truck load; one at beginning of pour and near end of pour.

1. Testing Frequency: One composite sample shall be obtained for each 100 cu. yd. or fraction thereof of each concrete mix placed each day.

2. Include corresponding concrete mix batch tickets with each test report. 3. Indicate amount of water added to batch at Project site.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

38

3.10 REPAIRS

A. Remove and replace concrete that does not comply with requirements in this Section.

END OF SECTION 03 30 53

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

39

SECTION 09 96 00 HIGH-PERFORMANCE COATINGS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section includes surface preparation and application of high-performance coating systems, for the following:

1. Exterior applications.

1.3 SUBMITTALS, GENERAL

A. General: Submit all action submittals (except Samples for Verification) and informational submittals required by this Section concurrently.

1.4 ACTION SUBMITTALS

A. Product Data: For each type of product for substrates indicated. Include preparation requirements and application instructions.

1. Exterior steel. 2. Exterior galvanized-metal.

B. Samples for Initial Selection: For each type of topcoat product indicated.

C. Samples for Verification: For each type of coating system and in each color and gloss of topcoat indicated.

1. Submit Samples on rigid backing, 8 inches square. 2. Step coats on Samples to show each coat required for system. 3. Label each coat of each Sample. 4. Label each Sample for location and application area.

D. Product List: For each product indicated, include the following:

1. Cross-reference to paint system and locations of application areas. Use same designations indicated on Drawings and in schedules.

2. VOC content.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

40

1.5 INFORMATIONAL SUBMITTALS

A. Qualification Data: For applicator.

1.6 MAINTENANCE MATERIAL SUBMITTALS

A. Furnish extra materials, from the same product run, that match products installed and that are packaged with protective covering for storage and identified with labels describing contents.

1. Coatings: 10 percent, but not less than 1 gal. of each material and color applied.

1.7 QUALITY ASSURANCE

A. Applicator Qualifications: A firm or individual, experienced in applying high performance coatings specified in this Section, who has successfully completed a minimum of five previous projects similar in nature, size, and extent to this Project; familiar with special requirements indicated; and with sufficient trained staff to apply manufacturer's products according to specified requirements.

B. Mockups: Apply mockups of each coating system indicated to verify preliminary selections made under sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution.

1. Architect will select one surface to represent surfaces and conditions for application of each coating system specified in Part 3.

a. Wall and Ceiling Surfaces: Provide samples of at least 100 sq. ft. b. Other Items: Architect will designate items or areas required.

2. Final approval of color selections will be based on mockups.

a. If preliminary color selections are not approved, apply additional mockups of additional colors selected by Architect at no added cost to Owner.

3. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Architect specifically approves such deviations in writing.

4. Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion.

1.8 DELIVERY, STORAGE, AND HANDLING

A. Store materials not in use in tightly covered containers in well-ventilated areas with ambient temperatures continuously maintained at not less than 45 deg F.

1. Maintain containers in clean condition, free of foreign materials and residue. 2. Remove rags and waste from storage areas daily.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

41

1.9 FIELD CONDITIONS

A. Apply coatings only when temperature of surfaces to be coated and surrounding air temperatures are between 50 and 95 deg F.

B. Do not apply coatings when relative humidity exceeds 85 percent; at temperatures less than 5 deg F above the dew point; or to damp or wet surfaces.

C. Do not apply exterior coatings in snow, rain, fog, or mist. D. Lighting: Do not install high-performance coatings until a lighting level of not less than 80 fc is

provided on the surfaces to receive coating.

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

1. Benjamin Moore & Co. 2. Sherwin-Williams Company (The). 3. Tnemec Inc.

B. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to products listed in Part 3 articles for the application indicated.

2.2 HIGH-PERFORMANCE COATINGS, GENERAL

A. Material Compatibility:

1. Provide materials for use within each coating system that are compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience.

2. For each coat in a coating system, provide products recommended in writing by manufacturers of topcoat for use in coating system and on substrate indicated.

3. Provide products of same manufacturer for each coat in a coating system.

B. VOC Compliance: Provide coating products complying with New York requirements for Volatile Organic Compound (VOC) and Ozone Transport Commission (OTC) regulations, January 2005.

C. Colors: As selected by Architect from manufacturer's full range.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

42

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine substrates and conditions, with Applicator present, for compliance with requirements for maximum moisture content and other conditions affecting performance of the Work.

1. Maximum Moisture Content of Substrates: When measured with an electronic moisture meter as follows:

a. Concrete: 12 percent. b. Masonry (Clay and CMU): 12 percent. c. Wood: 15 percent. d. Gypsum Board: 12 percent. e. Plaster: 8 percent.

B. Gypsum Board Substrates: Verify that finishing compound is sanded smooth.

C. Plaster Substrates: Verify that plaster is fully cured.

D. Verify suitability of substrates, including surface conditions and compatibility with existing finishes and primers.

E. Proceed with coating application only after unsatisfactory conditions have been corrected.

1. Beginning coating application constitutes Contractor's acceptance of substrates and conditions.

3.2 PREPARATION

A. Remove hardware, covers, plates, and similar items already in place that are removable and are not to be painted. If removal is impractical or impossible because of size or weight of item, provide surface-applied protection before surface preparation and painting.

1. After completing painting operations, use workers skilled in the trades involved to reinstall items that were removed. Remove surface-applied protection.

B. Clean substrates of substances that could impair bond of coatings, including dust, dirt, oil, grease, and incompatible paints and encapsulants.

1. Remove incompatible primers and reprime substrate with compatible primers or apply tie coat as required to produce coating systems indicated.

C. Concrete Substrates: Remove release agents, curing compounds, efflorescence, and chalk. Do not coat surfaces if moisture content or alkalinity of surfaces to be coated exceeds that permitted in manufacturer's written instructions.

D. Concrete Floors: Prepare by acid etching, whip blasting, or mechanical shot blasting, as recommended by coating manufacturer.

E. Masonry Substrates: Remove efflorescence and chalk. Do not coat surfaces if moisture content or alkalinity of surfaces or if alkalinity of mortar joints exceed that permitted in manufacturer's written instructions.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

43

F. Steel Substrates: Remove rust, loose mill scale, and shop primer if any. Clean using methods recommended in writing by paint manufacturer but not less than the following:

1. SSPC-SP 6/NACE No. 3, "Commercial Blast Cleaning." 2. SSPC-SP 10/NACE No. 2, "Near-White Blast Cleaning."

G. Shop-Primed Steel Substrates: Clean field welds, bolted connections, and abraded areas of shop paint, and paint exposed areas with the same material as used for shop priming to comply with SSPC-PA 1 for touching up shop-primed surfaces.

H. Galvanized-Metal Substrates: Remove grease and oil residue from galvanized sheet metal by mechanical methods to produce clean, lightly etched surfaces that promote adhesion of subsequently applied coatings.

I. Aluminum Substrates: Remove loose surface oxidation.

J. Wood Substrates:

1. Scrape and clean knots. Before applying primer apply coat of knot sealer recommended in writing by topcoat manufacturer for coating system indicated.

2. Sand surfaces that will be exposed to view and dust off. 3. Prime edges, ends, faces, undersides, and back sides of wood. 4. After priming, fill holes and imperfections in the finish surfaces with putty or plastic wood

filler. Sand smooth when dried.

K. Galvanized Metal/Galvanized Deck- Factory Primed Surface: Coordinate with approved paint manufacturer on compatibility of paint finish coats to factory prime surface.

L. After removing all surface contamination, the surface should be scuff sanded or scrubbed with an abrasive cleaner to dull the surface for best adhesion.

3.3 APPLICATION

A. Apply high-performance coatings according to manufacturer's written instructions.

1. Use applicators and techniques suited for coating and substrate indicated.

2. Coat surfaces behind movable equipment and furniture same as similar exposed surfaces. Before final installation, coat surfaces behind permanently fixed equipment or furniture with prime coat only.

3. Coat back sides of access panels, removable or hinged covers, and similar hinged items to match exposed surfaces.

4. Do not apply coatings over labels of independent testing agencies or equipment name, identification, performance rating, or nomenclature plates.

B. Tint each undercoat a lighter shade to facilitate identification of each coat if multiple coats of the same material are to be applied. Tint undercoats to match color of finish coat, but provide sufficient difference in shade of undercoats to distinguish each separate coat.

C. If undercoats or other conditions show through final coat, apply additional coats until cured film has a uniform coating finish, color, and appearance.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

44

D. Apply coatings to produce surface films without cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness, or other surface imperfections. Produce sharp glass lines and color breaks.

3.4 FIELD QUALITY CONTROL

A. Dry Film Thickness Testing: Owner will engage the services of a qualified testing and inspecting agency to inspect and test coatings for dry film thickness.

1. Contractor shall touch up and restore coated surfaces damaged by testing.

2. If test results show that dry film thickness of applied coating does not comply with coating manufacturer's written recommendations, Contractor shall pay for testing and apply additional coats as needed to provide dry film thickness that complies with coating manufacturer's written recommendations.

3.5 CLEANING AND PROTECTION

A. At end of each workday, remove rubbish, empty cans, rags, and other discarded materials from Project site.

B. After completing coating application, clean spattered surfaces. Remove spattered coatings by washing, scraping, or other methods. Do not scratch or damage adjacent finished surfaces.

C. Protect work of other trades against damage from coating operation. Correct damage by cleaning, repairing, replacing, and recoating, as approved by Architect, and leave in an undamaged condition.

D. At completion of construction activities of other trades, touch up and restore damaged or defaced coated surfaces.

3.6 EXTERIOR HIGH-PERFORMANCE COATING SCHEDULE

A. Steel Substrates:

1. First Coat:

a. Benjamin Moore & Co.; M07 Universal Metal Primer at 1.5 to 2.5 mils DFT. b. Sherwin-Williams Company (The); Zinc Clad II Plus. c. Tnemec Inc.; Series 90-97 Tneme-Zinc at 2.5 to 3.5 mils DFT.

2. Second Coat:

a. Benjamin Moore & Co.; M45/M46 Epoxy Mastic Coating at 3.0 to 5.0 mils DFT. b. Sherwin-Williams Company (The); Macropoxy HS High Solids Epoxy. c. Tnemec Inc.; Series N69 Hi-Build Epoxoline II at 3.0 to 5.0 mils DFT.

3. Third Coat:

a. Benjamin Moore & Co.; M74/M75 Aliphatic Acrylic Urethane Gloss. b. Sherwin-Williams Company (The); Hi Solids Polyurethane. c. Tnemec Inc.; Series 1074 or 1075 Endura-Shield II at 2.0 to 5.0 mils DFT.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

45

B. Galvanized-Metal Substrates:

1. First Coat:

a. Benjamin Moore & Co.; M45/M46 Epoxy Mastic Coating at 4.0 to 6.0 mils DFT. b. Sherwin-Williams Company (The); Recoatable Epoxy Primer. c. Tnemec Inc.; Series N69 Hi-Build Epoxoline II at 3.0 to 5.0 mils DFT.

2. Second Coat:

a. Benjamin Moore & Co.; M74/M75 Aliphatic Acrylic Urethane Gloss. b. Sherwin-Williams Company (The); Poly-Lon 1900 Polyester Polyurethane. c. Tnemec Inc.; Series 1074 or 1075 Endura-Shield II at 2.0 to 5.0 mils DFT.

END OF SECTION 09 96 00

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

46

SECTION 26 05 00 COMMON WORK RESULTS FOR ELECTRICAL

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes:

1. General requirements applicable to components and systems included in Electric Contract.

1.2 REFERENCES

A. AIA American Institute of Architects B. AISC American Institute of Steel Construction C. ANSI American National Standards Institute D. ASTM ASTM International E. IEEE Institute of Electrical and Electronics Engineers, Inc. (The) F. NEC National Electrical Code G. NEMA National Electrical Manufacturers' Association H. NETA International Electrical Testing Association I. NFPA National Fire Protection Association J. UL Underwriters' Laboratories, Inc.

1.3 SYSTEM DESCRIPTIONS

A. Testing of Existing Systems: Test each existing system scheduled for modification in presence of Authorized Owner’s Representative and issue report to Owner and Architect listing conditions found prior to any removals, relocations, or additions. Modified systems include (but are not limited to):

1. Power distribution.

B. Design Requirements - Provide complete systems, properly tested, balanced, and ready for operation including necessary details, items and accessories although not expressly shown or specified, including (but not limited to):

1. Wiring and raceway for work specified in Project Manual and shown on Drawings.

2. Electrical devices and equipment for work specified in Project Manual and shown on Drawings.

3. Systems included, but not limited to:

a. Electrical distribution. b. Electrical connections. c. Engine Generator.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

47

C. Electric Layouts: Arrange panels; disconnect switches, enclosed breakers, equipment, raceways, and similar components neatly, orderly and symmetrically. Provide 3/4-inch plywood backboards for surface mounted panels, disconnect switches, enclosed breakers, and similar equipment. Arrangements shown on Drawings are diagrammatic only; provide and adjust raceways, wiring, and other components as required.

D. Power Interruptions and Scheduled Outages: Coordinate scheduling of power interruptions and outages with Owner. Confirm with Owner prior to interruption of power, which building systems are considered critical and must remain operational during the interruption. If a scheduled power outage is to extend beyond one standard workday, provide temporary power to operate critical building systems (including, but not limited to fire alarm system, security system, building access control system, and building energy management control system).

1.4 SUBMITTALS

A. Shop Drawings:

1. Electric Layouts: Submit detailed drawings showing exact sizes and locations for approval before beginning work.

1.5 QUALITY ASSURANCE

A. Regulatory Requirements:

1. Codes and Standards: Comply with applicable Federal, State and local building and electrical codes, laws, ordinances, and regulations, and comply with applicable NFPA, Na-tional Electrical Code and utility company requirements and regulations. Provide Underwriters Laboratories Seal on all materials.

2. Permits and Inspections: Obtain approvals, tests, and inspections required by Architect, Engineer, local electrical inspector, agent or agency specified in Project Manual, or National, State, or local codes and ordinances.

a. Schedule electrical inspection by an agency acceptable to the local authority having jurisdiction and submit final inspection certificate to Architect.

b. Furnish materials and labor necessary for tests and pay costs associated with tests and inspections.

c. Conduct tests under load for load balancing and where required by codes, regulations, ordinances, or technical Specification.

3. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction and marked for intended use.

1.6 DELIVERY, STORAGE AND HANDLING

A. Storage and Protection:

1. Take precautions to store materials and products to protect finishes and not permit dust and dirt to penetrate equipment.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

48

2. Replace equipment damaged beyond reasonable repair as required by Architect. 3. Refinish any equipment with marks, stains, scratches, dents, and other aesthetic damage

that doesn’t impede operation of equipment as required by Architect.

1.7 COORDINATION OF WORK

A. Cutting and Patching (as required for installation of components and systems included in Electric Work Prime Contract):

1. Existing Construction: Contractor is responsible for all cutting, patching, repairing and replacing of general work required for installation of systems and components included in Electric Work. Secure approval from Architect’s representative before cutting.

a. Anchor Bolts: Contractor is responsible for anchor bolts required for Electric Work construction that are to be installed in construction. Provide templates or holding fixtures as required to maintain proper accuracy.

2. Access Doors: Provide access doors shown on Drawings, or as required for access to pull boxes, junction boxes, relays and other electrical devices requiring periodic inspection, adjustment or maintenance, where located above or within inaccessible walls or ceilings, and including cutting and patching of adjacent walls and ceilings to match existing materials and finishes.

1.8 ALTERATION PROCEDURES

A. In locations where existing devices are indicated to be disconnected and removed and existing power circuit or communications cable is not scheduled to be reused:

1. Remove circuit conductors back to source. 2. Modify panel directory for that circuit. 3. Remove all existing exposed and accessible raceway. 4. Provide blank cover plates or wall infill (as indicated on plans) and as described below: 5. Patch and paint existing walls where disturbed by the electrical work.

B. In locations where existing devices are to remain in place, ensure circuits feeding such devices remain operational. Modify existing circuits as required to allow new construction to occur and to maintain necessary circuitry to existing devices for complete and proper operation.

C. In locations where entire existing system is being removed or modified:

1. Refer to individual system specification sections for documentation and testing requirements prior to any alteration work on any system.

2. Take all necessary measures to ensure that down time will not compromise safety. 3. Notify Owner and Architect not less than 2 weeks prior to interruptions in service. 4. Coordinate work schedule to minimize duration of system outage during hours when

building is occupied.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

49

PART 2 - PRODUCTS

NOT USED

PART 3 - EXECUTION

3.1 CUTTING AND PATCHING

A. Do not cut waterproofed floors or walls for admission of any equipment or materials and do not pierce any structural members without written permission from Architect.

B. Furnish and install sleeves, inserts, panels, raceways, boxes, and similar infrastructure, ahead of general construction work and maintain Contractor personnel at Site during installation of general construction work to be responsible for and to maintain these items in position.

END OF SECTION 26 05 00

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

50

SECTION 26 05 19

LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes the following:

1. Building wires and cables rated 600 V and less. 2. Connectors, splices, and terminations rated 600 V and less.

1.3 DEFINITIONS

A. EPDM: Ethylene-propylene-diene terpolymer rubber. B. NBR: Acrylonitrile-butadiene rubber.

1.4 SUBMITTALS

A. Product Data: For each type of product indicated. B. Qualification Data: For testing agency. C. Field quality-control test reports.

1.5 QUALITY ASSURANCE

A. Testing Agency Qualifications: An independent agency, with the experience and capability to conduct the testing indicated, that is a member company of the InterNational Electrical Testing Association or is a nationally recognized testing laboratory (NRTL) as defined by OSHA in 29 CFR 1910.7, and that is acceptable to authorities having jurisdiction.

1. Testing Agency's Field Supervisor: Person currently certified by the InterNational Electrical Testing Association or the National Institute for Certification in Engineering Technologies to supervise on-site testing specified in Part 3.

B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use.

C. Comply with NFPA 70.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

51

PART 2 - PRODUCTS

2.1 CONDUCTORS AND CABLES

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. American Insulated Wire Corp.; a Leviton Company. 2. General Cable Corporation. 3. Southwire Company.

B. Copper Conductors: Comply with NEMA WC 70.

C. Conductor Insulation: Comply with NEMA WC 70 for Types THHN-THWN, XHHW and SO.

D. Multiconductor Cable: Comply with NEMA WC 70 for metal-clad cable, Type MC with ground wire and mineral-insulated, metal-sheathed cable, Type MI.

2.2 CONNECTORS AND SPLICES

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. Hubbell Power Systems, Inc. 2. O-Z/Gedney; EGS Electrical Group LLC. 3. 3M; Electrical Products Division.

B. Description: Factory-fabricated connectors and splices of size, ampacity rating, material, type, and class for application and service indicated.

PART 3 - EXECUTION

3.1 CONDUCTOR MATERIAL APPLICATIONS

A. Feeders: Copper. Solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger. B. Branch Circuits: Copper. Solid for No. 10 AWG and smaller; stranded for No. 8 AWG and

larger.

3.2 CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE APPLICATIONS AND WIRING METHODS

A. Exposed Feeders: Type THHN-THWN, single conductors in raceway. B. Feeders Concealed in Ceilings, Walls, Partitions, and Crawlspaces: Type THHN-THWN, single

conductors in raceway. C. Feeders Concealed in Concrete, below Slabs-on-Grade, and Underground: Type XHHW, single

conductors in raceway. D. Feeders Installed for Emergency Systems: Mineral-insulated, metal-sheathed cable, Type MI

protected, fire-rated assembly listed to achieve a minimum fire rating of 1-hour. E. Exposed Branch Circuits, Including in Crawlspaces: Type THHN-THWN, single conductors in

raceway.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

52

F. Branch Circuits Concealed in Ceilings, Walls, and Partitions: Type THHN-THWN, single conductors in raceway or Metal-clad cable, Type MC.

G. Branch Circuits Concealed in Concrete, below Slabs-on-Grade, and Underground: Type XHHW, single conductors in raceway.

H. Cord Drops and Portable Appliance Connections: Type SO, hard service cord with stainless-steel, wire-mesh, strain relief device at terminations to suit application.

I. Class 1 Control Circuits: Type THHN-THWN, in raceway. J. Class 2 Control Circuits: Type THHN-THWN, concealed in building finishes.

3.3 INSTALLATION OF CONDUCTORS AND CABLES

A. Use manufacturer-approved pulling compound or lubricant where necessary; compound used must not deteriorate conductor or insulation. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values.

B. Use pulling means, including fish tape, cable, rope, and basket-weave wire/cable grips, that will not damage cables or raceway.

C. Install exposed cables parallel and perpendicular to surfaces of exposed structural members, and follow surface contours where possible.

D. Support cables according to Division 26 Section "Hangers and Supports for Electrical Systems."

E. Identify and color-code conductors and cables according to Division 26 Section "Identification for Electrical Systems."

F. Common Neutral Conductor: Do not use common neutral for multiple branch circuits.

G. Color Coding:

1. Color Code for Branch and Feeder Circuits: Install color coded insulated conductors for branch circuits as follows:

L1 L2 L3 Neutral Ground 120/208 Black Red Blue White Green 2. Color shall be factory applied or field applied for sizes larger than No. 8 AWG, if

authorities having jurisdiction permit.

3. Field-Applied, Color-Coding Conductor Tape: Apply in half-lapped turns for a minimum distance of 6 inches from terminal points and in boxes where splices or taps are made. Apply last two turns with no tension to prevent possible unwinding. Locate bands to avoid obscuring factory cable markings.

H. Low-Voltage Wiring Installations (where not otherwise specified):

1. All wiring/cabling not required to be installed within conduit/raceway shall be plenum rated.

2. In Mechanical Rooms, enclose all low voltage wiring in EMT conduit. 3. In crawl spaces, enclose low voltage wiring in EMT conduit.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

53

4. Install low voltage wiring in conduit in exposed areas of building where exposed conduit previously exists.

5. Install low voltage wiring in surface raceway in exposed areas of building where no previously exposed conduit exists.

6. Low voltage wiring installed within equipment enclosures shall be enclosed in raceway. 7. Install low voltage wiring between equipment enclosures in raceway.

3.4 CONNECTIONS

A. Tighten electrical connectors and terminals according to manufacturer's published torque-tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B.

B. Make splices and taps that are compatible with conductor material and that possess equivalent or better mechanical strength and insulation ratings than unspliced conductors.

1. Dry Locations:

a. Conductors No. 8 AWG or Smaller: Use spring type pressure connectors or indent type pressure connectors with insulating jackets (except where special type splices are required).

b. Conductors No. 6 AWG or Larger: Use un-insulated indent type pressure

connectors. Fill indentations with electrical filler tape and apply insulation tape to insulation equivalent of the conductor, or insulate with heat shrinkable splices.

c. Gutter Taps in Panelboards: Install gutter tap, fill indentations with electrical filler

tape and apply insulation tape to insulation equivalent of the conductor, or insulate with gutter tap cover.

2. Damp Locations: As specified for dry locations, except apply moisture sealing tape over

entire insulated connection (moisture sealing tape not required if heat shrinkable splices are used).

3. Wet Locations: Use un-insulated indent type pressure connectors and insulate with resin

splice kits or heat shrinkable splices. Exception: Totally enclosed splices above ground protected in NEMA 3R, 4, 4x enclosures may be spliced as specified for damp locations.

C. Wiring at Outlets: Install conductors at each outlet, with at least 6-in. of slack.

3.5 TERMINATIONS

A. Conductors No. 10 AWG or Smaller - Use terminals for:

1. Connecting control and signal wiring to terminal strips. 2. Connecting wiring to equipment designed for use with terminals.

B. Conductors No. 8 AWG or Larger - Use compression or mechanical type lugs for:

1. Connecting cables to flat bus bars. 2. Connecting cables to equipment designed for use with lugs.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

54

C. For Conductor Sizes Larger Than Terminal Capacity On Equipment: Reduce larger conductor to maximum conductor size that terminal can accommodate (reduced section not longer than one foot). Use compression or mechanical type connectors suitable for reducing connection.

D. Provide insulated green ground conductor for each branch and feeder circuit.

3.6 SLEEVE AND SLEEVE-SEAL INSTALLATION FOR ELECTRICAL PENETRATIONS

A. Install sleeves and sleeve seals at penetrations of exterior floor and wall assemblies. Comply with requirements in Division 26 Section "Sleeves and Sleeve Seals for Electrical Raceways and Cabling."

3.7 FIRESTOPPING

A. Apply firestopping to electrical penetrations of fire-rated floor and wall assemblies to restore original fire-resistance rating of assembly.

3.8 FIELD QUALITY CONTROL

A. Perform tests and inspections and prepare test reports.

B. Tests and Inspections:

1. Prior to energization, test cable and wire for continuity of circuitry and also for short circuits. Correct malfunctions when detected.

2. Provide resistance "Megger" test for power conductors prior to energization. Replace and

re-test defective conductors. Test conductors at minimum of 1 meg ohm between all phases and between all phases and ground.

3. Subsequent to wire and cable hook-ups, energize circuitry and demonstrate functioning in

accordance with requirements.

C. Test Reports: Prepare a written report to record the following:

1. Test procedures used. 2. Test results that comply with requirements. 3. Test results that do not comply with requirements and corrective action taken to achieve

compliance with requirements.

D. Remove and replace malfunctioning units and retest as specified above.

END OF SECTION 26 05 19

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

55

SECTION 26 05 26

GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes: Grounding systems and equipment. B. Section includes grounding systems and equipment.

1.3 SUBMITTALS

A. Product Data: For each type of product indicated.

B. Qualification Data: For qualified testing agency and testing agency's field supervisor.

C. Field quality-control reports.

D. Operation and Maintenance Data: For grounding include in emergency, operation, and maintenance manuals, include the following:

1. Instructions for periodic testing and inspection of grounding features at connections for separately derived systems based on NFPA 70B.

a. Tests shall determine if ground-resistance or impedance values remain within specified maximums, and instructions shall recommend corrective action if values do not.

b. Include recommended testing intervals.

1.4 QUALITY ASSURANCE

A. Testing Agency Qualifications: Member company of NETA or an NRTL.

1. Testing Agency's Field Supervisor: Currently certified by NETA to supervise on-site testing.

B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.

C. Comply with UL 467 for grounding and bonding materials and equipment.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

56

PART 2 - PRODUCTS

2.1 GROUNDING

A. Materials and Components. Except as otherwise indicated, provide each electrical grounding system indicated with assembly of materials including, but not necessarily limited to, cables/wires, connectors, terminals (solderless lugs), grounding rods/electrodes and plate electrodes, bonding jumper braid, and other items and accessories needed for complete installation.

1. Where more than one type meets specified requirements, select type desired. 2. Where materials or components are not otherwise indicated, comply with NEC, NEMA

and established industry standards for applications indicated.

B. Electrical Bonding Jumpers.

1. Bonding Jumper Braid: Copper braided tape, constructed of 30 gauge bare copper wires and properly sized for indicated applications.

2. Flexible Jumper Strap: Flexible flat conductor, 480 strands of 30 gauge bare copper wire, 3/4-inch wide, 9-1/2 inches long, 48,250 CM. Protect braid with copper bolt hole ends with holes sized for 3/8-inch diameter bolts.

C. Electrical Grounding Conductors: Unless otherwise indicated, provide electrical grounding conductors in all raceways for grounding connections, matching power supply wiring materials and sized according to NEC.

D. Bonding Plates, Connectors, Terminals And Clamps: Provide electrical bonding plates, connectors, terminals and clamps as recommended by bonding plate, connector, terminal and clamp manufacturers for indicated applications

E. Connector Products: Comply with IEEE 837 and UL 467; listed for use for specific types, sizes, and combinations of conductors and connected items.

1. Bolted Connectors: Bolted-pressure-type connectors, or compression type. 2. Welded Connectors: Exothermic-welded types, in kit form, and selected per manufacturer's

written instructions.

PART 3 - EXECUTION

3.1 APPLICATIONS

A. Conductors: Install solid conductor for No. 8 AWG and smaller, and stranded conductors for No. 6 AWG and larger unless otherwise indicated.

B. Conductor Terminations and Connections:

1. Pipe and Equipment Grounding Conductor Terminations: Bolted connectors.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

57

3.2 EQUIPMENT GROUNDING

A. Basic Grounding Procedures and Requirements

1. Install electrical grounding systems and bonding devices as indicated in accordance with manufacturer’s written instructions and with recognized industry practices to ensure grounding and bonding devices comply with requirements. Comply with requirements of NEC, NESC, and NEMA standards for installation of grounding and bonding systems and devices.

2. Coordinate with other electrical work as necessary to interface installation of grounding

system and bonding devices with other work.

3. Provide equipment grounding conductors in all feeders and branch circuits.

4. Weld cable connections to ground rods and coat with protective asphaltic paint.

5. Protect ground cables stubbed through finished floors with non-metallic raceway.

6. Clean and sandpaper all ground pads and lugs before bolting.

7. Install braided type bonding jumpers with ground clamps on water meter piping to electrically bypass water meter.

8. Install clamp-on connectors only on thoroughly cleaned metal contact surfaces, to ensure

electrical conductivity and circuit integrity.

9. Ground electrical service equipment, enclosures, raceways and other conductor enclosures; neutral or identified conductor of interior system, at the service entrance location; non-current carrying metal parts of fixed equipment, such as transformers, motors, starter and controller cabinets, instrument cases, lighting fixtures, switches, receptacles and others as required by NEC, and local utility company.

B. Install insulated equipment grounding conductors with the following items, in addition to those required by NFPA 70:

1. Emergency Feeder circuits. 2. Single-phase motor and appliance branch circuits. 3. Three-phase motor and appliance branch circuits. 4. Flexible raceway runs.

3.3 INSTALLATION

A. Grounding Conductors: Route along shortest and straightest paths possible unless otherwise indicated or required by Code. Avoid obstructing access or placing conductors where they may be subjected to strain, impact, or damage.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

58

B. Bonding Straps and Jumpers: Install in locations accessible for inspection and maintenance except where routed through short lengths of conduit.

1. Bonding to Structure: Bond straps directly to basic structure, taking care not to penetrate any adjacent parts.

2. Bonding to Equipment Mounted on Vibration Isolation Hangers and Supports: Install bonding so vibration is not transmitted to rigidly mounted equipment.

3. Use exothermic-welded connectors for outdoor locations; if a disconnect-type connection is required, use a bolted clamp.

3.4 LABELING

A. Comply with requirements in Division 26 Section "Identification for Electrical Systems" Article for instruction signs. The label or its text shall be green.

END OF SECTION 26 05 26

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

59

SECTION 26 05 29

HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes the following:

1. Hangers and supports for electrical equipment and systems.

1.3 DEFINITIONS

A. EMT: Electrical metallic tubing. B. IMC: Intermediate metal conduit. C. RMC: Rigid metal conduit.

1.4 PERFORMANCE REQUIREMENTS

A. Provide equipment supports capable of supporting combined operating weight of supported equipment and connected systems and components.

B. Rated Strength: Adequate in tension, shear, and pullout force to resist maximum loads calculated or imposed for this Project, with a minimum structural safety factor of five times the applied force.

1.5 SUBMITTALS

A. Product Data: For the following:

1. Steel slotted support systems.

1.6 QUALITY ASSURANCE

A. Welding: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code - Steel."

B. Comply with NFPA 70.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

60

PART 2 - PRODUCTS

2.1 SUPPORT, ANCHORAGE, AND ATTACHMENT COMPONENTS

A. Steel Slotted Support Systems: Comply with MFMA-4, factory-fabricated components for field assembly.

1. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. Cooper B-Line, Inc.; a division of Cooper Industries. b. ERICO International Corporation. c. Unistrut; Tyco International, Ltd.

2. Metallic Coatings: Hot-dip galvanized after fabrication and applied according to MFMA-4.

3. Painted Coatings: Manufacturer's standard painted coating applied according to MFMA-4.

4. Channel Dimensions: Selected for applicable load criteria.

B. Raceway and Cable Supports: As described in NECA 1 and NECA 101.

C. Conduit and Cable Support Devices: Steel hangers, clamps, and associated fittings, designed for types and sizes of raceway or cable to be supported.

D. Support for Conductors in Vertical Conduit: Factory-fabricated assembly consisting of threaded body and insulating wedging plug or plugs for non-armored electrical conductors or cables in riser conduits. Plugs shall have number, size, and shape of conductor gripping pieces as required to suit individual conductors or cables supported. Body shall be malleable iron.

E. Structural Steel for Fabricated Supports and Restraints: ASTM A 36/A 36M, steel plates, shapes, and bars; black and galvanized.

F. Mounting, Anchoring, and Attachment Components: Items for fastening electrical items or their supports to building surfaces include the following:

1. Powder-Actuated Fasteners: Threaded-steel stud, for use in hardened portland cement concrete, steel, or wood, with tension, shear, and pullout capacities appropriate for supported loads and building materials where used.

a. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1) Hilti Inc. 2) ITW Ramset/Red Head; a division of Illinois Tool Works, Inc. 3) Simpson Strong-Tie Co., Inc.; Masterset Fastening Systems Unit.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

61

2. Mechanical-Expansion Anchors: Insert-wedge-type, zinc-coated steel, for use in hardened portland cement concrete with tension, shear, and pullout capacities appropriate for supported loads and building materials in which used.

a. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1) Cooper B-Line, Inc.; a division of Cooper Industries. 2) Hilti Inc. 3) ITW Ramset/Red Head; a division of Illinois Tool Works, Inc.

3. Concrete Inserts: Steel or malleable-iron, slotted support system units similar to MSS Type 18; complying with MFMA-4 or MSS SP-58.

4. Clamps for Attachment to Steel Structural Elements: MSS SP-58, type suitable for attached structural element.

5. Through Bolts: Structural type, hex head, and high strength. Comply with ASTM A 325.

6. Toggle Bolts: All-steel springhead type.

7. Hanger Rods: Threaded steel.

2.2 FABRICATED METAL EQUIPMENT SUPPORT ASSEMBLIES

A. Description: Welded or bolted, structural-steel shapes, shop or field fabricated to fit dimensions of supported equipment.

PART 3 - EXECUTION

3.1 APPLICATION

A. Comply with NECA 1 and NECA 101 for application of hangers and supports for electrical equipment and systems except if requirements in this Section are stricter.

B. Maximum Support Spacing and Minimum Hanger Rod Size for Raceway: Space supports for EMT, IMC, and RMC as scheduled in NECA 1, where its Table 1 lists maximum spacings less than stated in NFPA 70. Minimum rod size shall be 1/4 inch in diameter.

C. Multiple Raceways or Cables: Install trapeze-type supports fabricated with steel slotted support system, sized so capacity can be increased by at least 25 percent in future without exceeding specified design load limits.

1. Secure raceways and cables to these supports with two-bolt conduit clamps.

D. Spring-steel clamps designed for supporting single conduits without bolts may be used for 1-1/2-inch and smaller raceways serving branch circuits and communication systems above suspended ceilings and for fastening raceways to trapeze supports.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

62

3.2 SUPPORT INSTALLATION

A. Comply with NECA 1 and NECA 101 for installation requirements except as specified in this Article.

B. Raceway Support Methods: In addition to methods described in NECA 1, EMT, IMC, and RMC may be supported by openings through structure members, as permitted in NFPA 70.

1. Attachment Devices:

a. Make attachments to structural steel or steel bar joists wherever possible. Provide intermediate structural steel members where required by support spacing.

b. Make attachments to steel bar joists at panel points of joists. c. Do not drill holes in main structural steel members. d. Use "C" beam clamps for attachment to steel beams

2. Raceway Support:

a. Use pipe straps and specified method of attachment where raceway is installed proximate to surface of masonry construction.

b. Use hangers secured to surface with specified method of attachment where raceway

is suspended from the surface.

c. Use "C" beam clamps and hangers where raceway is supported from steel beams.

d. Use channel support system supported from structural steel for multiple parallel raceway runs.

e. Where raceways are installed above ceiling, do not rest raceway directly on runner

bars, T-bars, etc.

1) Raceway Sizes 2-1/2 Inches and Smaller: Support raceway from ceiling supports or from construction above ceiling.

2) Raceway Sizes Over 2-1/2 Inches: Support raceway from beams, joists, or trusses above ceiling.

C. Strength of Support Assemblies: Where not indicated, select sizes of components so strength will be adequate to carry present and future static loads within specified loading limits. Minimum static design load used for strength determination shall be weight of supported components plus 200 lb.

D. Mounting and Anchorage of Surface-Mounted Equipment and Components: Anchor and fasten electrical items and their supports to building structural elements by the following methods unless otherwise indicated by code:

1. To Masonry: Approved toggle-type bolts on hollow masonry units and expansion anchor fasteners on solid masonry units.

2. To Existing Concrete: Expansion anchor fasteners.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

63

3. Instead of expansion anchors, powder-actuated driven threaded studs provided with lock washers and nuts may be used in existing standard-weight concrete 4 inches thick or greater. Do not use for anchorage to lightweight-aggregate concrete or for slabs less than 4 inches thick.

4. To Steel: Beam clamps (MSS Type 19, 21, 23, 25, or 27) complying with MSS SP-69.

5. To Light Steel: Sheet metal screws.

6. Items Mounted on Hollow Walls and Nonstructural Building Surfaces: Mount cabinets, panelboards, disconnect switches, control enclosures, pull and junction boxes, transformers, and other devices on slotted-channel racks attached to substrate with toggle bolts.

E. Drill holes for expansion anchors in concrete at locations and to depths that avoid reinforcing bars.

3.3 INSTALLATION OF FABRICATED METAL SUPPORTS

A. Cut, fit, and place miscellaneous metal supports accurately in location, alignment, and elevation to support and anchor electrical materials and equipment.

B. Field Welding: Comply with AWS D1.1/D1.1M.

3.4 PAINTING

A. Touchup: Clean field welds and abraded areas of shop paint. Paint exposed areas immediately after erecting hangers and supports. Use same materials as used for shop painting. Comply with SSPC-PA 1 requirements for touching up field-painted surfaces.

1. Apply paint by brush or spray to provide minimum dry film thickness of 2.0 mils.

B. Touchup: Clean and touchup painting of field welds, bolted connections, and abraded areas of shop paint on miscellaneous metal.

C. Galvanized Surfaces: Clean welds, bolted connections, and abraded areas and apply galvanizing-repair paint to comply with ASTM A 780.

END OF SECTION 26 05 29

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

64

SECTION 26 05 33 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes raceways, fittings, boxes, enclosures, and cabinets for electrical wiring.

1.3 DEFINITIONS

A. EMT: Electrical metallic tubing. B. FMC: Flexible metal conduit. C. IMC: Intermediate metal conduit. D. LFMC: Liquidtight flexible metal conduit.

1.4 SUBMITTALS

A. Product Data: For surface raceways, wireways and fittings, floor boxes, hinged-cover enclosures, and cabinets.

B. Shop Drawings: For the following raceway components. Include plans, elevations, sections, details, and attachments to other work.

1. Custom enclosures and cabinets.

C. Coordination Drawings: Conduit routing plans, drawn to scale, on which the following items are shown and coordinated with each other, based on input from installers of the items involved:

1. Structural members in the paths of conduit groups with common supports. 2. HVAC and plumbing items and architectural features in the paths of conduit groups with

common supports.

D. Qualification Data: For professional engineer and testing agency.

E. Source quality-control test reports.

1.5 QUALITY ASSURANCE

A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use.

B. Comply with NFPA 70.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

65

PART 2 - PRODUCTS

2.1 METAL CONDUIT AND TUBING

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. Western Tubing. 2. Allied Tube & Conduit; a Tyco International Ltd. Co. 3. Wheatland Tube Company.

B. Rigid Steel Conduit: ANSI C80.1.

C. IMC: ANSI C80.6.

D. EMT: ANSI C80.3.

E. LFMC: Flexible steel conduit with PVC jacket.

F. Fittings for Conduit (Including all Types and Flexible and Liquidtight), EMT, and Cable: NEMA FB 1; listed for type and size raceway with which used, and for application and environment in which installed.

1. Conduit Fittings for Hazardous (Classified) Locations: Comply with UL 886. 2. Set screw fittings: Rain-tight steel fittings with insulated throat. 3. Compression type fittings: Rain-tight and concrete-tight, gland-and-stainless steel multiple-

point locking ring compression type steel fitting with insulated throat. 4. Coating for Fittings with PVC-Coated Conduit: Minimum thickness, 0.040-in. with

overlapping sleeves protecting threaded joints. 5. Die-cast fittings not acceptable for use with any type of raceway system.

G. Raceway Bodies (Threaded): Provide either of following types.

1. Zinc electroplate malleable iron bodies with zinc electroplate steel covers. 2. Hot dipped galvanized malleable iron bodies with gasket, hot dipped malleable iron covers

and stainless steel cover screws.

H. Joint Compound for Rigid Steel Conduit or IMC: Listed for use in cable connector assemblies, and compounded for use to lubricate and protect threaded raceway joints from corrosion and enhance their conductivity.

2.2 METAL WIREWAYS

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. Cooper B-Line, Inc. 2. Hoffman. 3. Square D; Schneider Electric.

B. Description: Sheet metal sized and shaped as indicated, NEMA 250, Type 1, unless otherwise indicated.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

66

C. Fittings and Accessories: Include couplings, offsets, elbows, expansion joints, adapters, hold-down straps, end caps, and other fittings to match and mate with wireways as required for complete system.

D. Wireway Covers: Screw-cover type.

E. Finish: Manufacturer's standard enamel finish.

2.3 SURFACE RACEWAYS

A. Surface Metal Raceways: Galvanized steel with snap-on covers. Manufacturer's standard enamel finish in color selected by Architect.

1. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. Thomas & Betts Corporation. b. Walker Systems, Inc.; Wiremold Company. c. Hubbell.

2.4 BOXES, ENCLOSURES, AND CABINETS

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. Cooper Crouse-Hinds; Div. of Cooper Industries, Inc. 2. EGS/Appleton Electric. 3. RACO; a Hubbell Company.

B. Sheet Metal Outlet and Device Boxes: NEMA OS 1.

C. Small Sheet Metal Pull and Junction Boxes: NEMA OS 1.

D. Hinged-Cover Enclosures: NEMA 250, Type 1, with continuous-hinge cover with flush latch, unless otherwise indicated.

1. Metal Enclosures: Steel, finished inside and out with manufacturer's standard enamel. 2. Nonmetallic Enclosures: Plastic.

2.5 SLEEVES FOR RACEWAYS

A. Steel Pipe Sleeves: ASTM A 53/A 53M, Type E, Grade B, Schedule 40, galvanized steel, plain ends.

B. Sleeves for Rectangular Openings: Galvanized sheet steel with minimum 0.052- or 0.138-inch thickness as indicated and of length to suit application.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

67

2.6 SLEEVE SEALS

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. Advance Products & Systems, Inc. 2. Metraflex Co. 3. Pipeline Seal and Insulator, Inc.

B. Description: Modular sealing device, designed for field assembly, to fill annular space between sleeve and cable.

1. Sealing Elements: EPDM interlocking links shaped to fit surface of cable or conduit. Include type and number required for material and size of raceway or cable.

2. Pressure Plates: Stainless steel. Include two for each sealing element. 3. Connecting Bolts and Nuts: Stainless steel of length required to secure pressure plates to

sealing elements. Include one for each sealing element.

PART 3 - EXECUTION

3.1 RACEWAY APPLICATION

A. Raceway Installation: Securely support raceway from building construction, separately from outlet boxes and junction boxes. Secure to masonry surfaces with expansion anchors. Use galvanized painted hanger rods, inserts and hangers. Conceal all raceway runs except in mechanical rooms, storage room ceilings, and areas above suspended ceilings. Run exposed raceway neatly, parallel and level, to ceilings, walls and floors. Make necessary offsets and bends to comply with construction. Install expansion fittings at all building expansion joints. Support all raceways with clamps per National Electric Code.

1. EMT: Use EMT for non-hazardous, dry locations above grade. As a minimum, use EMT

in corridor ceilings, for home runs and in all unoccupied exposed interior areas. Surface mounted EMT shall not be used in finished areas without written permission from the Architect or Owner.

2. FMC: Use flexible metal conduit for final connections to motors, stepdown transformers,

vibrating machines, etc. Terminate with clamp type connectors and anti-short bushing. Maximum length of three feet.

3. LFMC: Use a maximum of two feet of liquid tight flexible conduit for connection of

motors and for other electrical equipment where subject to movement and vibration and also where subjected to one or more of the following conditions a. Exterior location. b. Moist or humid atmosphere where condensate can be expected to accumulate. c. Corrosive atmosphere. d. Subjected to water spray. e. Subjected to dripping oil, grease or water

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

68

B. Minimum Raceway Size: 1/2-inch trade size.

C. Raceway Fittings: Compatible with raceways and suitable for use and location.

1. Rigid and Intermediate Steel Conduit: Use threaded rigid steel conduit fittings, unless otherwise indicated.

2. PVC Externally Coated, Rigid Steel Conduits: Use only fittings listed for use with that material. Patch and seal all joints, nicks, and scrapes in PVC coating after installing conduits and fittings. Use sealant recommended by fitting manufacturer.

3.2 INSTALLATION

A. Comply with NECA 1 for installation requirements applicable to products specified in Part 2 except where requirements on Drawings or in this Article are stricter.

B. Fasten raceway terminations in sheet metal enclosures by 2 locknuts and terminate with bushing. Install locknuts inside and outside of enclosure.

C. Do not cross pipe and elevator shafts or ventilating duct openings with raceways.

D. Keep raceways at least 6 inches away from parallel runs of flues and steam or hot-water pipes. Install horizontal raceway runs above water and steam piping.

E. Complete raceway installation before starting conductor installation.

F. Support raceways as specified in Division 26 Section "Hangers and Supports for Electrical Systems."

G. Arrange stub-ups so curved portions of bends are not visible above the finished slab.

H. Install no more than the equivalent of three 90-degree bends in any conduit run except for communications conduits, for which fewer bends are allowed.

I. Conceal conduit and EMT within finished walls, ceilings, and floors, unless otherwise indicated.

1. Paint raceway threads in metallic raceways installed underground, in floors below grade, or outside with corrosion-inhibiting compound before assembling couplings. Draw coupling and raceway sufficiently tight to ensure watertightness.

2. For floors-on-grade, install raceways under concrete slabs.

3. Install underground raceways minimum of 24 inches below finished grade.

4. Provide raceway in furniture and any other cavity to effectively create a raceway system

from the ceiling space to the communications outlet.

J. Exposed Raceways:

1. Install exposed raceway in unfinished spaces, crawl spaces, pipe spaces, or in areas with existing exposed raceway. In areas where walls/ceilings are to be painted, exposed raceways shall be painted to match.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

69

2. Install exposed raceways and extensions from concealed raceway systems neatly, parallel with, or at right angles to walls of building.

3. Do not run raceway through walls with plaster finish or through masonry walls or floors.

Install pipe sleeves for raceway runs through these areas.

4. Install exposed raceway to avoid interfering with ceiling inserts, lights or ventilation ducts or outlets.

5. Support exposed raceways using hangers, clamps or clips. Support raceways on each side

of bends and space not more than 6 ft. O.C. for 1-inch raceway and not more than 8 ft. O.C. for 1-1/4-inch raceway.

6. Provide exposed raceways for outlets on waterproof walls and set anchors supporting

raceway in waterproof cement.

7. Support multiple raceway runs on trapeze style assemblies. Do not support raceway or cable from pipe, ductwork, or other raceway systems.

8. Apply exposed raceways requirements specified above to raceways installed in space

above hung ceilings and in crawl spaces.

9. Do not install raceway directly on floor.

K. Raceway Fittings:

1. Provide locknuts for securing raceway to metal enclosure with sharp edge for digging into metal and ridged outside circumference for proper fastening.

2. Provide bushings for terminating raceways smaller than 1-1/4 inches with flared bottom

and ribbed sides with smooth upper edges to prevent injury to cable insulation.

3. Install insulated type bushings for terminating raceways 1-1/4 inches and larger with flared bottom and ribbed sides and with upper edge with phenolic insulating ring molded into bushing.

4. Provide screw-type grounding terminal for standard or insulated type bushing.

5. Provide miscellaneous fittings such as reducers, chase nipples, 3-piece unions, split

couplings and plugs specifically designed for their particular application.

L. Install raceway sealing fittings at suitable, approved, and accessible locations and fill them with listed sealing compound. For concealed raceways, install each fitting in a flush steel box with a blank cover plate having a finish similar to that of adjacent plates or surfaces. Install raceway sealing fittings at the following points:

1. Where conduits pass from warm to cold locations, such as boundaries of refrigerated spaces.

2. Where otherwise required by NFPA 70.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

70

M. Flexible Conduit Connections: Use maximum of 72 inches of flexible conduit for recessed and semirecessed lighting fixtures, equipment subject to vibration, noise transmission, or movement; and for transformers and motors.

1. Use LFMC in damp or wet locations subject to severe physical damage. 2. Use LFMC or LFNC in damp or wet locations not subject to severe physical damage.

N. Fittings and Accessories Installation:

1. Use zinc electroplate or hot dipped galvanized steel fittings and accessories in conjunction with ferrous raceways in dry and damp locations.

2. Use hot dipped galvanized fittings and accessories in conjunction with ferrous raceways in wet locations.

3. Use caps or plugs to seal ends of raceways until cable is installed (to exclude foreign material).

4. Use expansion fittings where raceways cross expansion joints.

5. Use deflection fittings where raceways cross expansion joints that move in more than one plane.

6. Use 2 locknuts and insulated bushing (plastic bushing on 1/2-inch raceway and 3/4-inch raceway) on end of each raceway entering sheet metal cabinet or box in dry or damp locations. Terminate raceway ends within cabinet/box at same level.

7. Use watertight hub on end of each raceway entering cabinets or boxes (in wet locations) not constructed with integral threaded hubs.

8. Specific Applications:

a. Rigid Metal Raceway: Use threaded fittings and accessories. Use 3-piece raceway coupling where raceway cannot be rotated.

b. Flexible Metal Raceway: Use flexible metal raceway connectors. c. Liquid Tight Flexible Metal Raceway: Use “seal-tite” connectors. d. Rigid Nonmetallic Raceway, Metal Surface Raceway, and Wireways: Use

manufacturer's standard fittings and accessories.

9. Raceways for Future Use (Spare Raceways and Empty Raceways): Draw fish tape through raceways in Architect’s presence to demonstrate that raceway is clear of obstructions. Leave pulling-in line in each spare and empty raceway.

O. Existing Raceways (Conditions for Re-Use of Existing Raceways):

1. Existing raceway adequately sized for new cables. 2. Remove existing cables. 3. Demonstrate to Architect that existing raceway is clear of obstructions and in good

condition. 4. Install insulated bushings to replace damaged or missing bushings. Replace non-insulated

bushings with insulated bushings on raceway sizes 1 inch and larger.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

71

P. Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions: Apply listed compound to threads of raceway and fittings before making up joints. Follow compound manufacturer's written instructions.

Q. Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating bushings to protect conductors, including conductors smaller than No. 4 AWG.

R. Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not less than 200-lb tensile strength. Leave at least 12 inches of slack at each end of pull wire.

S. Surface Raceways: Use surface raceways in finished spaces to conceal new cabling that cannot be installed above accessible ceiling, or within walls. Use surface raceway only when raceway type and routing are approved by Architect and Owner’s representative. Securely support from building construction and secure to masonry surfaces with expansion anchors. Mount at heights at locations shown on Drawings; obtain approval from Architect and Owner’s representative for all routing not indicated on Drawings. Do not run surface raceway through walls with plaster finish or through masonry walls or floors. Install pipe sleeve with junction boxes or adapter fittings for raceway runs through these areas. In existing construction, run raceway along top of baseboards, taking care to avoid telephone and other signal wiring around doorframes and other openings. Run raceway on ceiling or walls perpendicular to or parallel with walls and floors.

3.3 OUTLET BOXES

A. Mounting: Mount outlet boxes fully recessed (unless otherwise shown on Drawings) and securely supported by building structure (suspended acoustical ceiling suspension system not considered “building structure.”).

1. Install in block walls at corner and top or bottom of block so that cutting of only 1 block is required.

2. At locations as indicated on Drawings, provide 1 gang box per device where multiple devices are installed in same location. Install double duplex receptacles in two-gang box.

3. Coordinate locations with equipment and construction of all other trades. 4. Install pull wire in all empty boxes for future wiring installation. 5. Install blank cover plates on all empty boxes for future wiring installation.

B. Mounting Locations: Following mounting heights represent general locations, unless otherwise shown on Drawings or required by equipment.

1. Transfer Switches: 48 inches to center. 2. Disconnect Switches: 60 inches to top.

C. Junction And Pull Boxes: Provide where necessary and relocate at no additional cost if any part of box is covered by ductwork, piping, or otherwise inaccessible.

1. Identify system contained in box with indelible waterproof marking pen and identify screw-attached covers on both sides.

2. Where more than one circuit is contained in a box, identify each circuit wire with circuit number.

D. Provide knockout closures to cap unused knockout holes where blanks have been removed.

E. Install boxes and raceway bodies in locations to ensure ready accessibility of electrical wiring.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

72

F. Install boxes in suspended ceilings with angle iron, slotted angle or Unistrut, supports extending between solid supports of ceiling system. Do not extend angle iron, slotted angle or Unistrut length to point that does not allow adjacent ceiling tile to be raised.

G. Offset electrical boxes installed on opposite sides of common wall at least 8 inches; do not install back-to-back.

3.4 FIRESTOPPING

A. Apply firestopping to electrical penetrations of fire-rated floor and wall assemblies to restore original fire-resistance rating of assembly.

3.5 PROTECTION

A. Provide final protection and maintain conditions that ensure coatings, finishes, and cabinets are without damage or deterioration at time of Substantial Completion.

1. Repair damage to galvanized finishes with zinc-rich paint recommended by manufacturer. 2. Repair damage to PVC or paint finishes with matching touchup coating recommended by

manufacturer.

END OF SECTION 26 05 33

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

73

SECTION 26 05 44 SLEEVES AND SLEEVE SEALS FOR ELECTRICAL RACEWAYS AND CABLING

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Sleeves for raceway and cable penetration of non-fire-rated construction walls and floors. 2. Sleeve-seal systems. 3. Sleeve-seal fittings. 4. Grout. 5. Silicone sealants.

1.3 SUBMITTALS

A. Product Data: For each type of product.

PART 2 - PRODUCTS

2.1 SLEEVES

A. Wall Sleeves:

1. Steel Pipe Sleeves: ASTM A 53/A 53M, Type E, Grade B, Schedule 40, zinc coated, plain ends.

2. Cast-Iron Pipe Sleeves: Cast or fabricated "wall pipe," equivalent to ductile-iron pressure pipe, with plain ends and integral waterstop unless otherwise indicated.

B. Sleeves for Conduits Penetrating Non-Fire-Rated Gypsum Board Assemblies: Galvanized-steel sheet; 0.0239-inch minimum thickness; round tube closed with welded longitudinal joint, with tabs for screw-fastening the sleeve to the board.

C. PVC-Pipe Sleeves: ASTM D 1785, Schedule 40.

D. Molded-PVC Sleeves: With nailing flange for attaching to wooden forms.

E. Molded-PE or -PP Sleeves: Removable, tapered-cup shaped, and smooth outer surface with nailing flange for attaching to wooden forms.

F. Sleeves for Rectangular Openings:

1. Material: Galvanized sheet steel.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

74

2. Minimum Metal Thickness:

a. For sleeve cross-section rectangle perimeter less than 50 inches and with no side larger than 16 inches, thickness shall be 0.052 inch.

b. For sleeve cross-section rectangle perimeter 50 inches or more and one or more sides larger than 16 inches, thickness shall be 0.138 inch.

2.2 SLEEVE-SEAL SYSTEMS

A. Description: Modular sealing device, designed for field assembly, to fill annular space between sleeve and raceway or cable.

1. Basis-of-Design Product: Subject to compliance with requirements, provide product by one of the following:

a. Advance Products & Systems, Inc. b. Metraflex Company (The). c. Pipeline Seal and Insulator, Inc.

2. Sealing Elements: EPDM rubber interlocking links shaped to fit surface of pipe. Include type and number required for pipe material and size of pipe.

3. Pressure Plates: Stainless steel.

4. Connecting Bolts and Nuts: Stainless steel of length required to secure pressure plates to sealing elements.

2.3 SLEEVE-SEAL FITTINGS

A. Description: Manufactured plastic, sleeve-type, waterstop assembly made for embedding in concrete slab or wall. Unit shall have plastic or rubber waterstop collar with center opening to match piping OD.

1. Basis-of-Design Product: Subject to compliance with requirements, provide product by one of the following:

a. Presealed Systems.

2.4 GROUT

A. Description: Nonshrink; recommended for interior and exterior sealing openings in non-fire-rated walls or floors.

B. Standard: ASTM C 1107/C 1107M, Grade B, post-hardening and volume-adjusting, dry, hydraulic-cement grout.

C. Design Mix: 5000-psi, 28-day compressive strength. D. Packaging: Premixed and factory packaged.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

75

2.5 SILICONE SEALANTS

A. Silicone Sealants: Single-component, silicone-based, neutral-curing elastomeric sealants of grade indicated below.

1. Grade: Pourable (self-leveling) formulation for openings in floors and other horizontal surfaces that are not fire rated.

2. Sealant shall have VOC content according to 40 CFR 59, Subpart D (EPA Method 24).

3. Sealant shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers."

B. Silicone Foams: Multicomponent, silicone-based liquid elastomers that, when mixed, expand and cure in place to produce a flexible, nonshrinking foam.

PART 3 - EXECUTION

3.1 SLEEVE INSTALLATION FOR NON-FIRE-RATED ELECTRICAL PENETRATIONS

A. Comply with NECA 1.

B. Comply with NEMA VE 2 for cable tray and cable penetrations.

C. Sleeves for Conduits Penetrating Above-Grade Non-Fire-Rated Concrete and Masonry-Unit Floors and Walls:

1. Interior Penetrations of Non-Fire-Rated Walls and Floors:

a. Seal annular space between sleeve and raceway or cable, using joint sealant appropriate for size, depth, and location of joint.

b. Seal space outside of sleeves with mortar or grout. Pack sealing material solidly between sleeve and wall so no voids remain. Tool exposed surfaces smooth; protect material while curing.

2. Use pipe sleeves unless penetration arrangement requires rectangular sleeved opening.

3. Size pipe sleeves to provide 1/4-inch annular clear space between sleeve and raceway or cable unless sleeve seal is to be installed.

4. Install sleeves for wall penetrations unless core-drilled holes or formed openings are used. Install sleeves during erection of walls. Cut sleeves to length for mounting flush with both surfaces of walls. Deburr after cutting.

5. Install sleeves for floor penetrations. Extend sleeves installed in floors 2 inches above finished floor level. Install sleeves during erection of floors.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

76

D. Sleeves for Conduits Penetrating Non-Fire-Rated Gypsum Board Assemblies:

1. Use circular metal sleeves unless penetration arrangement requires rectangular sleeved opening.

2. Seal space outside of sleeves with approved joint compound for gypsum board assemblies.

3.2 SLEEVE-SEAL-SYSTEM INSTALLATION

A. Install sleeve-seal systems in sleeves in exterior concrete walls and slabs-on-grade at raceway entries into building.

B. Install type and number of sealing elements recommended by manufacturer for raceway or cable material and size. Position raceway or cable in center of sleeve. Assemble mechanical sleeve seals and install in annular space between raceway or cable and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal.

3.3 SLEEVE-SEAL-FITTING INSTALLATION

A. Install sleeve-seal fittings in new walls and slabs as they are constructed. B. Assemble fitting components of length to be flush with both surfaces of concrete slabs and walls.

Position waterstop flange to be centered in concrete slab or wall. C. Secure nailing flanges to concrete forms. D. Using grout, seal the space around outside of sleeve-seal fittings.

END OF SECTION 26 05 44

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

77

SECTION 26 05 53 IDENTIFICATION FOR ELECTRICAL SYSTEMS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Identification for raceways. 2. Identification of power and control cables. 3. Identification for conductors. 4. Warning labels and signs. 5. Equipment identification labels. 6. Miscellaneous identification products.

1.3 SUBMITTALS

A. Product Data: For each electrical identification product indicated. B. Samples: For each type of label and sign to illustrate size, colors, lettering style, mounting

provisions, and graphic features of identification products. C. Identification Schedule: An index of nomenclature of electrical equipment and system

components used in identification signs and labels.

1.4 QUALITY ASSURANCE

A. Comply with ANSI A13.1 and IEEE C2. B. Comply with NFPA 70. C. Comply with 29 CFR 1910.144 and 29 CFR 1910.145. D. Comply with ANSI Z535.4 for safety signs and labels. E. Adhesive-attached labeling materials, including label stocks, laminating adhesives, and inks used

by label printers, shall comply with UL 969.

1.5 COORDINATION

A. Coordinate identification names, abbreviations, colors, and other features with requirements in other Sections requiring identification applications, Drawings, Shop Drawings, manufacturer's wiring diagrams, and the Operation and Maintenance Manual; and with those required by codes, standards, and 29 CFR 1910.145. Use consistent designations throughout Project.

B. Coordinate installation of identifying devices with completion of covering and painting of surfaces where devices are to be applied.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

78

C. Coordinate installation of identifying devices with location of access panels and doors.

D. Install identifying devices before installing acoustical ceilings and similar concealment.

PART 2 - PRODUCTS

2.1 POWER RACEWAY IDENTIFICATION MATERIALS

A. Comply with ANSI A13.1 for minimum size of letters for legend and for minimum length of color field for each raceway size.

B. Colors for Raceways Carrying Circuits at 600 V or Less:

1. Black letters on an orange field. 2. Legend: Indicate voltage and system or service type.

C. Snap-Around Labels for Raceways Carrying Circuits at 600 V or Less: Slit, pretensioned, flexible, preprinted, color-coded acrylic sleeve, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action.

D. Snap-Around, Color-Coding Bands for Raceways Carrying Circuits at 600 V or Less: Slit, pretensioned, flexible, solid-colored acrylic sleeve, 2 inches long, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action.

E. Metal Tags: Brass or aluminum, 2 by 2 by 0.05 inch with stamped legend, punched for use with self-locking cable tie fastener.

2.2 METAL-CLAD CABLE IDENTIFICATION MATERIALS

A. Comply with ANSI A13.1 for minimum size of letters for legend and for minimum length of color field for each raceway and cable size.

B. Colors for Raceways Carrying Circuits at 600 V and Less:

1. Black letters on an orange field. 2. Legend: Indicate voltage and system or service type.

C. Self-Adhesive Vinyl Labels: Preprinted, flexible label laminated with a clear, weather- and chemical-resistant coating and matching wraparound adhesive tape for securing ends of legend label.

2.3 POWER AND CONTROL CABLE IDENTIFICATION MATERIALS

A. Comply with ANSI A13.1 for minimum size of letters for legend and for minimum length of color field for each raceway and cable size.

B. Self-Adhesive Vinyl Labels: Preprinted, flexible label laminated with a clear, weather- and chemical-resistant coating and matching wraparound adhesive tape for securing ends of legend label.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

79

C. Metal Tags: Brass or aluminum, 2 by 2 by 0.05 inch, with stamped legend, punched for use with self-locking cable tie fastener.

D. Snap-Around Labels: Slit, pretensioned, flexible, preprinted, color-coded acrylic sleeve, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action.

E. Snap-Around, Color-Coding Bands: Slit, pretensioned, flexible, solid-colored acrylic sleeve, 2 inches long, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action.

2.4 CONDUCTOR IDENTIFICATION MATERIALS

A. Color-Coding Conductor Tape: Colored, self-adhesive vinyl tape not less than 3 mils thick by 1 to 2 inches wide.

B. Snap-Around Labels: Slit, pretensioned, flexible, preprinted, color-coded acrylic sleeve, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action.

C. Snap-Around, Color-Coding Bands: Slit, pretensioned, flexible, solid-colored acrylic sleeve, 2 inches long, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action.

D. Marker Tapes: Vinyl or vinyl-cloth, self-adhesive wraparound type, with circuit identification legend machine printed by thermal transfer or equivalent process.

2.5 WARNING LABELS AND SIGNS

A. Comply with NFPA 70 and 29 CFR 1910.145.

B. Self-Adhesive Warning Labels: Factory-printed, multicolor, pressure-sensitive adhesive labels, configured for display on front cover, door, or other access to equipment unless otherwise indicated.

C. Baked-Enamel Warning Signs:

1. Preprinted aluminum signs, punched or drilled for fasteners, with colors, legend, and size required for application.

2. 1/4-inch grommets in corners for mounting. 3. Nominal size, 7 by 10 inches.

D. Metal-Backed, Butyrate Warning Signs:

1. Weather-resistant, nonfading, preprinted, cellulose-acetate butyrate signs with 0.0396-inch galvanized-steel backing; and with colors, legend, and size required for application.

2. 1/4-inch grommets in corners for mounting. 3. Nominal size, 10 by 14 inches.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

80

E. Warning label and sign shall include, but are not limited to, the following legends:

1. Multiple Power Source Warning: "DANGER - ELECTRICAL SHOCK HAZARD - EQUIPMENT HAS MULTIPLE POWER SOURCES."

2. Workspace Clearance Warning: "WARNING - OSHA REGULATION - AREA IN FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 36 INCHES."

2.6 INSTRUCTION SIGNS

A. Engraved, laminated acrylic or melamine plastic, minimum 1/16 inch thick for signs up to 20 sq. inches and 1/8 inch thick for larger sizes.

1. Engraved legend with black letters on white face. 2. Punched or drilled for mechanical fasteners. 3. Framed with mitered acrylic molding and arranged for attachment at applicable equipment.

2.7 EQUIPMENT IDENTIFICATION LABELS

A. Self-Adhesive, Engraved, Laminated Acrylic or Melamine Label: Adhesive backed, with white letters on a dark-gray background. Minimum letter height shall be 3/8 inch.

2.8 CABLE TIES

A. Plenum-Rated Cable Ties: Self extinguishing, UV stabilized, one piece, self locking.

1. Minimum Width: 3/16 inch. 2. Tensile Strength at 73 deg F, According to ASTM D 638: 7000 psi. 3. UL 94 Flame Rating: 94V-0. 4. Temperature Range: Minus 50 to plus 284 deg F. 5. Color: Black.

2.9 MISCELLANEOUS IDENTIFICATION PRODUCTS

A. Paint: Select paint system applicable for surface material and location (exterior or interior). B. Fasteners for Labels and Signs: Self-tapping, stainless-steel screws or stainless-steel machine

screws with nuts and flat and lock washers.

PART 3 - EXECUTION

3.1 INSTALLATION

A. Verify identity of each item before installing identification products.

B. Location: Install identification materials and devices at locations for most convenient viewing without interference with operation and maintenance of equipment.

C. Apply identification devices to surfaces that require finish after completing finish work.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

81

D. Self-Adhesive Identification Products: Clean surfaces before application, using materials and methods recommended by manufacturer of identification device.

E. Attach signs and plastic labels that are not self-adhesive type with mechanical fasteners appropriate to the location and substrate.

F. System Identification Color-Coding Bands for Raceways and Cables: Each color-coding band shall completely encircle cable or conduit. Place adjacent bands of two-color markings in contact, side by side. Locate bands at changes in direction, at penetrations of walls and floors, at 50-foot maximum intervals in straight runs, and at 25-foot maximum intervals in congested areas.

G. Aluminum Wraparound Marker Labels and Metal Tags: Secure tight to surface of conductor or cable at a location with high visibility and accessibility.

H. Cable Ties: For attaching tags. Use general-purpose type, except as listed below:

1. Outdoors: UV-stabilized nylon. 2. In Spaces Handling Environmental Air: Plenum rated.

I. Painted Identification: Comply with requirements in Division 09 painting Sections for surface preparation and paint application.

3.2 IDENTIFICATION SCHEDULE

A. Accessible Raceways and Metal-Clad Cables, 600 V or Less, for Service, Feeder, and Branch Circuits More Than 30V to ground: Identify with self-adhesive vinyl label. Install labels at 30-foot maximum intervals.

B. Install instructional sign including the color-code for grounded and ungrounded conductors using adhesive-film-type labels.

C. Conductors to Be Extended in the Future: Attach marker tape to conductors and list source.

D. Auxiliary Electrical Systems Conductor Identification: Identify field-installed alarm, control, and signal connections.

1. Identify conductors, cables, and terminals in enclosures and at junctions, terminals, and pull points. Identify by system and circuit designation.

2. Use system of marker tape designations that is uniform and consistent with system used by manufacturer for factory-installed connections.

3. Coordinate identification with Project Drawings, manufacturer's wiring diagrams, and the Operation and Maintenance Manual.

E. Workspace Indication: Install floor marking tape to show working clearances in the direction of access to live parts. Workspace shall be as required by NFPA 70 and 29 CFR 1926.403 unless otherwise indicated. Do not install at flush-mounted panelboards and similar equipment in finished spaces.

F. Warning Labels for Indoor Cabinets, Boxes, and Enclosures for Power and Lighting: Baked-enamel warning signs.

1. Comply with 29 CFR 1910.145. 2. Identify system voltage with black letters on an orange background. 3. Apply to exterior of door, cover, or other access.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

82

G. Equipment Identification Labels: On each unit of equipment, install unique designation label that is consistent with wiring diagrams, schedules, and the Operation and Maintenance Manual. Apply labels to disconnect switches and protection equipment, central or master units, control panels, control stations, terminal cabinets, and racks of each system. Systems include power, lighting, control, communication, signal, monitoring, and alarm systems unless equipment is provided with its own identification.

1. Labeling Instructions:

a. Indoor Equipment: Self-adhesive, engraved, laminated acrylic or melamine label. Unless otherwise indicated, provide a single line of text with 1/2-inch- high letters on 1-1/2-inch-high label; where two lines of text are required, use labels 2 inches high.

b. Elevated Components: Increase sizes of labels and letters to those appropriate for viewing from the floor.

c. Unless provided with self-adhesive means of attachment, fasten labels with appropriate mechanical fasteners that do not change the NEMA or NRTL rating of the enclosure.

2. Equipment to Be Labeled:

a. Panelboards: Typewritten directory of circuits in the location provided by panelboard manufacturer. Panelboard identification shall be self-adhesive, engraved, laminated acrylic or melamine label.

b. Enclosures and electrical cabinets.

c. Access doors and panels for concealed electrical items.

d. Variable-speed controllers.

e. Push-button stations.

END OF SECTION 26 05 53

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

83

SECTION 26 25 00 PANEL MDP BUS ASSEMBLIES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes the following:

1. Panel-bus assemblies.

2. Remove all existing feeders breakers and 400 amp buss from existing Cutler-Hammer MDP and install new 800 amp buss in existing back box on MDP in same configuration as existing then reinstall and reconnect all existing breakers in panel.

3. New Buss to meet existing AIC of existing switchboard.

1.3 ACTION SUBMITTALS

A. Shop Drawings: For each type of bus assembly.

1. Show fabrication and installation details for enclosed bus assemblies. Include plans, elevations, and sections of components. Designate components and accessories, including clamps, brackets, hanger rods, connectors, straight lengths, and fittings.

2. Indicate required clearances, method of field assembly, and location and size of each field connection.

3. Detail connections to switchgear.

1.4 CLOSEOUT SUBMITTALS

A. Operation and Maintenance Data: For bus assemblies to include in emergency, operation, and maintenance manuals.

1.5 QUALITY ASSURANCE

A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

84

B. Comply with NEMA BU 1, "Busways."

C. Comply with NFPA 70.

1.6 DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, and handle enclosed bus assemblies according to NEMA BU 1.1, "General Instructions for Proper Handling, Installation, Operation and Maintenance of Busway Rated 600 Volts or Less."

1.7 PROJECT CONDITIONS

A. Derate enclosed bus assemblies for continuous operation at indicated ampere ratings for ambient temperature not exceeding 122 deg F.

1.8 COORDINATION

A. Coordinate layout and installation of enclosed bus assemblies and suspension system with other construction that penetrates ceilings or floors or is supported by them, including light fixtures, HVAC equipment, fire-suppression system, and partition assemblies.

B. Coordinate size and location of concrete curbs around openings for vertical bus. Concrete, reinforcement, and formwork requirements are specified with concrete.

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

B. Manufacturers: Subject to compliance with requirements, provide products by the following:

1. Eaton Electrical Inc.; Cutler-Hammer Products.

2.2 ENCLOSED BUS ASSEMBLIES

A. Feeder-Bus Assemblies: NEMA BU 1, low-impedance bus assemblies in nonventilated housing; single-bolt joints; ratings as indicated.

1. Seismic Fabrication Requirements: Fabricate mounting provisions and attachments for feeder-bus assemblies with reinforcement strong enough to withstand seismic forces defined in Section 260548 "Vibration and Seismic Controls for Electrical Systems" when mounting provisions and attachments are anchored to building structure

2. Voltage: 120/208 V; 3 phase; 100 percent neutral capacity.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

85

3. Temperature Rise: 55 deg C above 40 deg C ambient maximum for continuous rated current.

4. Bus Materials: Current-carrying copper conductors fully insulated with Class 130C insulation except at joints; plated surface at joints.

5. Ground:

a. 50 percent capacity internal bus bars of material matching bus material.

6. Enclosure: Existing switchboard backbox.

7. Fittings and Accessories: Manufacturer's standard.

8. Mounting: Arranged flat, edgewise, or vertically without derating.

B. Phase and Neutral Buses and Connections: Three phase, four wire unless otherwise indicated. Tin-plated, high-strength, electrical-grade aluminum alloy with tin-plated aluminum circuit-breaker line connections.

1. Ground Bus: 1/4-by-2-inch minimum size, hard-drawn copper of 98 percent conductivity, equipped with pressure connectors for feeder and branch-circuit ground conductors.

2. Main Phase Buses and Equipment Ground Buses: Uniform capacity for entire length of switchboard's main and distribution sections. Provide for future extensions from both ends.

3. Neutral Buses: 100 percent of the ampacity of phase buses unless otherwise indicated, equipped with pressure connectors for outgoing circuit neutral cables.

PART 3 - EXECUTION

3.1 INSTALLATION

A. Support bus assemblies within back box of existing Culter-Hammer switchboard.

1. Support bus assembly to prevent twisting from eccentric loading.

B. Coordinate bus-assembly terminations to equipment enclosures to ensure proper phasing, connection, and closure.

C. Tighten bus-assembly joints with torque wrench or similar tool recommended by bus-assembly manufacturer.

D. Install existing breakers back into switchboard after installation of new 800 amp bus.

3.2 CONNECTIONS

A. Ground equipment according to Section 260526 "Grounding and Bonding for Electrical Systems."

B. Connect wiring according to Section 260519 "Low-Voltage Electrical Power Conductors and Cables."

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

86

3.3 CLEANING

A. Vacuum dirt and debris; do not use compressed air to assist in cleaning.

END OF SECTION 26 25 00

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

87

SECTION 26 32 13 ENGINE GENERATORS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes packaged engine-generator sets for standby power supply with the following features:

1. Diesel engine. 2. Unit-mounted cooling system. 3. Unit-mounted control and monitoring and remote annunciators. 4. Performance requirements for sensitive loads. 5. Load banks. 6. Outdoor enclosure.

B. Related Sections include the following:

1. Section 263600 "Transfer Switches" for transfer switches including sensors and relays to initiate automatic-starting and -stopping signals for engine-generator sets.

1.3 DEFINITIONS

A. Operational Bandwidth: The total variation from the lowest to highest value of a parameter over the range of conditions indicated, expressed as a percentage of the nominal value of the parameter.

1.4 ACTION SUBMITTALS

A. Product Data: For each type of packaged engine generator indicated. Include rated capacities, operating characteristics, and furnished specialties and accessories. In addition, include the following:

1. Thermal damage curve for generator. 2. Time-current characteristic curves for generator protective device.

B. Shop Drawings: Detail equipment assemblies and indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection.

1. Dimensioned outline plan and elevation drawings of engine-generator set and other components specified.

2. Wiring Diagrams: Power, signal, and control wiring.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

88

1.5 INFORMATIONAL SUBMITTALS

A. Qualification Data: For installer.

B. Source quality-control test reports.

1. Certified summary of prototype-unit test report. 2. Certified Test Reports: For components and accessories that are equivalent, but not

identical, to those tested on prototype unit. 3. Certified Summary of Performance Tests: Certify compliance with specified requirement

to meet performance criteria for sensitive loads. 4. Report of factory test on units to be shipped for this Project, showing evidence of

compliance with specified requirements. 5. Report of sound generation. 6. Report of exhaust emissions showing compliance with applicable regulations. 7. Certified Torsional Vibration Compatibility: Comply with NFPA 110.

C. Field quality-control test reports.

D. Warranty: Special warranty specified in this Section.

1.6 CLOSEOUT SUBMITTALS

A. Operation and Maintenance Data: For packaged engine generators to include in emergency, operation, and maintenance manuals. In addition to items specified in Section 01 78 23 "Operation and Maintenance Data," include the following:

1. List of tools and replacement items recommended to be stored at Project for ready access. Include part and drawing numbers, current unit prices, and source of supply.

B. Project Record Mylars: In addition to items specified in Section 01 78 23 "Operation and Maintenance Data," and as required by 6NYCRR Parts 614.2 – 614.5, include the following on the drawings:

1. A statement of certification by the Installer that the fuel tank installation meets all applicable State, Federal and Local Regulations.

1.7 MAINTENANCE MATERIAL SUBMITTALS

A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents.

1. Fuses: One for every 10 of each type and rating, but no fewer than one of each. 2. Indicator Lamps: Two for every six of each type used, but no fewer than two of each. 3. Filters: One set each of lubricating oil, fuel, and combustion-air filters.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

89

1.8 QUALITY ASSURANCE

A. Installer Qualifications: Manufacturer's authorized representative who is trained and approved for installation of units required for this Project.

1. Maintenance Proximity: Not more than four hours' normal travel time from Installer's place of business to Project site.

2. Engineering Responsibility: Preparation of data for vibration isolators and seismic restraints of engine skid mounts, including Shop Drawings, based on testing and engineering analysis of manufacturer's standard units in assemblies similar to those indicated for this Project.

B. Manufacturer Qualifications: A qualified manufacturer. Maintain, within 200 miles of Project site, a service center capable of providing training, parts, and emergency maintenance repairs.

C. Testing Agency Qualifications: An independent agency, with the experience and capability to conduct the testing indicated, that is a member company of the InterNational Electrical Testing Association or is a nationally recognized testing laboratory (NRTL), and that is acceptable to authorities having jurisdiction.

1. Testing Agency's Field Supervisor: Person currently certified by the InterNational Electrical Testing Association or the National Institute for Certification in Engineering Technologies to supervise on-site testing specified in Part 3.

D. Source Limitations: Obtain packaged generator sets and auxiliary components through one source from a single manufacturer.

E. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use.

F. Comply with ASME B15.1.

G. Comply with NFPA 37.

H. Comply with NFPA 70.

I. Comply with NFPA 110 requirements for Level 1 emergency power supply system.

J. Comply with UL 2200.

K. Engine Exhaust Emissions: Comply with applicable state and local government requirements.

L. Noise Emission: Comply with all Oswego County Requirements for maximum noise level at adjacent property boundaries due to sound emitted by generator set including engine, engine exhaust, engine cooling-air intake and discharge, and other components of installation.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

90

M. Fuel Storage:

1. Comply with requirements of New York State Petroleum Bulk Storage Code (6NYCRR Parts 612, 613 and 614).

2. Comply with requirements of NFPA Flammable and Combustible Liquids Code (NFPA #30, #30A and #17, latest editions).

1.9 PROJECT CONDITIONS

A. Interruption of Existing Electrical Service: Do not interrupt electrical service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary electrical service according to requirements indicated:

1. Notify Owner no fewer than 7 days in advance of proposed interruption of electrical service.

2. Do not proceed with interruption of electrical service without Owners written permission.

3. The Fulton Branch Building houses critical county services that require power to be maintained 24 hours per day seven days per week. The power and lighting circuits that support the critical county services and associated areas of the facility are currently connected to the existing EM Generator. Therefore, The existing EM generator, Transfer Switch. EM Power System, Fuel supply and related components shall be maintained and fully operational until the new EM Generator and associated equipment is installed, tested and certified by the manufacturer as fully functional and ready to operate.

B. Environmental Conditions: Engine-generator system shall withstand the following environmental conditions without mechanical or electrical damage or degradation of performance capability:

1. Ambient Temperature: 5 to 40 deg C 2. Relative Humidity: 0 to 95 percent. 3. Altitude: Sea level to 1000 feet

1.10 COORDINATION

A. Coordinate size and location of concrete bases for package engine generators. Cast anchor-bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified with concrete.

1.11 WARRANTY

A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of packaged engine generators and associated auxiliary components that fail in materials or workmanship within specified warranty period.

1. Warranty Period: 5 years from date of Substantial Completion.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

91

1.12 MAINTENANCE SERVICE

A. Initial Maintenance Service: Beginning at Substantial Completion, provide 24 months' full maintenance by skilled employees of manufacturer's designated service organization. Include quarterly exercising to check for proper starting, load transfer, and running under load. Include routine preventive maintenance as recommended by manufacturer and adjusting as required for proper operation. Provide parts and supplies same as those used in the manufacture and installation of original equipment.

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

B. Manufacturers: Oswego County has purchased multiple Caterpillar generators and would like to standardize on this manufacturer. Therefore, Caterpiller Generator Model D-175-2 is the basis of the design. Other Generator manufacturers are subject to compliance with requirements. Comparible products by the following manufactures will be considered:

1. Kohler Co, Generator Division 2. Onan / Cummings Power Generation, Industrial Business Group.

2.2 ENGINE-GENERATOR SET

A. Factory-assembled and -tested, engine-generator set.

B. Mounting Frame: Maintain alignment of mounted components without depending on concrete foundation; and have lifting attachments.

C. Capacities and Characteristics:

1. Power Output Ratings: Nominal ratings as indicated. 2. Output Connections: Three-phase, four wire. 3. Nameplates: For each major system component to identify manufacturer's name and

address, and model and serial number of component.

D. Generator-Set Performance:

1. Steady-State Voltage Operational Bandwidth: 3 percent of rated output voltage from no load to full load.

2. Transient Voltage Performance: Not more than 20 percent variation for 50 percent step-load increase or decrease. Voltage shall recover and remain within the steady-state operating band within three seconds.

3. Steady-State Frequency Operational Bandwidth: 0.5 percent of rated frequency from no load to full load.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

92

4. Steady-State Frequency Stability: When system is operating at any constant load within the rated load, there shall be no random speed variations outside the steady-state operational band and no hunting or surging of speed.

5. Transient Frequency Performance: Less than 5 percent variation for 50 percent step-load increase or decrease. Frequency shall recover and remain within the steady-state operating band within five seconds.

6. Output Waveform: At no load, harmonic content measured line to line or line to neutral shall not exceed 5 percent total and 3 percent for single harmonics. Telephone influence factor, determined according to NEMA MG 1, shall not exceed 50 percent.

7. Sustained Short-Circuit Current: For a 3-phase, bolted short circuit at system output terminals, system shall supply a minimum of 250 percent of rated full-load current for not less than 10 seconds and then clear the fault automatically, without damage to generator system components.

8. Start Time: Comply with NFPA 110, Type 10, system requirements.

2.3 ENGINE

A. Fuel: #2 Diesel

B. Rated Engine Speed: 1800 rpm.

C. Maximum Piston Speed for Four-Cycle Engines: 1500 fpm.

D. Lubrication System: The following items are mounted on engine or skid:

1. Filter and Strainer: Rated to remove 90 percent of particles 5 micrometers and smaller while passing full flow.

2. Thermostatic Control Valve: Control flow in system to maintain optimum oil temperature. Unit shall be capable of full flow and is designed to be fail-safe.

3. Crankcase Drain: Arranged for complete gravity drainage to an easily removable container with no disassembly and without use of pumps, siphons, special tools, or appliances.

E. Engine Fuel System:

1. Main Fuel Pump: Mounted on engine. Pump ensures adequate primary fuel flow under starting and load conditions.

2. Relief-Bypass Valve: Automatically regulates pressure in fuel line and returns excess fuel to source.

3. #2 Diesel with:

a. Fuel Prime Pump b. Secondary Fuel Filter c. Water seperator d. Flexible Fuel Connectors.

F. Coolant Jacket Heater: Electric-immersion type, factory installed in coolant jacket system.

G. Governor: Electronic.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

93

H. Cooling System: Closed loop, liquid cooled, with radiator factory mounted on engine-generator-set mounting frame and integral engine-driven coolant pump.

1. Coolant: Solution of 50 percent ethylene-glycol-based antifreeze and 50 percent water, with anticorrosion additives as recommended by engine manufacturer.

2. Size of Radiator: Adequate to contain expansion of total system coolant from cold start to 110 percent load condition.

3. Expansion Tank: Constructed of welded steel plate and rated to withstand maximum closed-loop coolant system pressure for engine used. Equip with gage glass and petcock.

4. Temperature Control: Self-contained, thermostatic-control valve modulates coolant flow automatically to maintain optimum constant coolant temperature as recommended by engine manufacturer.

5. Coolant Hose: Flexible assembly with inside surface of nonporous rubber and outer covering of aging-, ultraviolet-, and abrasion-resistant fabric.

a. Rating: 50-psig maximum working pressure with coolant at 180 deg F, and noncollapsible under vacuum.

b. End Fittings: Flanges or steel pipe nipples with clamps to suit piping and equipment connections.

I. Cooling System: Closed loop, liquid cooled, with radiator and integral engine-driven coolant pump.

1. Configuration: Vertical air discharge.

2. Radiator Core Tubes: Aluminum

3. Size of Radiator: Adequate to contain expansion of total system coolant from cold start to 110 percent load condition.

4. Expansion Tank: Constructed of welded steel plate and rated to withstand maximum closed-loop coolant system pressure for engine used. Equip with gage glass and petcock.

5. Fan: Driven by totally enclosed electric motor with sealed bearings.

6. Coolant: Solution of 50 percent ethylene-glycol-based antifreeze and 50 percent water, with anticorrosion additives as recommended by engine manufacturer.

7. Temperature Control: Self-contained, thermostatic-control valve modulates coolant flow automatically to maintain optimum constant coolant temperature as recommended by engine manufacturer.

J. Muffler/Silencer: Critical type, sized as recommended by engine manufacturer and selected with exhaust piping system to not exceed engine manufacturer's engine backpressure requirements.

1. Minimum sound attenuation of 25 dB at 500 Hz. 2. Sound level measured at a distance of 10 feet from exhaust discharge after installation is

complete shall be 85 dBA or less.

K. Air-Intake Filter: Heavy-duty, engine-mounted air cleaner with replaceable dry-filter element and "blocked filter" indicator.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

94

L. Starting System: 12-V electric, with negative ground.

1. Components: Sized so they will not be damaged during a full engine-cranking cycle with ambient temperature at maximum specified in Part 1 "Project Conditions" Article.

2. Cranking Motor: Heavy-duty unit that automatically engages and releases from engine flywheel without binding.

3. Cranking Cycle: As required by NFPA 110 for system level specified.

4. Battery: Adequate capacity within ambient temperature range specified in Part 1 "Project Conditions" Article to provide specified cranking cycle at least three times without recharging.

5. Battery Cable: Size as recommended by engine manufacturer for cable length indicated. Include required interconnecting conductors and connection accessories.

6. Battery Compartment: Factory fabricated of metal with acid-resistant finish and thermal insulation. Thermostatically controlled heater shall be arranged to maintain battery above 10 deg C regardless of external ambient temperature within range specified in Part 1 "Project Conditions" Article. Include accessories required to support and fasten batteries in place.

7. Battery-Charging Alternator: Factory mounted on engine with solid-state voltage regulation and 35-A minimum continuous rating.

8. Battery Charger: Current-limiting, automatic-equalizing and float-charging type. Unit shall comply with UL 1236 and include the following features:

a. Operation: Equalizing-charging rate of 10 A shall be initiated automatically after battery has lost charge until an adjustable equalizing voltage is achieved at battery terminals. Unit shall then be automatically switched to a lower float-charging mode and shall continue to operate in that mode until battery is discharged again.

b. Automatic Temperature Compensation: Adjust float and equalize voltages for variations in ambient temperature from minus 40 deg C to plus 60 deg C to prevent overcharging at high temperatures and undercharging at low temperatures.

c. Automatic Voltage Regulation: Maintain constant output voltage regardless of input voltage variations up to plus or minus 10 percent.

d. Ammeter and Voltmeter: Flush mounted in door. Meters shall indicate charging rates.

e. Safety Functions: Sense abnormally low battery voltage and close contacts providing low battery voltage indication on control and monitoring panel. Sense high battery voltage and loss of ac input or dc output of battery charger. Either condition shall close contacts that provide a battery-charger malfunction indication at system control and monitoring panel.

f. Enclosure and Mounting: NEMA 250, Type 1, wall-mounted cabinet.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

95

2.4 FUEL OIL STORAGE

A. Base-Mounted Fuel Oil Tank: Factory installed and piped, complying with UL 142 fuel oil tank. Features include the following:

1. Tank level indicator. 2. Capacity: Fuel for 72 hours' continuous operation at 100 percent rated power output.

Minimum of 1000 gallon tank, double wall with tank monitoring. 3. Vandal-resistant fill cap. 4. Containment Provisions: Comply with requirements of authorities having jurisdiction.

2.5 CONTROL AND MONITORING

A. Automatic Starting System Sequence of Operation: When mode-selector switch on the control and monitoring panel is in the automatic position, remote-control contacts in one or more separate automatic transfer switches initiate starting and stopping of generator set. When mode-selector switch is switched to the on position, generator set starts. The off position of same switch initiates generator-set shutdown. When generator set is running, specified system or equipment failures or derangements automatically shut down generator set and initiate alarms. Operation of a remote emergency-stop switch also shuts down generator set.

B. Manual Starting System Sequence of Operation: Switching on-off switch on the generator control panel to the on position starts generator set. The off position of same switch initiates generator-set shutdown. When generator set is running, specified system or equipment failures or derangements automatically shut down generator set and initiate alarms. Operation of a remote emergency-stop switch also shuts down generator set.

C. Configuration: Operating and safety indications, protective devices, basic system controls, and engine gages shall be grouped in a common control and monitoring panel mounted on the generator set. Mounting method shall isolate the control panel from generator-set vibration.

D. Indicating and Protective Devices and Controls: As required by NFPA 110 for Level 1 system, and the following:

1. AC voltmeter. 2. AC ammeter. 3. AC frequency meter. 4. DC voltmeter (alternator battery charging). 5. Engine-coolant temperature gage. 6. Engine lubricating-oil pressure gage. 7. Running-time meter. 8. Ammeter-voltmeter, phase-selector switch(es). 9. Generator-voltage adjusting rheostat. 10. Start-stop switch. 11. Overspeed shutdown device. 12. Coolant high-temperature shutdown device. 13. Coolant low-level shutdown device. 14. Oil low-pressure shutdown device. 15. Fuel tank derangement alarm. 16. Fuel tank high-level shutdown of fuel supply alarm. 17. Double wall fuel tank interstitial space leak detection alarm. 18. Generator overload.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

96

E. Supporting Items: Include sensors, transducers, terminals, relays, and other devices and include wiring required to support specified items. Locate sensors and other supporting items on engine or generator, unless otherwise indicated.

F. Connection to Data Link: A separate terminal block, factory wired to Form C dry contacts, for each alarm and status indication is reserved for connections for data-link transmission of indications to remote data terminals.

G. Common Remote Audible Alarm: Signal the occurrence of any events listed below without differentiating between event types. Connect so that after an alarm is silenced, clearing of initiating condition will reactivate alarm until silencing switch is reset.

1. Engine high-temperature shutdown. 2. Lube-oil, low-pressure shutdown. 3. Overspeed shutdown. 4. Remote emergency-stop shutdown. 5. Engine high-temperature prealarm. 6. Lube-oil, low-pressure prealarm. 7. Fuel tank, low-fuel level. 8. Low coolant level.

H. Remote Alarm Annunciator: Comply with NFPA 99. An LED labeled with proper alarm conditions shall identify each alarm event and a common audible signal shall sound for each alarm condition. Silencing switch in face of panel shall silence signal without altering visual indication. Connect so that after an alarm is silenced, clearing of initiating condition will reactivate alarm until silencing switch is reset. Cabinet and faceplate are surface- or flush-mounting type to suit mounting conditions indicated.

I. The generator control panel shall meet the following standards and environmental specifications:

1. Control Panel Standards:

a. CSA C222.2 No 100, 14, 94 b. ISO3046, ISO8528 c. MIL STND 461 d. UL508 Listed/Recognized e. UL Listed f. Comply with all necessary standards for CE Certification g. IEC529, IP56 h. IEC60034-5 i. IEC61131-3 j. NFPA110 L1 & L2

2. Control Panel Environmental Specifications:

a. Control Module Operating Temperature -40C to 70C b. Display Operating Temperature -20C to 70C c. Storage Temperature -40C to 85C d. Humidity: Up to 95% non-condensing e. Humidity: 100% condensing 30°C to 60°C f. Salt spray (packaged to IP56): 5% salt spray for 48 hours at 38°C with 36.8V

operating voltage

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

97

g. Chemical splash (packaged to IP56): SAE J1455, diesel fuel, engine oil, machine oil h. Shock: BS EN 60068-2-27, 15G 11ms half sine pulses i. Vibration: A random vibration profile, 24-1000Hz, 4.3G rms

3. Control Panel Construction and Wiring:

a. The Control Panel, Remote Annunciator and Discrete I/O Module shall be hermetically sealed with no circuit boards or ribbon cables exposed the atmosphere.

b. Connections to the control Panel, Remote Annunciator and Discrete I/O Module utilize watertight Deutsch IPD Connectors.

c. Located inside the Control Panel enclosure, the wiring to/from terminal blocks shall be type MTW for machine tool applications (moisture, oil and heat resistant).

d. Control Panel enclosure is independently mounted, vibration isolated with a hinged door.

e. The control panel and power terminations will be installed within a power center that is isolated from the vibration induced by the rotating mass of the generator set. The power center will be easily accessible and provide close proximity between the control panel and power termination. Generator set and enclosure services including jacket water heater, battery charger, battery heater, generator heater, (if specified and installed) shall be pre-wired from factory. Internal circuit protection in the form of fuses or breakers shall be provided.

J. Remote Emergency-Stop Switch: Flush; wall mounted, unless otherwise indicated; and labeled. Push button shall be protected from accidental operation.

2.6 GENERATOR OVERCURRENT AND FAULT PROTECTION

A. Generator Circuit Breaker: Molded-case, thermal-magnetic type; 100 percent rated; complying with NEMA AB 1 and UL 489.

1. Tripping Characteristic: Designed specifically for generator protection. 2. Trip Rating: Matched to generator rating. 3. Shunt Trip: Connected to trip breaker when generator set is shut down by other protective

devices. 4. Mounting: Adjacent to or integrated with control and monitoring panel.

B. Ground-Fault Indication: Comply with NFPA 70, "Emergency System" signals for ground-fault. Integrate ground-fault alarm indication with other generator-set alarm indications.

2.7 GENERATOR, EXCITER, AND VOLTAGE REGULATOR

A. Comply with NEMA MG 1.

B. Drive: Generator shaft shall be directly connected to engine shaft. Exciter shall be rotated integrally with generator rotor.

C. Electrical Insulation: Class H or Class F.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

98

D. Stator-Winding Leads: Brought out to terminal box to permit future reconnection for other voltages if required.

E. Construction shall prevent mechanical, electrical, and thermal damage due to vibration, overspeed up to 125 percent of rating, and heat during operation at 110 percent of rated capacity.

F. Enclosure: Dripproof.

G. Instrument Transformers: Mounted within generator enclosure.

H. Voltage Regulator: Solid-state type, separate from exciter, providing performance as specified.

1. Adjusting rheostat on control and monitoring panel shall provide plus or minus 5 percent adjustment of output-voltage operating band.

I. Strip Heater: Thermostatically controlled unit arranged to maintain stator windings above dew point.

J. Windings: Two-thirds pitch stator winding and fully linked amortisseur winding.

K. Subtransient Reactance: 12 percent, maximum.

2.8 OUTDOOR GENERATOR-SET ENCLOSURE

A. Description: Vandal-resistant, weatherproof steel sound enclosure, wind resistant up to 100 mph. Multiple panels shall be lockable and provide adequate access to components requiring maintenance. Panels shall be removable by one person without tools. Instruments and control shall be mounted within enclosure.

B. Description: Factory standard sound attenuating steel enclosure, with the following features:

1. Construction: A 14-gauge hot rolled steel weather protective enclosure with a minimum ambient capability of 110oF (43oC).

2. Inside and outside surfaces shall be primed and finished with a baked electrostatically applied powder coat paint before assembly of enclosure.

3. Enclosure shall have lockable, gasketed doors to provide secure access to fuel fill, oil fill, coolant, and battery. Coolant, fumes disposal lines and oil drains shall be piped to the base frame.

4. Vibration isolators shall be installed between gen-set and base to minimize engine vibration transmitted to base, enclosure, control panel and circuit breaker, thus reducing noise and mechanical stress.

5. Structural Design and Anchorage: Comply with ASCE 7 for wind loads.

6. Heater: 75dBA at 23’ while operating at 100% load.

7. Louvers: Equipped with bird screen and filter arranged to permit air circulation when engine is not running while excluding exterior dust, birds, and rodents. Cooling and combustion air shall enter enclosure through engineered air baffles to turn inlet air 180 degrees upon entry.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

99

8. Hinged Doors: With padlocking provisions.

9. Ventilation: Louvers equipped with bird screen and filter arranged to permit air circulation while excluding exterior dust, birds, and rodents.

10. Thermal Insulation: Manufacturer's standard materials and thickness selected in coordination with heater to maintain winter interior temperature within operating limits required by engine-generator-set components.

11. Muffler Location: Within enclosure.

12. Acoustic Insulation meeting UL 94 HF1 flammability classification.

C. Engine Cooling Airflow through Enclosure: Maintain temperature rise of system components within required limits when unit operates at 110 percent of rated load for 2 hours with ambient temperature at top of range specified in system service conditions.

1. Louvers: Fixed-engine, cooling-air inlet and discharge. Storm-proof and drainable louvers prevent entry of rain and snow.

2.9 VIBRATION ISOLATION DEVICES

A. Elastomeric Isolator Pads: Oil- and water-resistant elastomer or natural rubber, arranged in single or multiple layers, molded with a nonslip pattern and galvanized-steel baseplates of sufficient stiffness for uniform loading over pad area, and factory cut to sizes that match requirements of supported equipment.

1. Provide manufacturers standard product to meet seismic zone 4.

2.10 FINISHES

A. Indoor and Outdoor Enclosures and Components: Manufacturer's standard finish over corrosion-resistant pretreatment and compatible primer.

2.11 SOURCE QUALITY CONTROL

A. Prototype Testing: Factory test engine-generator set using same engine model, constructed of identical or equivalent components and equipped with identical or equivalent accessories.

1. Tests: Comply with NFPA 110, Level 1 Energy Converters and with IEEE 115.

B. Project-Specific Equipment Tests: Before shipment, factory test engine-generator set and other system components and accessories manufactured specifically for this Project. Perform tests at rated load and power factor. Include the following tests:

1. Test components and accessories furnished with installed unit that are not identical to those on tested prototype to demonstrate compatibility and reliability.

2. Full load run. 3. Maximum power. 4. Voltage regulation. 5. Transient and steady-state governing. 6. Single-step load pickup.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

100

7. Safety shutdown. 8. Provide 14 days' advance notice of tests and opportunity for observation of tests by

Owner's representative. 9. Report factory test results within 10 days of completion of test.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine areas, equipment bases, and conditions, with Installer present, for compliance with requirements for installation and other conditions affecting packaged engine-generator performance.

B. Examine roughing-in of piping systems and electrical connections. Verify actual locations of connections before packaged engine-generator installation.

C. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2 INSTALLATION

A. Comply with packaged engine-generator manufacturers' written installation and alignment instructions and with NFPA 110.

B. Install packaged engine generator to provide access, without removing connections or accessories, for periodic maintenance.

C. Install Schedule 40, black steel piping with welded joints and connect to engine muffler. Install thimble at wall. Piping shall be same diameter as muffler outlet.

1. Install condensate drain piping to muffler drain outlet full size of drain connection with a shutoff valve, stainless-steel flexible connector, and Schedule 40, black steel pipe with welded joints.

D. Electrical Wiring: Install electrical devices furnished by equipment manufacturers but not specified to be factory mounted.

3.3 CONNECTIONS

A. Piping installation requirements are specified in other Sections. Drawings indicate general arrangement of piping and specialties.

B. Connect fuel, cooling-system, and exhaust-system piping adjacent to packaged engine generator to allow service and maintenance.

C. Connect engine exhaust pipe to engine with flexible connector. D. Connect fuel piping to engines with a gate valve and union and flexible connector. E. Ground equipment according to Section 260526 "Grounding and Bonding for Electrical

Systems." F. Connect wiring according to Section 260519 "Low-Voltage Electrical Power Conductors and

Cables."

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

101

3.4 IDENTIFICATION

A. Identify system components according to Section 260553 "Identification for Electrical Systems."

3.5 FIELD QUALITY CONTROL

A. Testing Agency: Engage a qualified testing agency to perform tests and inspections and prepare test reports.

B. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect, test, and adjust components, assemblies, and equipment installations, including connections. Report results in writing.

C. Perform tests and inspections and prepare test reports.

1. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect components, assemblies, and equipment installations, including connections, and to assist in testing.

D. Tests and Inspections:

1. Perform tests recommended by manufacturer and each electrical test and visual and mechanical inspection for "AC Generators and for Emergency Systems" specified in NETA Acceptance Testing Specification. Certify compliance with test parameters.

2. NFPA 110 Acceptance Tests: Perform tests required by NFPA 110 that are additional to those specified here including, but not limited to, single-step full-load pickup test.

3. Battery Tests: Equalize charging of battery cells according to manufacturer's written instructions. Record individual cell voltages.

a. Measure charging voltage and voltages between available battery terminals for full-charging and float-charging conditions. Check electrolyte level and specific gravity under both conditions.

b. Test for contact integrity of all connectors. Perform an integrity load test and a capacity load test for the battery.

c. Verify acceptance of charge for each element of the battery after discharge.

d. Verify that measurements are within manufacturer's specifications.

4. Battery-Charger Tests: Verify specified rates of charge for both equalizing and float-charging conditions.

5. System Integrity Tests: Methodically verify proper installation, connection, and integrity of each element of engine-generator system before and during system operation. Check for air, exhaust, and fluid leaks.

6. Exhaust-System Back-Pressure Test: Use a manometer with a scale exceeding 40-inch wg. Connect to exhaust line close to engine exhaust manifold. Verify that back pressure at full-rated load is within manufacturer's written allowable limits for the engine.

7. Exhaust Emissions Test: Comply with applicable government test criteria.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

102

8. Voltage and Frequency Transient Stability Tests: Use recording oscilloscope to measure voltage and frequency transients for 50 and 100 percent step-load increases and decreases, and verify that performance is as specified.

9. Harmonic-Content Tests: Measure harmonic content of output voltage under 25 percent and at 100 percent of rated linear load. Verify that harmonic content is within specified limits.

10. Noise Level Tests: Measure A-weighted level of noise emanating from generator-set installation, including engine exhaust and cooling-air intake and discharge, at 8 locations on the property line and compare measured levels with Suffolk County Requirements.

E. Coordinate tests with tests for transfer switches and run them concurrently.

F. Test instruments shall have been calibrated within the last 12 months, traceable to standards of NIST, and adequate for making positive observation of test results. Make calibration records available for examination on request.

G. Leak Test: After installation, charge system and test for leaks. Repair leaks and retest until no leaks exist.

H. Operational Test: After electrical circuitry has been energized, start units to confirm proper motor rotation and unit operation.

I. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment.

J. Remove and replace malfunctioning units and retest as specified above.

K. Retest: Correct deficiencies identified by tests and observations and retest until specified requirements are met.

L. Report results of tests and inspections in writing. Record adjustable relay settings and measured insulation resistances, time delays, and other values and observations. Attach a label or tag to each tested component indicating satisfactory completion of tests.

M. Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, perform an infrared scan of each power wiring termination and each bus connection. Remove all access panels so terminations and connections are accessible to portable scanner.

1. Follow-up Infrared Scanning: Perform an additional follow-up infrared scan 11 months after date of Substantial Completion.

2. Instrument: Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device.

3. Record of Infrared Scanning: Prepare a certified report that identifies terminations and connections checked and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

103

3.6 DEMONSTRATION

A. Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain packaged engine generators. Refer to Section 017900 "Demonstration and Training."

END OF SECTION 26 32 13

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

104

SECTION 26 36 00 TRANSFER SWITCHES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section includes transfer switches rated 600 V and less, including the following:

1. Automatic transfer switches. 2. Remote annunciation and control systems.

1.3 ACTION SUBMITTALS

A. Product Data: For each type of product indicated. Include rated capacities, weights, operating characteristics, furnished specialties, and accessories.

B. Shop Drawings: Dimensioned plans, elevations, sections, and details showing minimum clearances, conductor entry provisions, gutter space, installed features and devices, and material lists for each switch specified.

1. Single-Line Diagram: Show connections between transfer switch, bypass/isolation switch, power sources, and load; and show interlocking provisions for each combined transfer switch and bypass/isolation switch.

1.4 INFORMATIONAL SUBMITTALS

A. Qualification Data: For manufacturer.

B. Manufacturer Seismic Qualification Certification: Submit certification that transfer switches accessories, and components will withstand seismic forces defined for the project location. Include the following:

1. Basis for Certification: Indicate whether withstand certification is based on actual test of assembled components or on calculation.

a. The term "withstand" means "the unit will remain in place without separation of any parts from the device when subjected to the seismic forces specified."

b. The term "withstand" means "the unit will remain in place without separation of any parts from the device when subjected to the seismic forces specified and the unit will be fully operational after the seismic event."

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

105

2. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mounting and anchorage provisions.

3. Detailed description of equipment anchorage devices on which the certification is based and their installation requirements.

C. Field quality-control reports.

1.5 CLOSEOUT SUBMITTALS

A. Operation and Maintenance Data: For each type of product to include in emergency, operation, and maintenance manuals.

1. Features and operating sequences, both automatic and manual. 2. List of all factory settings of relays; provide relay-setting and calibration instructions,

including software, where applicable.

1.6 QUALITY ASSURANCE

A. Manufacturer Qualifications: Maintain a service center capable of providing training, parts, and emergency maintenance repairs within a response period of less than eight hours from time of notification.

B. Testing Agency Qualifications: An independent agency, with the experience and capability to conduct the testing indicated, that is a member company of the InterNational Electrical Testing Association or is a nationally recognized testing laboratory (NRTL) as defined by OSHA in 29 CFR 1910.7, and that is acceptable to authorities having jurisdiction.

1. Testing Agency's Field Supervisor: Person currently certified by the InterNational Electrical Testing Association or the National Institute for Certification in Engineering Technologies to supervise on-site testing specified in Part 3.

C. Source Limitations: Obtain automatic transfer switch and remote annunciator and control panels through one source from a single manufacturer.

D. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.

E. Comply with NEMA ICS 1.

F. Comply with NFPA 70.

G. Comply with NFPA 99.

H. Comply with NFPA 110.

I. Comply with UL 1008 unless requirements of these Specifications are stricter.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

106

1.7 FIELD CONDITIONS

A. Interruption of Existing Electrical Service: Do not interrupt electrical service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary electrical service:

1. Notify Owner no fewer than 7 days in advance of proposed interruption of electrical service.

2. Do not proceed with interruption of electrical service without Owners writeen permission.

PART 2 - PRODUCTS

2.1 MANUFACTURED UNITS

A. Contactor Transfer Switches:

1. Basis-of-Design Product: Subject to compliance with requirements, provide product by one of the following: a. Caterpillar; Engine Div. b. Kohler Power Systems; Generator Division. c. Onan/Cummins Power Generation; Industrial Business Group.

2.2 GENERAL TRANSFER-SWITCH PRODUCT REQUIREMENTS

A. Indicated Current Ratings: Apply as defined in UL 1008 for continuous loading and total system transfer, including tungsten filament lamp loads not exceeding 30 percent of switch ampere rating, unless otherwise indicated.

B. Tested Fault-Current Closing and Withstand Ratings: Adequate for duty imposed by protective devices at installation locations in Project under the fault conditions indicated, based on testing according to UL 1008.

1. Where transfer switch includes internal fault-current protection, rating of switch and trip unit combination shall exceed indicated fault-current value at installation location.

C. Solid-State Controls: Repetitive accuracy of all settings shall be plus or minus 2 percent or better over an operating temperature range of minus 20 to plus 70 deg C.

D. Resistance to Damage by Voltage Transients: Components shall meet or exceed voltage-surge withstand capability requirements when tested according to IEEE C62.41. Components shall meet or exceed voltage-impulse withstand test of NEMA ICS 1.

E. Electrical Operation: Accomplish by a nonfused, momentarily energized solenoid or electric-motor-operated mechanism, mechanically and electrically interlocked in both directions.

F. Switch Characteristics: Designed for continuous-duty repetitive transfer of full-rated current between active power sources.

1. Limitation: Switches using molded-case switches or circuit breakers or insulated-case circuit-breaker components are not acceptable.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

107

2. Switch Action: Double throw; mechanically held in both directions.

3. Contacts: Silver composition or silver alloy for load-current switching. Conventional automatic transfer-switch units, rated 225 A and higher, shall have separate arcing contacts.

G. Neutral Switching. Where four-pole switches are indicated, provide neutral pole switched simultaneously with phase poles.

H. Neutral Terminal: Solid and fully rated, unless otherwise indicated.

I. Annunciation, Control, and Programming Interface Components: Devices at transfer switches for communicating with remote programming devices, annunciators, or annunciator and control panels shall have communication capability matched with remote device.

J. Factory Wiring: Train and bundle factory wiring and label, consistent with Shop Drawings, either by color-code or by numbered or lettered wire and cable tape markers at terminations. Color-coding and wire and cable tape markers are specified in Section 260553 "Identification for Electrical Systems."

1. Designated Terminals: Pressure type, suitable for types and sizes of field wiring indicated. 2. Power-Terminal Arrangement and Field-Wiring Space: Suitable for top, side, or bottom

entrance of feeder conductors as indicated. 3. Control Wiring: Equipped with lugs suitable for connection to terminal strips.

K. Enclosures: General-purpose NEMA 250, Type 1, complying with NEMA ICS 6 and UL 508, unless otherwise indicated.

2.3 AUTOMATIC TRANSFER SWITCHES

A. Comply with Level 1 equipment according to NFPA 110, transfer switch to the Service Entrance Rated.

B. Switching Arrangement: Double-throw type, incapable of pauses or intermediate position stops during normal functioning, unless otherwise indicated.

C. Manual Switch Operation: Under load, with door closed and with either or both sources energized. Transfer time is same as for electrical operation. Control circuit automatically disconnects from electrical operator during manual operation.

D. Digital Communication Interface: Matched to capability of remote annunciator or annunciator and control panel.

E. Transfer Switches Based on Molded-Case-Switch Components: Comply with NEMA AB 1, UL 489, and UL 869A.

F. Automatic Transfer-Switch Features:

1. Undervoltage Sensing for Each Phase of Normal Source: Sense low phase-to-ground voltage on each phase. Pickup voltage shall be adjustable from 85 to 100 percent of nominal, and dropout voltage is adjustable from 75 to 98 percent of pickup value. Factory set for pickup at 90 percent and dropout at 85 percent.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

108

2. Adjustable Time Delay: For override of normal-source voltage sensing to delay transfer and engine start signals. Adjustable from zero to six seconds, and factory set for one second.

3. Voltage/Frequency Lockout Relay: Prevent premature transfer to generator. Pickup voltage shall be adjustable from 85 to 100 percent of nominal. Factory set for pickup at 90 percent. Pickup frequency shall be adjustable from 90 to 100 percent of nominal. Factory set for pickup at 95 percent.

4. Time Delay for Retransfer to Normal Source: Adjustable from 0 to 30 minutes, and factory set for 10 minutes to automatically defeat delay on loss of voltage or sustained undervoltage of emergency source, provided normal supply has been restored.

5. Test Switch: Simulate normal-source failure.

6. Switch-Position Pilot Lights: Indicate source to which load is connected.

7. Source-Available Indicating Lights: Supervise sources via transfer-switch normal- and emergency-source sensing circuits.

a. Normal Power Supervision: Green light with nameplate engraved "Normal Source Available."

b. Emergency Power Supervision: Red light with nameplate engraved "Emergency Source Available."

8. Unassigned Auxiliary Contacts: Two normally open, single-pole, double-throw contacts for each switch position, rated 10 A at 240-V ac.

9. Engine Starting Contacts: One isolated and normally closed, and one isolated and normally open; rated 10 A at 32-V dc minimum.

10. Engine Shutdown Contacts: Instantaneous; shall initiate shutdown sequence at remote engine-generator controls after retransfer of load to normal source.

11. Engine Shutdown Contacts: Time delay adjustable from zero to five minutes, and factory set for five minutes. Contacts shall initiate shutdown at remote engine-generator controls after retransfer of load to normal source.

12. Engine-Generator Exerciser: Solid-state, programmable-time switch starts engine generator and transfers load to it from normal source for a preset time, then retransfers and shuts down engine after a preset cool-down period. Initiates exercise cycle at preset intervals adjustable from 7 to 30 days. Running periods are adjustable from 10 to 30 minutes. Factory settings are for 7-day exercise cycle, 20-minute running period, and 5-minute cool-down period. Exerciser features include the following:

a. Exerciser Transfer Selector Switch: Permits selection of exercise with and without load transfer.

b. Push-button programming control with digital display of settings. c. Integral battery operation of time switch when normal control power is not available.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

109

2.4 SOURCE QUALITY CONTROL

A. Factory test and inspect components, assembled switches, and associated equipment. Ensure proper operation. Check transfer time and voltage, frequency, and time-delay settings for compliance with specified requirements. Perform dielectric strength test complying with NEMA ICS 1.

PART 3 - EXECUTION

3.1 INSTALLATION

A. Design each fastener and support to carry load indicated by seismic requirements and according to seismic-restraint details.

B. Identify components according to Section 260553 "Identification for Electrical Systems." C. Set field-adjustable intervals and delays, relays, and engine exerciser clock.

3.2 CONNECTIONS

A. Wiring to Remote Components: Match type and number of cables and conductors to control and communication requirements of transfer switches as recommended by manufacturer. Increase raceway sizes at no additional cost to Owner if necessary to accommodate required wiring.

B. Ground equipment according to Section 260526 "Grounding and Bonding for Electrical Systems."

C. Connect wiring according to Section 260519 "Low-Voltage Electrical Power Conductors and Cables."

3.3 FIELD QUALITY CONTROL

A. Manufacturer's Field Service: Engage a factory-authorized service representative to test and inspect components, assemblies, and equipment installations, including connections.

B. Perform the following tests and inspections with the assistance of a factory-authorized service representative:

1. After installing equipment and after electrical circuitry has been energized, test for compliance with requirements.

2. Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters.

3. Measure insulation resistance phase-to-phase and phase-to-ground with insulation-resistance tester. Include external annunciation and control circuits. Use test voltages and procedure recommended by manufacturer. Comply with manufacturer's specified minimum resistance.

a. Check for electrical continuity of circuits and for short circuits. b. Inspect for physical damage, proper installation and connection, and integrity of

barriers, covers, and safety features.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

110

c. Verify that manual transfer warnings are properly placed. d. Perform manual transfer operation.

4. After energizing circuits, demonstrate interlocking sequence and operational function for each switch at least three times.

a. Simulate power failures of normal source to automatic transfer switches and of emergency source with normal source available.

b. Simulate loss of phase-to-ground voltage for each phase of normal source.

c. Verify time-delay settings.

d. Verify pickup and dropout voltages by data readout or inspection of control settings.

e. Test bypass/isolation unit functional modes and related automatic transfer-switch operations.

f. Perform contact-resistance test across main contacts and correct values exceeding 500 microhms and values for 1 pole deviating by more than 50 percent from other poles.

g. Verify proper sequence and correct timing of automatic engine starting, transfer time delay, retransfer time delay on restoration of normal power, and engine cool-down and shutdown.

5. Ground-Fault Tests: Coordinate with testing of ground-fault protective devices for power delivery from both sources.

a. Verify grounding connections and locations and ratings of sensors.

C. Coordinate tests with tests of generator and run them concurrently.

D. Report results of tests and inspections in writing. Record adjustable relay settings and measured insulation and contact resistances and time delays. Attach a label or tag to each tested component indicating satisfactory completion of tests.

E. Remove and replace malfunctioning units and retest as specified above.

F. Prepare test and inspection reports.

G. Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, perform an infrared scan of each switch. Remove all access panels so joints and connections are accessible to portable scanner.

1. Follow-up Infrared Scanning: Perform an additional follow-up infrared scan of each switch 11 months after date of Substantial Completion.

2. Instrument: Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device.

3. Record of Infrared Scanning: Prepare a certified report that identifies switches checked and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

111

3.4 DEMONSTRATION

A. Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain transfer switches and related equipment.

B. Coordinate this training with that for generator equipment.

END OF SECTION 26 36 00

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

112

SECTION 31 20 00 EARTH MOVING

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Preparing subgrades for pavements and turf and grasses. 2. Structural Fill: For backfill under structures, pavements, concrete pads, etc. 3. Granular Fill: Sub base for interior concrete slabs-on-grade, asphalt paving, concrete

paving, etc. 4. Subsurface drainage fill for foundation drains, underdrains, etc. 5. Excavating and backfilling for buildings and structures. 6. Excavating and backfilling trenches for utilities and pits for buried utility structures.

1.3 UNIT PRICES

A. Work of this Section is affected by unit prices for earth moving specified in Division 01 Section "Unit Prices."

B. Rock Measurement: Volume of rock actually removed, measured in original position, but not to exceed the following. Unit prices for rock excavation include replacement with approved materials.

1. 24 inches outside of concrete forms other than at footings. 2. 12 inches outside of concrete forms at footings. 3. 6 inches outside of minimum required dimensions of concrete cast against grade. 4. Outside dimensions of concrete walls indicated to be cast against rock without forms or

exterior waterproofing treatments. 5. 6 inches beneath bottom of concrete slabs-on-grade. 6. 6 inches beneath invert of pipe in trenches, and the greater of 24 inches wider than pipe or

42 inches wide.

1.4 DEFINITIONS

A. Backfill: Soil material or controlled low-strength material used to fill an excavation.

1. Initial Backfill: Backfill placed beside and over pipe in a trench, including haunches to support sides of pipe.

2. Final Backfill: Backfill placed over initial backfill to fill a trench.

B. Base Course: Aggregate layer placed between the subbase course and hot-mix asphalt paving.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

113

C. Bedding Course: Aggregate layer placed over the excavated subgrade in a trench before laying pipe.

D. Borrow Soil: Satisfactory soil imported from off-site for use as fill or backfill.

E. Drainage Course: Aggregate layer supporting the slab-on-grade that also minimizes upward capillary flow of pore water.

F. Subbase: Granular aggregate layer supporting the slab-on-grade and pavement that also minimizes upward capillary flow of pore water.

G. Excavation: Removal of material encountered above subgrade elevations and to lines and dimensions indicated.

1. Authorized Additional Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions as directed by Geotechnical Engineer. Authorized additional excavation and replacement material will be paid for according to Contract provisions for unit prices, if specified, or changes in the Work.

2. Bulk Excavation: Excavation more than 10 feet in width and more than 30 feet in length.

3. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions without direction by Geotechnical Engineer or Architect. Unauthorized excavation, as well as remedial work directed by Geotechnical Engineer or Architect shall be without additional compensation.

H. Fill: Soil materials used to raise existing grades.

I. Hazardous Soil Materials: Soils that are contaminated with petroleum product and/or hazardous chemicals, waste or industrial waste.

J. Rock: Rock material in beds, ledges, unstratified masses, conglomerate deposits, and boulders of rock material that exceed 1 cu. yd. for bulk excavation or for footing, trench, and pit excavation that cannot be removed by rock excavating equipment equivalent to the following in size and performance ratings, without systematic drilling, ram hammering, ripping, or blasting, when permitted:

1. Rock Excavation: Track-mounted excavator rated at not less than 222-hp flywheel power with weight of 70,000 lbs or greater and a 30” wide short-tip radius rock bucket. (Ratings are based on Caterpillar's "Model No. 330B”.)

K. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface.

L. Subgrade: Uppermost surface of an excavation or the top surface of a fill or backfill immediately below aggregate base, structural fill, drainage fill, or topsoil materials.

M. Utilities: On-site underground pipes, conduits, ducts, and cables, as well as underground services within buildings.

N. Non-Granular Fill: Soil fill material used to raise existing grades in areas that do not require granular or structural fill.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

114

1.5 SUBMITTALS

A. General: Submit all action submittals and informational submittals required by this Section concurrently.

B. Action Submittals:

1. Product Data: For each type of the following manufactured products required:

a. Geotextiles. b. Warning tapes.

2. Material Test Reports: For each on-site and borrow soil material proposed for fill and

backfill as follows:

a. Classification according to ASTM D 2487. b. Laboratory compaction curve according to ASTM D 1557.

3. Samples for Verification: For the following products, in sizes or quantities indicated below:

a. Fill: One-half gallon by volume of material in sturdy container of each type of fill, naming source for each material.

b. Geotextile: 12 by 12 inches. c. Warning Tape: 12 inches long; of each color.

C. Informational Submittals:

1. Qualification Data: For qualified testing agency.

2. Pre-excavation Photographs or Videotape: Show existing conditions of adjoining construction and site improvements, including finish surfaces, which might be misconstrued as damage caused by earth moving operations. Submit before earth moving begins.

1.6 QUALITY ASSURANCE

A. Installer Qualifications: Qualified Installers as defined below:

1. Earthwork Contractor Experience Requirements: Provide a list of at least four Earthwork projects of comparable size, scope, and quality completed successfully by the proposed Sub Contractor within the past two years that includes the date completed, project Owner’s name and current contact information, including telephone numbers and e-mail addresses.

1.7 PROJECT CONDITIONS

A. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during earth moving operations.

1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction.

2. Provide alternate routes around closed or obstructed traffic ways if required by Owner or authorities having jurisdiction.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

115

B. Improvements on Adjoining Property: If work includes improvements on adjoining property, written authorization for performing earth moving indicated on property adjoining Owner's property will be obtained by Owner before award of Contract.

1. Do not proceed with work on adjoining property until directed by Architect.

C. Utility Locator Service: Notify utility locator service for area where Project is located before beginning earth moving operations.

D. Do not commence earth moving operations until temporary and permanent erosion- and sedimentation-control measures, specified in Division 31 Section “Erosion and Sedimentation Control” are in place.

E. Do not commence earth moving operations until plant-protection measures specified in Division 31 Sections “Erosion and Sedimentation Control” and “Site Clearing” are in place.

F. The following practices are prohibited within tree- or plant-protection zones:

1. Storage of construction materials, debris, or excavated material. 2. Parking vehicles or equipment. 3. Foot traffic. 4. Erection of sheds or structures. 5. Impoundment of water. 6. Excavation or other digging unless otherwise indicated. 7. Attachment of signs to or wrapping materials around trees or plants unless otherwise

indicated. 8. Directing vehicle or equipment exhaust towards protection zones. 9. Heat sources, flames, ignition sources, and smoking within or near protection zones.

G. Existing Hazardous Materials:

1. If during the performance of the work suspected hazardous materials are encountered, do not disturb; immediately notify Architect and Owner. If present, hazardous materials will be removed by Owner under a separate contract.

PART 2 - PRODUCTS

2.1 MATERIALS

A. Soil Materials

1. General: Provide imported soil materials when sufficient satisfactory soil materials are not available from onsite excavations.

2. Topsoil: Refer to Turf and Grasses Specification, Division 32.

B. Hazardous Materials:

1. Provide fill materials that are not contaminated with petroleum product, hazardous waste or industrial waste.

2. Contamination above federal, state or local requirements is not acceptable. Materials with a visible sheen or petroleum odor shall be rejected.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

116

C. Unsuitable Soils: Soil Classification Groups GC, SC, CL, ML, OL, CH, MH, OH, and PT according to ASTM D 2487, or a combination of these groups.

1. Unsuitable soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction.

D. Non-Granular Fill: Material is to comply with NYSDOT requirements for Select Borrow and Select Fill with modifications shown below. This material is not allowed in areas where granular soils are required, including within the building footprint, below pavement areas or below a synthetic turf athletic field.

1. On-Site Non-Granular Fill

a. Submittal must be provided demonstrating that on-site soil material meets the criteria outlined in this Section for use as fill material.

b. Obtain approval of Architect before proceeding with use of on-site material.

c. Material is to have no particles greater than 4” in maximum dimension, no more than 70% by weight passing the #40 sieve and no more than 20% passing the #200 sieve.

d. Testing submitted is to demonstrate that proper compaction can be achieved as required in Part 3, Execution.

2. Imported Non-Granular Fill

a. Where quantity of approved non-granular fill materials required exceeds that available from on-site stock-piles, provide suitable material from off-site sources.

b. Obtain approval of Architect before proceeding with use of imported fill material.

c. Material is to have no particles greater than 4” in maximum dimension, no more than 70% passing by weight the #40 sieve and no more than 15% passing the #200 sieve.

d. Testing submitted is to demonstrate that proper compaction can be achieved as required in Part 3, Execution.

E. Structural Fill: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand.

1. Type 1 Fill (NYSDOT Standard Specification, Section 304, Type 1 / Granular Fill) gradation requirements:

Sieve Designation Percent by Weight Passing

Square Mesh Sieves 3 inch 100 2 inch 90 to 100 1/4-inch 30 to 65 #40 5 to 40 #200 0 to 10

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

117

F. Granular Fill: Import all granular fill types from off-site sources. Granular fill consists of stone, sand, and gravel, or blends of these materials, free of slag, complying with New York State Department of Transportation (NYSDOT) Standard Specification, Section 304, as modified below:

1. Type 2 Fill (NYSDOT Type 2 / Crushed Ledge Rock Stone) Gradation Requirements. Sieve Designation Percent by Weight Passing

Square Mesh Sieves 2 inch 100 1/4-inch 25 to 60 #40 5 to 40 #200 0 to 10

G. Crushed Stone: Where indicated, provide the following fill materials, consisting of stone, free of slag, complying with New York State Department of Transportation (NYSDOT) Standard Specifications, Section 703-02 which is product of mechanical crushing, complying with following requirements:

1. NYSDOT No. 1 Crushed Stone Gradation Requirements:

Sieve Designation Percent by Weight Passing Square Mesh Sieves

1 inch 100 1/2-inch 90 to 100 1/4-inch 0 to 15 #200 0 to 1

2. NYSDOT No. 2 Crushed Stone Gradation Requirements:

Sieve Designation Percent by Weight Passing Square Mesh Sieves

1-1/2 inch 100 1 inch 90 to 100 1/2-inch 0 to 15 #200 0 to 1

PART 3 - EXECUTION

3.1 EXAMINATION

A. Verification of Conditions: Examine conditions under which earthwork is to be accomplished in coordination with Installer of materials and components specified in this Section and notify affected Prime Contractors and Architect in writing of any conditions detrimental to proper and timely accomplishment. Do not proceed with earthwork until unsatisfactory conditions have been corrected in manner acceptable to Installer.

1. When Installer confirms conditions as acceptable to ensure proper and timely installation and to ensure requirements for applicable warranty or guarantee can be satisfied, submit to Architect written confirmation from applicable Installer. Failure to submit written confirmation and subsequent installation will be assumed to indicate conditions are acceptable to Installer.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

118

3.2 PREPARATION

A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earth moving operations.

1. Contractor is entirely responsible for strength and adequacy of bracing and shoring, and for safety and support of construction from damage or injury caused by lack of adequate protection or by movement or settlement.

B. Protect and maintain erosion and sedimentation controls during earth moving operations.

C. Protect subgrades and foundation soils from freezing temperatures and frost. Remove temporary protection before placing subsequent materials.

3.3 DEWATERING

A. Prevent surface water and ground water from entering excavations, from ponding on prepared subgrades, and from flooding Project site and surrounding area.

B. Protect subgrades from softening, undermining, washout, and damage by rain or water accumulation.

1. Reroute surface water runoff away from excavated areas. Do not allow water to accumulate in excavations. Do not use excavated trenches as temporary drainage ditches.

3.4 EXPLOSIVES

A. Explosives: Do not use explosives.

3.5 SITE CLEARING

A. Refer to Division 31 Section "Site Clearing”.

3.6 EXCAVATION, GENERAL

A. Classified Excavation: Excavate to subgrade elevations. Material to be excavated will be classified as earth and rock. Do not excavate rock until it has been classified and cross sectioned by Geotechnical Engineer. The Contract Sum will be adjusted for rock excavation according to unit prices included in the Contract Documents. Changes in the Contract Time may be authorized for rock excavation.

1. Earth excavation includes excavating pavements and obstructions visible on surface; underground structures, utilities, and other items indicated to be removed; together with soil, boulders, and other materials not classified as rock or unauthorized excavation.

a. Intermittent drilling; ram hammering; or ripping of material not classified as rock excavation is earth excavation.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

119

2. Rock excavation includes removal and disposal of rock (refer to Definitions section: “Rock” paragraph above). Remove rock to lines and subgrade elevations indicated to permit installation of permanent construction without exceeding the following dimensions:

a. 24 inches outside of concrete forms other than at footings. b. 12 inches outside of concrete forms at footings. c. 6 inches outside of minimum required dimensions of concrete cast against grade. d. Outside dimensions of concrete walls indicated to be cast against rock without forms

or exterior waterproofing treatments. e. 6 inches beneath bottom of concrete slabs-on-grade. f. 6 inches beneath pipe in trenches, and the greater of 24 inches wider than pipe or 42

inches wide.

3.7 EXCAVATION FOR STRUCTURES

A. Excavate to indicated elevations and dimensions within a tolerance of plus or minus 1 inch. If applicable, extend excavations a sufficient distance from structures for placing and removing concrete formwork, for installing services and other construction, and for inspections.

B. Excavations at Edges of Tree- and Plant-Protection Zones:

1. Excavate by hand to indicated lines, cross sections, elevations, and subgrades. Use narrow-tine spading forks to comb soil and expose roots. Do not break, tear, or chop exposed roots. Do not use mechanical equipment that rips, tears, or pulls roots.

2. Protect trees and other plants in accordance with requirements in Division 1 Section "Temporary Facilities and Controls" and Division 31 Section “Erosion and Sedimentation Control”.

3.8 EXCAVATION FOR WALKS AND PAVEMENTS

A. Excavate surfaces under walks and pavements to indicated lines, cross sections, elevations, and subgrades.

3.9 EXCAVATION FOR UTILITY TRENCHES

A. Excavate trenches to indicated gradients, lines, depths, and elevations.

1. Beyond building perimeter, excavate trenches to allow installation of top of pipe below frost line.

B. Excavate trenches to uniform widths to provide the following clearance on each side of pipe or conduit. Excavate trench walls vertically from trench bottom to 12 inches higher than top of pipe or conduit unless otherwise indicated.

C. Trench Bottoms: Excavate and shape trench bottoms to provide uniform bearing and support of pipes and conduit. Shape subgrade to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. Remove projecting stones and sharp objects along trench subgrade.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

120

1. For pipes and conduit less than 6 inches in nominal diameter, hand-excavate trench bottoms and support pipe and conduit on an undisturbed subgrade.

2. For pipes and conduit 6 inches or larger in nominal diameter, shape bottom of trench to support bottom 90 degrees of pipe or conduit circumference. Fill depressions with tamped sand backfill.

3. For flat-bottomed, multiple-duct conduit units, hand-excavate trench bottoms and support conduit on an undisturbed subgrade.

4. Excavate trenches 6 inches deeper than elevation required in rock or other unyielding bearing material to allow for bedding course.

D. Trenches in Tree- and Plant-Protection Zones:

1. Hand-excavate to indicated lines, cross sections, elevations, and subgrades. Use narrow-tine spading forks to comb soil and expose roots. Do not break, tear, or chop exposed roots. Do not use mechanical equipment that rips, tears, or pulls roots.

2. Do not cut main lateral roots or taproots; cut only smaller roots that interfere with installation of utilities.

3. Cut and protect roots in accordance with standard nursery practice and Division 31 Section “Erosion and Sedimentation Control”.

3.10 SUBGRADE INSPECTION

A. Notify Architect when excavations have reached required subgrade.

B. If Geotechnical Engineer determines that unsuitable soil is present, continue excavation and replace with compacted backfill or fill material as directed.

C. Proof-roll subgrade below building slabs, concrete pads and pavements with a pneumatic-tired and loaded 10-wheel, tandem-axle dump truck weighing not less than 15 tons to identify soft pockets and areas of excess yielding. Do not proof-roll wet or saturated subgrades.

1. Completely proof-roll subgrade in one direction and repeating proof-rolling in direction perpendicular to first direction with a minimum of six overlapping passes. Limit vehicle speed to 3 mph.

2. Excavate soft spots, unsuitable soils, and areas of excessive pumping or rutting, as directed by Architect, and replace with compacted backfill or fill as directed.

3. Foundations: Proof-roll prior to excavation for foundations but after top soil is stripped.

D. Authorized additional excavation and replacement material will be paid for according to Contract provisions for unit prices (if applicable) or changes in the Work.

E. Reconstruct subgrades damaged by freezing temperatures, frost, rain, accumulated water, or construction activities without additional compensation.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

121

3.11 UNAUTHORIZED EXCAVATION

A. Fill unauthorized excavation under foundations or wall footings by extending bottom elevation of concrete foundation or footing to excavation bottom, without altering top elevation. CLSM (flowable fill), per this specification section, may be used when approved by Architect.

1. Fill unauthorized excavations under other construction, pipe, or conduit in accordance with this Section unless otherwise directed by Geotechnical Engineer.

3.12 STORAGE OF SOIL MATERIALS

A. Stockpile borrow soil materials and excavated satisfactory soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust.

1. Stockpile soil materials away from edge of excavations. Do not store within drip line of remaining trees.

3.13 BACKFILL

A. Place and compact backfill in excavations promptly, but not before completing the following:

1. Construction below finish grade including, where applicable, subdrainage, dampproofing, waterproofing, and perimeter insulation.

2. Surveying locations of underground utilities for Record Documents. 3. Testing and inspecting underground utilities. 4. Removing concrete formwork. 5. Removing trash and debris. 6. Removing temporary shoring and bracing, and sheeting. 7. Installing permanent or temporary horizontal bracing on horizontally supported walls.

B. Place backfill on subgrades free of mud, frost, snow, or ice.

3.14 UTILITY TRENCH BACKFILL

A. Place backfill on subgrades free of mud, frost, snow, or ice.

B. Place and compact bedding course on trench bottoms and where indicated. Shape bedding course to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits.

C. Trenches under Roadways: Provide 4-inch- thick, concrete-base slab support for piping or conduit less than 30 inches below surface of roadways. After installing and testing, completely encase piping or conduit in a minimum of 4 inches of concrete before backfilling or placing roadway subbase course. Concrete is specified in Division 03 Section "Cast-in-Place Concrete”.

D. Backfill voids with satisfactory soil while removing shoring and bracing.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

122

E. Place and compact initial backfill of subbase material or satisfactory soil, free of particles larger than 1 inch in any dimension, to a height of 12 inches over the pipe or conduit.

1. Carefully compact initial backfill under pipe haunches and compact evenly up on both sides and along the full length of piping or conduit to avoid damage or displacement of piping or conduit. Coordinate backfilling with utilities testing.

F. Place and compact final backfill of satisfactory soil to final subgrade elevation.

G. Install warning tape directly above utilities, 12 inches below finished grade, except 6 inches below subgrade under pavements and slabs.

3.15 SOIL FILL

A. Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so fill material will bond with existing material.

B. Place and compact fill material in layers to required elevations as follows. Refer to Part 2 for material requirements and specific conditions for the use of each type of soil material. All fill materials to be approved by Architect per requirements noted in Part 2.

1. Under grass and planted areas, use satisfactory non-granular fill material. 2. Under walks, pavements and exterior slabs, use Structural Fill below subbase layer and

Type 2 granular fill for subbase layer.

C. Place soil fill on subgrades free of mud, frost, snow, or ice.

3.16 SOIL MOISTURE CONTROL

A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill soil layer before compaction to within 2 percent of optimum moisture content.

1. Do not place backfill or fill soil material on surfaces that are muddy, frozen, or contain frost or ice.

2. Remove and replace, or scarify and air dry, otherwise satisfactory soil material that exceeds optimum moisture content by 2 percent and is too wet to compact to specified dry density.

3.17 COMPACTION OF SOIL BACKFILLS AND FILLS

A. Place backfill and fill soil materials in layers not more than 8 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand-operated tampers.

B. Place backfill and fill soil materials evenly on all sides of structures to required elevations, and uniformly along the full length of each structure.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

123

C. Compact soil materials to not less than the following percentages of maximum dry unit weight according to ASTM D 1557:

1. Under pavements: Scarify and recompact top 12 inches of existing subgrade and each layer of backfill or fill soil material at 95 percent.

2. Under turf or unpaved areas, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill soil material at 85 percent. (Compact all beneath the upper 2'-0" to at least 95% of maximum dry density).

3. For utility trenches, compact each layer of initial and final backfill soil material at 85 percent.

3.18 GRADING

A. General: Uniformly grade areas to a smooth surface, free of irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated.

1. Provide a smooth transition between adjacent existing grades and new grades. 2. Cut out soft spots, fill low spots, and trim high spots to comply with required surface

tolerances.

B. Site Rough Grading: Slope grades to direct water away from buildings and to prevent ponding. Finish subgrades to required elevations within the following tolerances:

1. Turf or Unpaved Areas: Plus or minus 1 inch. 2. Walks: Plus or minus 1 inch. 3. Pavements: Plus or minus 1/2 inch.

3.19 SUBBASE AND BASE COURSES UNDER PAVEMENTS AND WALKS

A. Place granular fill base course on subgrades free of mud, frost, snow, or ice.

B. On prepared subgrade, place granular fill base course under pavements and walks as follows:

1. Place base course material over subgrade under hot-mix asphalt pavement.

a. If separation geotextile is shown in details, install on prepared subgrade according to manufacturer's written instructions, overlapping sides and ends.

2. Shape base course to required crown elevations and cross-slope grades.

3. Place base course 6 inches or less in compacted thickness in a single layer.

4. Place base course that exceeds 6 inches in compacted thickness in layers of equal thickness, with no compacted layer more than 6 inches thick or less than 3 inches thick.

5. Compact base course at optimum moisture content to required grades, lines, cross sections, and thickness to not less than 95 percent of maximum dry unit weight according to ASTM D 1557.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

124

3.20 FIELD QUALITY CONTROL

A. Testing Agency: Owner will engage a qualified geotechnical engineering testing agency to perform tests and inspections unless otherwise noted.

B. Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with subsequent earth moving only after test results for previously completed work comply with requirements.

C. Inspections and tests:

1. Geotechnical observations: Proof rolling procedures, site preparation, unsuitable soils removal, excavations, footing bearing, and fill placement.

2. Field Density Testing:

a. Footing Subgrade: At footing subgrades, at least one test of each soil stratum will

be performed to verify design bearing capacities. Subsequent verification and approval of other footing subgrades may be based on a visual comparison of subgrade with tested subgrade when approved by Geotechnical Engineer.

b. Testing agency will test compaction of soils in place according to ASTM D 1556,

ASTM D 2167, ASTM D 2922, and ASTM D 2937, as applicable. Tests will be performed at the following locations and frequencies:

1) Fill under Footings: In each compacted fill layer, 1 compaction test for every 30 linear feet of wall may be taken. 1 compaction test may be made under each individual footing.

2) Foundation Wall Backfill: At each compacted backfill layer, at least one test for every 50 feet or less of wall length, but no fewer than two tests.

3) Paved and Building Slab Areas: At subgrade and at each compacted fill and backfill layer, at least one test for every 2000 sq. ft. or less of paved area or building slab, but in no case fewer than three tests.

4) Trench Backfill: At each compacted initial and final backfill layer, at least one test for every 150 feet or less of trench length, but no fewer than two tests.

c. When testing agency reports that subgrades, fills, or backfills have not achieved

degree of compaction specified, scarify and moisten or aerate, or remove and replace soil materials to depth required; recompact and retest until specified compaction is obtained.

3. Laboratory testing for on-site fills:

a. ASTM D 1557 Modified Proctor compaction curve including sieve analysis.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

125

3.21 PROTECTION

A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris.

B. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions.

1. Scarify or remove and replace soil material to depth as directed by Geotechnical Engineer or Architect; reshape and recompact.

C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing.

1. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to greatest extent possible.

3.22 DISPOSAL OF SURPLUS AND WASTE MATERIALS

A. Remove surplus satisfactory soil and waste materials, including unsatisfactory soil, trash, and debris, and legally dispose of them off Owner's property.

END OF SECTION 31 20 00

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

126

SECTION 32 12 16 ASPHALT PAVING

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Hot-mix asphalt paving. 2. Hot-mix asphalt patching. 3. Pavement-marking paint.

1.3 SUBMITTALS

A. General: Submit all action submittals and informational submittals required by this Section concurrently.

B. Action Submittals:

1. Product Data: For each type of product indicated. Include technical data and tested physical and performance properties.

a. Job-Mix Designs: For each job mix proposed for the Work.

C. Qualification Data:

1. Asphalt Paving Installer Experience Listing: Submit list of completed projects using products proposed for this Project demonstrating compliance with applicable requirements specified below in “Quality Assurance” article.

2. Manufacturer’s Certificates: Certify that hot mix asphalt products meet or exceed NYSDOT Standard Specifications :

a. Section 401: Plant Production b. Section 403: Hot Mix Asphalt (HMA) Pavements for Municipalities c. Section 407: Tack Coat d. Section 685: Pavement Markings

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

127

1.4 QUALITY ASSURANCE

A. Manufacturer and Mixing Plant Qualifications: A paving-mix manufacturer and mixing plant with NYSDOT approved materials and batch plant equipment complying with the following NYSDOT Standard Specifications:

1. Section 401: Plant Production 2. Section 403: Hot Mix Asphalt Pavements for Municipalities.

B. Asphalt Paving Installer: Company specializing in performing work described in this section with minimum experience of three years.

C. Permits: Submit certified copies of all permits obtained from local regulatory agencies and New York State Department of Transportation.

D. Installation Requirements: Work to be performed in accordance with the following NYSDOT Standard Specifications:

1. Section 403: Hot Mix Asphalt Pavements for Municipalities 2. Section 407: Tack Coat

1.5 REGULATORY REQUIREMENTS

1. Obtain written permission and required permits from applicable agency prior to start of construction, and submit copies of permits as specified in “Submittals - Quality Control Submittals” above.

1.6 PROJECT CONDITIONS

A. Environmental Limitations: Do not apply asphalt materials if subgrade is wet or excessively damp, if rain is imminent or expected before time required for adequate cure, if the temperature has not been above 35 deg for 12 hours immediately prior to application. or if the following minimum surface temperatures are not met.

1. Minimum Surface Temperatures: Comply with NYSDOT Standard Specifications Section 402, table 402-2 – Temperature and Seasonal Requirements

B. Pavement-Marking Paint: Proceed with pavement marking only on clean, dry surfaces and at a minimum ambient or surface temperature in accordance with NYSDOT Standard Specifications Section 685-3.02 – Atmospheric Conditions.

PART 2 - PRODUCTS

2.1 AGGREGATE SUBBASE AND BASE FOR ASPHALT PAVING

A. Refer to Division 31 Section "Earth Moving" for aggregate subbase and base courses and for aggregate pavement shoulders.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

128

2.2 ASPHALT PAVING MIX AGGREGATES

A. Aggregates for binder and topcourse: Conform to the requirements of NYSDOT Standard Specification 403-2.03, Aggregates.

2.3 ASPHALT MATERIALS

A. Hot-Mix Asphalt: Dense, hot-laid, hot-mix asphalt plant mixes meeting NYSDOT Standard Specifications, Section 403 for each pavement course and complying with the following requirements:

1. Provide mixes with a history of satisfactory performance in geographical area where Project is located.

2. Mixes to be placed at thickness noted on the Drawings. 3. Binder Course: NYSDOT Type 3 Binder. 4. Shim Course: NYSDOT Type 5 Shim. 5. Top Course: NYSDOT Type 6 or 7 – Match existing.

B. Coatings/Fillers: Comply with New York State Department of Transportation Standard Specification, Section 702 for material designations indicated.

1. Tack Coat: Emulsified asphalt, slow setting type; NYSDOT Designation 702-3601 (SS-1h) or 702-4501 (CSS-1h).

2. Asphalt Cement Filler: NYSDOT Designation 702-05.

C. Water: Potable.

2.4 PAVEMENT MARKING PAINT

A. Pavement Marking Paint: Complying with NYSDOT Standard Specifications:

1. Section 727-03: White and Yellow Epoxy Reflectorized Pavement Markings

B. Colors:

1. White for asphalt striping and signage 2. Yellow for traffic markings on concrete 3. Blue for HC symbol

C. Pavement Striping Blackout Paint: Opaque, high quality, exterior grade primer compatible with existing asphalt surface and pavement marking paint.

1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

a. Sherwin Williams, Co.; Cleveland, OH. www.sherwin-williams.com. (216-566-2902)

b. 3M Co., St. Paul, MN www.3m.com (888-364-3577)

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

129

PART 3 - EXECUTION

3.1 EXAMINATION

A. Verify that subgrade is dry and in suitable condition to begin paving.

B. Proof-roll subgrade below pavements with heavy pneumatic-tired equipment to identify soft pockets and areas of excess yielding. Do not proof-roll wet or saturated subgrades.

1. Completely proof-roll subgrade in one direction, repeating proof-rolling in direction perpendicular to first direction. Limit vehicle speed to 3 mph.

2. Proof roll with a loaded 10-wheel, tandem-axle dump truck weighing not less than 15 tons. 3. Excavate soft spots, unsatisfactory soils, and areas of excessive pumping or rutting, as

determined by Architect, and replace with compacted backfill or fill as directed. 4. After rolling, test course with straight edge min. 15 ft. long. Satisfactorily eliminate any

depression over 1/4" deep. 5. Proceed with paving only after unsatisfactory conditions have been corrected.

C. Beginning installation constitutes Contractor’s acceptance of substrates and conditions.

3.2 SAWCUTTING

A. Saw cut existing pavement perpendicular to the roadway surface in neat lines. If the pavement breaks irregularly along the cut line during removal, saw cut the entire length of pavement again to achieve one uniform and neat line.

3.3 TACK COAT:

A. Apply in accordance with NYSDOT Standard Specifications Section 407-3.02.

1. Allow tack coat to cure undisturbed before applying hot-mix asphalt paving. 2. Avoid smearing or staining adjoining surfaces, appurtenances, and surroundings. Remove

spillages and clean affected surfaces.

B. Manhole and Catch Basin Frames and Grates:

1. Coat surfaces of frames and grates with oil to prevent asphalt adherence to surfaces. Do not tack coat.

3.4 PATCHING

A. Hot-Mix Asphalt Pavement:

1. Preparation: Saw cut perimeter of patch and excavate existing pavement section to sound base. Excavate rectangular or trapezoidal patches, extending the minimum distance shown on Drawings into adjacent sound pavement, unless otherwise indicated. Cut excavation faces vertically. Remove excavated material. Recompact existing unbound-aggregate base course to form new subgrade. Apply tack coat.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

130

2. Patching: Partially fill excavated pavements with hot-mix asphalt base mix and, while still hot, compact. Cover asphalt base course with compacted, hot-mix surface layer finished flush with adjacent surfaces.

3. Use hot-applied joint sealant to seal new joints. Fill flush with surface of existing pavement and remove excess.

3.5 REPAIRS

A. Leveling Course: Install and compact leveling course consisting of hot-mix asphalt surface course to level sags and fill depressions deeper than 1 inch in existing pavements.

1. Install leveling wedges in compacted lifts not exceeding 3 inches thick.

B. Crack and Joint Filling: Remove existing joint filler material from cracks or joints to a depth of 1/4 inch.

1. Clean cracks and joints in existing hot-mix asphalt pavement. 2. Use emulsified-asphalt slurry to seal cracks and joints less than 1/4 inch wide. Fill flush

with surface of existing pavement and remove excess. 3. Use hot-applied joint sealant to seal cracks and joints more than 1/4 inch wide. Fill flush

with surface of existing pavement and remove excess.

3.6 SURFACE PREPARATION

A. General: Immediately before placing asphalt materials, remove loose and deleterious material from substrate surfaces. Ensure that prepared subgrade is ready to receive paving.

B. Herbicide Treatment: Apply herbicide according to manufacturer's recommended rates and written application instructions. Apply to dry, prepared subgrade or surface of compacted-aggregate base before applying paving materials.

1. Herbicide Application: Obtain approval of Owner before herbicide notification or application. Notify Owner’s designated pesticide representative and all property neighbors not less than 48 hours in advance of any pesticide application including all herbicides, insecticides and fungicides in accordance with the School Pesticide Neighbor Notification Law, Section 409-h of New York State Education Law and Commissioner's Regulation 155.24.

C. Tack Coat: Apply tack coat.

3.7 HOT-MIX ASPHALT PLACING

A. Hot-Mix Asphalt Paving Application: Provide finished surface free from depressions that could collect water. Satisfactorily remove, at Contractor's expense, any depressions over 1/8" when tested with 6 foot straight edge without evidence of patching. Carry all paving to wood stripping, curbing or to location shown on Drawings.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

131

B. Application Over Aggregate Base:

1. Heavy Duty, Auto Duty and Light Duty Asphalt Areas: Apply over aggregate base in 2 courses. Comply with New York State Department of Transportation Standard Specification, Section 401 and Section 403, for asphalt types specified.

C. Placement: Machine place hot-mix asphalt on prepared surface, spread uniformly, and strike off. Place asphalt mix by hand to areas inaccessible to equipment in a manner that prevents segregation of mix. Place each course to required grade, cross section, and thickness when compacted.

1. Place hot-mix asphalt base course in number of lifts and thicknesses indicated. 2. Spread mix at minimum temperature of 250 deg F. 3. Begin applying mix along centerline of crown for crowned sections and on high side of

one-way slopes unless otherwise indicated. 4. Regulate paver machine speed to obtain smooth, continuous surface free of pulls and tears

in asphalt-paving mat.

D. Place paving in consecutive strips not less than 10 feet wide unless infill edge strips of a lesser width are required.

1. After first strip has been placed and rolled, place succeeding strips and extend rolling to overlap previous strips. Complete a section of asphalt base course before placing asphalt surface course.

E. Promptly correct surface irregularities in paving course behind paver. Use suitable hand tools to remove excess material forming high spots. Fill depressions with hot-mix asphalt to prevent segregation of mix; use suitable hand tools to smooth surface.

3.8 JOINTS

A. Construct joints to ensure a continuous bond between adjoining paving sections. Construct joints free of depressions, with same texture and smoothness as other sections of hot-mix asphalt course.

1. Clean contact surfaces and apply tack coat to joints.

2. Offset longitudinal joints, in successive courses, a minimum of 6 inches.

3. Offset transverse joints, in successive courses, a minimum of 24 inches.

4. Construct transverse joints at each point where paver ends a day's work and resumes work at a subsequent time. Construct these joints using either "bulkhead" or "papered" method according to AI MS-22, for both "Ending a Lane" and "Resumption of Paving Operations."

5. Compact joints as soon as hot-mix asphalt will bear roller weight without excessive displacement.

6. Compact asphalt at joints to a density within 2 percent of specified course density.

7. Use hot-applied joint sealant to seal new joints. Fill flush with surface of existing pavement and remove excess.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

132

3.9 COMPACTION

A. General: Begin compaction as soon as placed hot-mix paving will bear roller weight without excessive displacement. Compact hot-mix paving with hot, hand tampers or with vibratory-plate compactors in areas inaccessible to rollers.

1. Complete compaction before mix temperature cools to 185 deg F.

B. Breakdown Rolling: Complete breakdown or initial rolling immediately after rolling joints and outside edge. Examine surface immediately after breakdown rolling for indicated crown, grade, and smoothness. Correct laydown and rolling operations to comply with requirements.

C. Intermediate Rolling: Begin intermediate rolling immediately after breakdown rolling while hot-mix asphalt is still hot enough to achieve specified density. Continue rolling until hot-mix asphalt course has been uniformly compacted to the following density:

D. Finish Rolling: Finish roll paved surfaces to remove roller marks while hot-mix asphalt is still warm.

E. Edge Shaping: While surface is being compacted and finished, trim edges of pavement to proper alignment. Bevel edges while asphalt is still hot; compact thoroughly.

F. Repairs: Remove paved areas that are defective or contaminated with foreign materials and replace with fresh, hot-mix asphalt. Compact by rolling to specified density and surface smoothness.

G. Protection: After final rolling, do not permit vehicular traffic on pavement until it has cooled and hardened.

H. Erect barricades to protect paving from traffic until mixture has cooled enough not to become marked.

3.10 INSTALLATION TOLERANCES

A. Pavement Thickness: Compact each course to produce the thickness indicated within the following tolerances:

1. Base Course: Plus or minus 1/2 inch. 2. Surface Course: Plus 1/4 inch, no minus.

B. Pavement Surface Smoothness: Compact each course to produce a surface smoothness within the following tolerances as determined by using a 10-foot straightedge applied transversely or longitudinally to paved areas:

1. Base Course: 1/4 inch. 2. Surface Course: 1/8 inch. 3. Crowned Surfaces: Test with crowned template centered and at right angle to crown.

Maximum allowable variance from template is 1/4 inch.

C. Pavement Surface Drainage: Pavement is to drain to catch basin, swale or other storm drainage control measure as indicated on Drawings or, if not indicated on drawings, to nearest storm drainage control measure.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

133

D. Pavement Remediation: If pavement surface smoothness and drainage requirements above are not met, correct to meet tolerance and performance requirements. If remediation is not acceptable to Architect, removal and replacement of area will be required. Feather and smooth edges of correction measure so that joint is invisible.

3.11 PAVEMENT MARKING

A. Do not apply pavement-marking paint until layout, colors, and placement have been verified with Architect.

B. Perform work in accordance with NYSDOT Standard Specifications Section 685-3.

C. Sweep and clean surface to eliminate loose material and dust.

D. Apply paint with mechanical equipment to produce pavement markings, of dimensions indicated, with uniform, straight edges. Apply at manufacturer's recommended rates to provide a minimum wet film thickness of 15 mils.

3.12 FIELD QUALITY CONTROL

A. Testing Agency: Owner will engage a qualified testing agency to perform tests and inspections. B. Replace and compact hot-mix asphalt where core tests were taken. C. Remove and replace or install additional hot-mix asphalt where test results or measurements

indicate that it does not comply with specified requirements.

3.13 FLOOD TESTING

A. Flood Tests: Perform flood test in the presence of the Architect using water tank truck. to confirm that pavement surface smoothness and surface storm drainage requirements are met.

3.14 CLEANING AND DISPOSAL

A. Remove excavated materials from Project site and legally dispose of them in an EPA-approved landfill.

END OF SECTION 32 12 16

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

134

SECTION 32 50 00 BOLLARDS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Fabricated metal bollards.

1.3 SUBMITTALS, GENERAL

A. General: Submit all action submittals (except Samples for Verification) and informational submittals required by this Section concurrently.

1.4 ACTION SUBMITTALS

A. Product Data: For the following:

1. Fabricated metal bollards.

B. Shop Drawings: Show fabrication and installation details for bollards.

1. Include plans, elevations, sections, and details of bollards and their connections. Show anchorage and accessory items.

1.5 INFORMATIONAL SUBMITTALS

A. Paint Compatibility Certificates: From manufacturers of topcoats applied over shop primers certifying that shop primers are compatible with topcoats. Refer to Section 09 96 00, “High Performance Coatings” for painting fabricated bollards requirements.

1.6 QUALITY ASSURANCE

A. Welding Qualifications: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code - Steel."

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

135

1.7 PROJECT CONDITIONS

A. Field Measurements: Verify actual locations of construction contiguous with bollards by field measurements.

1.8 COORDINATION

A. Coordinate selection of shop primers with topcoats to be applied over them. Comply with paint and coating manufacturers' written recommendations to ensure that shop primers and topcoats are compatible with one another.

B. Coordinate installation of anchorages. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete. Deliver such items to Project site in time for installation.

PART 2 - PRODUCTS

2.1 METALS, GENERAL

A. Metal Surfaces, General: Provide materials with smooth, flat surfaces unless otherwise indicated. For metal exposed to view in the completed Work, provide materials without seam marks, roller marks, rolled trade names, or blemishes.

2.2 FERROUS METALS

A. Steel Plates, Shapes, and Bars: ASTM A 36/A 36M. B. Steel Tubing: ASTM A 500, cold-formed steel tubing.

2.3 NONFERROUS METALS

A. Aluminum Castings: ASTM B 26/B 26M, Alloy 443.0-F.

2.4 FASTENERS

A. General: Unless otherwise indicated, provide Type 304 stainless-steel fasteners. Select fasteners for type, grade, and class required.

2.5 MISCELLANEOUS MATERIALS

A. Welding Rods and Bare Electrodes: Select according to AWS specifications for metal alloy welded.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

136

B. Acrylic Primer: Thermoplastic acrylic primer compatible with topcoat.

1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following:

a. Rust-Oleum Corporation; 3200 System Clear Blue Undercoat.

C. Galvanizing Repair Paint: High-zinc-dust-content paint complying with SSPC-Paint 20 and compatible with paints specified to be used over it.

D. Concrete: Comply with requirements in Section 03 30 00 "Cast-in-Place Concrete" for normal-weight, air-entrained, concrete with a minimum 28-day compressive strength of 3000 psi.

2.6 FABRICATION, GENERAL

A. Shop Assembly: Preassemble items in the shop to greatest extent possible. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain structural value of joined pieces. Clearly mark units for reassembly and coordinated installation.

B. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a radius of approximately 1/32 inch unless otherwise indicated. Remove sharp or rough areas on exposed surfaces.

C. Form bent-metal corners to smallest radius possible without causing grain separation or otherwise impairing work.

D. Form exposed work with accurate angles and surfaces and straight edges.

E. Weld corners and seams continuously to comply with the following:

1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals.

2. Obtain fusion without undercut or overlap.

3. Remove welding flux immediately.

4. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface.

F. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners or welds where possible. Where exposed fasteners are required, use Phillips flat-head (countersunk) fasteners unless otherwise indicated. Locate joints where least conspicuous.

G. Fabricate seams and other connections that will be exposed to weather in a manner to exclude water. Provide weep holes where water may accumulate.

H. Cut, reinforce, drill, and tap metal fabrications as indicated to receive finish hardware, screws, and similar items.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

137

I. Provide for anchorage of type indicated; coordinate with supporting structure. Space anchoring devices to secure metal fabrications rigidly in place and to support indicated loads.

2.7 FABRICATED METAL BOLLARDS

A. Fabricated Metal Bollard: Fabricate metal bollards from 1/4-inch wall-thickness round galvanized steel tubing.

1. Cap bollards with 1/4-inch-thick dome-shaped steel plate welded to post. 2. Paint metal bollards with high performance coating primer and high performance paint

finish coats. Refer to Section 09 96 00, “High Performance Coatings”.

2.8 FINISHES, GENERAL

A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes.

B. Finish metal fabrications after assembly. C. Finish exposed surfaces to remove tool and die marks and stretch lines, and to blend into

surrounding surface.

2.9 STEEL AND IRON FINISHES

A. Galvanizing: Hot-dip galvanize items as indicated to comply with ASTM A 153/A 153M for steel and iron hardware and with ASTM A 123/A 123M for other steel and iron products.

1. Do not quench or apply post galvanizing treatments that might interfere with paint adhesion.

B. Primer: Provide high performance shop primer in conformance with Section 09 96 00, “High Performance Coatings”.

C. Painting: Apply high performance coatings in conformance with Section 09 96 00, “High Performance Coatings”.

PART 3 - EXECUTION

3.1 INSTALLATION, GENERAL

A. Beginning installation constitutes Contractor’s acceptance of substrates and conditions.

B. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing metal fabrications. Set metal fabrications accurately in location, alignment, and elevation; with edges and surfaces level, plumb, true, and free of rack; and measured from established lines and levels.

C. Coordinate location to avoid utilities.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

138

D. Fit exposed connections accurately together to form hairline joints. Weld connections that are not to be left as exposed joints but cannot be shop welded because of shipping size limitations. Do not weld, cut, or abrade surfaces of exterior units that have been hot-dip galvanized after fabrication and are for bolted or screwed field connections.

E. Field Welding: Comply with the following requirements:

1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals.

2. Obtain fusion without undercut or overlap.

3. Remove welding flux immediately.

4. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface.

F. Fastening to In-Place Construction: Provide anchorage devices and fasteners where metal fabrications are required to be fastened to in-place construction. Provide threaded fasteners for use with concrete and masonry inserts, toggle bolts, through bolts, lag screws, wood screws, and other connectors.

G. Provide temporary bracing or anchors in formwork for items that are to be built into concrete, masonry, or similar construction.

3.2 PRIMING AND PAINTING

A. Preparation for Shop Priming: Prepare surfaces in conformance with Section 09 96 00, “High Performance Coatings”.

B. Shop Priming: Apply high performance shop primer in conformance with Section 09 96 00, “High Performance Coatings”.

C. Painting: Apply high performance coatings in conformance with Section 09 96 00, “High Performance Coatings”. Provide the number of coatings (minimum) as specified.

3.3 INSTALLING FABRICATED METAL BOLLARDS

A. Fill metal-capped bollards solidly with concrete and allow concrete to cure seven days before installing.

B. Anchor bollards in place with concrete footings. Center and align bollards in holes 12 inches above bottom of excavation. Place concrete and vibrate or tamp for consolidation. Support and brace bollards in position until concrete has cured. Set bollard plumb.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

139

3.4 ADJUSTING AND CLEANING

A. Touchup Painting: Provide touchup painting in conformance with Section 09 96 00, “High Performance Coatings”.

B. Clean all surfaces thoroughly and protect until acceptance.

END OF SECTION 32 50 00

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

140

PART 3 BID FORMAT All bids must be in accordance with the format specified below. Please submit one signed original and three (3) copies of your bid in a sealed envelope marked BID #25-12 - EMERGENCY GENERATOR REPLACEMENT AT THE FULTON BRANCH BUILDING.

Vendor Reply Cover Sheet (attached) Vendor Information Sheet (attached) Non-Collusion Certification (attached) Resolution for Corporations (attached) Bid Body. Please include the following: Describe how you will fulfill the scope of work as identified in this bid. Include a tentative time schedule. Identify the staff that would be assigned to work on this project. Define the capacity in which each person would be working, and describe the qualifications, education, training, expertise, and experience that qualifies these individuals to work on this project. Describe in detail your organization’s experience with similar projects. Include:

1. A listing of any current projects of this same type and the client’s names; 2. Any proposed projects of this same type and the client’s names; 3. A listing of completed projects over the past five (5) years of this same type and the

client’s names. Itemized cost bid. References. Please provide a listing of references for projects of this same type completed within the past five (5) years.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

141

PART 4 GENERAL PROVISIONS

ARTICLE 1 SCOPE OF WORK Vendor agrees to provide the goods and services in accordance with the terms and conditions of this agreement. It is specifically agreed to by the vendor that the County will not compensate the vendor for any goods provided not within the scope of this agreement without prior authorization, evidenced only by a written change order or addendum to this agreement executed by the chairman of the legislature of the County after consultation with the County department head responsible for the oversight of this agreement (hereinafter “department head”). ARTICLE 2 TERM OF AGREEMENT Vendor agrees to provide the goods and services beginning July 2012, and ending December 2012 unless otherwise stated. ARTICLE 3 COMPENSATION The County will audit and pay the proper amounts due the vendor within sixty (60) days after receipt by the County of a County claimant’s certification form or invoice, and, if the either is objectionable, will notify the vendor in writing of the County’s reasons for objecting to all or any portion of the invoice submitted by the vendor. A not-to-exceed cost is as described in the pricing proposal has been established for the scope of goods and services rendered by the vendor. Costs in excess of such not-to-exceed cost if any, may not be incurred without prior written authorization of the County Purchasing Director, evidenced only by a written change order or addendum to this agreement, after consultation with the department head. It is specifically agreed to by the vendor that the County will not be responsible for any additional costs or costs in excess of the above-noted not-to-exceed cost if the County’s authorization by the chairman of the legislature is not given in writing prior to the provision of goods or performance of the services giving rise to such excess or additional costs. ARTICLE 4 EXECUTORY CLAUSE The County shall have no liability under this agreement to the vendor or to anyone else beyond funds appropriated and available for this agreement. ARTICLE 5 PROCUREMENT OF AGREEMENT The vendor represents and warrants that no person or selling agent has been employed or retained by the vendor to solicit or secure this agreement upon an agreement or upon an understanding for a commission, percentage, a brokerage fee, contingent fee or any other compensation. The vendor further represents and warrants that no payment, gift or thing of value has been made, given or promised to obtain this or any other agreement between the parties. The vendor makes such representations and warranties to induce the County to enter into this agreement and the County relies upon such representations and warranties in the execution hereof. For a breach or violation of such representations or warranties, the County shall have the right to annul this agreement without liability, entitling the County to recover all monies paid hereunder and the vendor shall not make claim for or be entitled to recover, any sum or sums otherwise due under this agreement. This remedy, if effected, shall not constitute the sole remedy afforded the County for such falsity or breach, not shall it constitute a waiver of the County right to claim damages or otherwise refuse payment or to take any other action provided for by law or pursuant to this agreement.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

142

ARTICLE 6 CONFLICT OF INTEREST The vendor represents and warrants that neither it nor any of its directors, officers, members, partners or employees, have any interest nor shall they acquire any interest, directly or indirectly which would or may conflict in any manner or degree with the performance or rendering of the provision of goods and services herein provided. The vendor further represents and warrants that in the performance of this agreement no person having such interest or possible interest shall be employed by it and that no elected official or other officer or employee of the County, nor any person whose salary is payable, in whole or in part, by the County, or any corporation, partnership, limited liability company or association in which such official, officer or employee is, directly or indirectly interested, shall have any such interest, direct or indirect, in this agreement or in the proceeds thereof, unless such person (1) if required by the Oswego County ethics law as amended from time to time, to submit a disclosure form to the Oswego County board of ethics, amends such disclosure form to include their interest in this agreement, or (2) if not required to complete and submit such a disclosure form said person must either voluntarily complete and submit said disclosure form disclosing their interest in this agreement or seek a formal opinion from the Oswego County ethics board as to whether or not a conflict of interest exists. For a breach or violation of such representations or warranties, the County shall have the right to annul this agreement without liability, entitling the County to recover all monies paid hereunder and the vendor shall not make claim for, or be entitled to recover, any sum or sums otherwise due under this agreement. This remedy, if elected, shall not constitute the sole remedy afforded the County for such falsity or breach, nor shall it constitute a waiver of the County’s right to claim damages or otherwise refuse payment to or to take any other action provided for by law or pursuant to this agreement. ARTICLE 7 FAIR PRACTICES The vendor and each person signing on behalf of the vendor represents, warrants and certifies under penalty of perjury, that to the best of their knowledge and belief: A. The prices in this agreement have been arrived at independently by the vendor without

collusion, consultation, communication, or agreement with any other vendor or with any competitor as to any matter relating to such prices which has the effect of, or has as its purpose, restricting competition;

B. Unless otherwise required by law the prices which have been quoted in this agreement and

on the proposal or quote submitted by the vendor have not been knowingly disclosed by the vendor prior to the communication of such quote to the County or the proposal opening directly or indirectly, to any other vendor or to any competitor; and

C. No attempt has been made or will be made by the vendor to induce any other person,

partnership, corporation or entity to submit or not to submit a proposal or quote for the purpose of restricting competition.

The fact that the vendor (i) has published price lists, rates, or tariffs covering items being procured (ii) has informed prospective customers of proposed or pending publication of new or revised price lists for such items, or (iii) has provided the same items to the other customers at the same prices being proposed or quoted, does not constitute, without more, a disclosure within the meaning of this article.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

143

ARTICLE 8 INDEPENDENT CONTRACTOR In the provision of goods or performing the services and incurring expenses under this agreement the vendor shall operate as, and have the status of, an independent contractor and shall not act as agent, or be an agent, of the County. As an independent contractor, the vendor shall be solely responsible for determining the means and methods of providing the goods or performing the services and shall have complete charge and responsibility for the vendor’s personnel engaged in the performance of the same. In accordance with such status as independent contractor, the vendor covenants and agrees that neither it nor its employees or agents will hold themselves out as, nor claim to be officers or employees of the County, or of any department, agency or unit thereof by reason hereof, and that they will not, by reason hereof, make any claim, demand or application to or for any right or privilege applicable to an officer or employee of the County including, but not limited to, Worker’s Compensation coverage health coverage, unemployment insurance benefits, social security coverage or employee New York State Retirement System membership or credit. ARTICLE 9 ASSIGNMENT AND SUBCONTRACTING Pursuant to general municipal law §109, the vendor shall not assign any of its rights, interests or obligations under this agreement, or subcontract any of the provision of goods or services to be performed by it under this agreement, without the prior express written consent of the chairman of the legislature of the County. Any such subcontract, assignment, transfer, conveyance or other disposition without such prior consent shall be void and any goods or services provided thereunder will not be compensated. Any subcontract or assignment properly consented to by the County shall be subject to all of the terms and conditions of this agreement. Failure of the vendor to obtain any required consent to any assignment, shall be grounds for termination for cause, at the option of the County and if so terminated, the County shall thereupon be relieved and discharged from any further liability and obligation to the vendor, its assignees or transferees, and all monies that may become due under this agreement shall be forfeited to the County except so much thereof as may be necessary to pay the vendor’s employees for past service. The provisions of this clause shall not hinder, prevent, or affect any assignment by the vendor for the benefit of its creditors made pursuant to the laws of the state of New York. This agreement may be assigned by the County to any corporation, agency, municipality or instrumentality having authority to accept such assignment. ARTICLE 10 BOOKS AND RECORDS The vendor agrees to maintain separate and accurate books, records, documents and other evidence and accounting procedures and practices which sufficiently and properly reflect all direct and indirect costs of any nature expended in the performance of this agreement. ARTICLE 11 RETENTION OF RECORDS The vendor agrees to retain all books, records and other documents relevant to this agreement for six (6) years after the final payment or termination of this agreement, whichever later occurs. County, or any state and/or federal auditors, and any other persons duly authorized by the County, shall have full access and the right to examine any of said materials during said period.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

144

ARTICLE 12 AUDITS BY THE COUNTY AND OTHERS All claimant’s certification forms or invoices presented for payment to be made hereunder, and the books, records and accounts upon which said claimant’s certification forms or invoices are based are subject to audit by the County. The vendor shall submit any and all documentation and justification in support of expenditures or fees under this agreement as may be required by the County so that it may evaluate the reasonableness of the charges, and the vendor shall make its records available to the County upon request. All books claimant’s certification forms, records, reports, cancelled checks and any and all similar material may be subject to periodic inspection, review and audit by the County, the State of New York, the federal government, and/or other persons duly authorized by the County. Such audits may include examination and review of the source and application of all funds whether from the County and State, the federal government, private sources or otherwise. The vendor shall not be entitled to any interim or final payment under this agreement if any audit requirements and/or requests have not been satisfactorily met. ARTICLE 13 INSURANCE AND STATUTORY COMPLIANCE In acceptance of this agreement, the vendor covenants and certifies that it will comply, in all respects, with all federal, state and County laws which regarding work for municipal corporations including, but not limited to, Workers’ Compensation and employers liability insurance, hours of employment, wages and human rights, and the provisions of general municipal law §§103(a) and 103(b) and state finance law §§139-a and 139-b. Pursuant to general municipal law §108, the parties hereto agree that this agreement contract shall be void and of no effect unless the vendor shall secure Workers’ Compensation for the benefit of, and keep insured during the life of the contract, such employees, in compliance and as may be necessary with the provisions of the Workers’ Compensation Law. For all of the provision of goods or services set forth herein and as hereinafter amended, the vendor shall maintain or cause to be maintained, in full force and effect during the term of this agreement, at its expense, a workers’ compensation insurance, liability insurance covering personal injury and property damage, and other insurance with stated minimum coverages, all as listed below. Such policies are to be in the broadest form available on usual commercial terms and shall be written by insurers of recognized financial standing satisfactory to the County who have been fully informed as to the nature of the goods to be provided or services to be performed. Except for Workers’ Compensation and professional liability, the County shall be an additional insured on all such policies with the understanding that any obligations imposed upon the insured (including, without limitation, the liability to pay premiums) shall be the sole obligation of the vendor and not those of the County. Notwithstanding anything to the contrary in this agreement, the vendor irrevocably waives all claims against the County for all losses, damages, claims or expenses resulting from risks commercially insurable under this insurance described in this article 13. The provisions of insurance by the vendor shall not in any way limit the vendor’s liability under this agreement.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

145

INSURANCE REQUIREMENTS I. Notwithstanding any terms, conditions or provisions, in any other writing between the parties, the

vendor hereby agrees to effectuate the naming of the County of Oswego as an unrestricted, additional insured on the contractor's insurance policy(ies), with the exception of workers’ compensation. If the contractor is self-insured, evidence of its status as a self-insured entity shall be provided to the Oswego County Purchasing Department. If requested, the contractor must describe its financial condition and the self-insured funding mechanism(s).

II. The policy naming the County of Oswego as an additional insured shall, without exception:

be an insurance policy from an a.m. Best rated “secured” New York State licensed insurer. contain a 30-day notice of cancellation. state that the insurer's coverage shall be primary coverage for the County of Oswego, its

officers, and employees. The County of Oswego shall be listed as an additional insured by using endorsement cg 2010

10 85 or broader. The certificate must state that this endorsement is being used. If another endorsement is used, a copy shall be included with the certificate of insurance.

III. The contractor agrees to indemnify the County of Oswego for any applicable deductibles. IV. Required insurance minimums:

Commercial general liability insurance$1,000,000 per occurrence/ $2,000,000 aggregate. General aggregate to apply on a per project basis.

Automobile liability$1,000,000 CSL for owned, hired and borrowed and non-owned motor vehicles.

Excess/umbrella insurance [$1,000,000; $3,000,000; $5,000,000] each occurrence and aggregate (depending on the type and size of the project).

Workers' Compensation and NYS Disability Statutory Workers’ Compensation, employers’ liability and NYS. Disability Benefits insurance for all employees.

Owners/contractors protective insurance (required for large construction projects.) $1,000,000 per occurrence/$2,000,000 aggregate; the County of Oswego as the named insured. Performance and Labor & Material bonds If required in the specifications, these bonds shall be provided by a New York state admitted surety company, in good standing. ● Professional liability/malpractice $1,000,000 aggregate (if commercially available for your

profession) $1,000,00 per claim V. The vendor acknowledges that failure to obtain such insurance on behalf of the County of

Oswego constitutes a material breach of this contract. The vendor is to provide the County of Oswego with a certificate of insurance, evidencing the above requirements have been met, prior to the commencement of work or use of facilities. The failure of the County of Oswego to object to the contents of the certificate or the absence of same shall not be deemed a waiver of any and all rights held by the County of Oswego.

The vendor shall attach to this agreement a certificate of insurance evidencing the vendor’s compliance with these requirements.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

146

Each policy of insurance shall contain clauses to the effect that (i) such insurance shall be primary without right of contribution of any other insurance carried by or on behalf of the County with respect to its interests, (ii) it shall not be cancelled, including, without limitation, for non-payment of premium, or materially amended, without thirty (30) days prior written notice to the County, directed to the County attorney and the department head and the County shall have the option to pay any necessary premiums to keep such insurance in effect and charge the cost back to the vendor. To the extent it is commercially available, each policy of insurance shall be provided on an “occurrence” basis. If any insurance is not so commercially available on an “occurrence” basis it shall be provided on a “claims made” basis, and all such “claims made” policies shall provide that: a. Policy retroactive dates coincide with or precede the vendor’s provision of goods or start

of the performance of the services (including subsequent policies purchased as renewals or replacements);

b. The vendor will maintain similar insurance for at least six (6) years following final acceptance of the goods or services;

c. If the insurance is terminated for any reason, the vendor agrees to purchase an unlimited extended reporting provision to report claims arising from the goods provided or services performed for the County; and

d. Immediate notice shall be given to the County through the department head and the County Attorney of circumstances or incidents that might give rise to future claims with respect to the goods provided or services performed under this agreement.

ARTICLE 14 INDEMNIFICATION The vendor agrees to defend, indemnify and hold harmless the County, including its officials, employees and agents, against all claims, losses, damages, liabilities, costs or expenses (including, without limitation, reasonable attorney fees and costs of litigation and/or settlement). Whether incurred as a result of a claim by a third party or any other person or entity, arising out of the goods provided or services performed pursuant to this agreement which the County, or its officials, employees or agents, may suffer by reason of any negligence, fault, act or omission of the vendor, its employees, representatives, subcontractors, assignees, or agents. In the event that any claim is made or any action is brought against the County arising out of the negligence, fault, act or omission of an employee, representative, subcontractor, assignee or agent of the vendor either within or without the scope of his respective employment, representation, subcontract, assignment or agency, or arising out of the vendor’s negligence, fault, act or omission, then the County shall have the right to withhold further payments hereunder for the purpose of set-off in sufficient sums to cover the said claim or action. The rights and remedies of the County provided for in this clause shall not be exclusive and are in addition to any other rights and remedies provide by law or this agreement. ARTICLE 15 PROTECTION OF COUNTY PROPERTY The vendor assumes the risk of and shall be responsible for, any loss or damage to County property, including property and equipment leased by the County, used in the performance of this agreement and caused, either directly or indirectly by the acts, conduct, omissions or lack of good faith of the vendor, its officers, directors, members, partners, employees, representatives or assignees, or any person, firm, company, agent or others engaged by the vendor as an expert consultant specialist or subcontractor hereunder.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

147

In the event that any such County property is lost or damaged, except for normal wear and tear, then the County shall have the right to withhold further payments hereunder for the purposes of set-off in sufficient sums to cover such loss or damage. The vendor agrees to defend, indemnify and hold the County harmless from any and all liability or claim for loss, cost, damage or expense (including, without limitation, reasonable attorney fees and costs of litigation and/or settlement) due to any such loss or damage to any such County property described in this article. The rights and remedies of the County provided herein shall not be exclusive and are in addition to any other rights and remedies provided by law or by this agreement. ARTICLE 16 TERMINATION The County may, by written notice to the vendor effective upon mailing, terminate this agreement in whole or in part at any time (1) for the County’s convenience, (2) upon the failure of the vendor to comply with any of the terms or conditions of this agreement, or (3) upon the vendor becoming insolvent or bankrupt. Upon termination of this agreement, the vendor shall comply with any and all County closeout procedures, including, but not limited to: A. Accounting for and refunding to the County within thirty (30) days, any unexpended funds

which have been paid to the vendor pursuant to this agreement; and B. Furnishing within thirty (30) days an inventory to the County of all equipment, appurtenances

and property purchased by the vendor through or provided under this agreement, and carrying out any County directive concerning the disposition thereof. In the event the County terminates this agreement, in whole or in part, as provided in this article, the County may procure upon such terms and in such manner as deemed appropriate, services similar to those so terminated, and the vendor shall continue the performance of this agreement to the extent not terminated hereby. If this agreement is terminated in whole or in part for other than the convenience of the County, any goods or services procured by the County to complete the provision or services herein will be charged to the vendor and/or set off against any sums due the vendor.

Notwithstanding any other provisions of this agreement, the vendor shall not be relieved of liability to the County for damages sustained by the County by virtue of the vendor’s breach of the agreement or failure to perform in accordance with applicable standards, and the County may withhold payments to the vendor for the purposes of set-off until such time as the exact amount of damages due to the County from the vendor is determined. The rights and remedies of the County provided herein shall not be exclusive and are in addition to any other rights and remedies provided by law or by this agreement.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

148

ARTICLE 17 GENERAL RELEASE The acceptance by the vendor or its assignees of the final payment under this agreement, whether by claimant’s certification form, judgment of any court of competent jurisdiction, or administrative means shall constitute and operate as a general release to the County from any and all claims of the vendor arising out of the performance of this agreement. ARTICLE 18 SET-OFF RIGHTS The County of Oswego shall have all of its common law, equitable and statutory rights of set-off. These rights shall include, but are not limited to, the County’s right to withhold for the purposes of set-off any monies otherwise due to the vendor (i) under this agreement, (ii) under any other agreement or contract with the County, including any agreement or contract for a term commencing prior to or after the term of this agreement, or (iii) from the County by operation of law. The County also has the right to withhold any monies otherwise due under this agreement for the purposes of set-off as to any amounts due and owing to the County for any reason whatsoever including, without limitation, real property tax delinquencies, hotel/motel tax delinquencies, sales tax delinquencies, fee delinquencies, fines, lawful charges, monetary penalties or interest relative thereto. ARTICLE 19 NO ARBITRATION Any and all disputes involving this agreement, including the breach or alleged breach thereof, may not be submitted to arbitration unless specifically agreed thereto in writing by the chairman of the legislature of County, but must instead only be heard in the supreme court of the State of New York, with venue in Oswego County or if appropriate, in the federal district court with venue in the northern district of New York, Syracuse Division. ARTICLE 20 GOVERNING LAW This agreement shall be governed by the laws of the state of New York. The vendor shall render all goods or services under this agreement in accordance with applicable provisions of all federal, state and local laws, rules and regulations as are in effect at the time such goods or services are rendered. ARTICLE 21 ACCEPTANCE OF SUBSTITUTED SERVICE The vendor hereby consents and agrees to accept to substituted service of process via first class mail to the above referenced address of any summons, process or pleading pertaining to or arising from litigation concerning this agreement in lieu of any other methods authorized by the New York civil practice law and rules. Service of process shall be deemed to be complete upon mailing same. This provision shall survive the termination of this agreement and shall not be construed requiring substituted service, should the County elect to commence litigation by other means provided for by law. The County does not waive personal service herein and will require service of process in conformity with cplr§311(4). ARTICLE 22 TAXES The County of Oswego is exempt from the payment of sales and compensating use taxes, manufacturer’s excise taxes and all other taxes imposed by the State of New York and the federal government. Taxes shall not be included in any contract or proposed price. A tax-exempt certificate will be executed upon the vendor’s request.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

149

ARTICLE 23 CURRENT OR FORMER COUNTY EMPLOYEES The vendor represents and warrants that it shall not retain the services of any County employee or former County employee in connection with this agreement or any other agreement that said the vendor has or may have with the County without the express written permission of the County of Oswego. This limitation covers the preceding two (2) years or longer if the County employee or former County employee has or may have an actual or perceived conflict of interest due to their position with the County. For a breach or violation of such representations or warranties, the County shall have the right to annul this agreement without liability, entitling the County to recover all monies paid hereunder and the vendor shall not make claim for or be entitled to recover, any sum or sums otherwise due under this agreement. This remedy, if effected, shall not constitute the sole remedy afforded the County for such falsity or breach, not shall it constitute a waiver of the County’s right to claim damages or otherwise refuse payment or to take any other action provided for by law or pursuant to this agreement. ARTICLE 24 ENTIRE AGREEMENT The rights and obligation of the parties and their respective agents, successors and assignees shall be subject to and governed by this agreement, including any attachments, which supersede any other understandings or writings between or among the parties. ARTICLE 25 MODIFICATION No changes, amendments or modifications of any of the terms and/or conditions of this agreement shall be valid unless reduced to writing and signed by the party to be bound. Changes in the scope of goods or services provided covered by this agreement shall not be binding, and no payment shall be due in connection therewith, unless prior to the performance of any such provision or services, the chairman of the legislature of the County, after consultation with the department head, executes an addendum or change order to this agreement, which addendum or change order shall specifically set forth the scope of such extra or additional goods or services and the amount of compensation and the extension of the time for performance, if any, for any such goods or services. Unless otherwise specifically provided for therein, the provisions of this agreement shall apply with all force and effect to the terms and conditions contained in such addendum or change order. ARTICLE 26 EQUAL EMPLOYMENT OPPORTUNITIES FOR MINORITIES AND WOMEN In accordance with Section 312 of the Executive Law and 5 NYCRR 143, if this contract is: (i) a written agreement or purchase order instrument, providing for a total expenditure in excess of $25,000.00, whereby a contracting agency is committed to expend or does expend funds in return for labor, services, supplies, equipment, materials or any combination of the foregoing, to be performed for, or rendered or furnished to the contracting agency; or (ii) a written agreement in excess of $100,000.00 whereby a contracting agency is committed to expend or does expend funds for the acquisition, construction, demolition, replacement, major repair or renovation of real property and improvements thereon; or (iii) a written agreement in excess of $100,000.00 whereby the owner of a State assisted housing project is committed to expend or does expend funds for the acquisition, construction, demolition, replacement, major repair or renovation of real property and improvements thereon for such project, then the following shall apply and by signing this agreement the Contractor certifies and affirms that it is Contractor’s equal employment opportunity policy that:

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

150

A. The Contractor will not discriminate against employees or applicants for employment because

of race, creed, color, national origin, sex, age, disability or marital status, shall make and document its conscientious and active efforts to employ and utilize minority group members and women in its work force on State contracts and will undertake or continue existing programs of affirmative action to ensure that minority group members and women are afforded equal employment opportunities without discrimination. Affirmative action shall mean recruitment, employment, job assignment, promotion, upgradings, demotion, transfer, layoff, or termination and rates of pay or other forms of compensation;

B. at the request of the contracting agency, the Contractor shall request each employment agency,

labor union, or authorized representative of workers with which it has a collective bargaining or other agreement or understanding, to furnish a written statement that such employment agency, labor union or representative will not discriminate on the basis of race, creed, color, national origin, sex, age, disability or marital status and that such union or representative will affirmatively cooperate in the implementation of the Contractor's obligations herein; and

C. the Contractor shall state, in all solicitations or advertisements for employees, that, in the

performance of the State contract, all qualified applicants will be afforded equal employment opportunities without discrimination because of race, creed, color, national origin, sex, age, disability or marital status.

Contractor will include the provisions of "a", "b", and "c" above, in every subcontract over $25,000.00 for the construction, demolition, replacement, major repair, renovation, planning or design of real property and improvements thereon (the "Work") except where the Work is for the beneficial use of the Contractor. Section 312 does not apply to: (i) work, goods or services unrelated to this contract; or (ii) employment outside New York State. The State shall consider compliance by a contractor or subcontractor with the requirements of any federal law concerning equal employment opportunity which effectuates the purpose of this section. The contracting agency shall determine whether the imposition of the requirements of the provisions hereof duplicate or conflict with any such federal law and if such duplication or conflict exists, the contracting agency shall waive the applicability of Section 312 to the extent of such duplication or conflict. Contractor will comply with all duly promulgated and lawful rules and regulations of the Department of Economic Development’s Division of Minority and Women's Business Development pertaining hereto.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

151

VENDOR REPLY COVER SHEET

Sealed bids are due by 2:00 p.m., Thursday, June 28, 2012 at the Oswego County Purchasing

Office, 46 East Bridge Street (3rd Floor), Oswego, NY 13126.

THE COUNTY RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS The undersigned hereby certifies that he/she has examined and fully comprehends the requirements and intent of the Notice, Information, Specifications and Bid for BID # 25-12 - EMERGENCY GENERATOR REPLACEMENT AT THE FULTON BRANCH BUILDING, and offers to fulfill the activities as shown on the attached bid for the cost listed below.

LUMP SUM COST = $ Federal ID Number: Type or Print Name Company

Title Address

Authorized Signature

( ) / ( ) Date Telephone Number / Fax

Please attach additional bid information to this sheet.

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

152

VENDOR INFORMATION SHEET

Proposing Organization:

Address:

Phone: ( )

Fax: ( )

Invoices Will Be From:

Address:

Person To Contact In Reference To Contract: Name:

Title:

Address:

Phone: ( )

Fax: ( )

E-mail:

Signatory Authority: “In consideration of the limitations of this bid, I hereby certify that the information in this bid is correct to the best of my knowledge, and that I am an official of the above organization authorized to sign and submit this bid.”

Name/Title

Signature

Date

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

153

NON-COLLUSION CERTIFICATION General Municipal Law § 103-d (a) By submission of this bid, each Vendor and each person signing on behalf of any Vendor

certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief:

(1) The prices in this bid have been arrived at independently without collusion, consultation,

communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other Vendor or with any competitor;

(2) Unless otherwise required by Law, the prices which have been quoted in this bid have

not been knowingly disclosed by the Vendor and will not knowingly be disclosed by the Vendor prior to opening, directly or indirectly, to any other Vendor or to any competitor;

(3) No attempt has been made or will be made by the Vendor 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)-(1), (2) and (3)

have not been complied with; provided however, that if in any case the Vendor cannot make the foregoing certification, the Vendor shall so state and shall furnish with the bid a signed statement which sets forth in detail the reasons therefore. Where (a)-(1), (2) and (3) have not been complied with, the bid shall not be considered for award nor shall any award be made unless the head of the purchasing unit of the political subdivision, public department, agency or official thereof to which the bid is made, or his designee, determines that such disclosure was not made for the purpose of restricting competition.

The fact that a Vendor (a) has published price lists, rates or tariffs covering items being procured, (b) has informed prospective customers of proposed or pending publication of new or revised price lists for such items, or (c) has sold the same items to other customers at the same time prices being proposed, does not constitute, without more, a disclosure within the meaning of paragraph (a) of this certification.

By submission of this bid, the undersigned hereby affirms the truth of the foregoing certification under the penalties of perjury.

Company Type or Print Name

Date Title

Authorized Signature

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

154

RESOLUTION FOR CORPORATIONS ONLY Resolved that _______________________________________________________(individual) is authorized to sign and submit the bid or bid of this corporation for the following project:

BID #25-12 - EMERGENCY GENERATOR REPLACEMENT AT THE FULTON BRANCH BUILDING

and to include in such bid or bid the certificate as to non-collusion required by Section 103-D of the General Municipal Law as the act and deed of such corporation and for any inaccuracies or misstatements in such certificate this corporate bidder shall be liable under the penalties of perjury, and to enter into the contract if awarded to this corporation: The foregoing is a true and correct copy of the resolution adopted by

Corporation at a meeting of its Board of Directors

held on the day of , , and is still in

force on this day of , 2012.

Secretary (Seal of Corporation)

BID #25-12 – Emergency Generator Replacement at the Fulton Branch Building

155

NON-VENDOR RESPONSE

The Oswego County Purchasing Department is interested in the reasons why prospective Vendors fail to submit bids. Failure to submit a bid without explanation may result in removal of your firm from our Vendors’ list. If you are NOT submitting a bid, please indicate the reason(s) by checking off one or more of the items below and return this form to the Oswego County Purchasing Office; 46 East Bridge Street; Oswego, NY 13126. 1. Unable to make a bid at this time, but would like to receive future bids. 2. Items or material not manufactured, distributed, stocked, furnished. ______ 3. Services, materials or items we have to offer do not fully meet all the requirements

of standards specified. 4. Specifications not clearly understood or applicable as follows: (ex.: too vague, too rigid, etc.) 5. We cannot meet the time of delivery of items or materials specified. 6. Insufficient time allowed for preparation and submission of bid. 7. Other reasons: You may remove our name from the bid list for: This Commodity Group This Item or Material All Bids Type or Print Name Company Title Address Authorized Signature ( ) Date Telephone Number