inquiry response form


[PDF]bid/inquiry response form - Rackcdn.com10ba4283a7fbcc3461c6-31fb5188b09660555a4c2fcc1bea63d9.r13.cf1.rackcdn.com/...

28 downloads 373 Views 13MB Size

BID/INQUIRY RESPONSE FORM PLEASE READ AND RETURN IMMEDIATELY New York Power Authority 123 Main Street White Plains, New York 10601 Attention:  Fiona Spencer

RESPONSE

Bid/Inquiry No: Q14­5619FS Bid Due Date: Tuesday, May 13, 2014  

(CHECK One)

__

Yes, we will submit a proposal for the above Bid/Inquiry.

__

No, we are unable to submit a proposal at this time.

REASON(S) FOR NOT BIDDING (Check all applicable boxes) __

Not our scope of work.

__

Present work load too heavy at this time.

__

Scope of work too small.

__

Scope of work too large.

__

Not enough time to bid. How much more time needed? _________________

__

Specification requirements too stringent (Please explain on separate paper).

__

Commercial requirements too stringent (Please explain on separate paper).

__

Contract Reporter notification received too late to respond. Date Received _________________.

__

Unable to meet Bond Requirements.

__

Unable to meet Insurance Requirements.

__

Unable to submit a competitive bid at this time.

__

Key personnel unavailable at this time.

__

Cannot meet Delivery or Schedule Requirements.

__

Lack of experience.

__

Other (Please Explain).

IF YOU ARE UNABLE TO SUBMIT A BID, DO YOU WISH TO RECEIVE FUTURE SOLICITATIONS FROM THE NEW YORK POWER AUTHORITY? ___ YES ___ NO Name

Company (Please Print)

Date

Telephone No.

(Mail or Fax this form to FAX No. (914) 681-6783)

NEW YORK POWER AUTHORITY CONFIDENTIALITY AGREEMENT

This Confidentiality Agreement (“Agreement”) made as of ________________ is between the New York Power Authority (“NYPA”), having an office at 123 Main Street, White Plains, New York 10601, and _____________________________ (“Bidder”) with offices at_______________________________________. WHEREAS, NYPA has issued a Request for Proposals (“RFP”) No. Q14-5619FS entitled REPLACEMENT OF MOTOR GENERATOR COMPONENTS located at the Niagara Power Projects , in New York, (the “RFP”). WHEREAS, NYPA has issued a Request for Proposals (“RFP”) No. Q14-5619FS entitled REPLACEMENT OF MOTOR GENERATOR COMPONENTS NYPA will provide Confidential Information (as defined below) to the Bidder and, accordingly, the Bidder, as a condition of receiving the Confidential Information from NYPA, has agreed to enter into this Confidentiality Agreement with NYPA for the protection of the Confidential Information; NOW, THEREFORE, in consideration of the terms and conditions as herein set forth, NYPA and the Bidder agree as follows: 1. In connection with the RFP issued by NYPA, NYPA is furnishing the Bidder with certain Confidential Information (as defined below) regarding NYPA’s operations that are non-public, confidential or proprietary in nature. 2. As used in this Agreement, “Confidential Information” shall mean (i) any and all information (whether written, digital or in any other form) contained in the RFQ and/or any other documents provided to the Bidder relating to the physical structure, the security and the operation of NYPA power plants such as building plans, major system and equipment specifications, site layouts, etc., (ii) oral disclosures of information or data relating to the physical structure, security and the operation of NYPA power plants (iii) information or data obtained as a result of visual access to such information during site visits; or specifically (iv) preliminary assessment reports, photographs, and lead/asbestos abatement reports. 3. Confidential Information shall not include any information or data that is (i) generally available from public sources or in the public domain through no fault of the Bidder, (ii) received at any time from any third party without breach of a nondisclosure obligation to NYPA (iii) developed independently by employees of the Bidder who had no access to Confidential Information of NYPA or known to Bidder prior to its disclosure by NYPA (iv) required to be disclosed by law; or (v) approved for disclosure without any confidentiality obligation by NYPA. 1

4. Bidder shall only use the Confidential Information for the purpose of submitting a proposal to provide WHEREAS, NYPA has issued a Request for Proposals (“RFP”) No. Q14-5619FS entitled REPLACEMENT OF MOTOR GENERATOR COMPONENTS and developing a response to the RFQ. In addition, the Bidder agrees that it will not use the Confidential Information for any other purposes, including but not limited to promotional purposes in any manner or in any form, and will not copy or modify the Confidential Information, or make any copy, adaptation, transcription, or merged portion thereof, except as expressly authorized by NYPA. 5.

In order to preserve the confidentiality of the Confidential Information, Bidder shall:

(a) protect and preserve the confidential and proprietary nature of all Confidential Information and use the same care and discretion to avoid disclosure of Confidential Information as the Bidder uses with respect to its own confidential information; (b) hold the Confidential Information in the strictest confidence and not disclose any Confidential Information to any persons other than Bidder’s employees or representatives of Bidder who need to know the Confidential Information for the purposes described in the RFQ; (c) not use or make any records or copies of, or permit anyone else to use or make any copies of, the Confidential Information, except as may be required by the Bidder for the purposes of the Request for Proposals; (d) notify NYPA immediately of any loss of misplacement of NYPA’s Confidential Information, in whatever form. (e) comply with reasonable security procedures as may be requested by NYPA from time to time for protection of the Confidential Information, including without limitation, procedures concerning the transportation, storage and use of Confidential Information and computer and/or data processing media containing any Confidential Information. 6. In the event the Bidder is required by subpoena, court order or other similar process to disclose Confidential Information, it shall (unless prohibited from doing so by law or by court order) provide NYPA with immediate written notice and documentation thereof, so that NYPA may seek a protective order or other appropriate remedy. 7. At the conclusion of the RFQ process, or upon the request of NYPA, the Bidder must immediately, at NYPA’s option: (a) return to NYPA all NYPA’s Confidential Information that was supplied to the Bidder by NYPA or any other of NYPA’s Confidential Information in the control or possession of the Bidder; or 2

(b) destroy the Confidential Information and permit NYPA to witness the destruction, and delete, and ensure the deletion of, all the Confidential Information that consists of machine readable records; and (c) promptly upon completion by the Bidder of its obligations herein, the Bidder must certify to NYPA that all the Confidential Information has been returned, destroyed and deleted. 8. The obligations of the Bidder under this Agreement shall remain in effect even if (i) the purpose of this Agreement is completed or terminated and/or (ii) the Bidder has returned, destroyed or deleted the Confidential Information in accordance with this Agreement. 9. This Agreement is made in, and shall be interpreted, construed, governed and enforced in accordance with the laws of the State of New York. Each of the parties hereby agrees to submit to the nonexclusive jurisdiction of the United States District Court for the Southern District of New York and/or any New York State Supreme Court sitting in Westchester County for the purposes of all legal proceedings arising out of or relating to this Agreement. Each of the parties hereby irrevocably waives, to the fullest extent permitted by law, any objection to the selection of this venue and any claim that any proceeding brought in such a court has been brought in any inconvenient forum. 10. In the event a court of law finds any provision of this Agreement void and unenforceable, the remaining provisions shall remain in full force and effect.

Name of Bidder: ___________________________________

POWER AUTHORITY OF THE STATE OF NEW YORK

By: ________________________________

By: _Fiona Spencer___________

(Type or Print your name)

(Type or Print your name)

By: ________________________________

By: _____________________________

(Signature)

(Signature)

Date: _______________________________

Date: ____________________________

3

SEND YOUR QUOTATION TO: NEW YORK POWER AUTHORITY ATTN: PROCUREMENT DIVISION 123 MAIN STREET WHITE PLAINS, N.Y. 10601

THIS IS NOT A PURCHASE ORDER BIDDER MUST SUBMIT QUOTATION ON THIS FORM

_______________________________________________________________________

REQUEST FOR QUOTATION RFQ number/date

ALL BIDDERS WHITE PLAINS NY

6000148328 / 04/07/2014 10601

Contact person/Telephone

FIONA SPENCER/914-681-6401 E-Mail Address Your vendor number with us

[email protected]

100

Our fax number

914-681-6783 Our reference

Q14-5619FS

Delivery Point: NIAGARA POWER PROJECT NEW YORK POWER AUTHORITY 4750 WITMER RD NIAGARA FALLS NY 14305

Quotation Due by Close of Business: 05/13/2014 Valid from: 05/13/2014 Valid to: 11/13/2014

Deliv. terms: FOB DESTINATION/JOBSITE Payt. terms: NET DUE WITHIN 30 DAYS NOTICE TO ALL PROPOSERS ======================= PROPOSERS ARE HEREBY CAUTIONED TO MAKE USE OF THE NEW YORK POWER AUTHORITY'S WEB SITE AT WWW.NYPA.GOV TO OBTAIN CURRENT AND COMPLETE BID DOCUMENTS, BID ADDENDA, POST-BID ADDENDA AND RELATED NOTICES. PROPOSERS OBTAINING BID DOCUMENTS FROM SOURCES OTHER THAN THE AUTHORITY'S WEB SITE AT WWW.NYPA.GOV DO SO AT THEIR OWN RISK. INCOMPLETE PROPOSAL RESPONSES MAY BE REJECTED BY THE AUTHORITY. The New York Power Authority (hereinafter "NYPA" or "Authority") hereby invites you to submit a proposal to furnish all supervision, labor, materials and equipment (except for services, materials, and/or equipment to be furnished by others as specifically referred to in the Contract Documents), and perform all operations required to REPLACE THE MOTOR GENERATOR COMPONENTS (STUB SHAFT, COLLECTOR RING, ETC.) as per the Authority's Project Specifications attached hereto at Niagara Power Project (NIA) located at 5777 Lewiston Rd, Niagara, New York. The Authority reserves the right not to include, or to cancel any portion of the Work, and the price provided in Pricing Schedule Section shall be used to determine the contract price. The Authority may include

SEND YOUR QUOTATION TO: NEW YORK POWER AUTHORITY ATTN: PROCUREMENT DIVISION 123 MAIN STREET WHITE PLAINS, N.Y. 10601

THIS IS NOT A PURCHASE ORDER BIDDER MUST SUBMIT QUOTATION ON THIS FORM

_______________________________________________________________________ ALL BIDDERS WHITE PLAINS NY

10601

RFQ number/date

Page

6000148328 / 04/07/2014

2

in the award any optional items which are deemed to be in the best interest of the Authority. A PROPOSAL GUARANTEE WILL BE REQUIRED WITH EACH PROPOSAL IN AN AMOUNT NOT LESS THAN FIVE PERCENT (5%) OF THE FIRM LUMP SUM BID. THE AUTHORITY RESERVES THE RIGHT TO REQUIRE A PERFORMANCE BOND. NEW YORK STATE LAW REQUIRES A PAYMENT BOND. CONFIDENTIALITY AGREEMENT: ========================== In order for Bidders to receive a copy of the drawings on CD, Bidders must complete, sign and return the Confidentiality Agreement to: [email protected] or fax no. (914) 681-6783. SITE VISIT: =========== A Bidders' site visit is scheduled for : THURSDAY APRIL 17, 2014 at 10:00AM EST *** Bidders to assemble at the Security Gate by 9:45am *** Bidders are instructed to advise the names of your attendees to Donna Keough at [email protected] to confirm your attendance by end TUESDAY, APRIL 15, 2014. Each attendee must bring their own safety helmets, safety gloves, and wear safety shoes at the site. You will not be allowed to participate if you are not in compliance with these safety requirements. INSTRUCTIONS/INFORMATION TO BIDDERS: ==================================== THE AUTHORITY'S DESIGNATED CONTACT PERSON DURING THE FORMAL BID PERIOD IS THE UNDERSIGNED. NO OTHER AUTHORITY PERSONNEL IS AUTHORIZED TO RECEIVE, INITIATE OR COMMUNICATE INFORMATION OF ANY KIND REGARDING THIS RFQ DURING THE "FORMAL BID PERIOD" ALL INQUIRIES REGARDING THIS RFQ MUST BE DIRECTED TO THE UNDERSIGNED. FAILURE OF PROSPECTIVE BIDDER TO FULLY COMPLY WITH THIS REQUIREMENT MAY

SEND YOUR QUOTATION TO: NEW YORK POWER AUTHORITY ATTN: PROCUREMENT DIVISION 123 MAIN STREET WHITE PLAINS, N.Y. 10601

THIS IS NOT A PURCHASE ORDER BIDDER MUST SUBMIT QUOTATION ON THIS FORM

_______________________________________________________________________ ALL BIDDERS WHITE PLAINS NY

10601

RFQ number/date

Page

6000148328 / 04/07/2014

3

RESULT IN THE REJECTION OF ITS BID PROPOSAL. THE "FORMAL BID PERIOD" IS DEFINED TO BE THE PERIOD OF TIME COMMENCING WITH THE EARLIEST WRITTEN NOTICE, ADVERTISEMENT OR SOLICITATION OF A REQUEST FOR PROPOSAL, INVITATION FOR BIDS OR SOLICITATION OF PROPOSALS, OR ANY OTHER METHOD FOR SOLICITING A RESPONSE FROM BIDDERS INTENDING TO RESULT IN A PROCUREMENT CONTRACT AND ENDING WITH THE FINAL CONTRACT AWARD. IF THERE ARE ANY QUESTIONS REGARDING THIS RFP, UNDER §§ 139-J AND 139-K OF THE STATE FINANCE LAW (SFL), ALL QUESTIONS MUST BE DIRECTED IN WRITING TO: FIONA SPENCER PROCUREMENT SPECIALIST NEW YORK POWER AUTHORITY 123 MAIN STREET WHITE PLAINS, NEW YORK 10601 914-681-6401 (PHONE) 914-681-6783 (FAX) E-MAIL: [email protected] BIDDER MUST DIRECT ALL INQUIRIES REGARDING THIS RFQ TO THE ABOVE DESIGNATED CONTACT PERSON, ONLY. FAILURE TO COMPLY WITH THIS REQUIREMENT MAY JEOPARDIZE YOUR PROPOSAL WHICH MAY RESULT IN ITS REJECTION. BIDDERS MUST RETURN THE BID/INQUIRY RESPONSE FORM IMMEDIATELY. The terms "Request For Quotation" (RFQ) And "Request For Proposals" (RFP) as used throughout, are synonymous. The term "Itemized Proposal Form" shall mean RFQ or RFP. The terms "Bidder/Proposer", "Bidder", "Consultant", and "Contractor", as may be used throughout, are synonymous. The terms "Contract", "Contract/P.O.", and "Agreement", as may be used throughout, are synonymous. Proposals shall be delivered to the Authority by hand or mail not later than TUESDAY, MAY 13, 2014. Envelopes containing each set should be clearly marked on the outside that a proposal for INQUIRY NO. Q14-5619FS

SEND YOUR QUOTATION TO: NEW YORK POWER AUTHORITY ATTN: PROCUREMENT DIVISION 123 MAIN STREET WHITE PLAINS, N.Y. 10601

THIS IS NOT A PURCHASE ORDER BIDDER MUST SUBMIT QUOTATION ON THIS FORM

_______________________________________________________________________ ALL BIDDERS WHITE PLAINS NY

10601

RFQ number/date

Page

6000148328 / 04/07/2014

4

is enclosed and showing the Proposer's name, address and agreement title. The outside of the submission shall be marked with large letters "DO NOT OPEN - SEALED PROPOSAL." PRICES QUOTED SHALL INCLUDE F.O.B. DESTINATION. PROVIDE YOUR FIRM LUMP SUM PRICING ON THE PRICE INQUIRY FORM BELOW ON PAGE 12. PROPOSALS WILL BE EVALUATED ON EXPERIENCE, RESOURCES, TECHNICAL PROFICIENCY, RESPONSIVENESS TO THE BID REQUIREMENTS, PRICE, AND SCHEDULE. BIDDER SHALL SUBMIT ONE (1) ORIGINAL, THREE (3) COPIES AND ONE (1) CD OF ITS PROPOSAL WITH ALL REQUIRED DATA, PROPERLY COMPLETED, TO THE FOLLOWING ADDRESS: New York Power Authority 123 Main Street - 5th Floor White Plains, New York 10601 Attention: Fiona Spencer, Procurement Specialist During the Restricted Period the Bidder must communicate only with the Designated Contract Person for the RFP. The "Restricted Period" is defined to be the period of time commencing with the earliest written notice, advertisement or solicitation of a request for proposal, invitation for bids or solicitation of proposals, or any other method for soliciting a response from Bidders intending to result in a procurement contract and ending with the final contact award. The Authority's Designated Contact Person during the formal bid period is the undersigned (Fiona Spencer). No other Authority personnel are authorized to receive, initiate, or communicate information of any kind regarding this RFQ during the "Restricted Period." All inquiries regarding this RFQ must be directed to the undersigned. Failure of prospective Bidder to fully comply with this requirement may result in the rejection of its Bid Proposal. APPENDICES: A) Your attention is directed to Appendix "C" entitled Minority and Women-Owned Business Enterprise (M/WBE) Participation Goal Requirement, Appendix "E" entitled The Omnibus Procurement Act of 1992 Requirements, Appendix "G" entitled Equal Employment Opportunities Requirements,

SEND YOUR QUOTATION TO: NEW YORK POWER AUTHORITY ATTN: PROCUREMENT DIVISION 123 MAIN STREET WHITE PLAINS, N.Y. 10601

THIS IS NOT A PURCHASE ORDER BIDDER MUST SUBMIT QUOTATION ON THIS FORM

_______________________________________________________________________ ALL BIDDERS WHITE PLAINS NY

10601

RFQ number/date

Page

6000148328 / 04/07/2014

5

Appendix "H" entitled Tax Law Requirements, Appendix "J" entitled Bidder/Proposer Compliance With New York Power Authority Policy Providing For Certain Procurement Disclosures, and Appendix "M" entitled Use of Ultra Low Sulfur Diesel Fuel and Best Available Retrofit Technology (BART) for Heavy Duty Vehicles. B) Appendix D: Upon Contract/PO award the successful Bidder will be required to comply with "NYPA's Access Authorization - Background Screening Program" (aka, Appendix D). The actual Appendix will be furnished with the Contract/PO award document to the successful Bidder. The successful Bidder will be required to comply with the appendix's requirements in accordance with directives from the Authority's authorized designee which shall include but is not limited to: Contractor employee background screening requirements Compliance with escorted and unescorted access requirements Identification badge requirements Completion of various associated Appendix D Attachments C) Appendices C and G Bidder is informed that its compliance or failure to comply with requirements for M/WBE participation, and EEO participation are evaluation criteria which will be strong factors in the Authority's selection of a successful Bidder. Contractor hereby acknowledges and agrees to Goal Requirement Participation for "Minority and Women Owned Business Enterprise Requirement" noted in Exhibit C. Contractor is required to post the M/WBE Utilization Plan on the NYPA Internet page. THIS IS A NY STATE LAW and must be complied with. The Authority's Ms. Debra J. White, can be contacted at (914) 681-6976, and can assist you in locating additional and/or alternative M/WBE firms in the area of your work. If there are any questions regarding this Request For Proposal (hereinafter "RFP") §§ 139-J and 139-K of the State Finance Law (SFL), require that all questions must be directed in writing to Fiona Spencer, New York, Power Authority, 123 Main Street, White Plains, New York 10601. Proposers are requested to submit a copy of their annual report with their proposal. All prices quoted shall be in U.S. currency.

SEND YOUR QUOTATION TO: NEW YORK POWER AUTHORITY ATTN: PROCUREMENT DIVISION 123 MAIN STREET WHITE PLAINS, N.Y. 10601

THIS IS NOT A PURCHASE ORDER BIDDER MUST SUBMIT QUOTATION ON THIS FORM

_______________________________________________________________________ ALL BIDDERS WHITE PLAINS NY

10601

RFQ number/date

Page

6000148328 / 04/07/2014

6

All expenses incurred by you in preparation of your proposal will be to your account. The Power Authority will not reimburse any such expenses. The Power Authority reserves the right to reject any or all proposals. Please acknowledge receipt of this letter, stating whether or not you intend to submit a proposal by returning the Bid/Inquiry Response Form immediately following this page. A PROPOSAL GUARANTEE WILL BE REQUIRED WITH EACH PROPOSAL IN AN AMOUNT NOT LESS THAN FIVE PERCENT (5%) OF THE LUMP SUM BID PRICE. INFORMATION WHICH MAY SUPPLEMENT BUT SHALL NOT DUPLICATE ANY INFORMATION SUBMITTED AS PER THE ABOVE: Complete and return Safety Performance Questionnaire. A Scope of Work outlining the Bidder's understanding of the Work which shall include a detailed work plan. A detailed Construction Schedule for orderly completion of work within the construction schedule as outlined in SC-04, including crew sizes and manhours. Organization chart, inspection team composition, resumes of individuals who will perform and support the Work. Documentation of established training programs and certifications. Three (3) years of safety history indicating Recordable Incidence Rates, Severity Rate and Experience Modification Rate. A list of all proposed subcontractors; description of their proposed work; contact names, addresses, phone number and references; and listing of previous/similar Work performed; with completion dates and prices, descriptions, and resumes of key personnel. Copies of any permits and licenses that the Bidder currently possesses to perform this Work. A list of prior projects covering similar assignments conducted by the Bidder over the past three (3) years. Include only those

SEND YOUR QUOTATION TO: NEW YORK POWER AUTHORITY ATTN: PROCUREMENT DIVISION 123 MAIN STREET WHITE PLAINS, N.Y. 10601

THIS IS NOT A PURCHASE ORDER BIDDER MUST SUBMIT QUOTATION ON THIS FORM

_______________________________________________________________________ ALL BIDDERS WHITE PLAINS NY

10601

RFQ number/date

Page

6000148328 / 04/07/2014

7

projects that proposed personnel have actually worked on. A copy of Bidder's current pre-printed "brochure," if any, or other material, detailing the Bidder's organization chart, office locations, capabilities, expertise etc. Client References with names of individuals, preferably managers of projects and telephone numbers that enable NYPA to assess past performance. EVALUATION CRITERIA: a)Contracts will be awarded based upon technical expertise and experience, available equipment, costs and Bidder versatility. b)Name and address of other companies for which the Bidder has provided similar services over the past five years. c)Experience - The Authority will evaluate submitted materials for demonstrated experience and knowledge shown by the previous performance of similar Work. d)Schedule compatibility - The Bidder's proposed schedule will be evaluated for compliance to NYPA requirements. Ability to develop schedule, complete tasks and meet deadlines, on time and within budget. e)Cost - The contract award will be based on the proposal that most meets the overall needs of the Contract. Project cost will not be the sole determining factor. The Bid amount shall be submitted to perform all the Work as indicated in the Bid/Contract Documents. f)References - The Bidders failure to meet these requirements may result in no further consideration of its Proposal. g)Financial Statements (i.e. Annual Reports) that represent the overall financial condition of the Bidder for the last (2) two years. h)Appendices - Bidder responses to all required Appendices. i)The Authority desires an Exception-free proposal which will

SEND YOUR QUOTATION TO: NEW YORK POWER AUTHORITY ATTN: PROCUREMENT DIVISION 123 MAIN STREET WHITE PLAINS, N.Y. 10601

THIS IS NOT A PURCHASE ORDER BIDDER MUST SUBMIT QUOTATION ON THIS FORM

_______________________________________________________________________ ALL BIDDERS WHITE PLAINS NY

10601

RFQ number/date

Page

6000148328 / 04/07/2014

8

be considered during the evaluation phase. j)The Authority reserves the right, at its discretion, to require pre-award presentations of selected Bidders. k)Failure to submit the information required and specified herein shall be cause for determining that the Bidder's proposal is not acceptable. E. COMPARISON OF BIDS: The Authority reserves the right, in awarding the Contract, to consider factors not specifically mentioned herein, which, in the Authority's judgment, would affect the best interests of the Authority. Such factors may include, but are not limited to, the ability of the Bidders to perform the Work within the time specified, compliance with the technical requirements, the Bidders plant facilities, the Authority's previous experience with the Bidder, and the Proposal Price(s). NYPA intends to engage the most qualified Contractor available for this project. It is necessary, therefore, that the Bidders Proposal fully responds to all aspects of the RFQ. Bidder must provide NYPA with clearly expressed information concerning the Bidders understanding of NYPA's specific requirements and qualifying the Bidder to conduct the Work in a thorough and efficient manner. The Authority reserves the right, at its discretion, to require pre-award presentations and inspection of the facilities of selected Bidders. F. OTHER REQUIREMENTS: 1. The successful Bidder will be required to perform all Work in accordance with applicable State and Local requirements, including but not limited to New York State Dept. of Labor wage rate requirements applicable for the NY County where Work is performed. 2. The proposal and all supplemental data shall be legible and in the English language. Proposals that do not meet these requirements or that contain omissions, erasures alterations, additions or items not called for in the Request For Proposal or that contain irregularities of any kind, may be rejected as informal. 3. The names of the president, secretary and treasurer and the date and

SEND YOUR QUOTATION TO: NEW YORK POWER AUTHORITY ATTN: PROCUREMENT DIVISION 123 MAIN STREET WHITE PLAINS, N.Y. 10601

THIS IS NOT A PURCHASE ORDER BIDDER MUST SUBMIT QUOTATION ON THIS FORM

_______________________________________________________________________ ALL BIDDERS WHITE PLAINS NY

10601

RFQ number/date

Page

6000148328 / 04/07/2014

9

state of incorporation and principal place of business shall be given on page B-1 of this RFP (see section B-3 above). 4. ANY EXCEPTIONS TO THE BIDDING DOCUMENTS LISTED BELOW SHALL BE SPECIFICALLY IDENTIFIED AND STATED UNDER A SEPARATE SECTION OF THE PROPOSAL TITLED "DEVIATIONS AND EXCEPTIONS". THE PROPOSED BLANKET SUBSTITUTION OF THE BIDDER'S PRE-PRINTED TERMS AND CONDITIONS FOR THOSE IN THE RFP WILL NOT BE ENTERTAINED. 5. Payee the Laws the N.Y. proposal

Identification Numbers. Under the provisions of Chapter 295 of of 1987, the New York Power Authority is required to report to State Dept. of Taxation and Finance in connection with your for or the award of these services the following information:

Your Business Name:_______________________________________ Your Business Address:____________________________________ Your Federal social security account number: _________________ Your Federal employer identification number: _________________ If you do not have the above numbers, please state the reason or reasons why: ___________________________________________________ ________________________________________________________________ Such numbers shall only be made available to the public as provided by law. **************************************************************** **************************************************************** G. INSTRUCTIONS/INFORMATION TO BIDDERS: 1.Return the BID/INQUIRY RESPONSE FORM-ASAP. 2.A.SUBMIT ONE (1) ORIGINAL AND TWO (2) COPIES (1 HARDCOPY AND 1 CD) OF THE PROPOSAL WITH ALL OF THE REQUIRED DATA TO THE FOLLOWING ADDRESS: NEW YORK POWER AUTHORITY 123 MAIN STREET WHITE PLAINS, N.Y. 10601 ATTN: FIONA SPENCER 914-681-6783 (FAX) B.Any questions must be submitted in writing, by fax(above) or

SEND YOUR QUOTATION TO: NEW YORK POWER AUTHORITY ATTN: PROCUREMENT DIVISION 123 MAIN STREET WHITE PLAINS, N.Y. 10601

THIS IS NOT A PURCHASE ORDER BIDDER MUST SUBMIT QUOTATION ON THIS FORM

_______________________________________________________________________ ALL BIDDERS WHITE PLAINS NY

10601

RFQ number/date

Page

6000148328 / 04/07/2014

10

email: [email protected]. C.New York Power Authority reserves the right not to answer questions submitted after FRIDAY, MAY 9, 2014. 3.ALL PROPOSALS SHALL BE VALID FOR A PERIOD OF (180) DAYS FROM DATE OF RECEIPT BY NYPA UNLESS OTHERWISE EXTENDED, MODIFIED OR WITHDRAWN IN WRITING. 4.THE BIDDING DOCUMENTS ENCLOSED CONSIST OF: THIS REQUEST FOR QUOTATION/RFQ AND ALL ATTACHED; TERMS AND CONDITIONS,TECHNICAL SPECIFICATIONS,INSURANCE REQUIREMENTS,APPENDICES, AND OTHER RELATED FORMS INCLUDED AND/OR REFERENCED HEREIN. 5.A. If the Bidder determines that a conflict exists between Commercial Terms and Conditions in the Technical Specification and other Commercial Terms and Conditions contained elsewhere in this RFQ; the Bidder shall list all items as an exception. B. ANY EXCEPTIONS TO THE BIDDING DOCUMENTS SHALL BE SPECIFICALLY IDENTIFIED AND STATED UNDER A SEPERATE SECTION OF THE PROPOSAL TITLED "EXCEPTIONS AND CLARIFICATIONS". 6. TERM OF CONTRACT: August 1, 2014 (on or about) through no later than December 31, 2014. 7. Please complete and submit the following documents with your proposal: a. b. c. d. e. f. g. h. i. j. k.

Bid/Inquiry Response Form SIGN APPENDIX "A" ON THE REVERSE SIDE AND RETURN. APPENDIX "C" APPENDIX "E"-COMPLETE & RETURN ATTACHMENT 1. APPENDIX "G"-SUBMIT:EEO POLICY STATEMENT AND FORM G-3. APPENDIX "H" APPENDIX "J"-Submit with your Proposal. Complete & Submit the Non-Collusive Bidding Certification. Proof of Insurance, in accordance with the attached Insurance requirements is required to be submitted ONLY on the attached Authority form prior to Award. Failure to submit the information specified herein shall be cause for determining that the Contractor's proposal is not acceptable. PO Address Form Bid Bonds

SEND YOUR QUOTATION TO: NEW YORK POWER AUTHORITY ATTN: PROCUREMENT DIVISION 123 MAIN STREET WHITE PLAINS, N.Y. 10601

THIS IS NOT A PURCHASE ORDER BIDDER MUST SUBMIT QUOTATION ON THIS FORM

_______________________________________________________________________ Page 11 ALL BIDDERS RFQ number/date WHITE PLAINS NY 10601 6000148328 / 04/07/2014

************************************************************* Attached to, and forming a part of the Bidding Documents are: Request for Quotation Q14-5619FS o Bid Inquiry Response Form o Confidentiality Agreement o Request For Quotations Form (*) o P.O. Address of the Proposer (Page B-1)(*) o Bid Bonds o Furnish, Deliver, Install Agreement o Commercial Appendices: - Appendix A - Statutory Requirements ("Lien Law")(*) - Appendix B - Prompt Payment Policy - Appendix C - MWBE Goals(*) - Appendix D - Background - Appendix E - Omnibus Procurement Act (*) - Appendix F - CAD Requirements ­ -

Appendix Appendix Appendix Appendix Appendix Appendix

G H J M N O

­ -

EEO Requirements (*) Tax Law Requirements (*) Procurement Disclosure Reporting (*) BART Iranian Energy Sector Divestment Encouraging Use of NY State Businesses in Contract Performance o NYPA Insurance Certificate to be submitted ONLY on the attached Authority form prior to Award. o Non-Collusive Proposal Certification (*) o Safety Performance Questionnaire (*) * = submit with your proposal o TECHNICAL SPECIFICATIONS: ========================= 1. TECHNICAL SPECIFICATION (INCL:Appdx a , EHS, Symbols and CAD req's.) 2. DRAWINGS (on CD) 3. DIVISION 1 - PROJECT SPECIFICATION TABLE OF CONTENTS: SECTION 01010 - SUMMARY OF WORK

SEND YOUR QUOTATION TO: NEW YORK POWER AUTHORITY ATTN: PROCUREMENT DIVISION 123 MAIN STREET WHITE PLAINS, N.Y. 10601

THIS IS NOT A PURCHASE ORDER BIDDER MUST SUBMIT QUOTATION ON THIS FORM

_______________________________________________________________________ Page

ALL BIDDERS WHITE PLAINS NY

RFQ number/date

10601

12

6000148328 / 04/07/2014

SECTION 01090 - REFERENCES SECTION 01100 - JOBSITE REQUIREMENTS SECTION 01220 - PROJECT MEETINGS SECTION 01240 - PROJECT CONTROL REQUIREMENTS SECTION 01310 - CONSTRUCTION SCHEDULES SECTION 01335 - DATA TO BE FURNISHED BY THE CONTRACTOR SECTION 01340 - SHOP DRAWINGS,PRODUCT DATA,DOCUMENTS AND SAMPLES SECTION 01410 - TESTING LABORATORY SERVICES SECTION 01440 - CONTRACTOR'S QUALITY CONTROL SECTION 01505 - MOBILIZATION AND DEMOBILIZATION SECTION 01576 - FACILITY POLLUTION, WATER, AND EROSION CONTROL SECTION 01577 - FACILITY PROTECTION AND SITE RESTORATION SECTION 01701 - CONTRACT CLOSEOUT ATTACHMENT 1 - FIELD CHANGE NOTICE ATTACHMENT 2 - FIELD CHANGE REQUEST ATTACHMENT 3 - DESIGN CHANGE NOTICE ATTACHMENT 4 - SUBMITTAL COVER SHEET ATTACHMENT 5 - CONTRACTOR'S SUBMITTAL LOG ATTACHMENT 6 - REQUEST FOR INFORMATION (RFI) SHEET ATTACHMENT 7 - CONSTRUCTION INSPECTION/MONITORING PROGRAM 4. SAMPLE LEM SCHEDULE 5. PREVAILING WAGE SCHEDULE

#20140024

Please indicate your acceptance of this Notice of Award by signature in the space designated below and return two (2) executed originals to the address below within five (5) business days after receipt as your acknowledgement and acceptance of all of the attached and foregoing: NEW YORK POWER AUTHORITY 123 MAIN STREET WHITE PLAINS, NY 10601 ATTN:FIONA SPENCER PROCUREMENT SPECIALIST Firm Lump Sum price to peform all work assiciated with Request for Proposals Q14-5619FS is $________________________________ . This price is the summation of items 0001-0014 inclusive below.

SEND YOUR QUOTATION TO: NEW YORK POWER AUTHORITY ATTN: PROCUREMENT DIVISION 123 MAIN STREET WHITE PLAINS, N.Y. 10601

THIS IS NOT A PURCHASE ORDER BIDDER MUST SUBMIT QUOTATION ON THIS FORM

_______________________________________________________________________ ALL BIDDERS WHITE PLAINS NY

10601

RFQ number/date

Page

6000148328 / 04/07/2014

13

_________________________________________________________________________ Item

Material RFQ quantity

Unit Price

Unit

Extended Price

_________________________________________________________________________ 00001 1 LOT

07/01/2014

$____________$____________

Perform engineering, field verifications and design Stub Shaft, DC Path and Collector Ring, Neutral Lead and Current Transformers as per the specification.

00002 1 LOT

07/01/2014

$____________$____________

Furnish, deliver, replace existing, dispose of existing and install new stub shaft as per the specification on the One Unit (Third LEM Unit). Contractor will be responsible for the refurbishment of existing exciter fan too.

00003 1 LOT

07/01/2014

$____________$____________

Furnish, deliver, replace existing, dispose of existing and install DC Path and Collector Ring as per the specification on the One Unit (Third LEM Unit).

00004 6 LOT

07/01/2014

$____________$____________

Furnish, deliver, replace existing, dispose of existing and install Current Transformers as per the specification on the One Unit (Third LEM Unit). Price for each CT $__________________

00005 1 LOT

07/01/2014

$____________$____________

Furnish, deliver, replace existing, dispose of existing and install new Neutral Lead as per the specification on the One Unit (Third LEM Unit).

00006 1 LOT

07/01/2014

$____________$____________

Option: Perform all generator tests listed in the spec.

00007 1 LOT

09/02/2014

$____________$____________

SEND YOUR QUOTATION TO: NEW YORK POWER AUTHORITY ATTN: PROCUREMENT DIVISION 123 MAIN STREET WHITE PLAINS, N.Y. 10601

THIS IS NOT A PURCHASE ORDER BIDDER MUST SUBMIT QUOTATION ON THIS FORM

_______________________________________________________________________ ALL BIDDERS WHITE PLAINS NY

10601

RFQ number/date

Page

6000148328 / 04/07/2014

14

_________________________________________________________________________ Item

Material RFQ quantity

Unit Price

Unit

Extended Price

_________________________________________________________________________ Furnish, deliver, replace existing, dispose of existing and install new stub shaft as per the specification on the One Unit (4th LEM Unit). Contractor will be responsible for the refurbishment of existing exciter fan.

00008 1 LOT

09/02/2014

$____________$____________

Option: Furnish, deliver, replace existing, dispose of existing and install DC Path and Collector Ring as per the specification on the One Unit ( 4th LEM Unit).

00009 6 LOT

09/02/2014

$____________$____________

Furnish, deliver, replace existing, dispose of existing and install Current Transformers as per the specification on the One Unit (4th LEM Unit). Price for each CT $__________________

00010 1 LOT

09/02/2014

$____________$____________

Option: Furnish, deliver, replace existing, dispose of existing and install new Neutral Lead as per the specification.4th LEM Unit

00011 1 LOT

09/02/2014

$____________$____________

Option: Perform all generator tests listed in the spec. 4th LEM Unit

00012 1 LOT

09/02/2014

$____________$____________

Payment and Performance Bonds . The Authority requires a Performance and Payment Bond for this Contract (NYS Law requires a Payment Bond). The actual cost of the bonds will be paid by the Contractor and reimbursed (at cost) by the Authority upon submittal of a receipted invoice confirming payment to the Surety by the Contractor. .

SEND YOUR QUOTATION TO: NEW YORK POWER AUTHORITY ATTN: PROCUREMENT DIVISION 123 MAIN STREET WHITE PLAINS, N.Y. 10601

THIS IS NOT A PURCHASE ORDER BIDDER MUST SUBMIT QUOTATION ON PageTHIS FORM

_______________________________________________________________________ 15 ALL BIDDERS RFQ number/date WHITE PLAINS NY 10601 6000148328 / 04/07/2014 _________________________________________________________________________ Item

Material RFQ quantity

Unit Price

Unit

Extended Price

_________________________________________________________________________ 00013 1 LOT

07/01/2014

$____________$____________

Mobilization . Bid price for this line item shall not exceed 2% of the total price.

00014 1 LOT

07/01/2014

$____________$____________

Demobilization . Bid price for this line item shall not exceed 3% of the total price.

__________________________________________ Company Name . . __________________________________________ Name - signed . . __________________________________________ Name - printed . . ________________ Date

P.O. ADDRESS OF THE BIDDER

Company Name: _____________________________________________________________________________ Street Address: ______________________________________________________________________________ City: ___________________________ State/Province: _____________________ Zip Code: ________________ Country: _______________________ Email Address: _______________________________________________ Telephone No: _________________ Ext: _______ Fax No: ___________________ Fed ID No. ______________

ADDRESS FOR CHECK PAYMENTS: (If different from above) __________________________________________________________________________________________ City: ___________________________ State/Province: _____________________ Zip Code: ________________ Country: _______________________ If a Corporation Name: _________________________________________

Address President:______________________________________

_________________________________________

Secretary: ______________________________________

_________________________________________

Treasurer:______________________________________ If a Partnership

Name of General Partners: _________________________________________

Address _____________________________________________

_________________________________________

_____________________________________________

_________________________________________

_____________________________________________

If an Individual Name of Individual:

Address

_________________________________________

_____________________________________________

If a Joint Venture Name of General Partners: _________________________________________

Address _____________________________________________

_________________________________________

_____________________________________________

_________________________________________

_____________________________________________

B-1

BID BOND 1. Know all men by these presents, that we of of of of (hereinafter called the "Principal") and of (hereinafter called the "Surety") are held and firmly bound to the Power Authority of the State of New York (hereinafter called the "Authority") in the full and just sum of Dollars ($

)

good and lawful money of the United States of America, to the payment of which sum of money, well and truly to be made and done, the principal binds himself, his heirs, executors, administrators or assigns and the said surety binds itself, its successors or assigns, jointly and severally, firmly by these presents.

2. Signed, sealed and dated this

day of

20

.

3. Whereas, the principal has submitted the accompanying proposal, herein referred to as the bid, bearing date on the day of

20

to the authority for

Now, therefore, the condition of this obligation is such that, if the principal shall not withdraw the bid within the period specified therein after the opening of the same, or, if no period be specified, within one hundred twenty (120) days after the opening, and shall within the period specified therefor, or, if no period be specified, within ten (10) days after the prescribed forms are presented to him for signature, execute such further contractual documents, if any, as may be required by the terms of the bid as accepted, and give bonds with good and sufficient surety or sureties, as may be required, for the faithful performance and proper fulfillment of the resulting contract, and for the protection of all persons supplying labor and material in the prosecution of the work provided for in such contract, or in the event of the withdrawal of the bid within the period specified, or the failure to enter into such contract and give such bonds within the time specified, if the principal shall pay the Authority the difference between the amount specified in the bid and the amount for which the Authority procures that required work, supplies, and services, if the latter amount be in excess of the former, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue.

Principal By Its (If corporation add seal and attestation) Attest: Secretary Surety By Its Add corporate seal Attest:

B-2

(ACKNOWLEDGMENT BY PRINCIPAL, IF A CORPORATION) State of

}

ss.:

County of On this day of 20 , before me personally came , to me known, who, being by me duly sworn, did depose and say he resides at that he is the of the corporation described in and which executed the foregoing instrument; that he knows the seal of the corporation; that one of the seals affixed to the instrument is such seal; that it was so affixed by order of the Board of Directors of the corporation; and that he signed his name thereto by like order.

Signature of Notary Public or Commissioner of Deeds (Notary's seal to be attached)

(ACKNOWLEDGMENT BY PRINCIPAL, IF A PARTNERSHIP) State of

}

ss.:

County of On this day of 20 , before me personally came , to me known and known to me to be one of the members of the partnership of described in and who executed the foregoing instrument and he acknowledged to me that he executed the same as and for the act and deed of the partnership.

Notary Public or Commissioner of Deeds (Notary's seal to be attached)

(ACKNOWLEDGMENT BY PRINCIPAL, IF AN INDIVIDUAL) State of

}

ss.:

County of On this day of 20 , before me personally appeared , to me known and known to me to be the person described in and who executed the foregoing instrument and acknowledged that he executed the same.

Notary Public or Commissioner of Deeds (Notary's seal to be attached)

(ACKNOWLEDGMENT BY SURETY COMPANY) State of

}

ss.:

County of On this day of 20 , before me personally came being by me duly sworn did depose and say that he resides in of the ,

, to me known, who that he is the

the corporation described in and which executed the foregoing instrument; that he knows the seal of the corporation; that one of the seals affixed to the instrument is such corporate seal; that it was affixed by order of the Board of Directors of the corporation; and that he signed his name thereto by like order.

Notary Public or Commissioner of Deeds (Notary's seal to be attached) (The Surety Company must append statement of its financial condition, a certified copy of the resolution authorizing the execution of Bonds by Officers of the Company and/or others and proof of the authority of the individual executing this bond on behalf of the Surety so to do.)

B-2

ACKNOWLEDGMENT OF THE AUTHORITY

State of New York }

ss.:

County of On this day of , in the year of 20 , before me personally came who, being by me, duly sworn, did depose and say that he resides in

, to me known, , and that he is the

of the Power Authority Of The State Of New York. The Corporation described in and which executed the above instrument; that he knows the seal of the Power Authority Of The State Of New York aforesaid; that one of the seals affixed to the instrument is such seal, that it was so affixed by order of the Trustees of The Power Authority Of The State Of New York, and that he signed his name thereto by like order.

Notary Public (Seal) (ACKNOWLEDGMENT BY CONTRACTOR, IF A CORPORATION) State of New York }

ss.:

County of On this day of , 20 , before me personally came to me known, who being duly sworn, did depose and say that he resides in ; that he is the of the , The Corporation described in and which executed the foregoing instrument; that he knows the seal of The Corporation; that one of the seals affixed to the instrument is such corporate seal; that it was so affixed by the order of The Board Of Directors Of The Corporation; and that he signed his name thereto by like order.

Notary Public or Commissioner of Deeds

(ACKNOWLEDGMENT BY CONTRACTOR, IF A PARTNERSHIP) State of New York }

ss.:

County of On this day of 20 , before me personally came to me known and known to me to be the person who executed the above instrument; who, being duly sworn by me, did for himself depose and say that he is a member of the partnership of consisting of himself and , and that he executed the foregoing instrument in the partnership name of , and that he had authority to sign same, and he did duly acknowledge to me that he executed same as the act and deed of the partnership of for the uses and purposes mentioned therein.

Notary Public or Commissioner of Deeds

(ACKNOWLEDGMENT BY INDIVIDUAL CONTRACTOR) State of New York }

ss.:

County of One this day of 20 , before me personally came to me known and known to me to be the person described in and who executed the foregoing instrument, and duly acknowledged that he executed the same.

Notary Public or Commissioner of Deeds

B-3

Construction Payment Bond CONTRACTOR (name and address):

SURETY (name and address of principal place of business):

OWNER (name and address): CONSTRUCTION CONTRACT Effective Date of the Agreement: Amount: Description (name and location): BOND Bond Number: Date (not earlier than the Effective Date of the Agreement of the Construction Contract): Amount: Modifications to this Bond Form: None See Paragraph 18

Surety and Contractor, intending to be legally bound hereby, subject to the terms set forth below, do each cause this Payment Bond to be duly executed by an authorized officer, agent, or representative. CONTRACTOR AS PRINCIPAL

SURETY (seal)

(seal)

Contractor’s Name and Corporate Seal

Surety’s Name and Corporate Seal

By:

By: Signature

Signature (attach power of attorney)

Print Name

Print Name

Title

Title

Attest:

Attest: Signature

Title

Signature

Title

Notes: (1) Provide supplemental execution by any additional parties, such as joint venturers. (2) Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable.

Page 1 of 3

1.

2.

3.

4.

5.

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

The Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to the Owner to pay for labor, materials, and equipment furnished for use in the performance of the Construction Contract, which is incorporated herein by reference, subject to the following terms. If the Contractor promptly makes payment of all sums due to Claimants, and defends, indemnifies, and holds harmless the Owner from claims, demands, liens, or suits by any person or entity seeking payment for labor, materials, or equipment furnished for use in the performance of the Construction Contract, then the Surety and the Contractor shall have no obligation under this Bond. If there is no Owner Default under the Construction Contract, the Surety’s obligation to the Owner under this Bond shall arise after the Owner has promptly notified the Contractor and the Surety (at the address described in Paragraph 13) of claims, demands, liens, or suits against the Owner or the Owner’s property by any person or entity seeking payment for labor, materials, or equipment furnished for use in the performance of the Construction Contract, and tendered defense of such claims, demands, liens, or suits to the Contractor and the Surety. When the Owner has satisfied the conditions in Paragraph 3, the Surety shall promptly and at the Surety’s expense defend, indemnify, and hold harmless the Owner against a duly tendered claim, demand, lien, or suit.

5.1.2

5.2

have furnished a written notice of nonpayment to the Contractor, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were, or equipment was, furnished or supplied or for whom the labor was done or performed, within ninety (90) days after having last performed labor or last furnished materials or equipment included in the Claim; and have sent a Claim to the Surety (at the address described in Paragraph 13).

Claimants who are employed by or have a direct contract with the Contractor have sent a Claim to the Surety (at the address described in Paragraph 13).

6.

If a notice of non-payment required by Paragraph 5.1.1 is given by the Owner to the Contractor, that is sufficient to satisfy a Claimant’s obligation to furnish a written notice of non-payment under Paragraph 5.1.1.

7.

When a Claimant has satisfied the conditions of Paragraph 5.1 or 5.2, whichever is applicable, the Surety shall

7.2

Pay or arrange for payment of any undisputed amounts.

7.3

The Surety’s failure to discharge its obligations under Paragraph 7.1 or 7.2 shall not be deemed to constitute a waiver of defenses the Surety or Contractor may have or acquire as to a Claim, except as to undisputed amounts for which the Surety and Claimant have reached agreement. If, however, the Surety fails to discharge its obligations under Paragraph 7.1 or 7.2, the Surety shall indemnify the Claimant for the reasonable attorney’s fees the Claimant incurs thereafter to recover any sums found to be due and owing to the Claimant.

The Surety’s total obligation shall not exceed the amount of this Bond, plus the amount of reasonable attorney’s fees provided under Paragraph 7.3, and the amount of this Bond shall be credited for any payments made in good faith by the Surety.

9.

Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims, if any, under any construction performance bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and Surety under this Bond, subject to the Owner’s priority to use the funds for the completion of the work.

Claimants who do not have a direct contract with the Contractor, 5.1.1

Send an answer to the Claimant, with a copy to the Owner, within sixty (60) days after receipt of the Claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed; and

8.

The Surety’s obligations to a Claimant under this Bond shall arise after the following: 5.1

7.1

10. The Surety shall not be liable to the Owner, Claimants, or others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be liable for the payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligation to make payments to or give notice on behalf of Claimants, or otherwise have any obligations to Claimants under this Bond. 11. The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders, and other obligations. 12. No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the state in which the project that is the subject of the Construction Contract is located or after the expiration of one year from the date (1) on which the Claimant sent a Claim to the Surety pursuant to Paragraph 5.1.2 or 5.2, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of (1) or (2) first occurs. If the provisions of this paragraph

Page 2 of 3

are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable.

the work of the Contractor and the Contractor’s subcontractors, and all other items for which a mechanic’s lien may be asserted in the jurisdiction where the labor, materials, or equipment were furnished.

13. Notice and Claims to the Surety, the Owner, or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. Actual receipt of notice or Claims, however accomplished, shall be sufficient compliance as of the date received. 14. When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 15. Upon requests by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor and Owner shall promptly furnish a copy of this Bond or shall permit a copy to be made. 16. Definitions 16.1

Claim: A written statement by the Claimant including at a minimum: 1. 2. 3.

4. 5.

6.

7. 8.

16.2

16.3

Construction Contract: The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and all changes made to the agreement and the Contract Documents.

16.4

Owner Default: Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract.

16.5

Contract Documents: All the documents that comprise the agreement between the Owner and Contractor.

17. If this Bond is issued for an agreement between a contractor and subcontractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. 18. Modifications to this Bond are as follows:

The name of the Claimant; The name of the person for whom the labor was done, or materials or equipment furnished; A copy of the agreement or purchase order pursuant to which labor, materials, or equipment was furnished for use in the performance of the Construction Contract; A brief description of the labor, materials, or equipment furnished; The date on which the Claimant last performed labor or last furnished materials or equipment for use in the performance of the Construction Contract; The total amount earned by the Claimant for labor, materials, or equipment furnished as of the date of the Claim; The total amount of previous payments received by the Claimant; and The total amount due and unpaid to the Claimant for labor, materials, or equipment furnished as of the date of the Claim.

Claimant: An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials, or equipment for use in the performance of the Construction Contract. The term Claimant also includes any individual or entity that has rightfully asserted a claim under an applicable mechanic’s lien or similar statute against the real property upon which the Project is located. The intent of this Bond shall be to include without limitation in the terms of “labor, materials, or equipment” that part of the water, gas, power, light, heat, oil, gasoline, telephone service, or rental equipment used in the Construction Contract, architectural and engineering services required for performance of Page 3 of 3

Construction Performance Bond SURETY (name and address of principal place of business): CONTRACTOR (name and address):

OWNER (name and address):

CONSTRUCTION CONTRACT Effective Date of the Agreement: Amount: Description (name and location): BOND Bond Number: Date (not earlier than the Effective Date of the Agreement of the Construction Contract): Amount: Modifications to this Bond Form: None See Paragraph 16 Surety and Contractor, intending to be legally bound hereby, subject to the terms set forth below, do each cause this Performance Bond to be duly executed by an authorized officer, agent, or representative. CONTRACTOR AS PRINCIPAL

SURETY (seal)

(seal)

Contractor’s Name and Corporate Seal

Surety’s Name and Corporate Seal

By:

By: Signature

Signature (attach power of attorney)

Print Name

Print Name

Title

Title

Attest:

Attest: Signature

Title

Signature

Title

Notes: (1) Provide supplemental execution by any additional parties, such as joint venturers. (2) Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable. Page 1 of 3

1. The Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by reference.

5.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor, and with reasonable promptness under the circumstances: 5.4.1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is determined, make payment to the Owner; or

2. If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except when applicable to participate in a conference as provided in Paragraph 3.

5.4.2 Deny liability in whole or in part and notify the Owner, citing the reasons for denial.

3. If there is no Owner Default under the Construction Contract, the Surety’s obligation under this Bond shall arise after: 3.1 The Owner first provides notice to the Contractor and the Surety that the Owner is considering declaring a Contractor Default. Such notice shall indicate whether the Owner is requesting a conference among the Owner, Contractor, and Surety to discuss the Contractor’s performance. If the Owner does not request a conference, the Surety may, within five (5) business days after receipt of the Owner’s notice, request such a conference. If the Surety timely requests a conference, the Owner shall attend. Unless the Owner agrees otherwise, any conference requested under this Paragraph 3.1 shall be held within ten (10) business days of the Surety’s receipt of the Owner’s notice. If the Owner, the Contractor, and the Surety agree, the Contractor shall be allowed a reasonable time to perform the Construction Contract, but such an agreement shall not waive the Owner’s right, if any, subsequently to declare a Contractor Default;

6. If the Surety does not proceed as provided in Paragraph 5 with reasonable promptness, the Surety shall be deemed to be in default on this Bond seven days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Paragraph 5.4, and the Owner refuses the payment or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. 7. If the Surety elects to act under Paragraph 5.1, 5.2, or 5.3, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. Subject to the commitment by the Owner to pay the Balance of the Contract Price, the Surety is obligated, without duplication for:

3.2 The Owner declares a Contractor Default, terminates the Construction Contract and notifies the Surety; and

7.1 the responsibilities of the Contractor for correction of defective work and completion of the Construction Contract;

3.3 The Owner has agreed to pay the Balance of the Contract Price in accordance with the terms of the Construction Contract to the Surety or to a contractor selected to perform the Construction Contract. 4. Failure on the part of the Owner to comply with the notice requirement in Paragraph 3.1 shall not constitute a failure to comply with a condition precedent to the Surety’s obligations, or release the Surety from its obligations, except to the extent the Surety demonstrates actual prejudice. 5. When the Owner has satisfied the conditions of Paragraph 3, the Surety shall promptly and at the Surety’s expense take one of the following actions: 5.1 Arrange for the Contractor, with the consent of the Owner, to perform and complete the Construction Contract; 5.2 Undertake to perform and complete the Construction Contract itself, through its agents or independent contractors; 5.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract, arrange for a contract to be prepared for execution by the Owner and a contractor selected with the Owners concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 7 in excess of the Balance of the Contract Price incurred by the Owner as a result of the Contractor Default; or

7.2 additional legal, design professional, and delay costs resulting from the Contractor’s Default, and resulting from the actions or failure to act of the Surety under Paragraph 5; and 7.3 liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual damages caused by delayed performance or non-performance of the Contractor. 8. If the Surety elects to act under Paragraph 5.1, 5.3, or 5.4, the Surety’s liability is limited to the amount of this Bond. 9. The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs, executors, administrators, successors, and assigns. 10. The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders, and other obligations. 11. Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after a declaration of Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this paragraph are void or prohibited by law, the minimum periods of limitations available to sureties as a defense in the jurisdiction of the suit shall be applicable.

Page 2 of 3

12. Notice to the Surety, the Owner, or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears.

Contract Documents and changes made to the agreement and the Contract Documents. 14.3 Contractor Default: Failure of the Contractor, which has not been remedied or waived, to perform or otherwise to comply with a material term of the Construction Contract.

13. When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond.

14.4 Owner Default: Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. 14.5 Contract Documents: All the documents that comprise the agreement between the Owner and Contractor.

14. Definitions 14.1 Balance of the Contract Price: The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made including allowance for the Contractor for any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract.

15. If this Bond is issued for an agreement between a contractor and subcontractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. 16. Modifications to this Bond are as follows:

14.2 Construction Contract: The agreement between the Owner and Contractor identified on the cover page, including all

Page 3 of 3

AGREEMENT POWER AUTHORITY OF THE STATE OF NEW YORK FOR THE Furnishing, Delivery and Installation of Components for Motor Generators

This AGREEMENT effective this _________day of_________, by the Power Authority of the State of New York, hereinafter referred to as the "Authority," a corporate municipal instrumentality of the State of New York, having a principal place of business at 30 South Pearl Street, Albany, New York, 12207, and an office located at 123 Main Street, White Plains, New York, 10601 and a corporation organized and existing under the laws of ; a partnership or joint venture consisting of ; an individual trading as of the city of in the State of , hereinafter called the "Contractor."

Witnesseth, that the Authority and the Contractor, for the consideration hereinafter named, agree as follows:

ARTICLE 1.

WORK TO BE DONE

The Contractor shall (a) furnish all materials, plant, tools, skill and labor of every kind required, and manufacture, and otherwise furnish, deliver and install complete in the most substantial and workmanlike manner, the Components for Motor Generators in strict accordance with this Agreement, the General Conditions, Supplementary Conditions, Plans, Drawings and Specifications hereto attached, all of which are made a part of this Contract, and (b) do everything required by the Contract (Contract Documents) as defined herein.

ARTICLE 2.

DOCUMENTS FORMING THE CONTRACT

The Contract (herein sometimes referred to as the Contract Documents) shall be deemed to include the Advertisement or Invitation for Proposals; Information for Bidders; the Contractor's Itemized

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Agreement - 2300 A-1

Proposal; the AGREEMENT; any bond or bonds required and attached hereto; the General Conditions and Supplementary Conditions; the Plans, Drawings and Specifications (including to the extent of such reference only, any standard specifications referred to therein); all addenda noted below; all written change orders signed by the Authority and Contractor; all provisions required by law to be inserted in the Contract whether actually inserted or not:

ARTICLE 3.

DETERMINATION AS TO VARIANCES

In case of any ambiguity in the Contract Documents or between any of them, the matter shall be immediately submitted to the Authority, in writing who shall adjust the same in writing and its decision in relation thereto will be final and conclusive upon the parties.

ARTICLE 4.

EXAMINATION OF DOCUMENTS AND SITE

The Contractor agrees that before making its proposal that it has carefully examined the Contract Documents, together with the site, as well as its surrounding territory, and it has inquired into and obtained all necessary data as to the existing and presently planned access highways, railroad, water and air transportation facilities, and is fully informed regarding all of the conditions affecting the Work to be done and labor and materials to be furnished for the completion of this Contract, and that its information was secured by personal investigation and research and not from the estimates or records of the Authority. It further agrees that it will make no claim against the Authority by reason of estimates, tests or representations of any officer, employee or agent of the Authority or because of unavailability or difficulties in transportation facilities, including seasonal posting of roads, and seasonal weather variations and fluctuations from normal nor shall such unavailability or difficulty of any particular form or mode of transportation be the basis for any extension of time for completion of the Work or claim for damages.

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Agreement - 2300 A-2

ARTICLE 5.

ADMINISTRATION: AUTHORIZATION TO CHANGE CONTRACT

The Contract will be administered by the Engineer, whose name and address are set forth in the paragraph entitled "Contract Administration" in the Supplementary Conditions, and all correspondence in connection herewith shall be directed to the Engineer.

Notwithstanding the foregoing, neither the Engineer nor any officer, employee, agent or other representative thereof has any authority to add, delete, change, or otherwise modify this Contract or any of its terms. Amendments and other modifications and changes to the Contract can be made only in writing executed by the Authority or one authorized by it in writing to do so. This is not to mean, that the Engineer cannot exercise judgment hereunder where other terms of the Contract Documents provide for such exercise of judgment.

ARTICLE 6.

COMMENCEMENT, PROSECUTION AND COMPLETION

The Contractor further agrees that it will begin the Work within 10 days after date of receipt of notice of award of the Contract, unless the written consent of the Authority is given to begin at a different date, and shall prosecute the Work with such diligence as to fully complete the entire work or such portions thereof on or before the date(s) or within the time(s) specified therefor in the Supplementary Conditions, unless the written consent of the Authority is given to complete the Work at a different date or time.

TIME IS OF THE ESSENCE OF THIS CONTRACT and the Work shall be prosecuted in such a manner and with sufficient plant and forces to complete the Work within the time(s) of completion specified.

ARTICLE 7.

LIQUIDATED DAMAGES

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Agreement - 2300 A-3

a)

Liquidated damages, if any, for the Contractor's failure to complete the Work or any specified portion thereof in accordance with all of the terms of the Contract Documents are to be assessed as set forth in the Supplementary Conditions.

b)

Liquidated damages, if any, for the Contractor's violation of any of the other terms of the Contract shall be set forth in the Supplementary Conditions.

c)

Such sum of sums as are set forth in accordance with subparagraphs a), b) and c) hereof and in the Supplementary Conditions, assessed jointly or separately, in view of the difficulty of accurately ascertaining the loss which the Authority will suffer by reason of delay in completion of the Work, or any specified portion thereof, or by any other specified violation of the Contract terms, are hereby fixed and agreed as the liquidated damages that the Authority will suffer respectively by reason of such delay, movement, or violation, and not as a penalty. The Authority will deduct and retain out of the monies which may become due hereunder to the Contractor, the amount of any such liquidated damages, and in case the amount of the monies which may become due hereunder shall be less than the amount of liquidated damages suffered by the Authority, the Contractor shall pay the difference upon demand by the Authority.

ARTICLE 8.

CHANGES

The Authority may at any time, by a written order, make changes, within the general scope of this Contract, in any one or more of the following: (1) drawings, designs, or specifications, where the articles to be furnished and delivered are to be specially manufactured for the Authority in accordance therewith; (2) method of shipment or packing; and (3) place of delivery. If the Contractor demonstrates to the satisfaction of the Authority that any such change causes an increase in the cost of, or the time required for performance of this Contract, or if such change causes a decrease in such cost or time, the contract shall be modified in writing accordingly. Any claim by the Contractor for adjustment under this clause must be asserted within 30 days from the date of

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Agreement - 2300 A-4

receipt by the Contractor of the notification of change; provided, however, that the Authority, if it decides that the facts justify such action, may receive and act upon any such claim asserted at any time prior to final payment under this Contract. However, nothing in this article shall excuse the Contractor from proceeding with the Contract as changed in writing.

ARTICLE 9.

a)

EXTRA WORK

Extra work may be performed in accordance with such Change Orders as are executed by the Contractor and the Authority. The Authority however, reserves the right to direct in writing the performance of extra work and the furnishing of materials and equipment therefor in order to carry out and complete more fully and perfectly the Work called for hereunder. The prices and payments specified in such executed Change Orders shall be the Contractor's exclusive compensation for such work and the Contractor shall have no additional claim of any kind relating directly or indirectly from the performance of such work.

b)

Extra work for which there are applicable Contract unit prices, will be paid for at such unit prices.

c)

Where there are no applicable Contract unit prices, the price to be paid for extra work shall be the actual necessary cost of the extra work, plus an allowance, not to exceed 15 percent of such actual necessary cost, for superintendence (including all Contractor's site office personnel, supervision, and all general foremen), general expense and profit. Where extra work is performed by a subcontractor, the Contractor shall be paid such subcontractor's actual necessary cost plus an allowance of 20 percent of such cost for superintendence, general expense and profit. No further allowances for superintendence, general expense and profit will be made where extra work is performed. The actual necessary cost of the extra work will include all expenditures for material, direct labor, payroll taxes, and all insurance required by reason of the performance of the extra work, plus a reasonable allowance for the

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Agreement - 2300 A-5

use of the Contractor's plant and equipment (such allowance not to exceed 10% of the actual straight-time cost of direct labor) where required, but will in no case include any allowance for superintendence, general expense or profit.

The cost records shall be in a form acceptable to the Engineer and shall be submitted at the close of each shift to a representative of the Engineer for verification.

d)

Where the Contractor and the Engineer can agree upon another method of payment for extra work, such method, subject to approval by and at the option of the Authority may be substituted for the cost plus percentage method set forth in the preceding paragraph c).

e)

Nothing in this Article shall excuse the Contractor from proceeding with the extra work provided in a Change Order or as directed by the Authority.

ARTICLE 10.

a)

DISPUTES - CLAIMS

If the Contractor believes that any work it is required to perform should be considered extra work, or that any action or omission of the Authority or the Engineer is contrary to the provisions of the Contract, the Contractor shall, within five days after being required to perform work claimed by it to be extra work, or within five days after such action by the Authority or the Engineer or within five days after the date upon which it claims such omitted acts should have been performed by the Authority or the Engineer make and deliver to the Authority with a copy to the Engineer, a verified written statement of the Contractor's contentions with respect to such action or omission or requirement to perform work forming the basis of any claim against the Authority.

b)

On or before the 15th day of the month succeeding that in which such alleged extra work was required to be performed or such alleged action or omission by the Authority or the Engineer in alleged violation of the Contract occurred, the Contractor shall make and deliver

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Agreement - 2300 A-6

to the Authority, with a copy to the Engineer, a written verified statement of all the items of extra work including computations of costs of such work and the details and amounts of any other kinds of damage sustained as a result of such alleged unauthorized action or omission. UNLESS SUCH STATEMENTS SHALL BE MADE AND DELIVERED WITHIN THE TIMES AFORESAID ALL CLAIMS FOR COMPENSATION WITH RESPECT TO SUCH EXTRA WORK OR SUCH DAMAGES SHALL BE DEEMED WAIVED AND NO RIGHT TO RECOVER ON ANY SUCH CLAIM SHALL EXIST.

c)

Upon completion and final acceptance of the Work and the submission to the Contractor for signature of a final estimate, the Contractor shall sign such final estimate and submit a written verified restatement, including details of facts and financial computations the Contractor believes are in support, of any and all claims against the Authority, or the Engineer in any way connected with or arising out of or attributable, in whole or in part, to the Work of this Contract or to any other work performed by this Contractor at the site excepting work performed under separate contract. Failure of the Contractor to sign such final estimate shall constitute a waiver of any right of the Contractor to interest on the unpaid amounts.

d)

In addition to the foregoing, and the power secured by the N.Y. Public Authorities Law, sec. 1006, the Contractor shall, upon written notice from the Authority, produce at the Authority's offices at 123 Main Street, White Plains, New York, or at such other place within the State of New York as the Authority may designate for examination all its books of account, bills, invoices, payrolls, subcontracts, time books, progress records, daily reports, bank deposit books, bank statements, checkbooks and cancelled checks, showing all of its acts and transactions in connection with or relating to or arising by reason of this Contract, and there submit itself and persons in its employment for examination under oath by any person designated by the Authority to investigate any disputes and/or claims made against the Authority under this Contract.

Unless the

aforesaid statement shall have been made and filed within the time aforesaid and the

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Agreement - 2300 A-7

aforesaid records submitted for examination and the Contractor and its employees shall have submitted themselves for examinations as aforesaid, the Authority shall be released from all claims arising under, relating to or by reason of the Contract, except for the sums certified by the Authority to be due under the provisions of this Contract. It is further stipulated and agreed that no person has power to waive any of the foregoing provisions, and that in any action against the Authority to recover any sum in excess of sums certified by the Authority to be due under or by reason of this Contract, the Contractor must allege in its complaint and prove, at the trial, compliance with the provisions of this Article. In addition to the foregoing, after the commencement of any action by the Contractor arising under or by reason of this Contract, the Authority shall also have the right by its attorney, upon written notice, to require the Contractor to produce at such place within the State of New York, as the Authority may designate the above described books and documents of the Contractor and to there submit itself and persons in its employ to examination under oath.

e)

Pending and subsequent to final decision by the Authority which shall be final and binding on both parties, with respect to any such disputed matter, the Contractor shall proceed diligently with the performance of the Contract and in accordance with all instructions.

ARTICLE 11.

LIMITATION OF ACTIONS

No action or proceeding shall lie or be maintained by the Contractor or anyone claiming under the Contractor against the Authority or the Engineer upon any claim arising out of, or based upon, this Contract, any work performed at the site, or by reason of any act or omission or requirement of the Authority, the Engineer or their respective agents, unless:

a)

The Contractor shall have strictly complied with all requirements relative to the giving of notice and information with respect to claims as hereinbefore provided, and

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Agreement - 2300 A-8

b)

Such action or proceeding shall be commenced:

i)

Within one year after the submission to the Contractor of the Final Estimate, or

ii)

With respect to any claim based upon monies required to be retained for any period after the date of the Final Estimate, within one year after such monies became due and payable under the terms of this Contract, or

iii)

If the Contract is cancelled, terminated or declared abandoned by the Authority, within one year after the effective date of such cancellation, termination or declaration of abandonment, or

iv)

If the action accrues after final payment, within one year from the date of final payment;

c)

And, the action in any event shall have been commenced within three years after the cause therefor shall have accrued.

The Contractor, or any one claiming under the Contractor, shall not be entitled to any additional time to begin anew any other action if an action commenced within the times herein specified be dismissed or discontinued notwithstanding any provisions in the Civil Practice Law and Rules or the Uniform Commercial Code to the contrary.

ARTICLE 12.

UNCONTROLLABLE FORCES

The Contractor shall not be liable for loss or damage due to delay in completion resulting from uncontrollable forces, the term uncontrollable forces being deemed for the purpose of this Contract to mean any cause beyond the reasonable control of the Contractor, including but not limited to, flood, earthquake, storm, lightning, fire, epidemic, war, riot, civil disturbance, sabotage or restraint

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Agreement - 2300 A-9

by court or public authority, which by exercise of due diligence and foresight, the Contractor could not reasonably have been expected to avoid. If the Contractor is rendered unable to fulfill any obligations by reason of uncontrollable forces, it shall so notify the Authority in writing, and shall exercise due diligence to remove such inability with all reasonable dispatch. ANY DELAY RESULTING FROM SUCH UNCONTROLLABLE FORCES SHALL NOT GIVE THE CONTRACTOR ANY CLAIM FOR ADDITIONAL COMPENSATION AGAINST THE AUTHORITY. THE AMOUNT OF TIME REASONABLY NECESSARY TO COMPLETE THE WORK SHALL EXTEND COMPLETION DATES CORRESPONDINGLY, SUBJECT TO THE APPROVAL OF THE AUTHORITY, WHICH EXTENSION SHALL BE THE CONTRACTOR'S SOLE REMEDY. Demonstrations, protests, labor walkoffs or slow downs, acts of vandalism, minor thefts, minor fires and normally occurring seasonal climatic variations such as but not limited to rain, freezing, thawing, or snowfall, shall not be considered uncontrollable forces.

ARTICLE 13.

a)

NO DAMAGES FOR DELAY

THE CONTRACTOR AGREES TO MAKE NO MONETARY CLAIM FOR DELAYS, INTERFERENCES OR HINDRANCES OF ANY KIND IN THE PERFORMANCE OF THIS CONTRACT OCCASIONED BY ANY ACT OR OMISSION TO ACT OF THE AUTHORITY OR ANY OF ITS REPRESENTATIVES, AND AGREES THAT ANY SUCH CLAIM SHALL BE FULLY COMPENSATED FOR BY AN EXTENSION OF TIME TO COMPLETE PERFORMANCE OF THE WORK.

b)

Should the Contractor sustain any damage through any act or omission of any other contractor having a contract with the Authority for the performance of work upon the site or of work which may be necessary to be performed hereunder, or through any act or omission of a subcontractor of such contractor, the Contractor shall have no claim against the Authority for such damage, but shall have a right to recover such damage from the other contractor under the provision similar to the following provision which has been or will be inserted in the contracts with such other contractors.

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Agreement - 2300 A-10

c)

Should any other contractor having or who shall hereafter have a contract with the Authority for the performance of work upon the site sustain any damage through any act or omissions of the Contractor hereunder or through any act or omission of any subcontractor of the Contractor, the Contractor agrees to reimburse such other contractor for all such damages and to indemnify and hold the Authority harmless from all such claims.

ARTICLE 14.

USE OF MATERIALS IN EVENT OF DEFAULT

If this Contract is defaulted by the Contractor, the Authority, in addition to any other rights provided by law and by this Contract, may take over and utilize in completion of the Work required under the Contract, any completed articles, dies, jigs, fixtures, plant, plans, drawings, information, and contract rights as the Contractor has specifically produced or specifically acquired for the performance of such part of this Contract as has been terminated: and the Contractor shall, upon direction of the Engineer, protect and preserve property in possession of the Contractor which the Authority may so elect to take over and use in completion of the Contract. The fair value thereof shall be applied in reduction of the damages suffered by the Authority by reason of such default.

ARTICLE 15.

a)

TERMINATION

The performance of work under this Contract may be terminated by the Authority in accordance with this Article in whole, or from time to time in part, whenever the Authority shall determine that such termination is in the best interests of the Authority. Any such termination shall be effected by a written notice of termination sent by mail to the Contractor at its address and to the sureties at their respective addresses specifying the extent to which performance of work under the Contract is terminated, and the date upon which such termination becomes effective.

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Agreement - 2300 A-11

b)

After receipt of a Notice of Termination and except as otherwise directed by the Authority, the Contractor shall:

i)

Stop work under the Contract on the date and to the extent specified in the Notice of Termination;

ii)

Place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated;

iii)

Terminate all orders and subcontracts to the extent that they relate to the performance of work terminated by the Notice of Termination;

iv)

Assign to the Authority, in the manner, at the times and to the extent directed by the Authority, all of the right, title, and interest of the Contractor under the orders and subcontracts so terminated, in which case the Authority shall have the right, at its discretion to settle or pay any or all claims arising out of the termination of such orders and subcontracts;

v)

Settle all outstanding liabilities and all claims arising out of such termination of orders and subcontracts with the approval or ratification of the Authority, to the extent it may require, which approval or ratification shall be final for all the purposes of this Article;

vi)

Transfer title and deliver to the Authority in the manner, at the times, and to the extent, if any, directed by the Authority;

1)

The fabricated or unfabricated parts, work in process, completed work articles, and other material produced as a part of, or acquired in connection

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Agreement - 2300 A-12

with the performance of the Work terminated by the Notice of Termination, and

2)

The completed or partially completed plans, drawings, information, and other property which, if the Contract had been completed, would have been required to be furnished to the Authority;

vii)

Use its best efforts to sell, in the manner, at the times, to the extent, and at a price or prices directed or authorized by the Authority, any property of the types referred to in paragraph vi) 1) and 2) of this Article; provided, however, that the Contractor;

1)

Shall not be required to extend credit to any Purchaser, and

2)

May acquire any such property under the conditions prescribed by and at a price or prices approved by the Authority; and provided further that the proceeds of any such transfer or disposition shall be applied in reduction of any payments to be made by the Authority to the Contractor under this Contract or shall otherwise be credited to the price or cost of the Work covered by this Contract or paid in such other manner as the Authority may direct;

viii)

Complete performance of such part of the Work as shall not have been terminated by the Notice of Termination; and

ix)

Take such action as may be necessary, or as the Authority may direct, for the protection and preservation of the property related to this Contract which is in the possession of the Contractor and in which the Authority has or may acquire an interest. At any time requested by the Authority the Contractor shall submit to the

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Agreement - 2300 A-13

Authority a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by the Authority, and may request the Authority to remove such items or enter into a storage agreement covering them. Not later than 15 days thereafter, the Authority will accept title to such items and remove them or enter into a storage agreement covering the same, provided that the list submitted shall be subject to verification by the Authority upon removal of the items, or if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustment to correct the list as submitted shall be made prior to final settlement.

c)

After receipt of a Notice of Termination, the Contractor shall submit to the Authority its termination claim, in the form and with the certification prescribed by the Authority. Such claim shall be submitted promptly but in no event later than six months from the effective date of termination. Failure to submit such claim or part thereof within the time limited therefor shall constitute a waiver of the claim or part thereof and the Authority shall stand discharged from all liabilities covered by the claim or part thereof so waived.

d)

The termination claim shall be submitted and, if the termination has occasioned without cause or default of the Contractor, shall be paid on the following basis:

i)

The total of -

1)

The costs incurred in the performance of the Work terminated, including initial costs and preparatory expense allocable thereto, and cost of labor and materials.

2)

The cost of settling and paying claims arising out of the termination of work under subcontracts or orders, as provided in paragraph b) v) above, which

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Agreement - 2300 A-14

are properly chargeable to the terminated portion of the Contract (exclusive of amounts paid or payable on account of supplies or materials delivered or services furnished by subcontractors or vendors prior to the effective date of the Notice of Termination, which amounts shall be included in the costs payable under 1) above).

3)

A sum equal to 2 percent of that part of the amount determined under i) which represents the cost of articles and materials purchased but not processed by the Contractor, plus a sum equal to 8 percent of the remainder of such amount, but the aggregate of such sums shall not exceed 6 percent of the whole of the amount determined under subdivision 1) above, which amount for the purpose of this subdivision 3) shall exclude any charges for interest on borrowing; provided, however, that if it appears that the Contractor would have sustained a loss on the Contract had it been completed, nothing shall be included or allowed under this subdivision 3) and an appropriate adjustment shall be made reducing the amount of the settlement to reflect the indicated rate of loss.

ii)

The reasonable costs of settlement, including accounting, legal, clerical, and other expenses reasonably necessary for the preparation of settlement claims and supporting data with respect to the terminated portion of the Contract and for the termination and settlement of subcontracts thereunder, together with reasonable storage, transportation and other costs incurred in connection with the protection or disposition of property allocable to this Contract.

The total sum to be paid to the Contractor under i) of this paragraph d) shall not exceed the total Contract price as reduced by the amount of payments otherwise made and as further reduced by the Contract price of work not terminated. Except for normal spoilage, and except to the extent that the Authority shall have otherwise expressly assumed the risk of loss, there shall be

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Agreement - 2300 A-15

excluded from the amounts payable to the Contractor as provided in paragraph d) i) 1) the fair value, as determined by the Authority, of property which is destroyed, lost, stolen, or damaged so as to become undeliverable to the Authority, or to a buyer pursuant to paragraph b) vii).

e)

For any determination of costs hereunder the Authority shall have access to all payrolls, records of personnel, invoices of materials, records of plant and equipment and any and all other data relevant to the performance of the Contract or necessary to determine its costs. The Contractor shall also institute and maintain separate daily records of all labor, material and equipment used in connection with the Work and the cost thereof as directed by the Authority for work done subsequent to the date of receipt by the Contractor of a Notice of Termination. The Contractor shall furnish all assistance of whatever nature required by the Authority to formulate its opinion of a reasonable cost settlement.

f)

In arriving at the amount due the Contractor hereunder, there shall be deducted:

i)

All unliquidated advances or other unliquidated payments on account theretofore made to the Contractor.

ii)

Any claim which the Authority may have against the Contractor in connection with this Contract, and

iii)

The agreed price for, or the proceeds of sale of, any materials, supplies or other things acquired by the Contractor or sold pursuant to the provisions of this Article, and not otherwise recovered by or credited to the Authority.

g)

The Authority may from time to time, under such terms and conditions as it may prescribe, make partial payments and payments on account against costs incurred by the Contractor in connection with the terminated portion of this Contract whenever in the opinion of the Authority the aggregate of such payments shall be within the amount to

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Agreement - 2300 A-16

which the Contractor will be entitled hereunder. If the total of such payments is in excess of the amount determined to be due hereunder, such excess shall be payable by the Contractor to the Authority upon demand, together with interest computed at the rate of 6 percent per annum, for the period from the date such excess payment is received by the Contractor to the date on which such excess is repaid to the Authority, provided, however, that no interest shall be charged with respect to any such excess payment attributable to a reduction in the Contractor's claim by reason of retention or other disposition of termination inventory until ten days after the date of such retention or disposition.

h)

The Contractor, from the effective date of termination and for a period of six years after final settlement under this Contract, shall preserve and make available to the Authority at all reasonable times at the office of the Contractor but without charge to the Authority; all its books, records, documents, and other evidence bearing on the costs and expenses of the Contractor under this Contract and relating to the Work terminated hereunder, or, to the extent approved by the Authority, photographs, microphotographs, or other authentic reproductions thereof.

i)

Nothing contained in this Article or elsewhere in the Contract Documents shall be deemed or construed to preclude or deny to the Authority to any extent whatsoever any rights or remedies, or the exercise thereof, otherwise available to it by law on account of the Contractor's default or any failure on the part of the Contractor to perform in accordance with the Contract Documents.

ARTICLE 16.

SUSPENSION OF WORK

The Authority at any time and with or without cause may suspend the whole or any portion of the Work under this Contract including delivery of materials or performance of services, but this right to suspend work or delivery of materials or performance of services shall not be construed as

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Agreement - 2300 A-17

denying the Contractor actual, reasonable and necessary expenses due to such suspension without cause. Any claims for such expenses are subject to the provisions of the Article of the Agreement entitled "Disputes - Claims".

ARTICLE 17.

PROGRESS PAYMENTS

In the absence of provisions to the contrary in the Supplementary Conditions or Specifications, payments to the Contractor for work satisfactorily performed will be made upon the basis hereafter provided:

a)

TERMS

The Authority shall, within 30 days after receipt of a progress payment form prepared by the Contractor and certified by the Engineer as an accurate summary of the articles delivered or services rendered in accordance with the terms and conditions of the Contract, pay to the Contractor all monies due as follows:

i)

Eighty-five percent (85%) of the Contract price for each bid item upon receipt of the items in satisfactory condition at the destination.

ii)

Fifteen percent (15%) of the Contract price one hundred eighty (180) days after installation of all items by the Contractor, but not later than twelve (12) months after complete delivery of all items, provided, in either case, that Contractor shall have fulfilled all provisions of the Contract up to the time specified.

iii)

If the services of Service Engineer(s) are required under this Contract, payment for such services will be made as hereinafter specified in the Paragraph entitled "Service Engineer(s)" in the Supplementary Conditions.

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Agreement - 2300 A-18

iv)

Referencing Agreement Article A-18 entitled “No Payment of Estimate On Contractors Non-Compliance” and General Conditions Paragraph GC-54 entitled “Rates of Wages and Supplements,” Contractor invoices must be accompanied with a transcript of the original payrolls subscribed and affirmed as true under penalty of perjury.

v)

All other work of every kind and description required by the Contract shall be included in the applicable prices bid in the schedule and no separate or direct payment shall be made therefor.

b)

No payment shall be made to a foreign Contractor unless such Contractor shall furnish satisfactory proof that all taxes due by such Contractor under the provisions of Articles 9, 9-A, 22 and 23 of the tax law of the State of New York have been paid. The certificate of the New York State Tax Commission to the effect that all such taxes have been paid shall be conclusive proof of the payment of such taxes. The term "Foreign Contractor" as used herein means in the case of an individual, a person who is not a resident of the State of New York: in the case of a partnership, one having one or more partners not a resident of the State: and in the case of a corporation, one not organized under the laws of the State.

c)

Spare parts or maintenance agreements, if any, will be paid for separately as provided for in the Supplementary Conditions.

ARTICLE 18.

NO PAYMENT OF ESTIMATE ON CONTRACTOR'S NON-COMPLIANCE

The Contractor and each subcontractor shall submit to the Authority, within thirty (30) days after issuance of its first payroll and every thirty (30) days thereafter, a transcript of the original payrolls, subscribed and affirmed as true under penalty of perjury. The filing of the payrolls by the

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Agreement - 2300 A-19

Contractor, with the Authority, as required by Labor Law Section 220, is a condition precedent to payment of any sums due and owing the Contractor for the work.

So long as any lawful or proper direction concerning the Work or material or the performance of the Contract given by the Engineer, or its representative shall remain uncomplied with, the Contractor shall not be entitled to have any estimate approved by the Engineer or paid on account of work completed or articles delivered until such lawful or proper direction aforesaid has been fully and satisfactorily complied with.

ARTICLE 19.

QUANTITIES - ESTIMATED, ACTUAL, FINAL; PAYMENT, NO CLAIMS FOR VARIANCES

a)

The Contractor hereby agrees that the quantities included in the Itemized Proposal are approximate only, inserted solely for the purpose of bid evaluation and acknowledges that any estimated quantities, bills of materials, lists, weights, other quantities of materials or structures which have been or may be furnished to the Contractor by the Authority, or the Engineer or shown in the Contract Documents have been or will be prepared with reasonable care but that their accuracy is not guaranteed. It is understood and agreed that such estimated quantities may or may not be accurate in any or all particulars and shall not be considered as final, correct, sufficiently complete or accurately covering any portion or all of the Work to be done under the Contract. It is further understood and agreed that the actual amount of work done and materials furnished under unit price items may differ by substantial amounts from such estimated quantities and that the basis for payment of such work and material shall be the actual quantity of units of items of work and/or materials furnished in each case, for fulfillment of the Contract multiplied by the unit prices bid therefor as full compensation for all such work and/or materials. Upon completion of the required work should the final estimates of quantities show either an increase or decrease from the approximate estimates of quantities provided in the Itemized Proposal, then such variations, without regard to the

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Agreement - 2300 A-20

amount, will be computed at the unit prices bid and a final adjustment will be made adding or deducting this amount from the amount stated under the Article of this AGREEMENT entitled "Compensation to be Paid Contractor."

b)

The Contractor agrees that it will make no claim or claims against the Authority, and will not be entitled to any payment, for, including but not limited to, loss, additional or uncompensated overhead, delay, extensions of time, lost use of equipment, additional equipment, inflation, increases in labor or other costs, loss of anticipated profits, impact on other work, interest cost, or any other form of loss, damage or expense because (i) additional quantities of items are directed to be performed, (ii) work under the various items is directed not to be performed, is reduced, is less than, is increased, or is greater than the estimated quantities in the Itemized Proposal, or (iii) because of a difference between the amounts of work performed or to be performed and any estimated amounts that are included in the Contract Documents or have been or may be furnished to the Contractor by the Authority or the Engineer; or (iv) because of a difference between the quantities of the materials actually delivered or installed and estimated quantities that are in the Itemized Proposal or have been or may be furnished to the Contractor by the Authority or the Engineer.

ARTICLE 20.

NO PAYMENT OF ESTIMATE ON CONTRACTOR'S M/WBE NON-COMPLIANCE

Contractor expressly agrees to comply with M/WBE compliance requirements of this Contract and acknowledges that if it fails to comply and its actions are determined to be willful and intentional by the Authority, such determination may result in Contractor being liable for liquidated or other damages equal to or exceeding the dollar value of the M/WBE subcontracting goals established for this contract set forth, as a percentage in the “Goals” section of Appendix C entitled “Minority and Women-Owned Business Enterprise (M/WBE) Participation Goal Requirement.”

The Contractor shall not be entitled to have any payment rendered on account of work done or

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Agreement - 2300 A-21

services performed as long as the Contractor is not in compliance with the M/WBE requirements set forth in the Contract.

ARTICLE 21.

FINAL PAYMENT

When the terms of the Contract have been fully complied with and all items have been accepted by the Authority, the Engineer shall prepare and submit to the Contractor for signature a final estimate of the balance due under the Contract and upon receipt by the Authority of such final estimate signed by the Contractor, full payment of such balance will be tendered:

provided, that if

acceptance is delayed because the Authority, through no fault of the Contractor or of the equipment is delayed in completing the installation of all items under the Contract beyond a period of 12 months after delivery at destination of such items, payment will be tendered as above provided at the end of such 12 month period.

ARTICLE 22.

a)

ACCEPTANCE OF FINAL PAYMENT

The acceptance by the Contractor, or by anyone claiming by or through it, of final payment shall constitute and operate as a release to the Authority from any and all claims of any liability for anything heretofore done or furnished for or relating to or arising out of the Work done under this Contract, and for any prior act, neglect or default on the part of the Authority or any of its officers, agents, or employees in connection therewith.

b)

The Contractor is warned that the execution by it of a release in connection with the acceptance of the final payment, containing language purporting to reserve claims other than those herein specifically excepted or for claims for amounts deducted by the Authority, shall not be effective to reserve such claims, notwithstanding anything stated to the contrary, orally or in writing by any officer, agent or employee of the Authority.

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Agreement - 2300 A-22

c)

Should the Contractor refuse to accept the final payment as tendered by the Authority, such refusal shall constitute a waiver of any right to interest thereon.

ARTICLE 23.

NO COLLUSION OR FRAUD

The Contractor hereby agrees that the only person or persons interested as principal or principals in the bid or Proposal submitted by the Contractor for this Contract are named therein, and that no person other than those mentioned therein has any interest in the above mentioned Proposal or in the securing of the award, and that this Contract has been secured without any connection with any person or persons other than those named, and that the Proposal is in all respects fair and was prepared and the Contract was secured without collusion or fraud and that neither any officer nor employee of the Authority has or shall have a financial interest in the performance of the Contract or in the supplies, work or business to which it relates, or in any portion of the profits thereof.

ARTICLE 24.

a)

DAMAGE

All damage, direct or indirect, of whatever nature resulting from the performance of the Work or resulting to the Work during it progress, from whatever cause, including omissions and supervisory acts of the Authority or the Engineer, shall be borne by the Contractor, and all work shall be solely at its risk until the Work has been finally inspected and accepted by the Authority.

The Contractor, however, shall not be

responsible for damages resulting from faulty designs as shown by the plans and specifications nor the damages resulting from willful acts of officials or employees of the Authority or the Engineer.

b)

To the extent permitted by law, the Contractor shall assume the entire responsibility and liability for and defense of, and pay and indemnify the Authority, the State of New York, and the Engineer against any loss, expense or liability and will hold the Authority, the State of New York, and the Engineer harmless from and pay any loss, damage, cost or expense

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Agreement - 2300 A-23

(including without limitation, judgments, attorney's fees, and court costs) which the Authority, the State of New York, or the Engineer incurs because of injury to or death of any person or on account of damage to property, or any other claim arising out of, in connection with, or as a consequence of, the performance of the Work and/or any act or omission of the Contractor or any of its subcontractors, employees, agents or anyone directly or indirectly employed by Contractor or anyone for whose acts Contractor may be liable.

ARTICLE 25.

CLAIMS BY THIRD PARTIES

No provision of this Contract shall, directly or indirectly, create or give to third parties any claim or right of action against the Contractor, the Authority, or the State of New York beyond such as may legally exist irrespective of such provision or provisions.

ARTICLE 26.

STEEL COMPONENTS

If the value of this Contract exceeds $100,000.00 the steel from which the materials, supplies or equipment furnished and delivered under this Contract is made or fabricated must be produced or made in whole or substantial part in the United States, its territories or possessions, unless otherwise waived by the Authority. Contractor's attention is directed to the INFORMATION FOR BIDDERS paragraph entitled, "Steel Components." ARTICLE 27.

PUBLICITY

No marketing, publicity, promotion or advertising regarding this Agreement will be issued by the Contractor without the Authority's prior written approval, and, if applicable, also with the prior written approval from the Authority’s customer where the Work will be or is being performed, which approval will not be unreasonably withheld. Any responses to news media inquiries developed by the Contractor, related to the Agreement, must be coordinated with the Authority for review and approval. Letters, speeches, news and/or press releases, articles for publication, etc.

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Agreement - 2300 A-24

related to the Contract, will be coordinated with the Authority for review and approval prior to release. Any and all communications, whether verbal or written, must be submitted to the Authority's Corporate Communication Business Unit for prior review and approval.

Contractor agrees to abide by these terms regarding public announcements for a period of two (2) years following the expiration of this Contract.

ARTICLE 28.

a)

NOTICES

All notices permitted or required hereunder shall be in writing and shall be transmitted either:

(1) via certified or registered United States mail, return receipt requested; (2) by facsimile transmission; (3) by personal delivery; (4) by expedited delivery service; or (5) by e-mail.

Such notices shall be addressed as follows or to such different addresses as the parties may from time-to-time designate:

NEW YORK POWER AUTHORITY PROCUREMENT DIVISION Name:

Mr. John Canale

Title:

Vice President of Procurement

Address:

123 Main Street White Plains, NY 10601

Telephone Number: 914-681-6706 Facsimile Number:

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

914-681-6783

Agreement - 2300 A-25

E-Mail Address:

[email protected]

with a copy to:

NEW YORK POWER AUTHORITY LAW DEPARTMENT

[Contractor Name] Name: Title: Address: Telephone Number: Facsimile Number: E-Mail Address:

b)

Any such notice shall be deemed to have been given either at the time of personal delivery or, in the case of expedited delivery service or certified or registered United States mail, as of the date of first attempted delivery at the address and in the manner provided herein, or in the case of facsimile transmission or email, upon receipt.

c)

The parties may, from time to time, specify any new or different address in the United States as their address for purpose of receiving notice under this Agreement by giving fifteen (15) days written notice to the other party sent in accordance herewith. The parties agree to mutually designate individuals as their respective representatives for the purposes of receiving notices under this Agreement. Additional individuals may be designated in writing by the parties for purposes of implementation and administration/billing, resolving issues and problems and/or for dispute resolution.

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Agreement - 2300 A-26

ARTICLE 29.

ASSIGNMENT

The Contractor specifically agrees that:

a)

This Contract may not be assigned by the Contractor or its right, title or interest therein assigned, transferred, conveyed, sublet or otherwise disposed of without the previous consent, in writing, of the Authority and any attempts to assign the Contract without the Authority's written consent are null and void. The Contractor may, however, assign its right to receive payment without the Authority's prior written consent.

b)

Attention is directed to the section of the General Conditions entitled "Subcontractors."

ARTICLE 30.

SUCCESSORS AND ASSIGNS

This contract as defined herein shall bind the successors, assigns, and representatives of the parties hereto.

ARTICLE 31.

a)

GOVERNING LAW - VENUE

The rights and obligations of the parties under this agreement shall not be governed by the provisions of the 1980 U.N. Convention on Contracts for the International Sale of Goods; rather these rights and obligations shall be governed by the law of the State of New York, including its provisions of the Uniform Commercial Code.

b)

Any action at law, suit in equity or judicial proceeding instituted by Contractor for the enforcement of this Contract or any provisions thereof shall be instituted only in the courts of the State of New York.

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Agreement - 2300 A-27

ARTICLE 32.

COMPENSATION TO BE PAID CONTRACTOR

The Authority will pay and the Contractor shall accept in full consideration for the performance of the Contract, subject to additions or deductions as provided herein, the amount of

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Agreement - 2300 A-28

IN WITNESS WHEREOF, the Authority and the Contractor have executed this AGREEMENT in duplicate, one part of which is to remain with the Authority and the other to be delivered to the Contractor.

POWER AUTHORITY OF THE STATE OF NEW YORK

By: Fiona Spencer Procurement Agent ATTEST: (SEAL) Secretary

(Name of Contractor)

By Member of Partnership or - (Signed) Officer of Corporation

By Member of Partnership or - (Typed) Officer of Corporation

Title of Office Held:

- (Printed)

(WHERE CONTRACTOR IS A CORPORATION, ADD): ATTEST: (SEAL) Secretary

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Agreement - 2300 A-29

GENERAL CONDITIONS POWER AUTHORITY OF THE STATE OF NEW YORK

GC-1.

DEFINITIONS a)

Wherever the following words and expressions are used in the Contract Documents or indicated on the Plans/Drawings, drawings, it is understood that they have the meaning defined below. AUTHORITY - Power Authority of the State of New York, (sometimes also may be referred to as "New York Power Authority", "Owner", "Buyer", and "Purchaser") 123 Main Street, White Plains, New York 10601. BIDDER - The person, partnership or corporation submitting a bid proposal for the Contract Work. BY OTHERS - By the Authority or by contractors other than the Contractor to whom this Contract is awarded or by this Contractor under another contract agreement. CONSTRUCTION - (and other forms of the word) is synonymous with Building, erection, installation, and other forms of such words. CONSTRUCTION MANAGER (CM) - As identified in the Supplementary Conditions, or a duly authorized representative. CONTRACT Agreement.

DOCUMENTS - As referred to in Article 2 of the

CONTRACTOR - The person, partnership or corporation to whom the Contract for the Work is awarded. ENGINEER - As identified in the Supplementary Conditions, or a duly authorized representative. FABRICATION, MANUFACTURE, AND PRODUCTION - The words are synonymous wherever they appear in the Contract Documents unless the context otherwise indicates. GOVERNMENT - The United States Government or any other political entity or jurisdiction as the context may indicate.

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-1

INVITATION FOR PROPOSALS - (Sometimes also referred to as "Advertisement for Proposals") is synonymous with the term "Request for Proposals". LABORATORY - The testing laboratory (if any) designated by the Engineer for testing the materials to be used under the Contract. MATERIAL - Any approved material acceptable to the Engineer and conforming to the requirements of the specifications. PLANS/DRAWINGS - All authorized drawings or reproductions of drawings pertaining to the Work or to any structure connected therewith. PLANT - Plant shall include but not be limited to such of the following as the Contractor may own, hire, or provide for its convenience or its performance of the Work; field offices and all structures, materials and services therefor; hand tools (powered or otherwise); fixed equipment and stationary facilities such as, but not limited to, batching or mixing plants and associated equipment, material crushing and screening plants, repair, maintenance and fabricating shops and included equipment and tools, haul roads and railroads, storage and warehouse facilities, fuel and lubrication storage and distribution facilities, water supply and distribution systems, drainage, sewer and waste disposal systems, compressed air systems, electric source and distribution systems; communications systems; and, administrative and expediting support systems, including but not limited to vehicles for transportation, maintenance, and/or other purposes not used directly in construction. PROPOSAL - (Sometimes "Itemized Proposal"). The offer of the Bidder for the Work, when executed and submitted on the prescribed form. SCHEDULE - The schedule of prices or rates proposed for various units of Work, services or materials as set forth in the Proposal except as the context may indicate otherwise. SITE (SITE OF THE WORK) - The specific area adjacent to and including the area upon which the construction work is performed and/or designated destination for delivery. STATE - The People of the State of New York, The State of New York (unless context indicates otherwise).

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-2

SUBCONTRACTOR(S) - Shall include sub-contractors of any degree, regardless of whether the services of the subcontractor are obtained under a subcontractor agreement, purchase order, or any other contractual means. WORK - Any and all things required to be done by the Contractor under the Contract. b)

Whenever in the Contract Documents the words "directed," "required," "permitted," "ordered," "designated," "prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended and similarly the words approved, acceptable, satisfactory, to the satisfaction of, or words of like import shall mean approved by, acceptable to, or satisfactory to the Engineer, unless otherwise expressly stated.

c)

The following phrases, or phrases of similar import, are frequently used for emphasis to direct the Contractor's attention to particular items of possible cost to it for which it will not receive identifiable payment hereunder: "will be borne by," "chargeable to," "charged to, or at the expense of, the Contractor"; "without cost to," "at no cost to," or "at no expense to," the Authority; no compensation, no additional compensation, or no payment will be allowed or made. All such costs and all other costs of Work required by the Specifications or shown on the contract drawings for which there are no specific payment items in the Schedule or for which no particular provision for payment is made in the Contract Documents shall be calculated into the lump sums, unit prices, hourly or daily rates, overheads, or otherwise included in the compensation terms bid in the Itemized Proposal and shall be paid for as unidentified components of such proposal items. Except as set forth in the Article of the AGREEMENT entitled, "Extra Work," the Contractor will be paid only in accordance with the various particular provisions in the Contract Documents relating to "measurement" and "payment" for the items of Work set forth in the Itemized Proposal.

d)

For the purposes of this Contract, the terms "inspection," "examination" and "test" shall mean the review of construction operations of the Contractor and of the manufacturer and/or supply of materials furnished by the Contractor to the extent necessary to ascertain conformance with general requirements of the Contract Documents.

e)

In the event that a provision in the Supplementary Conditions, or the Specifications modifies or is inconsistent with the provisions of the General Conditions and/or the AGREEMENT, the provisions of the Supplementary Conditions or the Specifications shall supersede.

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-3

GC-2.

REFERENCE SPECIFICATIONS a)

Specific standard specifications referred to in Contract Documents (to the extent of such reference only) shall form part of this Contract. It is understood that the Authority is the contracting party for whom the Work is being performed and to whom service, materials and equipment are being sold or otherwise provided and the referenced specifications shall be so read. These references to all standard specifications and standards referred to include all applicable amendments, revisions and emergency alternate specifications which have been promulgated and are in effect at the time Proposals are received unless specifically indicated otherwise in the Supplementary Conditions or Specifications.

b)

Where the words "State Specifications" elsewhere occur in the Contract Documents, they shall mean the "New York State Department of Transportation Standard Specifications" including all addenda or other amendments thereto which are in effect at the time Proposals are received, unless indicated otherwise in the Supplementary Conditions or Specifications.

c)

Certain references in the Contract Documents to organizations establishing standards and to their respective standards are abbreviated as follows: ACI AGMA AISI AISC ANSI ASHRAE ASME ASTM AWS AWWA CSI IEEE NFPA NEMA SAE UL

American Concrete Institute American Gear Manufacturers Association American Iron and Steel Institute American Institute of Steel Construction American National Standards Institute American Society of Heating, Refrigerating and Air Conditioning Engineers American Society of Mechanical Engineers American Society of Testing and Materials American Welding Society American Water Works Association Construction Specifications Institute Institute of Electrical and Electronic Engineering National Fire Protection Association National Electrical Manufacturers Association Society of Automotive Engineers Underwriter's Laboratories

Throughout the specification, additional references may be made to other organizations establishing standards, and their specific established standards will be identified separately.

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-4

GC-3.

GC-4.

ACCURACY OF PLANS/DRAWINGS AND SPECIFICATIONS a)

The Plans/Drawings and specifications for the materials and equipment to be furnished under the provisions of this Contract have been prepared with reasonable care and are intended to define and illustrate the functions and details of such articles as clearly as is practicable at the present stage of project design. The Contractor must realize, however, that final design for equipment, systems and the project (and installation details) cannot always be accurately anticipated, and that during fabrication or manufacture, as systems and project designs are finalized, conditions (including field conditions) may arise which may require modifications to work, materials, equipment, and quantities thereof. If such modifications or changes are required in connection with the articles to be furnished under this Contract or their installation they shall be incorporated into the fabrication (or installation) process with a minimum of delay, all in accordance with the applicable provisions for changes or extra work as specified elsewhere in the Contract Documents or as otherwise agreed to between the Contractor and the Authority.

b)

The Contractor shall keep on the Work a copy of the Plans/Drawings and specifications and shall at all times give the Engineer access thereto. Anything mentioned in the specifications and not shown on the Plans/Drawings, or shown on the Plans/Drawings and not mentioned in the specifications, shall be of like effect as if shown or mentioned in both. In case of differences between Plans/Drawings and specifications, the specifications shall govern. In any case of discrepancy either in the figures, in the Plans/Drawings, or in the specifications, the matter shall be promptly submitted to the Engineer, who shall promptly make a determination in writing. Any adjustment by the Contractor without this determination shall be at its own risk and expense.

RESPONSIBILITY FOR DESIGN The Contractor shall assume full responsibility for a coordinated and adequate design, to conform to the best engineering practice for the operating conditions specified. Upon request of the Engineer the Contractor shall furnish complete information as to the maximum stresses used in design. If at any time prior to initial operation of the equipment, the Contractor learns of operating difficulties with equipment of its manufacture which is of similar design, it shall immediately notify the Engineer so that proper remedial measures can be considered.

GC-5.

MEASUREMENTS AND COMPUTATIONS

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-5

All dimensions, descriptions, calculations, drawings, test reports, progress estimates, packing lists and correspondence to be submitted to the Engineer or the Authority shall be in English and shall have English inscriptions and shall have English system of units throughout in addition to any other language and any other system of units. Where the English language or system of units is in conflict with the language or system of units used by the Contractor, the English language or system of units shall be binding. GC-6.

GC-7.

PATENTED DEVICES, MATERIAL AND PROCESSES a)

Contract prices include all royalties and costs arising from patents, trademarks and copyrights in any way involved in the Work. Whenever Contractor uses any design, device, material or process to be performed under the Contract, Contractor shall indemnify Authority for any costs, expenses and damages, including attorney's fees, which it may be obligated to pay by reason of any such infringement at any time during the prosecution or after the completion of the Work.

b)

In case any design, device, material or process is decreed to constitute an infringement, and its use is enjoined, Contractor shall, at its option and its own expense, either, (1) procure for Authority the right to continue using said design, device, material or process, or (2) modify it so it becomes non-infringing.

EQUIVALENTS a)

The mention of apparatus, articles, or material, by trade name, and such specific description as is made (or use of the term "or equal"), is intended to convey to the Contractor's understanding the degree of excellence required. Except in those instances where the product is designated to match others in use in a particular improvement either completed or in the course of completion, the use of an alternative apparatus, article, or material which the Contractor represents will conform substantially to the standard of excellence established and is at least of equivalent merit, strength, durability and appearance and which will perform the required function for the purpose intended will be permitted, subject to each of the following requirements: i)

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

The burden of proof as to the quality and suitability of alternatives shall be upon the Contractor and it shall furnish all information necessary as required by the Engineer at no additional cost to the Authority. The Engineer shall be the sole judge as to the quality and suitability of such alternatives and its decision shall be final.

General Conditions - 2400 GC-6

b)

ii)

Where use of such alternative involves redesign of or changes to other parts of the Work, the cost and the time required to effect such redesign or changes will be considered in evaluating the suitability of the alternatives.

iii)

No tests nor action relating to the approval of alternative apparatus, equipment, or material will be made until the request for substitution is made in writing by the Contractor accompanied by complete data as to the equality of the proposed substitution. Such request shall be made in ample time to permit approval without delaying the Work.

iv)

Whenever classification, rating, or other certification by a body such as UL, NEMA, or ANSI is a part of the specification for any apparatus, equipment, or materials, proposals for use of alternatives shall be accompanied by reports from the listed or equivalent testing laboratory indicating compliance with specification requirements.

v)

The cost of all testing required to prove equality of the alternative proposed shall be borne by the Contractor.

vi)

Approval of an alternative shall be only for the characteristics or use named in such approval, and shall not be used to change or modify any Contract requirement, or to establish approval for the alternative to be used on any other phase of the Work.

vii)

If the alternative approved is of lesser value to the Authority or involves less cost to the Contractor than the product specified, an adjustment shall be made in favor of the Authority, and where the amount involved or the importance of the substitution warrants, an order for changes will be issued; otherwise the adjustment will be handled by deductions from payments to the Contractor on the basis of prices stated in the written approval. No payments in excess of prices bid in the schedule will be made because of such substitution of one product for another, or because of the use of one alternative in place of another.

Any changes required in the details and dimensions shown on the drawings for the substitution of the alternative shall be properly made as approved by the Engineer and at the expense of the Contractor. Any additional expense incurred by the Contractor arising from the use of any suitable alternative shall be borne solely by the Contractor. When any change in design or other conditions render unusable any alternate material or apparatus recommended by the Contractor and subsequently approved by the Engineer as an alternate to any standard material, equipment or apparatus specified on the drawings

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-7

or in the specifications, the Contractor shall assume all loss incurred and shall be entitled to no additional compensation therefor. c)

GC-8.

SAMPLES a)

b)

GC-9.

Whenever the words "or equal" appear in the specification, the following shall also be inserted immediately thereafter by virtue of this reference, "in accordance with General Conditions Paragraph entitled "Equivalents".

Any samples required by the Contract Documents or the Engineer shall: i)

Be submitted within the time specified in the Contract Document or, if no time be specified, within a reasonable time before use to permit inspection and testing.

ii)

Be shipped prepaid and delivered as specified in the Contract Documents, or as directed by the Engineer.

iii)

Be properly marked to show the name of the material, trade name of manufacturer, place of origin, name and location of the Work where the material represented by the sample is to be used, the name of the Contractor submitting the sample and the number of the contract under which the Work is being performed.

Samples not subject to destructive tests may be retained until completion of the Work but thereafter will be returned to the Contractor, if it so requests in writing, at its own expense. Failure of any sample to pass the specified requirements will be sufficient cause for refusal to consider further any samples from the same manufacturer whose materials fail to pass the tests.

SUBCONTRACTORS The Contractor shall notify the Engineer in writing of names and addresses of all subcontractors proposed for the Work, but not to exceed 25% of the total contract value in accordance with AGREEMENT Article entitled "Assignment" together with the extent and character of the Work to be done and equipment to be provided by each subcontractor. After approval thereof by the Authority and within seven (7) days after the making of any subcontract, the Contractor or subcontractors shall deliver to the Engineer a statement setting forth the name and address of each subcontractor and a summary description of the precise Work subcontracted. If for sufficient reason, at any time during the term of this Contract, the Authority determines that any subcontractor is incompetent or undesirable, the Authority will notify the Contractor accordingly and immediate steps shall be taken for cancellation of such subcontract. Subletting by subcontractor shall be subject to the same

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-8

regulations. Nothing contained in this Contract shall create any contractual relation between any subcontractor and the Authority. Two complete copies of each subcontract will be transmitted by the Contractor to the Engineer immediately following execution. Two complete copies of each subcontract, amendment, alteration, change and change order thereto will also be transmitted to the Engineer by the Contractor immediately following execution. GC-10.

ACCESS TO WORK The Engineer's representatives and other designee's of the Authority shall at all times have access to all places where materials or equipment are being prepared or manufactured under this Contract, and shall have full facilities for unrestricted inspection of such materials or equipment.

GC-11.

MATERIALS AND WORKMANSHIP a) Articles, materials, and equipment to be incorporated into the Work under the Contract shall be new and unused unless otherwise specified. b)

GC-12.

All Work shall be performed and completed in a thorough and workmanlike manner and shall follow the best modern practice in the manufacture of high grade equipment and fabrication of materials notwithstanding any omissions from the specifications or drawings. All work shall be performed by mechanics skilled in their various trades. All parts shall be made accurately to standard gauge where possible, so as to facilitate replacement and repairs. Like parts of equipment shall be interchangeable insofar as practicable. Incidental fittings; fixtures, accessories and supplies shall be of approved manufacture and of standard first-grade quality.

INSPECTION AND TESTS a)

General - The Contractor shall keep the Engineer informed in advance of the time of starting and of the progress of the Work in its various stages so that arrangements can be made for inspection and/or tests. The Contractor shall furnish to the Engineer, in triplicate, copies of all purchase orders covering material or equipment required under this Contract. The monetary value may be omitted from the purchase orders. The cost of making all the following required tests, excepting the expense of the Authority's inspector, shall be borne by the Contractor and shall be included in the Contract price unless otherwise specified (including such meals and transportation cost the Contractor, may elect to provide at its discretion, for the Authority’s attendance at factory inspections and tests

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-9

conducted at plants located outside of the United States). The Engineer shall have the right to select additional test specimens of any materials used and to make tests of the same at the expense of the Authority. Acceptance of the material and/or equipment, and the waiving of the tests thereof shall in no way relieve the Contractor of the responsibility for furnishing material and/or equipment meeting the requirements of these specifications. b)

Inspections and Tests by the Contractor. - All articles (which term throughout this section includes, without limitation, raw materials, components, assemblies, intermediate assemblies and products) shall be tested by the Contractor except as otherwise indicated or where such tests are waived in writing by the Engineer, in accordance with the requirements of the referenced standard specifications as specified herein.

Unless waived in writing, all such test and trials shall be made in the presence of an inspector representing the Engineer and five copies of all test reports showing the results thereof shall be furnished to the Engineer. Where the presence of the inspector is waived, five copies of certified test reports shall be furnished to the Engineer. Any materials, supplies or articles required in the Work which are not covered by detailed specifications herein shall be standard products of reputable manufacturers and suitable for the intended use. Unless so directed by the Engineer, tests of these items will not be required but such items will be subject to the approval of the Engineer. Tests, if directed, shall be in conformity with approved modern methods for the particular item and class of work. All materials furnished and all work performed shall be subject to rigid inspections and tests, and no materials shall be shipped until all tests, analyses and inspections have been made, or copies of certified reports of tests and analyses, or manufacturer's guarantees shall have been accepted. The Contractor shall prepare specimens and perform test and analyses in accordance with standard practice, as required to demonstrate conformance of the various materials and/or equipment with the applicable specifications. c)

Inspections and Tests by the Authority. - All articles shall be subject to inspection and test by the Authority or its authorized representative to the extent practicable at all times and places including but not limited to the period of manufacture, and in any event prior to final acceptance.

If any inspection or test is made by the Authority on the premises of the Contractor or a subcontractor, the Contractor without additional charge shall provide all

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-10

reasonable facilities and assistance for the safety and convenience of the Authority inspectors in the performance of their duties. If Authority inspection or test is made at a point other than the premises of the Contractor or subcontractor, it shall be at the expense of the Authority: provided, that in case of rejection, the Authority shall not be liable for any reduction in value of samples used in connection with such inspection or test. All inspections and test by the Authority will be performed in such a manner as not to unduly delay the Work. The Authority reserves the right to charge to the Contractor any additional cost of Authority inspection and test when articles are not ready at the time such inspection and test is scheduled by the Contractor. Final acceptance or rejection of the articles shall be made as promptly as practicable after delivery, except as otherwise provided in this Contract; but failure to inspect and accept or reject articles shall neither relieve the Contractor from responsibility for such articles as are not in accordance with the Contract requirements nor impose liability on the Authority therefor. The inspection and test by the Authority of any articles or lots thereof or failure to inspect and accept or reject any articles or lots thereof, shall not relieve the Contractor from any responsibility regarding defects or other failure to meet the Contract requirements which may be discovered prior to final acceptance. Except as otherwise provided in this contract, final acceptance shall be conclusive except as regards any latent defects, fraud, or such gross mistakes as amount to fraud. GC-13.

WARRANTY a)

The provisions of this paragraph shall apply unless modified by the Supplementary Conditions or Specifications.

b)

If during erection or at any time prior to final payment or acceptance by the Authority, whichever is later, articles which were separately fabricated or are members of a lot or production run from which articles were furnished under this Contract, are discovered to be defective in material or workmanship, or otherwise not in conformity with the requirements of this contract, the Authority shall have the right either (1) to reject such articles separately fabricated and/or any and all such members of such lot or production run furnished under this Contract (with or without instructions as to their disposition) or (2) to require their correction. Articles which have been rejected or required to be corrected shall be removed, corrected and replaced (as corrected), removed and a non-defective substitute provided therefore, or corrected in place by and at the expense of the Contractor as requested by the Engineer. The Contractor in addition shall pay the total actual cost (including but not limited to direct, indirect and overhead costs) to the Authority of any additional work By Others arising from the correction of any such defective material or workmanship. If the Contractor fails promptly to remove such articles when requested by the

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-11

Engineer and to proceed promptly with the replacement or correction thereof, the Authority either (1) by contract or otherwise may replace or correct such articles and charge to the Contractor the total actual cost as described immediately above the cost occasioned thereby, or (2) may terminate this Contract for default. If the correction of the articles is required at the point of installation or delivery because of the nonconformity with the requirements of the Contract, the Authority may at its option proceed with such necessary correction, after notice to the Contractor and charge to the Contractor such total actual cost of correcting the articles or equipment. c)

All materials, articles, supplies, equipment, parts and assemblies thereof of standard manufacture (manufacturers catalog items or items meeting governmental, professional or industrial published criteria) and those for which detail design or requirements are not prescribed in these specifications shall be guaranteed and warranted by the Contractor as being free from injurious defects and against any failure in proper use or operation, caused by defective material, workmanship or design, for a period of one year or for such longer period of time guaranteed by the manufacturer of the material from the date of final acceptance of the complete Work under this Contract. Failure in any part due to such causes within that time shall be promptly and satisfactorily remedied by the Contractor without cost to the Authority.

d)

In addition, all other materials, articles, supplies, equipment, parts and assemblies thereof shall be guaranteed and warranted by the Contractor as being free from injurious defects and against any failure in proper use or operation caused by defective material, workmanship or design, and any defects in materials and workmanship or other failure to meet the requirements of the specifications not disclosed before date of final payment or date of acceptance, whichever is the later date, but disclosed within one year after the materials, articles, supplies and/or equipment shall have been placed in use, shall be corrected promptly by and at the expense of the Contractor or, at the Authority's option, by the Authority at the expense of the Contractor; provided, that the total period during which the Contractor is liable for such defects shall not exceed twenty-four months after date of complete delivery of all the materials or equipment to be furnished hereunder.

e)

The guarantee under this paragraph is in addition to any manufacturer's guarantee or warranty. Manufacturer's guarantees or warranties that extend over a period of time greater than the guarantee period specified herein shall not be modified or voided by any requirement of the paragraph.

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-12

GC-14.

WAREHOUSING AND PROTECTION OF MATERIALS, EQUIPMENT, TOOLS, AND WORK The Contractor shall at all times protect and preserve all materials, supplies and equipment of every description which shall become part of the completed Work (including property which may be Authority furnished or owned) and all Work performed. For this purpose, the Contractor shall provide all storage warehouses, adequate housing or other protection against deterioration and damage, to the satisfaction of the Engineer. The Contractor shall comply with all requests of the Engineer, to enclose or specially protect such property. If as determined by the Engineer, material, equipment, supplies and the Work are not adequately protected by the Contractor, protection may be provided by the Authority and the cost thereof charged to the Contractor or deducted from any money due or to become due it.

GC-15.

MARKING Each complete field assembly shall be given an identification number or letter, and each part of each field assembly which is not permanently connected in shop assembly shall be legibly marked. Shop assembly and sub-assemblies as used herein are defined as minor assembly or parts for ease of shipment. Except on bolts and other small parts, all such marks shall be made with heavy steel stamps, paint or as specified in the Supplementary Conditions or Specifications or otherwise as directed by the Engineer. Descriptions and diagrams of all such markings shall be supplied as required in Supplementary Conditions or Specifications. Each piece or sub-assembly separately packaged for shipment shall be labelled or tagged with the specification number and the mark number of such piece or the numbers of the parts grouped in such sub-assembly, or contained in the package.

GC-16.

PREPARATION FOR SHIPMENT The Contractor shall prepare all materials and equipment for shipment in such manner as to protect them from damage in transit. Any articles or materials that might otherwise be lost shall be boxed or wired in bundles and plainly marked with item number, delivery point and any other designation required to permit positive identification for unloading, storage and rehauling purposes. All parts shall be prepared for shipment so that slings for handling may be attached readily while the parts are on the transporting vehicle. Where it is unsafe to attach slings to the box, boxed parts shall be packed with slings attached to the part, and the slings shall project through the box or crate so the attachment can be made readily. Except as provided by the Specifications, Supplementary Conditions or as otherwise directed by the Engineer, all finished surfaces shall be coated with rust-preventative compound and all finished non-ferrous metalwork and devices subject to damage shall be suitably wrapped or otherwise protected from damage during shipment shall be readily removable with mineral spirits or safety solvents. Rust-preventative

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-13

compounds which require benzene (benzol), gasoline or toxic or highly flammable solvents for their removal or thinning shall not be used.

GC-17.

i)

When items are shipped by truck and weigh in excess of 2,000 pounds per item the conveyance shall have a removable roof or cover to allow unloading by a crane.

ii)

Unless otherwise specified each delivery shall be composed of all parts necessary to assemble complete assemblies and each shipping invoice shall be accompanied by a bill of materials with all parts individually identified. Prior to the commencement of any packaging or delivery the Contractor shall submit to the Engineer for review and acceptance its proposed method of packaging and delivery, including a delivery schedule, for all items to be delivered. Materials which are packaged or delivered prior to the existence of an Engineer-accepted packaging and delivery method may be rejected.

iii)

The Contractor shall furnish the Authority with instruction for storage, handling and maintenance for its equipment prior to installation.

NOTICE OF SHIPMENT Whenever a shipment is made the Contractor shall notify the Engineer, giving a description of the article or articles shipped, the packing list, and any other information necessary for the identification, storage, or assembly of the article or articles shipped. The shipping weight and dimensions of each item shall also be given. The Contractor shall notify the Engineer at least fifteen days in advance as to the expected shipping dates.

GC-18.

RESPONSIBILITY FOR ARTICLES Except as otherwise provided in this contract, (1) the Contractor shall be responsible for the articles covered by this Contract and bear all risk of loss, injury and damage until they are delivered at the designated delivery point, regardless of the point of inspection; and (2) the Contractor shall bear all such risks as to rejected articles after a notice of rejection. The responsibility assumed by the Contractor pursuant to this paragraph shall include, without being limited to, holding the Authority and the Engineer harmless against all costs and expenses of any kind resulting from or connected with, directly or indirectly, the transportation of the articles to the place of delivery, whether such costs and expenses result after delivery or otherwise.

GC-19.

RIGHT TO OPERATE NON-COMPLYING EQUIPMENT The Authority shall have the right to operate any and all apparatus as soon and as long as it is in operating condition whether or not such apparatus has yet been

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-14

accepted as complete and satisfactory. This shall not be construed, however, to permit continued operation of equipment which has already been damaged by such operation before the required repair has been made. If the operation or use of the equipment, after installation, proves to be unsatisfactory, the Authority shall have the right to operate and use such equipment for such time as may be necessary until it can be taken out of service, without injury to the Authority, for an attempt by the Contractor or the Authority to correct defects, errors, or omissions and/or for replacement in whole or in part, if correction is unsuccessful or unfeasible. GC-20.

ADDITIONAL BOND SECURITY Attention is directed to the section in Information for Bidders entitled "Bonds." If any surety upon any bond furnished in connection with this Contract becomes unacceptable to the Authority, or if any such surety fails to furnish reports as to its financial condition from time to time as requested by the Authority, the Contractor shall promptly furnish such additional security as may be required at such times to protect the interests of the Authority and of persons supplying labor or materials in the prosecution of the Work contemplated by this Contract.

GC-21.

GC-22.

PRICES AND TERMS OF DELIVERY a)

The prices quoted in the bidding schedule shall include delivery f.o.b. destination.

b)

The prices quoted in the bidding schedule shall include all component parts as described in the specifications or indicated on the drawings; all factory assembly and tests; the costs of preparation for shipment and delivery to destination; and all other costs of any nature or kind required for complete delivery of the equipment or materials (including such meals and transportation cost the Contractor, may elect to provide at its discretion, for the Authority’s attendance at factory inspections and tests conducted at plants located outside of the United States).

c)

All prices quoted in the bidding schedule shall include, without limiting the generality of any other provisions of the Contract, all customs duties (surcharge included), reevaluation of foreign currency with respect to the United States dollar, insurance premiums, workmen's compensation and other like costs.

CUSTOM DUTIES

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-15

GC-23.

a)

All materials and equipment to be furnished or used under this Contract, if imported into the United States, will be subject to duty requirements of U.S. Customs.

b)

Should the custom duties imposed by the United States be increased or decreased prior to the date of importation of the equipment or any of the materials required for the fabrication thereof, payments to the Contractor will be increased or decreased accordingly.

c)

Notwithstanding paragraph (b) above, any additional expense, costs, damages or duties imposed pursuant to the United States Antidumping Act of 1921 (19 U.S. Code Sec. 160 et seq., as amended by 19 U.S.C. ' 1673 et seq.), the Countervailing Duty Law (19 U.S.C. ' 1671 et seq.), Sections 337 and 337a of the Tariff Act of 1930 (19 U.S.C. ' 1337, 1337a, as amended) or arising or alleged to have arisen as a result of unfair trade practices, shall be borne exclusively by the Contractor.

LIEN LAW-LIENS The attention of the Contractor is specifically called to the provisions of Section 25 and Article 3A of the New York State Lien Law, as amended, wherein funds received by a Contractor for a public improvement are declared to constitute trust funds in the hands of such Contractor to be applied first to the payment of certain claims. Neither the final payment nor any part of the retained percentage shall become due until the Contractor, if required, shall deliver to the Authority a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof and, if required in either case, an affidavit that so far as it has knowledge or information the releases and receipt include all the labor and material for which a lien could be filed; but the Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactory to the Authority, to indemnify it against any lien remains unsatisfied after all payments are made, the Contractor shall refund to the Authority all monies that the latter may be compelled to pay in discharging such a lien, including all costs and a reasonable attorney's fee.

GC-24.

PAYMENT OF TAXES a)

Except as provided in the following subparagraphs of this paragraph, the Contractor shall pay all applicable New York and local sales and compensating use taxes on sales to, or use by, the Contractor of tangible personal property and services employed by the Contractor in the performance of the Contract. The Contractor shall include all costs in connection therewith in the applicable lump sums, unit prices or other payment terms bid in the schedule. The Authority will not reimburse the Contractor for such taxes paid.

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-16

b)

Under the provisions of the New York State Sales and Compensating Use Tax Act, the Authority is an organization exempt from the payment of such state and municipal taxes on sales to the Authority of tangible property or services. The Authority is not required to furnish exemption certificates, and the Authority's Contract may be accepted in lieu of an exemption certificate with the Contractor's copy as proof that the sales are exempt.

c)

Pursuant to New York, State Tax Law Sections 1115(a), 1116(a) and 1210(a)(1), receipts from tangible personal property sold to a contractor, subcontractor or repairman for use in erecting a structure or building of the Authority or adding to, altering or improving real property, property or land of the Authority, as the terms real property, property or land are defined in the Real Property Tax Law, are exempt from the tax of retail sales imposed under Section 1105 of the Tax Law and the compensating use tax imposed under Section 1110 of the Tax Law and corresponding city and county sales and use taxes; provided, however, such tangible personal property is to become an integral component of such structure, building or real property.

d)

Pursuant to Paragraph 12 of Subdivision (a) of Section 1115 of the New York State Tax Law and Section 1210 (a) (l) as it applies to cities of less than one million, receipts from machinery or equipment for use or consumption, directly and predominantly in the production of tangible personal property, electricity or steam for sale by manufacturing, processing, generating or assembling (but not including parts with a useful life of one year or less or tools or supplies used in connection with such machinery, equipment or apparatus) are exempt from the tax on retail sales imposed under Section 1105 of the Tax Law, and the Compensating Use Tax imposed under Section 1110 of the Tax Law, and imposed by any county (except one wholly within a city) or city of less than one million.

e)

If Contractor is billed for any New York State or local sales or compensating use tax with respect to such machinery or equipment or with respect to such tangible personal property for use in erecting such structure or building and which is to become an integral component part of such structure, building or real property, it shall pay such tax under protest, preserving its rights to a refund, and shall notify the Authority of any such payment within fifteen (15) days of making it. Authority will assist Contractor in obtaining a refund of any such tax. If any such tax is finally determined to be payable by the highest authority from which the Authority elects to seek a determination as to the legal necessity of such payment, the Authority will reimburse Contractor for the amount paid, including any penalty or interest.

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-17

If requested by Contractor, the Authority will reimburse Contractor prior to such final determination for any such tax paid under protest upon assignment by Contractor to Authority of all Contractor's rights. f)

GC-25.

Contractor will not be paid as to any item of tax on the sale or use of tangible personal property which became an integral component part of such structure, building or real property unless it furnishes evidence that any such tax paid thereon was paid under protest.

WORKERS' COMPENSATION LAW The Contractor specifically agrees, as required by the New York State Finance Law, Section 142 that:

GC-26.

a)

It will secure Workers' Compensation for the benefit of, and keep insured during the Contract period, such employees as are required to be insured by the provisions of Chapter 41 of the Laws of 1914, as amended, known as the Workmens' Compensation Law. Such benefits must be posted in a conspicuous place.

b)

The Contract shall be void and of no effect unless the Contractor complies with this provision.

EQUAL EMPLOYMENT OPPORTUNITIES Attention is directed to the Information for Bidders attachment Appendix G entitled "Equal Employment Opportunities."

GC-27.

LABOR PROVISIONS The execution of the Contract by the Contractor binds it to the following specific agreements. The Contractor specifically agrees that: a)

No laborer, worker or mechanic in the employ of the Contractor, subcontractor or other person doing or contracting to do the whole or any part of the Work included in this Contract shall be permitted or required to work more than 8 hours in any one calendar day or more than five days in any one week, except in the emergencies set forth in the Labor Law.

b)

The wages to be paid to, and the supplements (fringe benefits) to be provided for, the laborers, workers and mechanics so employed in the performance of the Contract shall be not less than the prevailing hourly rate wages and supplements listed in the prevailing rate schedules, if any, annexed to the specifications for the Work, and any re-determinations (updatings) of such

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-18

schedules by the Commissioner of Labor after the Contract is let. Such redetermination shall be deemed part of the Contract to be effective as prescribed in the re-determinations. The failure to have the initial prevailing rate schedules annexed to the specifications shall not relieve the Contractor, subcontractor or other person doing or contracting to do the Work from the requirements with respect to paying and providing the prevailing wages and supplements.

i)

In situations in which there are not sufficient laborers, workers and mechanics who may be employed to carry on expeditiously the Work contemplated by the Contract and the immediate commencement or prosecution or completion without undue delay of the Work is necessary for the preservation of the contract site and for the protection of the life and limb of the persons using same, such laborers, workers and mechanics shall be permitted or required to work more than 8 hours in any one calendar day; provided however, that upon application of the Contractor, the Authority shall have first certified to the Commissioner of Labor of the State of New York that such public work is of an important nature and that any delay in carrying it to completion would result in serious disadvantage to the public; and provided further that such Commissioner of Labor shall have determined that such an emergency does in fact exist, as provided in Subdivision 2 of Section 220 of the Labor Law.

ii)

Failure of the Authority to make certification to the Commissioner of Labor shall not entitle the Contractor to any damages whatsoever.

iii)

The Contractor and each subcontractor shall submit to the Authority, within thirty (30) days after issuance of its first payroll and every thirty (30) days thereafter, a transcript of the original payrolls, subscribed and affirmed as true under penalty of perjury. The filing of the payrolls by the Contractor, with the Authority, as required by Labor Law Section 220, is a condition precedent to payment of any sums due and owing the Contractor for the work.

iv)

The Labor Law provides that the Contract shall be forfeited and no sum paid for any work done thereunder on a second conviction for willfully paying less than the stipulated wage scales as provided in the Labor Law, Section 220, Subdivision 3 amended.

v)

The Contractor specifically agrees as required by the provisions of the Labor Law, Section 220-e as amended, that:

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-19

GC-28.

a)

In hiring of employees for the performance of the Work under this Contract or any subcontract hereunder, neither it nor any of its subcontractors, nor any person acting on its or their behalf shall by reason of race, creed, color, disability, sex, or national origin discriminate against any citizen of the State of New York who is qualified and available to perform the Work to which the employment relates.

b)

Neither it nor any of its subcontractors, nor any person acting on its or their behalf shall in any manner discriminate against or intimidate any employee hired for the performance of the Work under the Contract or a subcontract on account of race, creed, color, disability, sex, or national origin.

c)

There may be deducted from the amount payable to the Contractor by the Authority under the Contract a penalty of fifty dollars for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the Contract; and the Contract may be canceled or terminated by the Authority, and all monies due or to become due hereunder may be forfeited for a second or any subsequent violation of the terms or conditions of this paragraph of the Contract.

d)

The provisions of Section 220-e covering manufacture, sale or distribution of materials, equipment or supplies shall be limited to operations performed within the territorial limits of the State of New York.

INVOICING INSTRUCTIONS/ELECTRONIC PAYMENT a)

The provisions of this paragraph shall apply unless modified by the Supplementary Conditions.

b)

Email is now the preferred method for invoice submittal. All invoices can be sent via email as a PDF attachment to [email protected] The email “subject” and file name must contain the vendor name and PO number (e.g.: ABC Construction, 4500123456).

c)

In accordance with New York State goals to reduce paper, Contractor payments under this Contract will be provided electronically.

d)

Invoices for compensation shall be submitted monthly for Services (Work) actually performed.

e)

Invoices shall be payable by the Authority in accordance with the provisions of General Conditions Paragraph entitled “Prompt Payment Policy.” Invoices shall be subject to post-audit by the Authority and adjustment, if necessary. Such adjustment shall be applied against the

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-20

invoices next received after the amount of the adjustment has been determined. Where time charges are a basis for compensation, no payment will be made by the Authority for time charges which cannot be supported by applicable time card information and/or other records relating to the actual time Contractor’s personnel were engaged in providing the Services (Work). Invoices for reimbursable costs, if any, are required to be paid hereunder, shall be supported by relevant documentation. f)

Payment for invoices submitted shall be rendered electronically unless payment by paper check is expressly authorized by the Authority upon documentation by the Contractor that acceptance of electronic payment from the Authority is not possible.

g)

In order to be paid electronically, the Contractor is requested to provide on company letterhead, a responsible parties contact information, signed by a financial official within ten (10) days of execution of this Contract, Automated Clearing House (ACH) Bank Instructions, which must include the following:

h)



Bank Name



Bank ABA No.



Bank Account No.

In order to provide payment information, the following Accounts Receivable information is also requested:    

GC-29.

Contact person’s name Phone number E-mail Fax number

PROMPT PAYMENT POLICY a)

General i)

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

This statement is intended to establish rules and regulations as required under Section 2880 of the Public Authorities Law describing the policy of the Power Authority of the State of New York (the "Authority") to promptly pay all proper invoices submitted by any Contractor. Subject to the conditions and exceptions set forth in Section 2880 and herein, in the event any proper invoice is not

General Conditions - 2400 GC-21

paid promptly, the Authority shall be liable for the payment of interest on late payments. This policy shall apply to all Contracts entered into on or after April 30, 1988. b)

c)

Definitions i)

"Contract" means an enforceable agreement entered into between the Authority and a Contractor.

ii)

"Contractor" means any person, partnership, private corporation or association: a) selling materials, equipment or supplies or leasing property or equipment to the Authority; b) constructing, reconstructing, rehabilitating or repairing buildings, highways or other improvements for or on behalf of the Authority; or c) rendering or providing services to the Authority pursuant to a Contract.

iii)

"Designated Payment Office" means the office designated by the Authority to which a proper invoice is to be submitted by a Contractor.

iv)

"Proper Invoice" means a written request for a Contract Payment that is submitted by a Contractor to the Authority's designated payment office setting forth the description, price and quantity of goods, property or services delivered or rendered in accordance with the terms of the Contract, in such form and supported by such other substantiating documentation as the Authority may reasonably require.

v)

"Receipt of an Invoice" and "Invoice Received Date" mean (a) the later of the date on which a proper invoice is actually received in the designated payment office, or (b) the date on which the Authority receives the purchased goods, property or services covered by a proper invoice, which with regard to final payments on construction contracts, shall mean the date on which all the Contract Work has been accepted as completed by the Authority in accordance with the Contract terms.

vi)

"Set-Off" means the reduction by the Authority of a payment due a Contractor by an amount equal to the amount of an unpaid legally enforceable debt owed by the Contractor to the Authority.

Responsibility for Prompt Payment

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-22

i)

d)

The Authority's Controller shall have the responsibility for the implementation of the Prompt Payment Policy and the prompt payment of all proper invoices under the general guidance and supervision of the Executive Vice President and Chief Financial Officer.

Prompt Payment Procedure i)

A Contractor shall request payment under a Contract by submitting a proper invoice to the Authority at its designated payment office at the time and in the manner specified in the Contract.

ii)

The Authority shall have fifteen (15) calendar days after receipt of an invoice at its designated payment office to notify the Contractor of certain facts and conditions, including but not limited to those listed below, which in the opinion of the Authority's Controller justify extension of the statutory payment period: 1)

there is a defect in the delivered goods, property or services;

2)

there is a defect in the invoice;

3)

there are suspected defects or improprieties of any kind the existence of which prevent the commencement of the statutory payment period;

4)

prior to payment, a statutory or contractual provision requires an inspection period or an audit to determine the resources applied or used by the Contractor in fulfilling the Contract terms;

5)

a proper invoice must be examined by the federal government prior to payment;

6)

the Authority is prevented from making payment by reason of the filing of a lien, attachment, other legal process of requirement of law.

Any time taken to satisfy or rectify any such facts or conditions shall extend the date by which Contract payment must be made in order for the Authority not to become liable for interest payments by an equal period of time.

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-23

e)

iii)

Should the Authority fail to notify a Contractor of such facts and conditions within fifteen calendar days of the invoice received date, the number of days allowed for payment of the corrected proper invoice will be reduced by the number of days between the fifteenth day and the day that notification was transmitted to the Contractor. Should the Authority, in such situations, fail to provide reasonable grounds for its contention that a fact or condition justifying a time extension exists, the date by which Contract payment must be made in order for the Authority not to become liable for interest payment shall be calculated from the invoice received date.

iv)

The Authority shall make payment within forty-five (45) calendar days after an invoice received date. Effective July 1, 1989, the Authority shall make payment within thirty (30) calendar days, excluding legal holidays, after an invoice received date occurring after that date.

v)

Except for the payments described in subparagraph (e), every payment by the Authority to a Contractor pursuant to a Contract is eligible for interest should the Authority fail to make such payment within forty-five (45) days after the invoice received date (thirty (30) days on or after July 1, 1989).

vi)

The Authority shall not be liable for interest on any retention amounts withheld by the Authority in accordance with the terms of the Contract.

vii)

Interest shall be computed at the rate set by the State tax commission for corporate taxes pursuant to paragraph one of subsection (e) of section 1096 of the tax law.

viii)

The Authority has available funds in its custody to pay all interest penalties.

Exceptions i)

Payments are not eligible for interest when they are due and owing by the Authority: 1)

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

under the eminent domain procedure law;

General Conditions - 2400 GC-24

2)

as interest allowed on a judgement by a court pursuant to any provision of law other than section 2880 of the Public Authorities Law;

3)

to the federal government; to any state agency or its instrumentalities; to any duly constituted unit of local government including but not limited to, counties, cities, towns, villages, school districts, or any of their related instrumentalities; to any other public authority or public benefit corporation; or to its employees when acting in, or incidental to, their public employment capacity;

4)

in situations where the Authority exercises a legally authorized set-off against all or part of the payment due the Contractor.

THE FOLLOWING PARAGRAPHS GC-30 THROUGH GC-58 INCLUSIVE ARE APPLICABLE TO THE INSTALLATION PORTION OF THIS CONTRACT. GC-30.

SURVEYS a)

The Engineer will establish base lines, bench marks and other pertinent reference points at the site from which the Contractor shall complete the layout of the Work to be built under this Contract. From the basic data established by the Engineer, the Contractor shall establish reference control points and complete the layout of the Work. The Contractor shall be responsible for all measurements that may be required for execution of the Work to the exact position and elevation as prescribed in the specifications, shown on the drawings, or as may be modified at the direction of the Engineer to meet changed conditions or modifications to the Work.

b)

The Contractor shall furnish at its own expense such stakes and other required equipment, tools and materials, and all labor as may be required in laying out any part of the Work from the basic data established by the Engineer. If, for any reason, monuments are disturbed, regardless of the cause or by whom, it shall be the responsibility of the Contractor to re-establish them without cost to the Authority as directed by the Engineer. The Engineer may require that construction work be suspended at any time when location and limit marks established by the Contractor are not reasonably adequate to permit checking completed Work or the Work in progress.

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-25

GC-31.

c)

The Engineer will make such check surveys as it deems necessary to verify that the Contractor's surveys are correct, and to determine the conformance of the completed Work, as it progresses, with the drawings and specifications. Such checking by the Engineer shall not release the Contractor from its responsibility to perform the Work in accordance with the drawings and specifications and the basic data given therein. If errors are found in the Contractor's layout of the Work or in the completed work as it progresses, the expense of correcting such erroneous layout and of any additional surveys made by the Engineer, which it deems necessary to verify that the layout of the Work has been properly corrected by the Contractor and that the completed work is corrected in accordance therewith, will be borne by or chargeable to the Contractor and charges therefor shall be deducted from monies due or to become due to the Contractor.

d)

The Contractor shall furnish, at its own expense, all personnel, equipment, and materials required to make such surveys as are necessary to determine the quantities of work performed or in place. Unless waived in each specific case, quantity surveys made by the Contractor shall be made under the direction of the Engineer. If errors are found in the Contractor's surveys, all expense of the check survey, together with the expense of such surveys as are necessary to rectify the errors or omissions, will be chargeable to the Contractor and deducted from monies due or to become due to the Contractor.

e)

All original field notes, quantity computations, cross-sections, and other records taken by the Contractor or required by the Engineer for the purpose of layout of work and quantity surveys shall be furnished immediately to the Engineer at the site of the Work. The field notes shall be taken on waterproof, loose-leaf transit and/or level note sheets satisfactory to the Engineer. Notes shall be properly identified by giving title, page number, date, and names of individuals performing and checking such computations or other data, and shall be furnished so as to be capable of duplication by contact printing methods. The original copy of field notes, computations, and records shall become the property of the Authority.

f)

All costs of the surveys, computations, and assembly of data performed by the Contractor as described herein shall be borne by the Contractor.

WORKERS a)

The Contractor at all times shall employ workers in sufficient number and of the various degrees of skills and experience required to perform the Work, in a timely manner consistent with the provisions of AGREEMENT Article entitled "Commencement, Prosecution and Completion." On work requiring

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-26

particular specialties or skills, the Workers engaged shall have had sufficient experience in such specialties or skills to satisfactorily and properly perform the Work and operate the equipment involved. The Contractor shall also employ competent experienced supervisory personnel who are familiar with the various features of work to be performed. b)

GC-32.

The Engineer may in writing require the Contractor to remove promptly from the Work such employees as the Engineer deems incompetent, careless, insubordinate, or otherwise objectionable, or whose continued employment on the Work is deemed by the Engineer to be contrary to the public interest, and such employee shall not again be employed by the Contractor in connection with the Work of this Contract.

INSPECTION a)

Except as may be otherwise provided in the Contract Documents, all materials used and/or to be provided for incorporation in the Work and all workmanship performed by the Contractor will be subject to inspection, examination and test by the Engineer at any and/or all times during construction and at all places where construction, production or manufacture is carried on until final acceptance of the entire work. The Contractor, at its expense, shall furnish promptly all reasonable facilities, labor and materials necessary for the safe and convenient inspection and testing that may be required by the Engineer. No extensions of time for delay or costs for damages incurred shall be allowed the Contractor for the time reasonably necessary for the Engineer to perform such tests. The Contractor shall be solely responsible for performing all work and furnishing all materials in strict accordance with the Contract Documents, and the Engineer's inspection, examination or test of any portion of the Work, or the waiving thereof, shall not imply final acceptance of that portion of the Work, nor shall it relieve the Contractor of any responsibility under the Contract.

b)

During construction and until final acceptance, the Authority or the Engineer will have the right to reject defective material and workmanship furnished by the Contractor or require its correction. Rejected work shall be satisfactorily corrected and rejected material shall be satisfactorily repaired or replaced with proper materials by the Contractor without charge therefor. The Contractor shall promptly at its own expense segregate and remove all rejected material from the site as specified or as otherwise approved by the Engineer. If the Contractor fails to proceed with the repair or replacement of rejected material and/or the correction of defective workmanship within 48 hours of oral notification, the Authority may, by contract or otherwise, replace such

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-27

material and/or correct such workmanship and charge the cost thereof to the Contractor, cancel the Contract or terminate the Contractor's employment as provided under the Article in the AGREEMENT entitled "Interruption of Contract Performance," or assess liquidated damages as specified in the Supplementary Condition in addition to other remedies provided by this contract. c)

The Contractor shall give the Engineer reasonable advance notice of operations, materials or equipment requiring special inspections or tests, and it may request inspection of a portion of the Work at any time by reasonable advance notice to the Engineer. The Contractor shall be charged with any additional cost of inspection when material and workmanship are not ready at the time inspection is requested by the Contractor and such charges shall be deducted from money due or to become due to it. The Contractor will not request inspection of Work performed until after it has first conducted a personal inspection of that Work for completeness, acceptability and conformance to Contract requirements.

d)

Should the Engineer at any time before final acceptance of the entire Work consider an examination of any covered or completed portion of the Work to be necessary or advisable, the Contractor shall, when ordered in writing, uncover, tear out or disassemble such portion of the Work to enable the examination. If the Work subject to such examination is found to be defective or nonconforming in any material respect, due to the fault of the Contractor or its subcontractors, the cost of such uncovering, destruction or disassembly and reconstruction shall be borne by the Contractor. If, however, such Work exposed and examined is found to be satisfactory, the Authority will pay the Contractor the cost of such uncovering, destruction or disassembly and reconstruction, such costs to be determined as provided in the Article of the AGREEMENT entitled "Extra Work." If the Contract Documents require approval by the Engineer of particular portions of the Work prior to such portions being covered or completed and any of such portions is covered or completed without the Engineer's giving such prior approval in writing, the Contractor shall bear all costs involved in the inspection, notwithstanding conformance of such work with the Contract Documents.

e)

Inspection of material and equipment to be incorporated in the Work at the site may be made at the place of production, manufacture or shipment. Such inspection shall not constitute acceptance by the Engineer or Authority nor be in any way in derogation of the provisions of subparagraph (a) of this section entitled "Inspection." The Contractor shall be responsible for and make good any damage or loss in transit.

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-28

GC-33.

f)

To enable the Engineer to anticipate inspection requirements, the Contractor shall submit to the Engineer, at the time of issuance, copies in triplicate of purchase orders, mill orders, shop orders, including drawings, and other pertinent information, covering materials and equipment subject to inspection or shall submit other evidence in the event such orders are issued verbally or by letter. Monetary values may be omitted from all such documents. Inspection and tests will be performed by the Engineer in such a manner as to not unnecessarily delay the Work.

g)

Nothing contained in this section shall in any way restrict the Authority's rights under any warranty or guarantee.

CONTRACTOR TO GIVE PERSONAL ATTENTION/KEY PERSONNEL a)

The Contractor shall give its constant attention to the Work while it is in progress or it shall place the Work in charge of a competent and reliable English-speaking supervisory employee who shall have authority to act for the Contractor and who shall be accountable to the Engineer.

b)

Such supervisory employee shall be designated in writing to the Engineer and shall be responsible for the Contractor for all work to be performed hereunder at the site and for all communications between the Authority and/or the Engineer and the Contractor respecting this Contract and the Work. The Contractor shall also designate in writing responsible supervisory employees for various portions of the Work and supervisory employees of its approved subcontractors to receive such communications as the Engineer may give. At no time shall any work be conducted at the site without an English-speaking individual present who has been designated by the Contractor as having the authority to receive and to execute orders given by the Engineer.

c)

The individual or individuals who on behalf of the Contractor will be responsible for, and in charge of, the preparation of estimates for payment and for surveys as required elsewhere in the Contract Documents shall be properly qualified for such work. If requested by the Engineer, the Contractor shall furnish experience records of such persons and shall not assign them to the Work until such assignment has been approved by the Engineer. Once so approved by the Engineer, the Contractor shall not remove them without the prior approval of the Authority and without first designating in writing a replacement or replacements meeting the requirements of this paragraph.

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-29

GC-34.

GC-35.

d)

The Authority shall approve the assignment of all Contractor's supervisory personnel to the site. The Contractor shall furnish to the Authority an experience record of the supervisory personnel before being assigned to the Work. Removal or reassignment of such personnel to other work shall be subject to the prior written approval of the Authority.

e)

The Authority may in writing require the Contractor to remove promptly from the Work such employees as the Authority deems incompetent, careless, insubordinate or otherwise objectionable, or whose continued employment on the Work is deemed by the Engineer to be contrary to the public interest and such employee shall not again be employed by the Contractor in connection with the Work of this Contract.

PRESERVATION OF PROPERTY a)

The Contractor shall exercise due care in performance of the Work to avoid injury, damage or loss to existing improvements, utility facilities, and other property of any nature on or near the site of the Work. In the event of any such injury, damage or loss, the Contractor shall repair, replace, or otherwise restore the property to a condition as good as it was when the Contractor commenced the Work, or as good as required by the specifications, if applicable. In addition, the Contractor shall perform such temporary repairs of any facility necessary to restore it to service, as are ordered by the Engineer.

b)

The Contractor shall indemnify and save harmless the Authority, the Engineer, their respective officers, agents, employees and representatives from all claims, suits, or actions of any nature brought for or on account of any such injury, damage or loss.

MISPLACED MATERIAL Any material that is deposited other than at the place designated or approved by the Engineer will not be paid for, and the Contractor may be required to remove such material and waste it or redeposit it as directed at its own cost. Should the Contractor, during the progress of work, lose, misplace, or dump any material, plant, machinery, or appliance on or near the construction site or elsewhere which, in the opinion of the Engineer, may be dangerous, damaging, a nuisance, or which may interfere with the Contractor's work or the activities of others, the Contractor shall recover and remove the same promptly upon notification by the Engineer of any such misplaced materials. The Contractor shall acknowledge in writing, with a description and location of such material, receipt of such notice, and, when required by the Engineer shall mark such material until the same is removed. Should the Contractor refuse, neglect, or delay compliance with the above requirements, such

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-30

material may be removed by the Engineer, and the cost of such removal may be charged to the Contractor or deducted from any money due or to become due it. GC-36.

GC-37.

EXISTING UTILITIES a)

The Contractor shall familiarize itself with the existence of publicly and privately owned facilities occupying the site of the Work and shall cooperate with the owners or operators of such facilities in the Work of relocating, altering or protecting their facilities as required for the accomplishment of the Work of these Contract Documents. The Contractor shall not disturb any part or parts of such facilities without the written approval of the Engineer. During the prosecution of the Work, the Contractor will assume all liability for damage to or destruction of all such facilities on or off the site of the Work, whether or not such facilities have been identified on the contract drawings, and shall hold harmless the Authority and the Engineer from any liability with respect thereto.

b)

It shall be the responsibility of the Contractor to make arrangements with the owners or operators of utility facilities within the site of the Work for the purpose of coordinating the Work of this Contract with any specified or required relocation or alteration of such facilities. The Authority will negotiate all instruments which are necessary to relocate or alter utility facilities as a part of the completed work. The Contractor shall comply with all terms and conditions of such instruments and shall report promptly to the Engineer any failure of such owner or operator to cooperate in the relocation or alteration of its facility. The cost of relocation or alteration of a facility as a part of the completed work of the Contractor will be borne by Others.

c)

The Contractor shall make its own arrangements for any alteration or relocation of a facility done solely for its convenience and shall bear all costs in connection therewith.

COOPERATION WITH OTHER CONTRACTORS a)

The Authority reserves the right to let other contracts in connection with the Work covered by this Contract. The Contractor shall afford other contractors reasonable opportunity for the assembly of plant, equipment and materials for the Work of their contracts. The Contractor shall cooperate with and conduct its work so as not to interfere with or hinder the progress or completion of the Work being performed by other contractors. In case of dispute between contractors, the Engineer shall be the referee and its decision shall be final and binding on all parties. The Contractor shall, as far as possible, arrange its work, and shall place and dispose of the materials being used so as not to interfere with the operation of the other contractors at

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-31

the site. It shall join its work with that of other contractors in an acceptable manner and shall perform it in the proper sequence to that of other contractors. The Contractor shall so arrange its plant and work to effectively cooperate with other contractors and any employees of the Authority or the Engineer working in the area. No additional compensation will be allowed on account of the cooperation required.

GC-38.

b)

The Contractor shall assume all liability, financial or otherwise, in connection with the Contract and shall indemnify and save harmless the Authority and the Engineer from any and all damages or claims that may arise because of inconvenience, delay or loss experienced by other contractors by reason of its failure to diligently prosecute its operation or to comply with the provisions of this paragraph.

c)

The Contractor's forces shall work harmoniously in the same areas, if necessary, with the forces of any other contractors. The remedies the Authority may have for any failure in this regard shall include suspension of the Contractor's right to further partial payments until the failure is cured.

CONSTRUCTION PLANT AND EQUIPMENT The Contractor shall provide plant and equipment properly adapted to the Work of sufficient capacity and efficiency to accomplish the Work in a safe and workmanlike manner within the time(s) specified. Within 21 calendar days after receipt of Notice of Award, the Contractor shall submit for approval of the Engineer a Plant and Equipment Schedule showing the plant and equipment and their capacities that the Contractor proposes to use in the Work. All plant and equipment shall be maintained in good working order and shall be subject to inspection of the Engineer at all times. Any equipment or plant component furnished by the Contractor, which is in the opinion of the Engineer or the Authority unsafe or incapable of performing its function acceptably, will be removed immediately from use and/or from the site at no cost to the Authority and will be replaced at once with acceptable replacements. Any discrepancies that may occur between the actual plant and equipment used and the Plant and Equipment Schedule immediately shall be brought to the attention of the Engineer. The Engineer reserves the right to prohibit the use of any plant, equipment, tools or construction, installation or erection methods, the use of which, in its opinion, would adversely affect the quality of the Work. Adequate provisions shall be made for immediate emergency repairs to the plant and equipment and no reduction in the capacity of the plant or equipment employed on, or scheduled for the Work shall be made except by written permission of the Engineer. Neither the Engineer's approval of such Plant and Equipment Schedule, nor its failure to prohibit or object to, the use of any part of the plant, equipment, tools or construction methods shall relieve the Contractor of full responsibility for their adequacy to accomplish the Work. All plant, equipment, tools, construction,

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-32

installation, and erection methods shall conform to applicable safety standards as set forth in the section of the General Conditions entitled "Safety and Accident Prevention." GC-39.

IDENTIFICATION OF CONTRACTOR'S EMPLOYEES, VEHICLES AND PLANT The Contractor shall provide each of its employees and its subcontractor's employees with a suitable numbered badge bearing the name or initials of the contracting firm. Each employee shall wear his or her badge upon his or her person while at work on the site in such a manner that it will be plainly visible as a means of identification. All vehicles, boats and other floating or stationary plant used by the Contractor or its subcontractors on the Work shall be clearly marked with the identification of the firm and shall be appropriately numbered. All entries involving labor and equipment on the Contractor's daily time reports and extra work records, as well as on all payroll and other cost records required to be submitted under these Contract Documents, will include both the name and assigned identification number for all labor and equipment recorded. Each employee shall wear his or her badge when at the Work site. The Contractor shall maintain and deliver to the Engineer records of all identification badges worn and vehicle identification, cards, or stickers issued to the Contractors or subcontractor's employees.

GC-40.

WORKING SITE - LAND USE The Authority will obtain the land for the Work in fee or by easement at its discretion, in a manner generally intended to permit the Contractor sufficient areas in which to perform the Work in essentially a sequential manner according to an approved construction schedule. However, there is no assurance given that all of the right-of-way will be secured for construction purposes at the time of Award of Contract and breaks in a continuous right-of-way may be expected to occur. In this event, the Contractor will be required to adjust the construction sequence. No additional compensation beyond that provided under the Schedule of Payment Items will be provided for such adjustment in the construction sequence and the time period for the performance of delayed items of work. The use of the Work site for any purpose other than that specified in the Contract Documents shall be subject to the approval in writing by the Engineer. The Contractor shall familiarize itself with the instruments granting easements and shall comply with the terms and conditions thereof.

GC-41.

OPERATIONS AND STORAGE AREAS a)

Storage of materials and construction equipment, operation of construction plants and similar use of the land shall be confined to areas designated by the Contract Documents or approved in writing by the Engineer. In the event

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-33

that no, or insufficient, land is available for such purposes, the Contractor shall make arrangements with third persons for the use of necessary land and/or improvements. All such arrangements shall be at the sole expense of the Contractor and subject to the prior approval of the Engineer and use, care and clean-up of such lands shall be subject to the same specific requirements of the Contract Documents which govern use of Authority lands. No payments will be made to the Contractor for, or arising out of, its use of land of any such third person and such third person shall acknowledge in writing to the Engineer prior to Engineer's approval that the Authority shall have no obligation to it because of the Contractor's use of its land.

GC-42.

b)

Temporary buildings, including but not limited to storage sheds, shops and offices and utilities may be erected by the Contractor only with the approval of the Engineer and shall be built with labor and materials furnished by the Contractor without cost to the Authority. Such temporary buildings and utilities shall remain the property of the Contractor and shall be removed by it at its expense upon the completion of the Work, unless otherwise approved in writing by the Authority.

c)

The Contractor shall use only established roadways or construct and use such temporary roadways as may be authorized by the Engineer.

USE OF CONSTRUCTION FACILITIES a)

It is possible that work, at or in the vicinity of, the Work areas will be performed by the Authority or by other contractors engaged in work for the Authority during the contract period. The Contractor shall, without charge, permit the Authority, the Engineer and their respective agents to use temporary construction facilities (and any other facilities constructed or acquired by the Contractor for use in performance of the Work) as are available without entailing any material increase in cost to the Contractor for maintenance or operation of such facilities; and shall negotiate agreements with other contractors engaged in work for the Authority for cooperative use and maintenance of such facilities, subject to the approval of the Authority or the Engineer.

b)

All roads and/or railroads on Authority lands or right-of-way, whether or not built by the Contractor, shall be available for use by the Authority, the Engineer and their respective officials, employees and agents and, subject to the provisions of the above paragraph, by other contractors engaged in work for the Authority at no charge to either of them. The Authority will not reimburse the Contractor for use or maintenance of such roads or railroads.

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-34

GC-43.

TEMPORARY CONSTRUCTION FACILITIES a)

b)

The Contractor shall furnish all labor, materials and equipment required, shall make its own arrangements, and shall construct all temporary construction facilities as may be required for the Work of this Contract. i)

Camp Sites - The Contractor's attention is directed to the Paragraph of these General Conditions entitled "Working Sites - Land Use."

ii)

Water and Sanitary Facilities - Unless otherwise provided in the Supplementary Conditions or Specifications, all water for construction, potable water and sanitary facilities for use by the Contractor and its employees shall be provided by the Contractor, including source of supply, supply connections, piping, sanitary drains, lines and sanitary disposal facilities. Such equipment, materials and/or systems shall be installed at such locations and in a manner as approved by the Engineer.

iii)

Lighting - The Contractor shall provide adequate illumination as may be required for its operations in the prosecution of the Work of this Contract. Adequate illumination as used herein shall be at least the minimum lighting required to provide safe working conditions, to provide sufficient lighting for the Work to be performed in accordance with the Contract Documents, and to permit complete inspection of all work. The Contractor's attention is directed to the Supplementary Conditions and the Specifications for any additional provisions with respect to lighting.

iv)

Construction Power - Unless otherwise provided in the Supplementary Conditions or Specifications, the Contractor shall make all arrangements to supply electric power for construction purposes and shall furnish, install, and maintain all necessary transformers, transmission lines, distribution circuits, and other electrical equipment required for distributing the power to the places of its use. All equipment, materials, and work in connection with the Contractor's electrical installations shall be subject to approval by the Engineer, and the Contractor's electrical installation shall be maintained in a safe and serviceable condition.

Prior to final acceptance of the Work of the Contract, and unless otherwise permitted by the Engineer all temporary construction facilities shall be removed by the Contractor to the satisfaction of the Engineer, and where directed by the Engineer or specified in the Contract Documents, access areas shall be substantially restored to their original appearance.

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-35

c)

GC-44.

No payment will be made to the Contractor for the Work of this paragraph entitled, "Temporary Construction Facilities."

REPORTS a)

b)

The Contractor is required to provide the Engineer with written daily reports submitted on a weekly basis and in a form approved by the Engineer recording the following data: i)

The Contractor's entire work force including numbers of employees

ii)

Their respective titles

iii)

The respective hours worked each day by each employee during the Work period, the items of work performed and the location where such work was performed. Idle, show-up and other unproductive time should be clearly shown or designated.

iv)

The salary or wages paid to each employee including and clearly delineating the actual hours worked each day; the rates per hour; the employees current classification; the fringes actually paid to the employee and to the various associations for that employee; and the payroll taxes and mandatory insurances actually paid for each employee including supplemental in-lieu-of wage payments such as housing allowances, transportation, travel time, bonuses, and other fringe benefits.

v)

The quantities and types of equipment and hours each was used on a daily basis and the items of work upon which the equipment was utilized. Idle, down-time and unproductive hours will be clearly delineated.

vi)

The major items of Contractor's plant used and hours for each used. The daily hours of productive use of each item as well as clearly detailing all non-use, idle, down-time and unproductive hours.

vii)

The formulation of any pesticide used by the Contractor or subcontractor to include date of application, area and quantity of application, quantity and names and qualifications of applicator personnel.

The Contractor shall also be required to furnish daily reports for all approved subcontractors in a like manner. Failure to comply with all of the above

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-36

requirements will be cause for the Authority to withhold payment of any partial payment estimate due or being processed, for the period during which such noncompliance is in effect. c)

GC-45.

GC-46.

The foregoing requirements are in addition to any other reports required in the Contract Documents.

SECURITY a)

The Contractor shall employ at all times such usual and ordinary means as may be required to prevent acts of vandalism and theft which would cause injury, loss of life or property, damage to the Work of this or other contracts in connection with this project, or substantial delay in the completion of the Work of this or other contracts. The Contractor shall exclude all unauthorized persons from the vicinity of its construction operation and shall take all protective measures which are usually employed under a contract of this scope, such as a security guard force, security fencing and the like. No payment will be made to the Contractor therefor.

b)

There is a possibility of demonstrations against construction of the subject work and the Authority cannot guarantee that there will be no attempts to interfere with the Contractor or contract work. Should the Authority hire a guard force, it will be hired to protect the site and will be present for the benefit of the Authority, not the Contractor. The Contractor will be expected to take such care in protecting its forces and property as circumstances may warrant, at no additional cost to the Authority.

CLEAN-UP a)

Upon completion of the Work, the Contractor shall remove from the vicinity of the Work all plant, buildings, equipment, rubbish, unused materials, concrete forms and other like material, belonging to it or used under its direction during construction, and shall restore all areas affected by the Work as directed by the Engineer or as specified in the Contract Documents. In the event of its failure to so remove and restore, the same may be removed and restored by the Authority and the expense therefor charged to the Contractor and deducted from monies due or to become due to it.

b)

The Contractor shall at all times during the progress of the Work keep the construction area, including storage areas used by it, free from accumulations of waste material or rubbish and shall leave all work in a neat and orderly condition.

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-37

GC-47.

GC-48.

GC-49.

METHOD OF MEASUREMENT a)

The methods of measurement for payment of contract items will be as described in the Supplementary Conditions. In the event the Contract Documents do not specifically cover the method of measurement for payment in any instance, such measurement shall be made in accordance with standard practice. If the method of measurement for payment for a particular pay item requires that the unit price cover other work or material essential to the item, such other work or material will not be measured or paid for separately under any other pay item.

b)

For computation of the quantities to be paid for under the various items of the Contract, it is agreed that the planimeter will be considered an instrument of precision, and the quantities computed from areas obtained by its use will be accepted by all parties hereto as accurate. Arithmetical computations will not be precluded by reference to the planimeter.

WEIGHTS OF EQUIPMENT, MACHINERY AND METAL PARTS a)

The weights of equipment, machinery and other metal parts, the furnishing, handling or placing of which is to be paid for on the basis of weight, shall be determined by the Contractor and approved by the Engineer. The Contractor need not provide scales for actually weighing all of the material, but it may determine the weight of each part or item involved in the most practicable manner and shall use for that purpose shipping weights, subject to the approval of the Engineer. Net weights only will be paid for and the weight of all tare, packing and blocking shall be deducted. Weights of wedges, oil, welding rods, paint, coating materials, and similar materials, all of which are required to be placed or applied at the site of construction, shall not be included in the weights for which payment is made.

b)

The Contractor shall make available to the Engineer all data used by it for determining the weights of the equipment, machinery and other metal parts for payments. Scale weights shall be used when available except that no payment will be made for weight in excess of computed weight determined from handbook weights plus 3.5 percent for galvanizing or shop painting and tolerance. In case the weights determined by the Contractor are not approved by the Engineer, the weights determined by the Engineer shall be final and conclusive as to payment.

POSSESSION OR USE PRIOR TO COMPLETION The Authority shall have the right to take possession of or use any completed or partially completed part of the Work. Such possession or use shall not be deemed an

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-38

acceptance of any work not completed in accordance with the Contract nor shall it relieve the Contractor of any other obligations under the Contract. If possession or use by the Authority prior to the completion date specified herein or any extension thereof, delays the progress of the Work or causes additional work to the Contractor, an adjustment in the Contract price and/or the time of completion, will be made and the Contract shall be modified in writing accordingly. GC-50.

INSURANCE a)

General Requirements The Contractor, and each subcontractor, will keep in force at its own cost, until final acceptance of the Work, the insurance coverages listed herein. The Contractor will not commence Work until the Authority has been furnished a completed certificate or certificates of insurance. Contractor shall ensure that all subcontractors comply with these requirements, and that these requirements are expressly incorporated in each of the Contractor’s sub-contractor agreements. Failure to maintain the required insurance throughout the term of the Contract, including any Contract term modifications, is a material breach of the Contract and may result in a stop work order or termination of the Contract for cause. All coverages, except Workers’ Compensation (see b).i., below), should be evidenced on: 1) the Authority’s annexed form; or 2) an Acord form accompanied by the following two (2) endorsements: Additional Insured with the identifying policy number, specifically naming the New York Power Authority and the State of New York as additional insureds to the policy and Waiver of Subrogation endorsement. The insurance afforded to the additional insureds shall be at least as broad as that afforded the first named insured. The form and sufficiency of each insurance policy required to be obtained herein will be subject to the Authority’s approval and with insurance companies acceptable to the Authority. The Contractor shall notify the Authority no later than 10 days prior to the effective date of a change to or cancellation of insurance policies required herein. The Contractor will deliver or cause to be delivered to the Authority, upon request, a copy of each such insurance policy.

b)

Any and all deductibles or self insured retentions, in or relating to the below described insurance policies shall be assumed by and be for the account of, and at the sole risk of the Contractor. i)

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Workers’ Compensation Insurance for statutory obligations imposed by Workers’ Compensation/Occupational Disease Laws, including Employer’s Liability Insurance with a minimum limit of $1,000,000. When applicable, coverage shall include The United States Longshoreman's and Harbor Workers' Compensation Act (44 U.S.Stat 1424) and the Jones Act (41 U.S. Stat 988). Under Sections 57 & 220 Subd. 8 of the New York State Workers’ Compensation Law, it is

General Conditions - 2400 GC-39

required that Contractors doing business with a Municipal or State entity evidence proof of workers’ compensation coverage on approved forms, as listed below:

ii)

1.

If coverage is with a private insurance carrier, the entity must provide evidence of coverage on a completed C105.2 form. The C105.2 form is supplied and completed by the insurance carrier or its authorized agent.

2.

If coverage is with the State Insurance Fund, the entity must provide a completed U-26.3 form provided by the Fund.

3.

If the business entity has been approved by the Workers’ Compensation Board's Office of Self Insurance as a qualified self insurer, a completed SI-12 form is required. The SI-12 form is provided by the Board's Office of Self Insurance.

Commercial General Liability Insurance, which includes Contractual Liability and Products/Completed Operations Liability coverages covering all operations required to complete the Work and where applicable coverage for damage caused by any explosion or collapse with minimum limits of $5,000,000 per occurrence for bodily injury and $5,000,000 per occurrence for property damage liability. Umbrella/Excess Liability insurance in an umbrella form and on an occurrence basis, with limits of at least $5,000,000 per occurrence. This insurance shall follow form to the underlying insurance and “drop down” for defense and indemnity in the event of the exhaustion of the underlying insurance.

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

1.

The limits contained on the Insurance Policies Declaration page must be equal to or greater than the limits stated herein.

2.

The Authority and the State of New York must be named and scheduled as additional insureds to the Contractor’s policy and, if applicable, each subcontractor’s policy, including crossliability coverage evidenced on the certificate(s) furnished to the Authority. The policy must contain an endorsement stating that the insurer will have no right of recovery or subrogation against the Authority or the State of New York. The Contractor must submit evidence satisfactory to the Authority of its compliance with this requirement. It is the intent of the parties that the insurance placed in accordance with the provisions of this paragraph will be primary insurance and will protect the Contractor, the Authority and the State of New York for all losses arising from all operations, activities, work, services, items or performance relating to the Contract. The insurance

General Conditions - 2400 GC-40

afforded to the additional insureds shall be at least as broad as that afforded the first named insured.

c)

3.

If Additional insured coverage is afforded by blanket endorsement it is required to be on ISO form CG 20 38 04 13.

4.

The Products/Completed Operations Liability coverage will be provided for a period of at least two (2) years after the completion of the Work.

5.

The Contractual Liability Insurance coverage will insure the performance of the contractual obligations of the Contractor contained in this Contract, including, without limitation, all contractual indemnity obligations.

iii)

A Business Automobile Policy protecting the Contractor and each subcontractor for automobile bodily injury and property damage liability, including coverage for liability arising out of owned, hired or non-owned vehicles. Such insurance will cover all vehicles bearing, or required to bear by the motor vehicle laws of the state of registry, licenses or registration plates in limits of at least $1,000,000 each accident.

iv)

If the Work requires professional services, such as, but not limited to, accounting, architectural, engineering, legal, medical and surveying, a standard professional liability insurance policy with a minimum limit of $1,000,000. If applicable, the policy is to be endorsed to include “fee for service” coverage and evidence of endorsement must be furnished to the Authority. An additional insured endorsement is not required for the professional liability policy.

v)

If the Work requires the use of watercraft or aircraft, Watercraft Liability, including water quality coverage, or Aircraft Liability Insurance with a minimum limit of $1,000,000 per occurrence is required.

vi)

If the Work poses an environmental risk, known or suspected, Pollution Liability with minimum limits of $1,000,000 per occurrence is required.

At the execution of this Agreement and on an annual basis during the term of this agreement and any extended period for during which insurance must be maintained, each insuring party will deliver to the Authority the forms required under Section a) General Requirements above for all coverage required hereunder. The Authority has no obligation either to review the forms or policies or to inform any insuring party if the forms and or underlying policies do not comply with the requirements of this agreement. The Authority will be given at least 30 days notice of cancelation, material modification or expiration of the aforementioned insurance.

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-41

If the contractor or any other insuring party fails to furnish the forms or maintain the coverage required under this section or if any of the insurance is canceled, the Authority may (1) immediately terminate this agreement and Contractor will reimburse the Authority for any and all losses resulting from Contractor’s failure to have the insurance required hereunder, or (2) the Authority may procure such insurance and the insuring party which failed to maintain the required insurance shall reimburse the Authority for all associated costs including insurance premiums or such costs will be offset against amounts otherwise payable to such insuring party under this agreement. In the event any insuring party’s failure to comply with any aspect of this Insurance Section results in payment for defense or indemnity by any indemnitee’s insurance, such indemnitee’s remedy against such insuring party shall include the amount of coverage (payment of defense, indemnity, etc.) that would have been available to such indemnitee had the insuring party complied with this Insurance Section, and such insuring party shall not be entitled to an off-set for any amounts indemnitee receives, or is entitled to receive, from any other insurance. d)

In lieu of Commercial General Liability Insurance, at the Authority’s discretion, it may agree to accept an Owners and Contractors Protective Liability Policy naming the New York Power Authority and the State of New York as the named insureds, and with the following minimum limits: Bodily Injury Liability

$10,000,000 per occurrence

Property Damage Liability

$10,000,000 per occurrence

This policy, the cost of which will be borne by the Contractor, will cover the liability of the Authority and the State of New York with respect to the Work, services, or items to be furnished hereunder, or contract to be performed, including omissions or supervisory acts of the Authority, if any. Such insurance will contain provisions which state that the policy will also respond to claims or suits by employees of the Contractor or subcontractor against the Authority or the State of New York or by the Authority or the State of New York against the Contractor or any other insured thereunder.

This section GC-50 Insurance is independent of and does not reduce or diminish any other obligation or requirement of the Contractor under any other provision of this Contract. GC-51.

PERMITS AND LICENSES The Contractor shall obtain from the proper authorities, all permits and licenses legally required to carry on this work, shall pay any and all taxes and fees legally required and shall be responsible for conducting its operations in accordance with the provisions of such permits and licenses. The Contractor shall supply to the Engineer without charge copies of all such permits and licenses. The Contractor

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-42

shall not delay the performance of any work at anytime by refusal to pay necessary fees or to post required bonds even though the Contractor may consider or contend that those costs are excessive. GC-52.

SAFETY AND ACCIDENT PREVENTION a)

The Contractor shall at all times exercise reasonable precautions for the safety of the general public and persons engaged in the performance of the Work, and is responsible for the performance and maintenance of safety activities of its employees and subcontractors. Before the award of any contract for work at an Authority property and at the request of the Authority, the Contractor shall submit to the Authority data from the previous 3 years plus the year-to-date that includes, each years’ Experience Modification Rate, Recordable Injury/Illness Rate, Lost Time Injury/Illness Rate and any fatalities that may have occurred in any one of those years. Upon award of the contract the Contractor shall also submit a project specific Health and Safety Plan (HASP) that addresses the hazards that will be expected on the project and how those hazards will be addressed for review and comment by the Vice President of Environment Health and Safety and the Construction Manager.

b)

The Contractor shall provide adequate equipment, facilities and personnel as are necessary or required, in the case of an accident, for first aid service to any person who may be injured in the prosecution of the Work under this or other contracts being performed within the site area, and it shall have standing arrangements for adequate medical care, and for removal and hospital treatment of any person who may be injured or who may become ill. Such equipment, facilities and arrangements shall be satisfactory to the Construction Manager.

c)

The Contractor shall provide all fire and safety equipment (including fire extinguishers, respirators and lifelines, etc.) necessary for the safe performance of the Work.

d)

The Contractor must report immediately to the Engineer every accident/illness to persons or damage to property, and shall furnish in writing full information including testimony of witnesses, regarding all accidents/illnesses. The Contractor shall comply fully with all applicable provisions of the Occupational Safety and Health Act of 1970, (Public Law 91-596 of the United States, 29 U.S.C. Sec. 651 et. seq.) as it may be or may have been amended, all orders, directives, rules and/or regulations issued pursuant thereto and/or deemed to be occupational safety and health standards issued under such Act or amendments, and all standards legally incorporated by reference in such laws, rules and regulations; provided

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-43

however, that in the event a New York State plan for the development of occupational safety and health standards has the approval of the United States Secretary of Labor in accordance with such act of amendments thereto, then the Contractor shall fully comply with such New York State occupational safety and health standards, and with all applicable provisions of New York State laws, and with all valid rules and regulations adopted or promulgated by New York State agencies pursuant thereto. In the further event, however, that such manual or such laws of New York State or rules or regulations issued pursuant thereto contain particular provisions for standards, measures, equipment, devices, techniques, or conditions, not inconsistent with, and which provide for greater protection for employees appropriate to the performance of work than those prescribed or approved pursuant to the Occupational Safety and Health Act of 1970, then the Contractor shall comply with such particular provisions. The Contractor's attention is specifically called to the applicable rules, regulations, codes and bulletins of the New York State Department of Labor, Board of Standards and Appeals. The Contractor shall cooperate with the safety representatives of the Engineer and/or the Authority and comply with any specific safety recommendations which they may make at no additional cost. e)

The wearing of approved safety hats which comply with ANSI Z89.1 by all persons in the contract work area is mandatory, and the Contractor shall be responsible for and enforce the wearing of such hats. Eye Protection that complies with ANSI Z87.1 shall be worn at all times when employees are performing operations considered hazardous to the eyes and the Contractor shall be responsible for and enforce the wearing of such eye protection. Note that all NYPA site specific Personal Protection Equipment requirements must be adhered to, including, but not limited to: sturdy safety shoes/boots, reflective vest and hearing protection.

f)

Attention is directed to the paragraph entitled "Suspension of Work" in the Article of the AGREEMENT entitled "Interruption of Contract Performance." In the event of non-compliance by the Contractor of provisions of this section of these General Conditions, the Authority therefore, may exercise such right to suspend work and in such event the Contractor shall not be entitled to any delay or expenses occasioned thereby.

g)

The Contractor shall also comply with the Authority's safety and accident prevention rules specified in the Supplementary Conditions.

h)

The contractor shall provide, in both printed copy and electronic PDF format, to the Engineer a material Safety Data Sheet (MSDS) and when available, a SDS (Safety Data Sheet). The SDS will replace the MSDS and all chemical manufacturers will need to update their old MSDS’s to the new format by June

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-44

2015. The SDS has been standardized so the data sheet conforms to a specific format meeting current and future requirements of OSHA Part 1926 for

materials to be used in the work, before each material is first used in the project. The requirement to provide a MSDS shall apply to all materials to which workers are exposed, to the extent that OSHA Part 1926.59 requires a MSDS for that material. This applies to those materials brought to the jobsite to be incorporated into the work, as well as to all materials that are encountered at the jobsite as a result of the use or incorporation of the other materials. This requirement shall be waived for commonly used generic construction materials such as Portland cement and asphalt cement by providing to the Engineer a list of those materials. Such waiver however does not relieve the contractor from the responsibility to maintain a copy of the MSDS for each material to which the contractors workers will be exposed, as required by OSHA Part 1926. GC-53.

PREVENTION OF DUST HAZARD The Contractor specifically agrees, as required by the Labor Law, Section 222-a, as amended, that:

GC-54.

a)

If in the construction of the Work, a harmful dust hazard be created for which appliances or methods for the elimination of harmful dust have been approved by the Board of Standards and Appeals, such appliances or methods shall be installed and maintained and effectively operated by the Contractor.

b)

IF THE LABOR LAW, SECTION 222-a, AS AMENDED, IS NOT COMPLIED WITH, THE CONTRACT SHALL BE VOID.

PROSECUTION OF THE WORK - EXTRA SHIFTS - OVERTIME a)

If, in the opinion of the Engineer, the Contractor's progress is not sufficient to insure completion, as specified in the Supplementary Conditions the Contractor shall take such additional steps as may be necessary to improve its progress and the Engineer may require it to further increase the number of workers the number of shifts, days of work, and/or the amount of construction plant and equipment and/or, to the extent permitted by law, to institute or increase overtime operations, all without additional cost to the Authority.

b)

Whenever the Contractor cannot comply with the requirements of the Engineer without the prior consent, certification or other action of any governmental body or official, the Contractor shall use its best efforts to

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-45

obtain such consent, certification or other action, and to that end the Authority will cooperate with the Contractor. c)

GC-55.

Failure of the Contractor to comply with the requirements of the Engineer shall be grounds for determination by the Authority that the Contractor is not prosecuting the Work with such diligence as will insure completion within the time specified. Upon such determination, the Authority may proceed as stated under the Articles of the AGREEMENT entitled "Termination" and/or "Suspension of Work."

RATES OF WAGES AND SUPPLEMENTS a)

The rates of wages and supplements determined by the Commissioner of Labor as prevailing in the locality of the site at which the Work as herein specified will be performed are set forth in the section entitled "Schedule of Wages and Supplements" in the Supplementary Conditions.

b)

If pursuant to the Amendment to Section 220 of the Labor Law by Chapter 752 of the laws of 1975 any redetermination of prevailing rates of wages or practices is later made by the Industrial Commissioner of the schedule of wages and supplements, any and all such re-determinations shall be annexed to and made part of this Contract. Notwithstanding discrepancies or charges in the wage rates or supplements effected by any re-determination there shall be no changes in any contract price.

c)

Section 220 of the Labor Law provides, among other things, that it shall be the duty of the Commissioner of Labor to make a determination of the schedule of wages to be paid to all laborers, workers and mechanics employed on public work projects including supplements for welfare, pension, vacation and other benefits. These supplements include hospital, surgical or medical insurance or benefits; life insurance or death benefits; accidental death or dismemberment insurance; and pension or retirement benefits. If the amount of supplements provided by the employer is less than the total supplements shown on the wage schedule, the difference shall be paid in cash to employees.

d)

Section 220 of the Labor Law also provides that the supplements to be provided to laborers, workers and mechanics upon public work "..shall be in accordance with the prevailing practices in the locality...". The amount for supplements listed in the schedule does not necessarily include all types of prevailing supplements in the locality, and a future determination of the Commissioner of Labor may require the Contractor to provide additional supplements.

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-46

e)

The Contractor shall provide statutory benefits for disability benefits, workers' compensation, unemployment insurance and social security.

f)

The job classifications set forth in the schedule and in any such redeterminations shall in no event be construed as a representation by the Authority that no other classification will be necessary in the course of the performance of the Contract; or that all such enumerated classifications will be utilized during such performance; or that such classifications are accurate; or that the offer of payment of the stipulated rates will insure an adequate labor supply for the Contractor or any of its subcontractors.

g)

Following the Contractor's acceptance of the Authority's Notice of Contract Award, but prior to the commencement of its construction activities, the Contractor shall submit to the Engineer, for review and approval, the Contractor's proposed format of payroll reporting demonstrating its compliance with General Conditions paragraphs entitled, "Reports," "Prosecution of the Work-Extra Shifts-Overtime" and "Rates of Wages and Supplements." The Contractor's payroll records shall indicate, but not be limited to, the following: i)

Each employee's full name, home address, home phone number, badge number, social security number, local union classification, and the applicable payroll reporting period.

ii)

Hours worked by each employee during the reporting period, and the wage rate paid for straight time and premium time hours worked.

iii)

Gross amount paid that employee, during the applicable reporting period, only for work performed under this Contract.

iv)

All deductions from each employee's gross amount earned for Federal and State income taxes withheld, F.I.C.A. (social security tax) withheld, mandated deductions for Workers' Compensation and Disability insurance, and all deductions permitted by the employee in accordance with any applicable local union agreement.

v)

All amounts contributed by the employer to the various funds administered by the local unions, in accordance with the current local union agreements, for the employees' benefit as a result of the hours worked or amounts earned by each employee.

vi)

All amounts required by Federal or State law to be paid by the employer, such as the employer's contributions for F.I.C.A., Federal

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-47

and State unemployment insurance, and Workers' Compensation, as a result of the hours worked or amounts earned by each employee. vii)

h)

GC-56.

All such payroll records shall be preserved for five (5) years from the date of completion of this Contract.

The Contractor and each subcontractor shall submit to the Authority, within thirty (30) days after issuance of its first payroll and every thirty (30) days thereafter, a transcript of the original payrolls, subscribed and affirmed as true under penalty of perjury. The filing of the payrolls by the Contractor, with the Authority, as required by Labor Law Section 220, is a condition precedent to payment of any sums due and owing the Contractor for the work.

TOXIC/HAZARDOUS MATERIALS a)

b)

Asbestos i)

As required by the New York State Labor Law, the Contractor shall post in a prominent place a sign informing workers of their right to know about toxic substances found in their workplace.

ii)

In every instance possible, the Contractor shall use asbestos-free materials for incorporation into any structure or which will be used in performing any feature of the Work required by this Contract.

iii)

All asbestos related work performed by the Contractor shall be in accordance with all Federal, State, and Local requirements including, but not limited to, those promulgated by the Department of Labor, Division of Occupational Safety & Health, and the New York State Department of Labor. Training of asbestos workers shall also meet the requirements specified by the New York Department of Health. All costs associated with meeting these requirements shall be included in the contract price.

Prohibition On Use Of Hazardous Material The Contractor shall not use or bring on the site any asbestos or any other material listed as hazardous, toxic or dangerous or of restricted use, as classified or defined by any federal or New York State law, regulation or agency policy, without prior written approval from the Authority or its designee.

c)

Material Safety Data

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-48

If any materials the Contractor brings onto the site, or uses there, is listed as hazardous by any New York or United States governmental regulation, the Contractor shall provide the Authority's designee relevant Material Safety Data Sheets (MSDS) prior to bringing the materials onto the site. GC-57.

ARTIFACTS The Contractor shall comply with Section 233 of the Education Law of the State of New York as it applies to the discovery of artifacts on or under lands owned by the State of New York. No person shall appropriate, excavate, injure or destroy any object of archaeological, cultural or paleontological interest, situated on or under lands owned by the state of New York, without the written permission of the Commissioner of Education. A violation of this provision shall constitute a misdemeanor. The discovery of such objects shall be forthwith reported to the Construction Manager.

GC-58.

SAFETY REQUIREMENTS AND PERFORMANCE DATA a)

All contractors supplying their personnel, or sub-contracted personnel, to Authority facilities, are responsible for reporting any injuries or illnesses arising at these facilities to the Authority within 24 hours.

b)

Each employer who is subject to the record keeping requirements of the Occupational Safety and Health Act (OSHA) 1970 must maintain a log of all recordable occupational injuries and illnesses. OSHA form "OSHA No. 300" may be used to log and summarize occupational injuries and illnesses.

c)

On a monthly basis, each contractor shall submit a copy of their OSHA No. 300 log (or if accepted by the Authority a substitute report) to the Authority's facility safety representative or designee, as follows: WPO NIA. CLARK BG ST.L/FDR POL. FLYNN -

Vice President of Environmental Health and Safety Safety, Health & Fire Protection Administrator Safety, Health & Fire Protection Administrator Environmental Health and Safety Scientist Safety, Health & Fire Protection Administrator Environmental & Safety Engineer Maintenance Superintendent

IN-CITY 500 MW -

Environmental & Safety Engineer Environmental & Safety Engineer

(Note to Contractor: submit your OSHA No. 300 log only to the safety

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-49

representative at the facility where the contract work is being performed. Do not submit your log to all of the above listed representatives)

GC-59.

d)

To prevent personal injury or damage to property, all tests, rentals or other equipment of any kind, furnished by the Contractor or vendor must be in good working order and condition; properly tested, grounded, fit or otherwise suitable for its intended purpose or use; and free of defect. Proof of inspection and maintenance is required.

e)

In addition to the above, all Contractors supplying their personnel, or subcontracted personnel, to Authority facilities, are responsible for reporting on a monthly basis the number(s) of personnel working at the facility, and person-hours worked by each.

f)

In addition, all Contractors supplying their personnel or sub-contracted personnel shall ensure that those personnel have the training and certifications that are required by industry standard, state and federal law, and provide documentation of training and certifications when requested.

NYPA CONSTRUCTION PERMIT REQUIREMENTS In accordance with Part 448, Title 19 of the Codes Rules and Regulations of the State of New York (Title 19 NYCRR), the New York Power Authority (NYPA) has been designated a construction permitting agency. As such, NYPA's Code Compliance Manager shall be responsible for the administration and enforcement of the New York State Uniform Fire Prevention and Building Code for work performed at NYPA owned facilities or properties. NYPA shall have sole jurisdiction for the issuance of construction permits for such work as well as for design reviews, inspections, witness of testing and issuance of code compliance certificates relative to such permits. All design and construction work shall comply with the New York State Uniform Fire Prevention and Building Code. Any firm performing construction or construction management work for projects at any NYPA facility shall be responsible to comply with the following requirements as part of the Authority's construction permitting process: a)

No construction work which is deemed to require a NYPA construction permit shall be started without the issuance of such permit. In specific instances, the Authority's Code Compliance Manager may authorize certain preparatory work to be performed prior to issuance of the construction permit.

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-50

b)

The construction permit and the associated "permit conditions" shall be posted in a conspicuous location at the job site. The permit shall be protected from weather exposure or damage.

c)

The Contractor/Construction Manager shall be cognizant of the "permit conditions" regarding required inspections, witness of testing of systems/equipment, and submittal of documents verifying system or equipment acceptability (test reports, drawings, manufacturers technical information, etc.).

d)

Notification for required inspections and test witness points as identified in the permit conditions shall be provided to the Authority's Code Compliance Manager at least three (3) working days prior to the requested date of inspection. No work requiring inspection or witness of testing shall progress or be concealed without witness or waiver by the Authority's Code Compliance Manager. Any delays to the work caused by failure by the Contractor to provide prior notice for required inspections shall be the responsibility of the Contractor and shall not be compensated by the Authority.

e)

If the Contractor fails to notify the Authority's Code Compliance Manager of an inspection or testing activity required by the construction permit and proceeds with the work, the Contractor may be directed to stop all affected work. At such time, the Contractor shall provide any necessary access for required inspections (including demolition of installed work) and shall perform (or repeat) any required testing in the presence of the Authority's Code Compliance Manager. Any additional costs or delays to the work for such instances shall be the Contractor's responsibility and shall not be compensated by NYPA.

f)

The Contractor shall install all work in accordance with the drawings listed as part of the construction permit. Any revisions to the drawings must be submitted to NYPA's Code Compliance Manager for review prior to proceeding with the affected installation work.

g)

The Contractor/Construction Manager shall provide a construction schedule updated monthly (or sooner if necessary) which depicts code compliance inspection and witness points and submittals of required documents.

h)

In the event that during an inspection, the Code Compliance Manager observes work, completed or in progress, which violates the conditions of the construction permit or the NYS Uniform Code, a "Stop Work Notice" will be issued to stop all affected work. The "Notice" will not be rescinded

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-51

until the violation has been corrected by the Contractor and re-inspected and accepted by the Authority's Code Compliance Manager.

GC-60.

i)

The Contractor/Construction Manager shall sign and seal the Authority's "Construction Compliance Certification" form to verify that the final construction complies with the design documents and the New York State Uniform Fire Prevention and Building Code.

j)

No building, structure or system for which a NYPA Construction Permit was issued, shall be occupied or placed into service until a "Code Compliance Certificate" has been issued by the Authority's Code Compliance Manager.

OTHER APPLICABLE LAWS AND REGULATIONS The Contractor shall comply with all applicable laws, rules and regulations of such governments and governmental agencies as have jurisdiction with respect to its business and the Work to be performed under this Contract. Violation of such rules or regulations, or conditions or practices prescribed thereby, occurring in the performance of the Work hereunder by the Contractor shall not relieve the Contractor of any of its obligations set forth herein, and any penalties or expense resulting therefrom shall be the responsibility of the Contractor and not of the Authority.

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

General Conditions - 2400 GC-52

SUPPLEMENTARY CONDITIONS SC-01

PLANS/DRAWINGS a)

The following Plans/Drawings accompany and form a part of the Contract Documents:

*** SEE SECTION 3 OF THE TECHNICAL SPECIFICATION***

Drawing Number

a)

Sht. No.

Rev. No.

Drawing Title

All provided drawings in this RFQ are for reference only. Contractor is required to perform detail field verification for accurate dimensions and information. The Authority assumes no responsibility of any discrepancy. Contractor shall not start any construction without approved drawings by the Authority.

SC-02

b)

The Contractor shall check all Plans/Drawings carefully and advise the Authority of any errors or omissions discovered. The Contractor shall not perform any Work in accordance with such errors or omissions, since full instructions will be furnished by the Authority upon bringing the errors or omissions to the Authority attention.

c)

Plans/Drawings are the property of the Power Authority of the State of New York and shall not be used for any purpose other than that contemplated by the Contract Documents. EXAMINATION OF DOCUMENTS AND SITE (The Provisions of this Paragraph modify AGREEMENT Article 4, Page A-2.) ADD the following: a)

Subsurface and Other Data:

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Supplementary Conditions - 2500 SC-1

1)

b)

Subsurface Investigation: 1)

c)

SC-03

Topography: Drawings indicating elevations, dimensions and/or cross sections, profiles and contour lines of existing ground are included.

The Contractor is cautioned that the Authority disclaims responsibility for any opinions, conclusions, interpretations, or deductions that may be expressed or implied in any of information presented or made available to Bidders. It is expressly understood that the making of deductions, interpretations, and conclusions from all the accessible factual information is solely the Contractor's responsibility.

Contractor will be permitted to make its own investigations of soils and topography, but such investigations shall be at no cost to the Authority or the Engineer.

CONTRACT ADMINISTRATION (The provisions of this paragraph supplement Information for Bidders, Paragraph 11, Page IB-10 and Agreement Article 5, Page A-3.) a)

All Contract correspondence and other data in connection herewith shall reference: Furnish, Deliver and Install Components for Motor Generators Contract Number:

b)

Q14-5619FS

During the bidding stage for this Contract, all bid packages including drawings, addenda, correspondence, commercial and technical questions will be administered by the Authority’s Procurement Division whose address is below: New York Power Authority 123 Main Street White Plains, NY 10601 Attention: Fiona Spencer Procurement Agent

c)

After award, the Contract will be administered by the Engineer, and all correspondence and other data in connection herewith shall be directed to

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Supplementary Conditions - 2500 SC-2

the Engineer at the address provided in (1) below. However, the Original and one copy of contractual correspondence relative to or affecting prices, terms and conditions, schedules, inspection and expediting or that which changes the price or scope of an order, even though discussing engineering matters, shall be directed to the address in (2) below:

(1)Attention:

Project Management

New York Power Authority 123 Main Street White Plains, NY 10601 Attention: Michael Mitchell Asif Khokhar Copies of all correspondence with all attachments shall be directed to:

New York Power Authority 123 Main Street White Plains, NY 10601 Attention: Michael Mitchell Project Manager (2)

New York Power Authority 123 Main Street White Plains, NY 10601 Attention: Asif Khokhar Project Engineer Instruction books, test reports, all supplements, and parts lists shall be mailed as follows: ( Three (3) hardcopies and one (1) CD) copies shall be addressed to the Engineer as follows: Project Management

SC-04

COMMENCEMENT, PROSECUTION AND COMPLETION (The provisions of this paragraph supplement AGREEMENT, Article 6, Page A-3.)

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Supplementary Conditions - 2500 SC-3

The Contractor shall prosecute the Work with diligence to fully complete the Work in accordance with the Contract Documents and the following schedules: a)

Equipment Delivery Schedule

All Equipment to be delivered with 60 days from outage start date. b)

Installation Schedule Item

Installation Schedule

Site Walk-down All Questions Due

04/17/2014 04/24/2014

Bid Due Date Contract Award Date Preliminary Drawing Review Final Drawing Approval

05/13/2014 Close of Business 7/29/2014 (On or about) 30 days from contract award 45 days from contract award 10 weeks prior to completion of Unit Outage End Date

100% Completion of Work c)

Drawing Review Preliminary Drawing Review

30 days after receipt of Interim Approval or Purchase Order

Final Drawing Approval

45 days after receipt of Interim Approval or Purchase Order

The Work shall be commenced within 10 days after Notice of Award of Contract or other date specified in writing by the Authority. The Contractor shall make all deliveries to the plant site Monday through Friday, except holidays, between 9:00 a.m. and 3:30 p.m. Any demurrage or premium time labor incurred due to deliveries made at other than these hours will be to the Contractor's account. SC-05

LIQUIDATED DAMAGES (The provisions of this paragraph modify AGREEMENT Article 7, Page A-4.) ADD the following:

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Supplementary Conditions - 2500 SC-4

d)

If the Contractor shall fail to complete the Work, or any part thereof, within the time(s) required for such completion in the paragraph hereof entitled "Commencement, Prosecution and Completion", or within the time(s) to which such performance and delivery may have been extended, the Contractor shall pay to the Authority, as liquidated damages and not as a penalty, the sum of ten thousand dollars ($10,000) for each and every calendar day that the time consumed in completing the performance of the Work exceeds the time specified therefor or any extensions thereof.

e)

As required by law, if the Contractor shall fail to comply with the requirements of Appendix C entitled “Minority and Women-Owned Business (M/WBE) Participation Goal Requirement”, or any part thereof, the Contractor shall pay the Authority, as liquidated damages and not as a penalty, the sum of the greater of the following two: 1.

2.

SC-06

A dollar amount equal to the sum of the established dollar rate of one-hundred ($100.00) per day for each day of the Contract period commencing from the day Work actually begins through completion of the Contract Work, but in no case shall the total amount of such liquidated damages be no less than the projected M/WBE percentages established for the Contract. IT IS UNDERSTOOD AND AGREED THESE M/WBE LIQUIDATED DAMAGES ARE REQUIRED BY LAW AND THEREFORE ARE NONNEGOTIABLE. A dollar amount equal to the M/WBE percentage value established for the awarded contract valued, as may be further adjusted due to issuance of Change Orders.

DEFINITIONS (The provision of this paragraph modify GENERAL CONDITIONS paragraph GC-01, Page GC-1.) 

ENGINEER (sometimes also referred to as "Consulting Engineers") means the same as the Authority



PROJECT is defined as Furnish, Deliver and Install



DESTINATION/JOBSITE is defined as Niagara

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Supplementary Conditions - 2500 SC-5

SC-07

PROGRESS PAYMENTS (The provisions of this paragraph modify AGREEMENT Article 17, Page A-13.) ADD subparagraph d) as follows: d)

15% upon submittal and approval of drawings 20% upon delivery of all material onsite 50% upon successful completion of installation 15% upon approval of as-built drawings 

e)

5% retainage shall apply

The Contractor shall submit invoices in triplicate utilizing a Partial Estimate form (furnished by Engineer after award of Contract) which reflects the Work Item breakdown provided by the Engineer. All such submittals shall be made in reproducible form, signed and certified as correct, to the following: New York Power Authority P.O. Box 437 White Plains, NY 10602-0437 Attention: Accounts Payable

SC-08

INVOICING INSTRUCTIONS (The provisions of this paragraph modify GENERAL CONDITIONS Paragraph GC-28 f and g, and Paragraph GC-29, Pages GC-21 and GC-22.) f)

Referencing General Conditions Paragraph GC-28 g), Contactor shall send the written requested information directly to the attention of:

NYPA Procurement Rep.: Fiona Spencer Email: [email protected] Fax: 914-681-6783 Note: It is very important to provide NYPA the ACH Bank Instructions, not Wire Transfer Bank Instructions.

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Supplementary Conditions - 2500 SC-6

g)

Referencing General Conditions Paragraph GC-28 b), the Authority's "Designated Payment Office" under this Contract shall be: New York Power Authority P. O. Box 437 White Plains, NY 10602-0437 Attn: Accounts Payable All invoices shall reference Agreement No.:

*

* To be determined Contractor attention is directed to General Conditions Paragraph GC-28c. White Plains h)

A "Proper Invoice" under this Contract shall include the following:      

i)

SC-09

The Authority shall have no liability to the Contractor under Section 2880 of the Public Authorities Law in the event the Contractor shall fail to provide a Proper Invoice to the Authority's Designated Payment Office.

METHOD OF MEASUREMENT 1)

SC-10

The Purchase Order (PO) number. PO numbers start with “4500” and are followed by six additional digits (i.e., 4500123456). Each invoice line item that corresponds to the specific PO line item number in the Contract Document. Written in English, clear, legible and in U.S. currency. Any and all required additional supporting documentation. Copy of the freight invoice in accordance with the freight terms of the contract, if applicable. "One that has been submitted to the Engineer and/or Construction Manager for verification and sign off prior to submittal to the "Designated Payment Office" for payment".

There are no modifications to GENERAL CONDITIONS GC-47 on Page GC-38.

PAYMENT

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Supplementary Conditions - 2500 SC-7

Excepting any specific provisions to the contrary, no separate or direct payment will be made by reason of the requirements of the Supplementary Conditions, and costs in connection therewith shall be considered included in the various Contract Lump Sum, Unit Price, and other payment terms in the Contract Documents. No separate or direct payment will be made to the Contractor for furnishing all plant, equipment, materials, supervision, labor and services required to comply with the provisions of the General Requirements, Supplementary Conditions, Standard Specifications, Specifications, etc., and the cost involved in connection therewith and incidental thereto, shall be distributed and/or included in the various Contract Items listed in the Schedule of the Itemized Proposal. SC-11

TRAVEL REIMBURSEMENT REQUIREMENTS Subject to NYPA’s prior approval, if Contract is on a gross lump sum basis and requires Contractor to travel on NYPA business, and such travel is not included in the gross lump sum contract amount, NYPA will reimburse the Contractor for the actual and reasonable costs of necessary travel and lodging. The Consultant is required to utilize NYPA’s Travel Desk in order to be reimbursed for business travel expenses. The Consultant shall contact the NYPA’s Travel Desk at [email protected] or at 914-287-3191 to arrange for travel. When arranging for travel, the Consultant will be requested to provide the traveler’s profile which includes company name, passenger name and contact information along with the contract number and the name and approval of the NYPA’s contact person. This Profile is available to be downloaded on the nypa.gov website at http://www.nypa.gov/doingbusiness/procurement/contractorprofile/default.htm . The NYPA Travel Itinerary issued to the Consultant upon acknowledgment of travel arrangements, must be included with each invoice for travel expenses in order for the Consultant to be reimbursed. NYPA’s Travel Desk will arrange air, hotel and ground transportation services such as car rental services. For cost reimbursable contracts issued by the Authority’s WPO office, in the event NYPA’s Travel Desk is not used, the Consultant shall bear any additional costs above government rate as referenced on the GSA web site: http://www.gsa.gov/portal/category/21287. The Consultant shall promptly advise NYPA’s Travel Desk of any cancellations or changes in travel arrangements. Consultant will not be reimbursed for any avoidable cancellation/change charges, such as penalties on airfares and “no-show” charges for hotels and cars.

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Supplementary Conditions - 2500 SC-8

Air and train travel will be reimbursed based upon normal coach fare by the most direct route to and from the destination. Ground transportation such as rental cars will be reimbursed based upon an intermediate sized vehicle or smaller. Any rental car upgrade will not be reimbursed and will be deducted from the Consultant’s travel expense invoice. Travel by private automobile will be reimbursed at then current rate established by the IRS for mileage reimbursement plus tolls and reasonable parking fees. MEAL ALLOWANCES: $55/day for Upstate New York (Albany, BG, CEC, Niagara, and STL) $70/day for downstate New York (White Plains and southeastern New York State). No meal receipts are required to be submitted within the above thresholds. SC-12

SERVICE ENGINEER(S) (The provisions of this paragraph supplement AGREEMENT Article 17(a)(iii), Pages A-18) a)

Responsibility - The Contractor shall furnish if and when requested by the Authority or the Engineer and for such period or periods and until such time or times as the Authority or the Engineer may require, one or more competent field service engineers who shall provide technical information and advice covering the unloading and erection of the equipment. The Work and operations of the service engineer shall be coordinated with the program of construction at the erection site as directed by the Authority or the Engineer.

b)

Payment - For furnishing services of a service engineer as directed by the Authority or the Engineer, the Contractor will be paid at the rates as stated in the schedule of the Itemized Proposal. 1)

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Standby time is that time up to eight hours per day, Monday through Friday, during which the service engineer is held at or in the vicinity of the site by the Authority or the Engineer ready and available to perform services, but is not doing so because of circumstances beyond the Contractor's control. It also includes any time on Saturdays, Sundays or holidays and time on Monday through Friday in excess of eight hours of services performed, or when the service engineer is directed by the Authority or the Engineer to stand by at the site and be ready and available to perform services.

Supplementary Conditions - 2500 SC-9

2)

c)

Travel time is the reasonable time of travel, not to exceed eight (8) hours per day, for the necessary trips by the service engineer directly between the erection site and service engineer's headquarters at the beginning and end of each work period as determined by the Authority or the Engineer.

Railroad and sleeping car fare, or coach air fare on any scheduled airline and other actual transportation expenses for necessary trips by the service engineer directly between the erection site and the service engineer's headquarters at the beginning and end of each work period as determined by the Authority or the Engineer will be paid by the Authority upon submission to it of exact copies of receipts for payment of such expenses, but no payment will be made for daily commuting expenses or subsistence or other personal expenses while enroute or at the jobsite. If travel is performed by private vehicle, payment for such travel (upon similar submission) will be at the rate of .325 cents per mile (plus highway tolls) based on the most direct route. Except as set forth in subparagraph (c) of this paragraph, the Contractor shall be entitled to no additional compensation above that computed from its rates bid as set forth in the schedule of the Itemized Proposal. The rates for service rendered include all living and commuting expenses and local transportation expense to and from the erection site and no additional payments will be made for such expenses.

SC-13

PREPARATION FOR SHIPMENT (The provisions of this paragraph supplement GENERAL CONDITIONS Paragraph GC-16, Pages GC-12, and GC-13.) iv)

All boxes, shipping containers, crates, etc., shall be clearly identified with a securely fastened weatherproof tag, labeled with Authority's Contract No. T.B.A Furnish, Deliver and Install Components for Motor Generators. All shipping containers, packing lists, bills of material, correspondence, etc., shall be identified with the same above information. All boxes, shipping containers, crates, etc., shall have a packing list, of all items shipped firmly attached to the exterior and a duplicate packing slip packed internally. Packing lists shall be legible, reproducible and written in the English language.

v)

Contractor shall be responsible for its subcontractor (s) adhering to the above shipping preparations on all equipment and items shipped to the Authority

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Supplementary Conditions - 2500 SC-10

by the subcontractors. Acceptance of the equipment at the jobsite will be subject to receipt inspection by the Authority or its designee.

SC-14

vi)

Delivery Notice - The Authority shall be notified 48 hours prior to the time of shipment that shipment is to take place. The notification shall give quantities, approximate weight, name of carrier, bill of lading number, point of origin, destination, expected time of arrival and any other pertinent information. The Engineer Asif Khokhar (Telephone # 914-390-8101) shall be notified 72 hours prior to delivery.

vii)

Contractor shall provide long-term storage procedure. All periodic tests shall be indicated. All costs for periodic tests shall be indicated in the base bid price.

TRANSPORTATION (The provisions of this paragraph supplement General Conditions Paragraph GC-21, Pages GC-14.) Delivery -

The and other specified items shall be delivered f.o.b. site of the Work or at such other location in the general vicinity of the Work as may be designated by the Engineer. The Contractor shall retain risk of loss and of damage to the equipment, components and parts thereof until such equipment is completely delivered to the Authority's worksite. The Contractor shall use its best efforts to minimize freight and transportation costs. The Contractor is referred to AGREEMENT Article 4 entitled "Examination of Documents and Site." All material, components and parts thereof of foreign manufacture shall be quoted with firm freight and transportation costs. All transportation costs shall be included.

SC-15

SHIPPING DESTINATIONS The method of shipment and estimated freight to the shipping destinations stated in the schedule(s) of the Itemized Proposal are to be included with Contractor's proposal. Following award of Contract, Contractor will be provided with actual locations of the work sites. Contractor shall then provide exact details and route of shipment of the Components for delivery to the site(s) specified. Such details shall include written verification that the appropriate Town, County, State and Country authorities are aware of the loads being transported and that any permits or special agreements, required to transport the loads have been made. The unavailability of or

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Supplementary Conditions - 2500 SC-11

difficulties in securing transportation facilities shall not be allowed as a basis for claim for damages or extension of time for completion of the Work. SC-16

WARRANTY DELETE GENERAL CONDITIONS Paragraph GC-13, Pages GC-10, and GC-11 in its entirety, and SUBSTITUTE therefor: "GC-13 WARRANTY" a)

The Contractor warrants that during the warranty period (defined in subparagraph b) below) the Work hereunder shall comply in all respects with the Contract Documents and shall be free from all defects in design, materials and workmanship, and free from failure in proper use or operation.

b)

The warranty period shall begin on the effective date of the Contract and end at the earlier of either: 1)

Five (5) years of actual use or operation of the Work from the date of Unit commercial operation, on all parts and installation.

c)

The Authority shall give Contractor prompt notice of any claimed noncompliance with the foregoing warranty. The Contractor shall at its own expense promptly, with regard to the Authority's schedules for equipment testing, and plant construction and operation, perform repair or replacement of any Work which does not comply with the foregoing warranties, including all required disassembly, reinstallation and shipping ("warranty work"). If the Contractor does not promptly perform such warranty work the Authority may cause such warranty work to be done, and charge the reasonable and necessary cost thereof to the Contractor.

d)

All warranty work will be warranted for a period the longer of either: one year after such work is done, or the warranty period provided in subparagraph (b) above. Performance of warranty work shall not operate to extend the time for other performance of the Contract.

e)

If during the applicable warranty period, articles or components which are members of a design, lot, or production run, from which articles were furnished under this Contract, are discovered to be deficient in design, defective in material or workmanship, or otherwise not to comply with the requirements of this Contract, the Authority shall have all of the rights and remedies specified in this Supplementary Conditions.

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Supplementary Conditions - 2500 SC-12

f)

SC-17

The warranties under this General Condition are in addition to any warranty of components of the Work made by a manufacturer, supplier or subcontractor of the Contractor that extend for a period longer than the periods specified in this paragraph.

REPORTS (The provisions of this paragraph modify GENERAL CONDITIONS Paragraph GC-44, Page GC-36.) ADD the following: Requirements for reports shall be supplemented by Section under Division of the Specification.

SC-18

INSURANCE DELETE Paragraph GC-50 b), ii) 2), in its ENTIRETY and SUBSTITUTE the following in lieu thereof: 1.

SC-19

“The Authority, , and the State of New York, must be named and scheduled as additional insureds to the Contractor’s policy and, if applicable, each subcontractor’s policy, including cross-liability coverage evidenced on the certificate(s) furnished to the Authority. The policy must contain an endorsement stating that the insurer will have no right of recovery or subrogation against the Authority, and the State of New York. The Contractor must submit evidence satisfactory to the Authority of its compliance with this requirement. It is the intent of the parties that the insurance placed in accordance with the provisions of this paragraph will be primary insurance and will protect the Contractor, the Authority, and the State of New York, for all losses arising from all operations, activities, work, services, items or performance relating to the Contract.”

SCHEDULE OF WAGES AND SUPPLEMENTS (The provisions of this paragraph modify GENERAL CONDITIONS Paragraph GC-55, Page GC-46.) Attached are the rates of wages and supplements determined by the Industrial Commissioner as prevailing in the locality of the site of the Work for this Contract as referred to by the State of New York Department of Labor, Case No. PRC 2014002486, dated 3/25/2014.

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Supplementary Conditions - 2500 SC-13

SC-20

HOUSEKEEPING The Contractor at all times shall keep the premises free from accumulation of waste materials or rubbish caused by its operations. Good housekeeping practices shall be maintained on a continuous basis from work site to work site.

SC-21

PRE-CONSTRUCTION MEETING a)

SC-22

PROGRESS MEETINGS a)

SC-23

A pre-construction meeting will be schedule approximately ten (10) days after Award of Contract.

Schedule, location and time of regular meetings will be agreed upon at the pre-construction meeting. Meetings will be held generally every two weeks or more frequently as the Work requires.

Price escalations will not be included.

Furnish, Deliver & Install Contract January 2014 Update Inquiry No. Q14-5619FS

Supplementary Conditions - 2500 SC-14

APPENDIX "A" I.

LIEN LAW *

The attention of the Contractor is specifically called to the provisions of Section 25 and Article 3A of the lien law of the State of New York, as amended, wherein funds received by a contractor for a public improvement are declared to constitute trust funds in the hands of such contractor to be applied first to the payment of certain claims. Neither the final payment nor any part of the retained percentage shall become due until the Contractor, if required, shall deliver to the Authority a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof and, if required in either case an affidavit that so far as he has knowledge or information the releases and receipts include all the labor and material for which a lien could be filed; but the Contractor may, if any subcontractor refuses to furnish a release or receipt; in full, furnish a bond satisfactory to the Authority, to indemnify it against any lien. If any lien remains unsatisfied after all payments are made, the Contractor shall refund to the Authority all monies that the latter may be compelled to pay in discharging such a lien, including all costs and reasonable attorney's fee. II.

WORKER'S COMPENSATION LAW A.

III.

The Contractor specifically agrees, as required by the New York Finance Law, Section 142 that: (1)

He will secure Workers' Compensation for the benefit of, and keep insured during the Contract period, such employees as are required to be insured by the provisions of Chapter 41 of the Laws of 1914, as amended, known as the Workers' Compensation Law.

(2)

The Contract shall be void and of no effect unless the Contractor complies with this section.

PAYMENT OF TAXES A.

Except as provided in the following paragraphs of this section, the Contractor shall pay all applicable New York and local sales and compensating use taxes on sales to, or use by, the Contractor of tangible personal property and services employed by the Contractor in the performance of the Contract. The contractor shall include all costs in connection therewith in the applicable lump sums, unit process or other payment terms bid in the schedule. The Authority will not reimburse the Contractor for such taxes paid except taxes for which exemption is not provided by law which are part of actual expenses paid by the Contractor which the Contract expressly provided reimbursement for.

B.

Under the provisions of the New York State Sales and Compensating Use Tax Act, the Authority is an organization exempt from the payment of such state and municipal taxes on sales to the Authority of tangible property or services. The Authority is not required to furnish exemption certificates, and the Authority's contract may be accepted in lieu of an exemption certificate with the Contractor's copy as proof that the sales are exempt.

C.

Pursuant to New York State Law Sections 1115(a); 1116(a) and 1210)a), receipts from tangible personal property sold to a contractor, subcontractor or repairman for use in erecting a structure or building of the Authority or adding to, altering or improving real property, property or land of the Authority, as the terms real property, property or land are defined in the Real Property Tax Law, are exempt from the tax on retail sales imposed under Section 1105 of the Tax Law and the compensating use tax imposed under Section 1110 of the Tax Law and corresponding City and Country sales and use taxes; provided, however, such tangible personal property is to become an integral component of such structure, building or real property.

D.

Pursuant to Paragraph 12 of subdivision (a) of Section 1115 of the New York State Tax Law and Section 1210(a)(1) as it applies to cities of less than one million, receipts from machinery or equipment for the use or consumption, directly and predominantly in the production of tangible personal property, electricity or steam for sale by manufacturing, processing, generating or assembling (but not including parts with a useful life of one year or less or tools or supplies used in connection with such machinery, equipment or apparatus) are exempt from the tax on retail sales imposed under Section 1105 of the Tax Law, and the Compensating Use Tax imposed under Section 110 of the Tax Law, and imposed by any county (except one wholly a city) or city of less than one million.

E.

If Contractor is billed for any New York State or local sales or compensating use tax with respect to such machinery or equipment or with respect to such tangible personal property for use in erecting such structure or building and which is to become an integral component part of such structure, building or real property, he shall pay such tax under protest, preserving his right to a refund, and shall notify the Authority of any such payment within 15 days of making it. The Authority will assist the Contractor in obtaining a refund of any such tax. If any such tax is finally determined to be payable by the highest authority from which the Authority elects to seek a determination as to the legal necessity of such payment, the Authority will reimburse Contractor for the amount paid, including any penalty or interest. If requested by Contractor, the Authority will reimburse the Contractor prior to such final determination for any such tax paid under protest upon assignment by Contractor to Authority of all Contractor's rights.

F.

IV.

The Contractor will not be paid as to any item of tax on the sale or use of tangible personal property which became an integral component part of such structure, building or real property unless he furnishes evidence that any such tax paid thereon under protest.

STATE FINANCE LAW LOBBYING PROVISIONS For purposes of this Section, “Contacts” shall mean any oral, written or electronic communication with the Authority under circumstances where a reasonable person would infer that the communication was intended to influence the procurement. Pursuant to State Finance Law §§139-j and 139-k, restrictions are imposed on certain communications between the Authority and a Bidder/Contractor during the procurement process. A bidder/contractor is restricted from making Contacts from the earliest invitation for a bid or request for proposal through the final award and approval of the procurement contract by the Authority (“Restricted Period”) to Authority employees, other than those designated for such purpose in the initial solicitation, unless it is a Contact that is included among certain statutory exceptions set forth in State Finance Law §139-j(3)(a). Authority employees are also required to obtain certain information when Contacted during the Restricted Period. The Authority shall make a determination of the responsibility of the bidder/contractor in compliance with these two statutes. Certain findings of non-responsibility can result in a rejection for contract award and in the event of two findings within a four year period, the bidder/contractor is debarred from obtaining governmental procurement contracts. Further information about these

* As used throughout this Appendix, the term “Contractor” shall mean the party performing the work hereunder for the Authority. PROC-A Rev. 4, 8/09

requirements can be found in Appendix J. V.

OTHER APPLICABLE LAWS AND REGULATIONS The Contractor shall comply with all applicable laws, rules and regulations of such governments and governmental agencies as have jurisdiction with respect to its business and the work to be performed under this Contract. Violation of such rules and regulations, or conditions or practices prescribed thereby, occurring in the performance of the work hereunder by the Contractor shall not relive the Contractor of any of his obligations set forth herein, and any penalties or expense resulting shall be the responsibility of the Contractor and not of the Authority.

VI.

LABOR PROVISIONS A.

B.

The execution of the Contract by the Contractor binds him to the following specific requirements. The Contractor specifically agrees that: (1)

No laborer, worker or mechanic in the employ of the Contractor, subcontractor or other person doing or contracting to do the whole or any part of the work included in this Contract shall be permitted or required to work more than 8 hours in any one calendar day or more than five days in any one week, except in the emergencies set forth in the Labor Law.

(2)

The wages to be paid to, and the supplements (fringe benefits) to be provided for, the laborers, workers and mechanics so employed in the performance of the Contract shall be not less than the prevailing hourly rate wages and supplements listed in the prevailing rate schedules, if any, annexed to the specifications for the work, and any redeterminations, (updating) of such schedules by the Commissioner of Labor after the Contract is let. Such re-determination shall be deemed part of the contract to be effective as prescribed in the re-determination. The failure to have the initial prevailing rate schedules annexed to the specifications shall not relieve the Contractor, subcontractor or other person from doing or contracting to do the work from the requirements with respect to paying and providing the prevailing wages and supplements.

(3)

In situations in which there are not sufficient laborers, workers and mechanics who may be employed to carry on expeditiously the work contemplated by the Contract and the immediate commencement or prosecution or completion without undue delay of the work is necessary for the preservation of the contract site and for the protection of the life and limb of the persons using same, such laborers, workers and mechanics shall be permitted or required to work more than 8 hours in any one calendar day; provided however, that upon application of the Contractor, the Authority shall have first certified to the Commissioner of Labor of the State of New York that such public work is of an important nature and that any delay in carrying it to completion would result in serious disadvantage to the public; and provided further that such Commissioner of Labor shall have determined that such an emergency does in fact exist, as provided in Subdivision 2 of Section 220 of the Labor Law.

(4)

Failure of the Authority to make certification to the Commissioner of Labor shall not entitle the Contractor to any damages whatsoever.

(5)

The Contractor and all subcontractors shall submit to the Authority, within thirty (30) days after issuance, of its first payroll and every thirty (30) days thereafter, a transcript of the original payrolls, subscribed and affirmed as true under penalty of perjury. The filing of the payrolls by the Contractor, with the Authority, as required by Labor Law Section 220, is a condition precedent to payment of any sums due and owing the Contractor for the work. The Contractor and each subcontractor shall furnish to the Authority on demand any other information required by the Authority to satisfy it that the provisions of the Labor Laws as to the hours of employment and rates of wages are being performed.

(6)

The Labor Law provides that the Contract shall be forfeited and no sum paid for any work done thereunder on a second conviction for willfully paying less than the stipulated wage scales as provided in Labor Law, Section 220, Subdivision 3 as amended.

The Contractor specifically agrees as required by the provisions of the Labor Law, Section 220-e as amended, that: (1)

In hiring of employees for the performance of the work under this contract or any subcontract hereunder, neither he nor any of his subcontractors, nor any person acting on his or their behalf shall by reason of race, creed, color, disability, sex or national origin discriminate against any citizen of the State of New York who is qualified and available to perform the work to which the employment relates.

(2)

Neither her nor any of his subcontractors, nor any person acting on his or their behalf shall in any manner discriminate against or intimidate any employee hired for the performance of the work under the Contract or a subcontract on account of race, creed, color, disability, sex or national origin.

(3)

There may be deducted from the amount payable to the Contractor by the Authority under the Contract a penalty of fifty dollars for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the Contract; and the Contract may be cancelled or terminated by the Authority, and all monies due or to become due hereunder may be forfeited for a second or any subsequent violation of the terms or conditions of this section of the Contract.

(4)

The provisions of Section 220-e covering manufacture, sale or distribution of materials, equipment or supplies shall be limited to operations performed within the territorial limits of the State of New York.

VII. NO COLLUSION OR FRAUD Contractor hereby agrees that the only person interested as principal or principals in the proposal submitted by Contractor for this agreement are named therein, and that no person other than those mentioned therein, has any interest in the above-mentioned proposal or in the securing of the award and that this Contract has been secured without any connection with any person or persons other than those named and that the proposal is in all respects fair and was prepared and the Contract was secured without collusion or fraud and that neither any officer nor employee of the Authority has or shall have a financial interest in the performance of the Contract of in the supplies, work or business to which it relates or in any portion of the profits thereof. ACCEPTED AND AGREED TO:

NAME OF CONTRACTOR

NAME OF OFFICER-SIGNED

Title NAME OF OFFICER/PRINTED/TYPED Date * As used throughout this Appendix, the term “Contractor” shall mean the party performing the work hereunder for the Authority. PROC-A Rev. 4, 8/09

APPENDIX "B" A.

GENERAL 1.

B.

C.

DEFINITIONS 1.

"CONTRACT" means an enforceable agreement entered into between the Authority and a Contractor.

2.

"CONTRACTOR" means any person, partnership, private corporation or association: a) selling materials, equipment or supplies or leasing property or equipment to the Authority; b) constructing, reconstructing or repairing buildings, highways or other improvements for or on behalf of the Authority; or c) rendering or providing services to the Authority pursuant to a Contract.

3.

"DESIGNATED PAYMENT OFFICE" means the office designated by the Authority to which a proper invoice is to be submitted by a Contractor.

4.

"PROPER INVOICE" means a written request for a Contract Payment that is submitted by a Contractor to the Authority's designated payment office setting forth the description, price and quantity of goods, property or services delivered or rendered in accordance with the terms of the Contract, in such form and supported by such other substantiating documentation as the Authority may reasonably require.

5.

"RECEIPT OF AN INVOICE" and "INVOICE RECEIVED DATE" mean (a) the date on which proper invoice is actually received in the designated payment office, or (b) the date on which the Authority receives the purchased goods, property or services covered by the proper invoice, whichever is later. With regard to final payments on construction contracts, (b) shall mean the date on which all the Contract Work has been accepted as completed by the Authority in accordance with the Contract terms.

6.

"SET-OFF" means the reduction by the Authority of a payment due a Contractor by an amount equal to the amount of an unpaid legally enforceable debt owed by the Contractor to the Authority.

RESPONSIBILITY FOR PROMPT PAYMENT 1.

D.

This statement is intended to establish rules and regulations as required under Section 2880 of the Public Authorities Law describing the policy of the Power Authority of the State of New York (the "Authority") to promptly pay all proper invoices submitted by any Contractor. Subject to the conditions and exceptions set forth in Section 2880 and herein, in the event any proper invoice is not paid promptly, the Authority shall be liable for the payment of interest on late payments. This policy shall apply to all Contracts entered into on or after April 30, 1988.

The Authority's Controller shall have the responsibility for the implementation of the Prompt Payment Policy and the prompt payment of all proper invoices under the general guidance and supervision of the Executive Vice President & Chief Financial Officer.

PROMPT PAYMENT PROCEDURE 1.

A Contractor shall request payment under a Contract by submitting a proper invoice to the Authority at its designated payment office at the time and in the manner specified in the Contract.

2.

The Authority shall have fifteen (15) calendar days after receipt of an invoice at its designated payment office to notify the Contractor of certain facts and conditions, including but not limited to those listed below, which, in the opinion of the Authority's Controller, justify extension of the statutory payment period. a)

there is a defect in the delivered goods, property or services;

b)

there is a defect in the invoice;

c)

there are suspected defects or improprieties of any kind the existence of which prevent the commencement of the statutory payment period;

d)

prior to payment, a statutory or contractual provision requires an inspection period or an audit to determine the resources applied or used by the Contractor in fulfilling the contract terms;

e)

a proper invoice must be examined by the federal government prior to payment;

f)

the Authority is prevented from making payment by reason of the filing of a lien, attachment, other legal process or requirement of law.

Any time taken to satisfy or rectify any such facts or conditions shall extend the date by which contract payment must be made in order for the Authority not to become liable for interest payments by an equal period of time.

E.

3.

Should the Authority fail to notify a Contractor of such facts and conditions within fifteen calendar days of the invoice received date, the number of days allowed for payment of the corrected proper invoice will be reduced by the number of days between the fifteenth day and the day that notification was transmitted to the Contractor. Should the Authority, in such situations, fail to provide reasonable grounds for its contention that a fact or condition justifying a time extension exists, the date by which contract payment must be made in order for the Authority not to become liable for interest payment shall be calculated from the invoice received date.

4.

The Authority shall make payment within forty five (45) calendar days after the invoice received date. Effective July 1, 1989, the Authority shall make payment within thirty (30) calendar days, excluding legal holidays, after invoice received dates occurring after that date.

5.

Except for the payments described in Paragraph E, every payment by the Authority to a Contractor pursuant to a Contract is eligible for interest should the Authority fail to make such payment within forty five (45) days after the invoice received date for contracts entered into between April 30, 1988 and June 30, 1989 and within thirty (30) days for contracts entered into on or after July 1, 1989.

6.

The Authority shall not be liable for interest on any retention amounts withheld by the Authority in accordance with the terms of the Contract.

7.

Interest shall be computed at the rate set by the state tax commission for corporate taxes pursuant to paragraph one of subsection (e) of section 1096 of the tax law, but the Authority shall not be liable for payment of interest when such interest is less than ten dollars.

8.

The Authority has available funds in its custody to pay all interest penalties.

EXCEPTIONS 1.

Payments are not eligible for interest when they are due and owing by the Authority: a)

under the eminent domain procedure law;

b)

as interest allowed on a judgement by a court pursuant to any provision of law other than section 2880 of the Public Authorities Law;

c)

to the federal government; to any state agency or its instrumentalities; to any duly constituted unit of local government including but not limited to, counties, cities, towns, villages, school districts, or any of their related instrumentalities; to any other public authority or public benefit corporation; or to its employees when acting in, or incidental to, their public employment capacity;

d)

in situations where the Authority exercises a legally authorized set-off against all or part of the payment due the Contractor.

PROC-B Rev. 2, 3/2010

Contract No. xxxxxxxxxx APPENDIX "C" I. MINORITY AND WOMEN-OWNED BUSINESS ENTERPRISE (M/WBE) PARTICIPATION GOAL REQUIREMENT (A) In accordance with the Authority's Minority and Women-Owned Business Enterprise Policy and with Article 15-A of the Executive Law and the regulations promulgated thereto, the Authority has established the following Minority Business Enterprise (MBE) and Women-Owned Business Enterprise (WBE) participation goals for this contract. The goals are applicable to the total contract price (i.e., the base contract and all change orders). It is the Contractor's responsibility to secure participation in the contract scope of work by M/WBEs to satisfy the goals, or to document satisfactory good faith efforts taken to fulfill the goals. Participation is measured as the amount actually paid to the M/WBEs, not the contract bid price for the work. FAILURE TO ATTAIN THESE GOALS MAY RESULT IN THE IMPOSITION OF SANCTIONS. (See Section II.F.1.) Minority Owned Business Enterprise Participation Goal        10%                    Women-Owned Business Enterprise Participation Goal        5% (B) The Contractor will designate and make known to the Authority an M/WBE Officer who will have the responsibility for and authority to effectively administer an M/WBE Program. (C) New York State Directory of Certified Minority and Women-Owned Business Enterprises For purposes of meeting minority and women-owned business participation goal requirements, the Authority shall provide inspection of the Directory free of charge at the locations where the bid document or request for proposal may be obtained or inspected by all prospective bidders. In addition, prospective bidders on Authority bid solicitations, requests for proposals or negotiations, may access the Empire State Economic Development’s Internet version of the M/WBE Directory. The Internet address is www.empire.state.ny.us For further information contact one of the following locations:: Albany Office (518) 292-5100 Empire State Economic Development Division of Minority/Women Business Development 625 Broadway Albany, New York 12245 www.esd.ny.gov/mwbe.html

New York City Office

(212) 803-2414

Empire State Economic Development Division of Minority/Women Business Development 633 3rd Ave., 41st Floor New York, New York 10036

II. MINORITY AND WOMEN-OWNED BUSINESS ENTERPRISE POLICY (A) It is the policy of the Authority to encourage the greatest possible participation by Minority and Women-Owned Business Enterprises (M/WBEs) in the Authority's procurement process. Therefore, to ensure that M/WBEs are given the maximum practical opportunity to participate, the parties agree, as a condition of this contract, to be bound by the provisions of Section 316 of Article 15-A of the Executive Law, as well as to any other applicable provisions under the law and this Contract. SANCTIONS MAY BE IMPOSED FOR THE CONTRACTOR'S NON-COMPLIANCE. (1) Definitions (a)

AUTHORITY CONTRACT. Any written agreement, and amendment(s) thereto, providing for a total expenditure in excess of $25,000, whereby a State agency is committed to expend or does expend funds in return for labor, services, including legal, financial and other professional services, travel, suppliers, equipment, materials or any combination of the foregoing, to be performed for, or rendered or furnished to the contracting agency; or A written agreement in excess of $100,000 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;

(b)

BUSINESS ENTERPRISE. Any entity, including a sole proprietorship, partnership, limited liability partnership, limited liability company or corporation, including not-for-profit corporations, which is authorized to and engages in lawful business transactions in accordance with New York law.

(c)

CERTIFICATION. The process conducted by the Empire State Economic Development, Division of Minority and Women's Business Development to verify that a business qualifies for New York State Minority or Women-Owned Business Enterprise status. To initiate the certification process, contact one of the offices listed above.

(d)

CERTIFIED BUSINESS. A business enterprise, which has been approved by the Director for minority-owned business enterprise or women-owned business enterprise status subsequent to verification that the business enterprise is owned, operated, and controlled by minority group members or women.

(e)

C O N T R AC T . (1) A written agreement or purchase order instrument, or amendment thereto, providing for a total expenditure in excess of twenty-five thousand dollars ($25,000), whereby the Authority 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 Authority;

PROC-C Rev. 2.2, 5/11/2012

or (2) A written agreement in excess of one hundred thousand dollars ($100,000), whereby the Authority is committed to expend or does expend funds for the acquisition, construction, demolition, replacement, major repair or renovation of real property and improvements thereon. (f) CONTRACTOR. An individual, a business enterprise including a sole proprietorship, a partnership, a corporation, a not-for-profit corporation, or any other party to an Authority contract, or a bidder in conjunction with the award of an Authority contract or a proposed party to an Authority contract. (g) CONTRACT SCOPE OF WORK. For purposes of this section, contract scope of work shall mean: (i) specific tasks required by the contract, (ii) services or products which must be provided to perform specific tasks required by the contract, (iii) components of any overhead costs billed to the Authority pursuant to the contract. (h) DAY. A business day unless otherwise specified. (i) DIRECTOR. The Director of the Empire State Economic Development, Division of Minority and Women's Business Development. (j) DIRECTORY. The directory of certified businesses, prepared by the Director, for use by the Authority and its contractors in complying with the provisions of Executive Law Article 15-A.. Link to NYS directory of certified M/WBE http://www.esd.ny.gov/mwbe.html (k) EXCLUSION LIST. The exemption of specific classifications of goods/materials or services from all M/WBE requirements. The classifications have been identified by procurement management as offering no procurement opportunities for M/WBEs. Appendix C requirement are not applicable. (l) GOAL. A percentage of participation, which is not a set aside or quota, that represents a target toward which the prime contractor must aim in expending good faith efforts to subcontract with or otherwise ensure the commercial involvement of minority and women-owned businesses on specific Authority Contracts. (m) JOINT VENTURE. A contractual agreement joining together two or more business enterprises, one of which is a certified minority-or woman-owned business enterprise for the purpose of performing on an Authority contract. The certified minority-or woman-owned business enterprise must provide a percentage of value added services representing an equitable interest in the joint venture. All parties agree to share in the profits and losses of the business endeavor according to their percentage of equitable interest. (n) MENTOR-PROTÉGÉ AGREEMENT. A contract between a prime contractor, the “Mentor,” and a minority-or women-owned business enterprise, the “Protégé” in which there is a transfer of knowledge, technology, or other resources, which promotes the economic growth of the minority-or women-owned business enterprise or fosters the establishment of a long term business relationship between the parties. (o) MINORITY GROUP MEMBER. A United States Citizen or permanent resident alien who is and can demonstrate membership in one of the following groups: (1) Black persons having origins in any of the Black African racial groups; (2) Hispanic persons of Mexican, Puerto Rican, Dominican, Cuban, Central or South American descent of either Indian or Hispanic origin, regardless of race; (3) Native American or Alaskan native persons having origins in any of the original peoples of North America; (4) Asian and Pacific Islander persons having origins in any of the Far East countries, South East Asia, the Indian subcontinent or the Pacific Islands. (p) MINORITY-OWNED BUSINESS ENTERPRISE. A business enterprise, including a sole proprietorship, partnership or corporation that is: (1) At least fifty-one percent owned by one or more minority group members; (2) An enterprise in which such minority ownership is real, substantial and continuing; (3) An enterprise in which such minority ownership has and exercises the authority to control independently the day-to-day business decisions of the enterprise; and (4) An enterprise authorized to do business in New York State and is independently owned and operated. (5) An enterprise owned by an individual or individuals, whose ownership, control and operation are relied upon for certification, with a personal net worth that does not exceed three million five hundred thousand dollars, as adjusted annually on the first of January for inflation according to the consumer price index of the previous year; and (6) An enterprise that is a small business pursuant to this section. (q) PERSONAL NET WORTH. The aggregate adjusted net value of the assets of an individual remaining after total liabilities are deducted. Personal net worth includes the individual’s share of assets held jointly with said individual’s spouse and does not include the individual’s ownership in the certified minority and woman-owned business enterprise, the individual’s equity in his or her primary residence, or up to five hundred thousand dollars of the present cash value of any qualified retirement savings plan or individual retirement account held by the individual less any penalties for early withdrawal. (r) SMALL BUSINESS. A business which has a significant business presence in the State, is independently owned and operated, not dominant in its field and employs, based on its industry, a certain number of persons as determined by the director, but not to exceed three hundred, taking into consideration factors which include, but are not limited to, federal small business administration standards pursuant to 13 CFR part 121 and any amendments thereto. PROC-C Rev. 2.0, 5/11/2012

(s)

SUBCONTRACT. Shall mean an agreement in which a portion of a Contractor's obligation under an Authority contract is undertaken or assumed.

(t)

UTILIZATION PLAN. The plan which must be submitted by a Contractor to the Authority, listing minority and women-owned business enterprises which the Contractor intends to use in the performance of the contract, and all components of the contract scope of work which the Contractor intends for minority and women-owned business enterprises to perform.

(u)

ON-LINE UTILIZATION PLAN SUBMISSION (For Construction Contractors Only over $100,000.) – Upon execution of a State contract, for the acquisition, construction, demolition, replacement, major repair or renovation of real property, the construction contractor shall submit their On-line utilization plan to http://www.nypa.gov/mwbe/default.aspx within ten (10) days of notice of award to the Authority for approval. Once approved the contractors plan will reside on the Authority’s website for a period not to exceed 90 days for public viewing.

(v)

VERIFICATION. Any act necessary to determine whether a business enterprise is owned, controlled and operated by minority or women principals. Such acts may include, but are not limited to request(s) for documents in addition to the initial application and inspection of the place of business.

(w) WOMEN-OWNED BUSINESS ENTERPRISE. A business enterprise, including a sole proprietorship, partnership or corporation that is: (1) At least fifty-one percent owned by one or more United States citizens or permanent resident aliens who are women; (2) An enterprise in which the ownership interest of such women is real, substantial and continuing; (3) An enterprise in which such women ownership has and exercises the authority to control independently the day-to-day business decisions of the enterprise; and (4) An enterprise authorized to do business in New York State and is independently owned and operated. (5) An enterprise owned by an individual, whose ownership, control and operation are relied upon for certification, with a personal net worth that does not exceed three million five hundred thousand dollars, as adjusted annually on the first of January for inflation according to the consumer price index of the previous year; and (6) An enterprise that is a small business pursuant to subdivision twenty of this section

(B) Contractor's Responsibilities (1) The Contractor hereby agrees to carry out this Policy in the awarding of subcontracts. The Contractor further agrees to cooperate in any audits, studies or surveys as may be conducted by the Authority, consultant to the Authority, or any government agency which may have jurisdiction, as may be necessary to determine the extent of Contractor's compliance with this Policy. (2) The Contractor will submit with its bid, a Preliminary Subcontracting Plan describing the firm(s) it will utilize to meet its M/WBE goals. The Preliminary Subcontracting Plan Form is annexed hereto as Attachment No. 1 . If the Contractor anticipates that it will be unable to meet the goal requirements of this contract, it shall indicate the reasons therefor on the Preliminary Subcontracting Plan Form. Approval of any such firm as a subcontractor and/or an M/WBE on the Authority' contract is solely within the discretion of the Authority. (3) The Contractor shall further submit, within 10 days after contract award, a complete Utilization Plan on the annexed Utilization Plan Form (Attachment No.2), which shall reflect the information submitted on the Preliminary Subcontracting Plan, and at a minimum shall contain: (a) (b) (c)

the names and federal identification number or social security number of minority and women-owned business enterprises which the Contractor intends to use to perform the Contract. the dollar amount of business with each minority and women-owned business enterprise that the Contractor intends to use to perform the Contract. a description of the contract scope of work which the Contractor intends to have performed by minority and women-owned business enterprises and the dates when such performance will commence and end. If a Utilization Plan is submitted which does not demonstrate that the Contract goal requirements for participation by M/WBE's will be met by the Contractor, the Contractor must complete and submit a Goal Reduction Form (see attachment no.4.)

(4) The Contractor agrees that its acceptance of the terms of this contract, including the specific goals established for M/WBE participation, constitutes a commitment to make every good faith effort to meet such goals by subcontracting to or purchasing goods and services from M/WBEs. (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, 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. For purposes of this article affirmative action shall mean recruitment, employment, job assignment, promotion, upgradings, demotion, transfer, layoff, or termination and rates of pay or other forms of compensation, and selection for training or retraining including apprenticeship and on-the-job training. (b)

(c)

At the request of the Authority, 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 affirmatively cooperate in the implementation of the Contractor's obligations herein.

The Contractor shall state, in all solicitations or advertisements for employees, that, in the performance of the Authority's 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. (5) In the event that a Contractor responding to a the Authorities solicitation is a joint venture, teaming agreement, or other similar arrangement that includes a certified minority-and woman-owned business enterprise, such a Contractor must submit the following to the Authority for its review and approval; PROC-C Rev. 2.0, 5/11/2012

(a) (b) (c) (d)

The name, address, telephone number, and federal identification of each partner or party to the agreement; The federal identification number of the joint venture or entity established to respond to the solicitation, if applicable; A copy of the joint venture, teaming agreement, or other similar arrangement, which describes the percentage of interest owned by each party to the agreement and the value added by each party; A copy of the mentor-protégé agreement between the parties, if applicable, and if not described in the joint venture, teaming agreement, or other similar arrangement.

(5)

The Contractor will physically include the provisions of (a),(b) and (c) above verbatim in every Subcontract. Except as provided in the following paragraph, the provisions will be binding upon each Subcontractor as to work in connection with this Contract. The requirements of this section (5) shall not apply to any employment outside New York State or applications for employment outside New York State or solicitations or advertisements therefore, or any existing programs of affirmative action regarding employment outside New York State.

(6)

The Contractor shall include in each subcontract, in such a manner that the provisions will be binding upon each subcontractor, provisions requiring Subcontractors to make a good faith effort to solicit active participation by M/WBEs identified in the Directory; and provisions requiring the parties to agree, as a condition of entering into the Subcontract, to be bound by the provisions of Section 316 of Article 15-A of the Executive Law.

(7)

The Contractor shall keep records, cancelled checks and documents for, at least, one (1) year following completion of the contract. These records, and cancelled checks, documents or copies thereof will be made available at reasonable times upon written request by the Authority or any other authorized governmental entity.

(8)

The Contractor shall not use the requirements of this section to discriminate against any qualified company or group of companies.

(C) Conditions for Satisfying M/WBE Goals (1) M/WBE participation in various types of contracts will be counted toward the total contract M/WBE goal, subject to the following conditions: (a) Firms certified as both MBE and WBE may count toward either the MBE or WBE goal on a single contract, but not both, regardless of whether either goal is thus exceeded. The Contractor must choose the goal to which the participation value is to be applied at the beginning of the contract. (b) If the Contractor is unable to meet the goals with certified firms by making all of the good faith efforts defined herein, the Contractor shall actively solicit uncertified M/WBEs to satisfy the goals. Uncertified firms will be required to submit an application for certification to the Empire State Economic Development, Division of Minority and Women's Business Development and will be counted as contributing towards the contract goals only after they have been certified. The responsibility for meeting contractual M/WBE Goals remain with the Contractor regardless of whether such uncertified firms are qualified by New York State. (c) Where certified M/WBEs have expressed an interest to the Contractor in performing work that the contractor normally performs with its own forces and the contract scope of work has not been fully performed, good-faith efforts require that the Contractor subcontract such work or portions of it to meet the M/WBE goals. (d) The Contractor must keep records of efforts to utilize certified M/WBEs including: (1) The firm's name, address and telephone number. (2) A description of the information provided to the M/WBE. (3) A written explanation of why an agreement with the M/WBE was not obtained. (e) Price alone will not be an acceptable basis for rejecting M/WBE bids if any of the bids are reasonable. (f) The Authority reserves the right to reject any firm as counting toward meeting the Contractor's M/WBE goal if, in the opinion of the Authority, the facts as to that firm's business and technical organization and practices justify the rejection. (D) Good-Faith Efforts To satisfy the M/WBE participation requirements, the Contractor must (at a minimum) make the following good-faith efforts and must prove all such efforts through the submission of written documented evidence. The Authority may consider any criteria it determines is relevant, including, but not limited to: (1)

A completed, acceptable Utilization Plan submitted in accordance with applicable requirements to meet goals established in the contract for participation of minority and women-owned business enterprises.

(2)

Copies of any advertisements published in appropriate general circulation, trade and minority and women-oriented publications in a timely fashion or at least 20 days before bids are due together with the listings(s) and date(s) of the publication of such advertising..

(3)

Copies of any written solicitations made in a timely fashion to minority and women-owned business enterprises listed in the Directory. If solicitations were received but a certified minority-or woman-owned enterprise was not selected, the specific reason that such enterprise was not selected.

(4) Timely responses made to any such advertisements and solicitations provided by minority and women-owned business enterprises. PROC-C Rev. 2.2, 5/11/2012

(5)

The dates of attendance by a representative of the Contractor who is knowledgeable of the contract scope of work at pre-bid, preaward, or any meeting scheduled by the Authority for any purpose relating to the Supplier Diversity Program.

(6)

Written notification to M/WBE firms and trade associations located within the region where the contract scope of work will be performed.

(7)

Description of efforts by the Contractor to reasonably structure the contract scope of work for purposes of subcontracting with, or obtaining supplies from, certified minority and women-owned business enterprises.

(8)

Actions to contact and assess the capabilities of minority and women-owned business enterprises located both inside and outside of the immediate region in which the work was or will be performed.

(9)

Providing to M/WBE's in a timely fashion relevant plans, specifications or terms and conditions of the contract, necessary to prepare an informed response to a Contractor's solicitation.

(10) Subcontract terms and conditions offered to minority and women-owned business enterprises, comparable to those offered in the ordinary course of the contractor's business and to other subcontractors of the contractor. (11) Proof that the contractor made payments for work performed by minority and women-owned business enterprises in timely fashion so as to facilitate continued performance by minority or women-owned business enterprises. (12) The Contractor's offer to make up any inability to comply with goals established in the contract, in other Authority contracts being performed or to be awarded to the Contractor. (13) Documented evidence that the Contractor has contacted all M/WBEs who have expressed an interest in the specific contract. (E) GOAL REDUCTIONS The Authority shall consider a partial reduction of goal requirements only upon the submission of a written request for a goal reduction (see Attachment No. 4) and documented good faith efforts from the Contractor and consideration of the following factors: (1) (2) (3) (4) (5) (6) (7)

The number and types of certified minority or women-owned business enterprises in the region in which the work is to be performed; The total dollar value of the contract; The scope of work to be performed; T h e p r o j e c t s i ze ; T h e p r o j e c t t e rm ; The availability of other business enterprises located in the region; and The ability of certified minority and women-owned business enterprises located outside the region to perform the work. The Contractor must show that it has exhausted all reasonable means and demonstrated good faith efforts to meet the goal prior to the submission of a request for a goal reduction. The submission of the Goal Reduction Form does not automatically constitute the Authority's agreement to the reduction and in no way releases the contractor from the M/WBE goal requirement. Requests for a reduction of goal requirements may be made simultaneously with the submission of the Utilization Plan for that contract. If a Contractor is otherwise disqualified by the Authority, the request for a reduction shall be deemed to be moot.

Requests for a reduction subsequent to award of contract may only be made prior to final payment on that contract. The Reduction Form is annexed hereto as Attachment No. 4. (F) Contractor's Failure to Comply - Sanctions (1)

WHERE THE AUTHORITY DISQUALIFIES A BID OR PROPOSAL OF A CONTRACTOR AS BEING NON-RESPONSIBLE FOR FAILURE TO REMEDY DEFICIENCIES IN THE UTILIZATION PLAN, OR UPON A DETERMINATION THAT THE CONTRACTOR'S UTILIZATION PLAN DOES NOT INDICATE THAT THE CONTRACT GOAL REQUIREMENTS FOR PARTICIPATION OF M/WBE'S WILL BE MET AND THE CONTRACTOR HAS NOT DOCUMENTED GOOD-FAITH EFFORTS, THE AUTHORITY, IN ITS DISCRETION, MAY AWARD THE CONTRACT TO THE NEXT LOWER RESPONSIBLE CONTRACTOR OR TO THE NEXT MOST TECHNICALLY QUALIFIED OR OTHERWISE ACCEPTABLE CONTRACTOR, NOTWITHSTANDING THAT THE DISQUALIFIED CONTRACTOR PURSUES ANY REMEDIES AVAILABLE TO IT PURSUANT TO ARTICLE 15-A OF THE EXECUTIVE LAW OR OTHERWISE.

(2)

If the Authority determines that the Contractor has not fulfilled its M/WBE obligations, the Authority will send a notice to the Contractor requesting that the Contractor provide in writing, within a reasonable time as stated by the Authority, the necessary evidence of good faith efforts. If the Contractor fails to objectively demonstrate the required good-faith efforts, the Authority shall determine the Contractor to be in non-compliance and will so notify the Director and the Contractor in writing.

(3)

Whenever all efforts to effect compliance have failed and the necessary good faith efforts have not been demonstrated, the Authority may take the following actions: (a) Reduction of the amount obligated for expenditure pursuant to the contract. (b) Suspension or termination of the contract. (c) Retention of payments until compliance with the contract goal requirements. (d) B i d F o r f e i t u r e . (e) Bar the Contractor from eligibility for award of other Authority contracts for a specific amount of time or until corrective action has been taken. The determination of what corrective action is acceptable is solely within the discretion of the Authority.

PROC-C Rev. 2.2, 5/11/2012

(f) ASSESSMENT OF LIQUIDATED DAMAGES, AS A SANCTION AND NOT AS A PENALTY, AS MAY BE PROVIDED IN THE AUTHORITY’S CONTRACT WITH THE CONTRACTOR. (g) ANY OTHER PENALTIES WHICH ARE AUTHORIZED BY LAW. (G) Submittals and Reports (1)

As a part of its proposal the contractor shall submit its Preliminary Subcontracting Plan for implementation of the foregoing requirements with respect to minority and women-owned businesses. The Contractor's proposed plan must be submitted on the Authority provided "Preliminary Subcontracting Plan Form," annexed hereto as Attachment No. 1.

(2)

The Authority will review and evaluate the Preliminary Subcontracting Plan submitted by a Contractor.

(3)

The Contractor shall be further required to submit, within 10 days after contract award, a complete M/WBE Utilization Plan on the Authority provided M/WBE Utilization Plan Form, annexed hereto as Attachment No. 2. The Authority will review the Utilization Plan and will issue a written notice of acceptance or deficiency within ten (10) calendar days after receipt of the M/WBE Utilization Plan.

(4)

The Contractor must provide a written response to a Notice of Deficiency within five (5) days. If the Contractor's response is inadequate or not provided in a timely manner, the Authority will so notify the contractor and require the contractor to submit a goal reduction form within five (5) days. Failure to file the Goal Reduction Form in a timely manner may be grounds for disqualification of the bid.

(5)

The Contractor shall submit monthly compliance reports regarding its M/WBE utilization activity on the Authority provided Compliance Report Form, annexed hereto as Attachment No. 3. Reports are due on the first business day of each month, beginning 30 days after contract award.

(6)

The Authority will conduct compliance reviews for determination of the Contractor's performance relative to meeting the specified M/WBE goal. This may include an audit or review of all material, documents, reports and correspondence pertaining to the Contractor's efforts towards satisfying the goals plus on-site reviews to include interviews and inspection of any documentary material relevant to the Contractor's performance which were not available for review during the audit.

(7)

The determination of the Contractor's compliance efforts is the Authority's responsibility. The contractor will fully cooperate to assist the Authority in this endeavor.

(H) Limitations of Awards Available under Executive Law Article 15-A In the event a complaint against the Authority is referred to the American Arbitration Association for resolution in accordance with Section 316 of the Executive Law, the parties agree that the Arbitrator will have no jurisdiction to award monetary damages, fines or other monetary penalties against the Authority. The parties further agree that each party will bear its own legal fees and expenses, regardless of the outcome of the Arbitration.

PROC-C Rev. 2.0, 5/11/2012

Attachment No. 1 PRELIMINARY SUBCONTRACTING FORM NEW YORK POWER AUTHORITY SUPPLIER DIVERSITY PROGRAM (SDP) PRELIMINARY SUBCONTRACTING FORM REQUEST FOR QUOTATION (RFQ) NO. _________________________ Please provide the following information: Date: I.

PRIME CONTRACTOR INFORMATION Company Name _________________________________________________________________________ Address ________________________________________________________________________________ Telephone No. (

)

Federal ID # _______________________________________________________________________________ Contract Award Amount $ ____________________________________________________________________ Brief Description of Work___________________________________________________________________

  II.

I, ( _______________________________ ) HEREBY AGREE TO THE_____ ______10_ % MINORITY OWNED BUSINESS ENTERPRISE (MBE) GOAL AND THE ______5 % WOMEN OWNED BUSINESS ENTERPRISE (WBE) GOAL AS SET FORTH IN THIS CONTRACT NO. ___________________ . I FURTHER SUBMIT THE FOLLOWING NEW YORK STATE CERTIFIED M/WBEs FOR YOUR REVIEW AND APPROVAL IN COMPLIANCE WITH THE UTILIZATION GOAL REQUIREMENTS ESTABLISHED IN THIS CONTRACT. SIGNATURE AND TITLE OF AUTHORIZED RESENTATIVE 

III.

MINORITY BUSINESS ENTERPRISE SUBMISSIONS COMPANY NAME ADDRESS TELEPHONE FEDERAL ID CONTACT'S NAME

ESTIMATED CONTRACT AWARD DAT E

CONTRACT AWARD A M OU N T ($ )

ESTIMATED CONTRACT COMMENCEMENT D A T E

CONTRACT SCOPE OF WORK ( br ief)

ESTIMATED CONTRACT COMMENCEMENT D A T E

CONTRACT SCOPE OF WORK ( br ief)

1. 2. IV. WOMEN OWNED BUSINESS ENTERPRISE SUBMISSIONS COMPANY NAME ADDRESS TELEPHONE FEDERAL ID CONTACT'S NAME

ESTIMATED CONTRACT AWARD DAT E

CONTRACT AWARD A M OU N T ($ )

1. 2. V.

Provide the name, title, address and telephone of person(s) responsible for implementing this subcontracting plan.

VI.

If the Contractor anticipates that it will not be able to meet the contract goals, a written detailed explanation must be submitted with the bid or proposal. I hereby declare that the above information if to the best of my ability and intention correct and that every effort will be made in the attainment of my M/WBE Goal. Name ___________________________________________ Title ____________________________________________

Date ____________________________________________

Attachment No. 2 UTILIZATION PLAN FORM NEW YORK POWER AUTHORITY SUPPLIER DIVERSITY PROGRAM (SDP) UTILIZATION PLAN FORM CONTRACT NO. Please provide the following information: Date: ___________________________ .I

PRIME CONTRACTOR INFORMATION Company Name__________________________________________________________________________ Address ________________________________________________________________________________ Telephone No. (

)

Federal ID # _______________________________________________________________________________ Contract Award Amount $_____________________________________________________________________ Brief Description of Work ___________________________________________________________________

II.

I, (________________________ ) DO HEREBY AGREE TO MEET THE ________________10__ % MBE AND THE 5 % W BE UT IL IZAT ION GOAL S. FURT HERMORE, I SUBMIT THE FOL LOW ING NEW YORK STATE CERTIFIED M/WBEs FOR YOUR REVIEW AND APPROVAL IN COMPLIANCE WITH THE M/WBE UTILIZATION GOALS SET FORTH IN THIS CONTRACT NO. . SIGNATURE AND TITLE OF AUTHORIZED REPRESENTATIVE

III.

MINORITY BUSINESS ENTERPRISE SUBMISSIONS COMPANY'S NAME ADDRESS TELEPHONE FEDERAL ID CONTACT'S NAME

1. 11.

2. 12.

CONTRACT AWARD DAT E 3. 13.14.

4.

CONTRACT COMMENCEMENT AND COMPLETION D A T E S

CONTRACT AWARD A M OU N T ($ ) 5. 15.

6. 16.

7. 17.

IV. WOMEN OWNED BUSINESS ENTERPRISE SUBMISSIONS COMPANY'S NAME ADDRESS TELEPHONE CONTRACT CONTRACT FEDERAL ID AWARD AWARD CONTACT'S NAME DAT E A M OU N T ($ )

8. 18.

CONTRACT SCOPE OF WORK ( b r i e f ) 9.

19.

CONTRACT COMMENCEMENT AND COMPLETION D A T E S

10. 20.

CONTRACT SCOPE OF WORK ( b r i e f )

1. 2. V.

Provide the name, title, address and telephone number of person(s) responsible for implementing this utilization plan.

VI.

If the Contractor anticipates that it will not be able to meet the contract goals, a written detailed explanation must be submitted via the Goal Reduction Form (see Attachment No. 4). I hereby declare that the above information is to the best of my ability and intention correct and that every effort will be made in the attainment of my M/WBE Goal. Name Title

Date ____________________________________________

Attachment No. 3 COMPLIANCE FORM NEW YORK POWER AUTHORITY SUPPLIER DIVERISTY PROGRAM (SDP) CONTRACT COMPLIANCE REPORT CONTRACT NO. Please provide the following information: Date: I.

PRIME CONTRACTOR INFORMATION Company Name __________________________________________________________________________ Address ________________________________________________________________________________ Telephone No. (

)

Federal ID # Contract Award Amount $_____________________________________________________________________ Brief Description of Work ___________________________________________________________________

II.

A S E VI D EN CE O F ( _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ ) PROGRESS TOWARD ACHIEVEMENT OF THE MBE AND WBE GOALS, AND IN ACCORDANCE WITH THE TERMS AND CONDITIONS OF CONTRACT NO.________ , THE FOLLOWING INFORMATION IS HEREWITH SUBMITTED.

SIGNATURE AND TITLE OF AUTHORIZED REPRESENTATIVE

III.

SUBMITTAL ITEMS i.

Provide the names, addresses and telephone numbers of each certified minority/woman owned business enterprise you are actually using in compliance with your utilization goal.

ii.

Provide a brief description of work performed by the M/WBE, their scheduled dates for performance and current working status.

iii.

Provide a copy of your written agreement with the M/WBE. (A one time request).

iv.

In the event you have let a blanket purchase order or other open-ended contracts, only specify that amount actually awarded.

v.

Provide the actual amounts of payments made to any M/WBEs as of the date the compliance report is submitted. Documentation must include copies of cancelled checks.

vi.

Provide the name, title and telephone number of person(s) responsible for submitting compliance reports.

vii.

Compliance Reports are due on the first day of each month, beginning thirty (30) days after contract award date.

INFORMATION ON THIS FORM IS REQUIRED ON A MONTHLY BASIS FOR AS LONG AS THE CONTRACT IS IN EFFECT OR UNTIL THE M/WBE GOALS HAVE BEEN SATISIFIED.

Attachment No. 4 GOAL REDUCTION REQUEST FORM NEW YORK POWER AUTHORITY SUPPLIER DIVERSITY PROGRAM (SDP) CONTRACT NO. Please provide the following information: Date: ___________________________ I.

PRIME CONTRACTOR INFORMATION Company Name __________________________________________________________________________ Address ________________________________________________________________________________ Telephone No. (

)

Federal ID # _______________________________________________________________________________ Contract Award Amount $_____________________________________________________________________ Brief Description of Work ___________________________________________________________________

II.

I , ( _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ ) HEREBY REQUEST A PARTIAL OR TOTAL (Circle One) REDUCTION OF MY MBE AND/OR WBE GOALS AS ESTABLISHED IN CONTRACT NO.________________ . I will attain_____________10__% MBE PARTICIPATION AND_________________5__ % WBE PARTICIPATION OF THE TOTAL CONTRACT PRICE. TO SUBSTANTIATE AND DEMONSTRATE MY GOOD FAITH EFFORTS, THE FOLLOWING INFORMATION IS SUBMITTED FOR THE AUTHORITY'S REVIEW AND APPROVAL. SIGNATURE AND TITLE OF AUTHORIZED REPRESENTATIVE

III.

SUBMITTAL ITEMS 1.

Provide a statement setting forth your basis for requesting a partial or total reduction.

2.

Provide all names of general circulation, trade association and minority and women-oriented publications in which you solicited M/WBEs for the purposes of complying with your general requirements.

3.

List all dates solicitations for M/WBE participation were published in any of the above publications.

4.

List all M/WBEs appearing in the New York State Directory of certified vendors which were solicited for purposes of complying with your M/WBE utilization goal.

5.

Provide proof of all dates on which solicitations were made in writing and copies of such solicitations, or a sample copy of the solicitations if an identical solicitation was made to all M/WBEs.

6.

Provide copies of responses made by M/WBEs to your solicitations.

7.

Provide a description of any contract documents, plans or specifications made available to M/WBEs for purposes of soliciting their bids and the date and manner in which these documents were made available.

8.

Provide documentation of any negotiations between you, the Contractor, and M/WBEs undertaken for purposes of complying with your M/WBE goal requirements.

9.

Provide any other information you deem relevant, which may help us in evaluating your request for a goal reduction.

10.

Provide the name, title, address and telephone number of contractor's representative authorized to discuss and negotiate this goal reduction request.

Attachment No. 5 ON-LINE UTILIZATION FORM

NEW YORK POWER AUTHORITY SUPPLIER DIVERSITY PROGRAM (SDP) CONTRACT NO. This information is required ONLY from the Prime Construction Contractor awarded an NYPA construction contract valued at $100,000 or greater. The Prime Construction Contractor must post its Utilization Plans on the following NYPA website within ten (10) days of Notice of Award for Authority approval. Once approved, the plan will reside on the NYPA website for a period not to exceed ninety (90) days for public viewing. WEBSITE POSTING ADDRESS: WWW, http://www.nypa.gov/mwbe/default.aspx

In addition to posting the information required above, please complete and submit a hard copy of your completed Utilization Form and send it, within 10 days of notice of award, to Ms. Yves-Rose Valbrun at: [email protected] OR Fax it to (914) 681-6453

For any questions regarding this please contact Ms. Valbrun at (914) 681-6453 or contact Ms. Debra White at (914) 681-6976

CORPORATE SECURITY

CS: 2.0 Date: 12/14/2009 Revision: 8 Page 1 of 5

NYPA ACCESS AUTHORIZATION - BACKGROUND SCREENING PROGRAM 1.0

SCOPE Provided to Contractors1 in the initial contract, documents required to be completed and submitted to NYPA’s investigative vendor (CARCO) in order for Contractor personnel to be granted unescorted, or in some cases escorted access, to NYPA facilities.

2.0

APPLICABILITY Applies to Contractor personnel seeking unescorted access to NYPA facilities protected areas (fenced in areas of plants, switchyards, inside corporate buildings/offices, ect.) and establishes standards regarding the escorting of such non-NYPA personnel. Contractor personnel performing work outside of NYPA protected areas does not need to comply with the standards established in this procedure unless NYPA Management requires such on a case by case basis. The North American Electric Reliability Corporation (NERC) created security standards for Critical Infrastructure Protection (CIP) to provide a cyber security framework for the identification and protection of the Bulk Power System. Contractor personnel requiring access to certain restricted areas of the plant known as Critical Cyber Asset (CCA) areas shall adhere to standards which have been incorporated into this procedure as required. Note: Nothing in this procedure shall preclude the escort of an individual who has been approved through the background screening process, when necessary or at the discretion of the NYPA department responsible for that individual.

3.0

1

ATTACHMENTS Appendix D

An attachment to this procedure that will be given to each Contractor. The appendix describes the procedures Contractors and their personnel shall follow in order to be granted unescorted access to NYPA facilities.

Attachment I

Provided to Contractors in the initial contract. This document shall be completed and submitted by individual Contractor personnel to NYPA’s investigative vendor (CARCO) in order to be granted unescorted access to NYPA facilities.

Attachment II

Used by Contractor personnel to notify NYPA Corporate/Site Security that unescorted access to NYPA facilities is no longer needed and shall be canceled.

Party bound by contract with NYPA (including independent subcontractors)

CORPORATE SECURITY

4.0

CS: 2.0 Date: 12/14/2009 Revision: 8 Page 2 of 5

Attachment III

Escort responsibility tag. Issued non photo tag to persons escorted.

Appendix I

Appendix I (not attached but related to this procedure) which describes training requirements that Contractor personnel shall follow in order to be granted unescorted access to NYPA facilities. Along with Appendix D, this appendix can be found in all issued NYPA contracts.

PROCEDURES 4.1

General Contractors and their personnel desiring unescorted access to NYPA facilities shall comply with all procedures established in Appendix’s D & I. Contractors will ensure that Contractor Personnel complete Attachment I and submits it to CARCO. It is preferred that all those that apply for unescorted access to CARCO use the CARCO web as this process shall save time in processing vs. faxing information. The web process is also less expensive and NYPA Management needs to encourage its usage for this reason as well. Corporate/Site Security shall assist Contractor’s and/or their personnel with any technical guidance regarding the submittal to CARCO. Only Corporate Security shall permit an exception from the use of CARCO (e.g. governmental agencies.) Barred Contractor List: Corporate Security maintains a computerized list of Contractor Personnel who are barred from access (escorted or unescorted) to any NYPA facility. Corporate/Site Security shall check the Barred Contractor List to ensure that granting access is not prohibited. Any adverse findings against Contractor personnel discovered by CARCO in performing a background screening criminal check shall be brought immediately to Corporate Security. Circumstances defined to CARCO by NYPA which would warrant an adverse findings alert include: Any criminal charge/open warrant/pending prosecution charge (unresolved criminal charge pending) within the last seven years, unable to conduct a complete seven year criminal history check going back to age eighteen, inability to verify identity – not able to verify supplied social security # (US/Canada) or Interpol check to verify identity, or social security # issued within last seven years. Corporate Security is the only business unit that may allow unescorted access to Contractor personnel with an adverse finding. An individual may dispute the initial adverse finding through the submittal of any relevant information and documentation pursuant to the Fair Credit Reporting Act as amended (“FCRA”), 15 U.S.C. 1681 et seq.(see attachment V) and applicable state law (New York Correction Law Article 23-Asee attachment IV). Corporate Security will review that submittal and shall advise the affected individual, the relevant NYPA program manager, and Procurement of the decision rendered but will only discuss personal details when necessary

CORPORATE SECURITY

CS: 2.0 Date: 12/14/2009 Revision: 8 Page 3 of 5

with individual involved and relevant NYPA management review team (Corporate Security, Management Leadership, and Legal). The identity of any person given unescorted access will be verified and a written record will be maintained including name, company, badge number, access dates, and areas for which access is granted. Additional approvals are required for all CCA access requests. All records pertaining to the requirements of this procedure must be maintained for a period of three years. 4.2

Emergency Access If emergency access is needed to any NYPA facility, temporary access may be granted by Corporate/Site Security. Any Contractor personnel granted emergency access shall be escorted for the entire period on-site and entry to NERC regulated CCA areas shall be logged into each CCA area and person escorted shall swipe badge prior to escorting person for each entry into a CCA area to show they are being escorted. Site Security approvals shall be directed to Corporate Security for approval as soon as practical. Persons allowed emergency access shall have proper personal identification prior to site entry and comply with Appendix D & I standards if continued access to NYPA site is anticipated.

4.3

Escorts (Limited Access) Certain limited circumstances will warrant the use of escorts. They include, but are not limited to, human resource interviews, approved plant tours (allowed areas to be determined prior to tour), emergency services training, CCA approved access to not only persons with Attachment III escort tags, but also persons with unescorted access badges (photo or non- photo) that are not cleared for weekly CCA access need and vendor deliveries. Vendors making deliveries may be escorted by security, approved Contractor personnel, or appropriate NYPA employees. Security will determine the best site access point to ensure the shortest, safest route to the destination is followed. Anyone who has not been background screened shall not be given access to NYPA computers or given other NYPA information that involves plant safety, NERC CIP “Restricted &Restricted - Confidential” information, or security systems. Escorts shall not be approved in order to avoid the requirement to perform background screening for Contractors requesting unescorted access for their employees to NYPA facilities. Corporate/Site Security shall approve or deny all requests for escorted access with the exception of CCA access which is a shared responsibility by both escort and site security. All escorted persons shall wear a non-photo escort tag (see Attachment III). The tag shall be completed prior to issuance and shall contain the escorted person’s name, company, day of escort, and signature of escort. The escort shall be within line of sight and shall be escorted for the entire period on site and entry to NERC regulated CCA areas shall be logged into each CCA area and person escorted shall swipe badge prior to escorting person for each entry into a CCA area to

CORPORATE SECURITY

CS: 2.0 Date: 12/14/2009 Revision: 8 Page 4 of 5

show they are being escorted. Those performing escort duty to NERC regulated CCA’s will not allow the escort person to physically touch CCA equipment. If NYPA or Contractor personnel is providing the escort and the escort needs to be changed, only another approved employee of either NYPA or a Contractor can provide such escort. The new escort shall also sign the escort tag. Escorted persons shall return the escort tag at the end of that work day to NYPA Corporate/Site Security. Escort tags shall be displayed on the person unless certain work conditions warrant the need to wear the tag inside clothing (e.g. safety concerns). The escort ratios/rules are subject to and shall not exceed the following:

4.4



One (1) person shall not escort more than five (5) persons at one time.



Person escorted shall not be granted access for more than 5 days in a calendar year (per site) unless the Appendix D paperwork has been submitted to CARCO.



Person(s) to be escorted shall not be on the Corporate Security’s Barred Contractor List.



Escorts will sign Attachment III and comply with the requirements stated therein.



Contractor personnel may provide escort immediately if their own background checks have been completed and escort has been approved by NYPA Corporate/Site Security.



A violation of any section of this policy can result in the escort privilege being denied.

Special Exception Access: Circumstances may warrant the need to permit either escorted/unescorted access to NYPA facilities on rare occasion to a person unable to comply with background screening standards established. This can occur because certain foreign nations do not release personal records of an individual and/or the background is not able to be completed for the required 7 year period. In these cases a person shall be determined to have a need to support an essential function at NYPA and NYPA senior management shall present this matter to Corporate Security and request an exception. Only Corporate Security can approve such requests. Every effort shall be made to have this person escorted, logged into all CCA areas, and to limit their time working under such exception.

CORPORATE SECURITY

CS: 2.0 Date: 12/14/2009 Revision: 8 Page 5 of 5

If granted exception, such person shall still comply with all other requirements such as Appendix D, Item 5.2, “Identification Badge Requirements” of this procedure. If a partial background (not complete 7 year history) screening history can be completed on a person, it is shall be performed. If there are any adverse findings developed, Corporate Security shall make a determination if access should be granted. A person who does not successfully complete the background screening process, where a complete background screening cannot be performed, shall be restricted from NYPA computers and sensitive information to the extent possible.

Michael Leonard Corporate Security Manager

CORPORATE SECURITY

CS: 2.0 APPENDIX D Date: 12/14/2009 Revision: 8 Page 1 of 4

APPENDIX D Independent Contractor’s Portion of Procedure NYPA ACCESS AUTHORIZATION - BACKGROUND SCREENING SECURITY PROGRAM 1.0

PURPOSE To provide a step-by-step process for Contractor1 personnel2 requiring escorted or unescorted access to New York Power Authority (“NYPA”) facilities in order to comply with NYPA standards outlined in the current Corporate Security (CS) policy 2.0 – NYPA ACCESS AUTHORIZATION- BACKGROUND SCREENING SECURITY PROGRAM.

2.0

APPLICABILITY All Contractors and their personnel shall comply with the background screening requirements listed. Contractor personnel who are required to have access to NYPA’s Critical Cyber Assets (CCA’S) shall comply with North American Electric Reliability Corporation Critical Infrastructure Protection (NERC CIP) requirements. Failure to comply can result in unescorted access denial.

3.0

RETURN TO WORK When Contractor personnel who have undergone background screening interrupts their continuous unescorted status at NYPA and returns after 365 days from a break in status, the individual(s) shall have a criminal record check performed for the period of time between the break in service and the return date. Contractor personnel shall not be allowed to have unescorted access until criminal records are received and cleared.

4.0

PROCEDURES 4.1

General Once a contract is awarded, Contractor shall receive an on line notification (fax if on line is not available to Contractor) from CARCO advising them to record information concerning their employee data information (see attachment I). Contractor shall then be expected to have their employees complete Attachment I document for each of their employees who will be entering a NYPA protected

1

The party bound by the terms of the contract with NYPA. Contractor personnel: the Contractor’s employees who perform work at NYPA. It is understood and agreed by the Contractor that Contractor personnel are not in an employee and employer relationship with NYPA. Accordingly, in the performance of this Agreement, Contractor personnel are independent of NYPA and NYPA has no obligation under State or Federal laws to Contractor personnel. NYPA’s total commitment and liability under this Agreement is Contractor’s fee and expenses limited as described in the Agreement.

2

CORPORATE SECURITY

CS: 2.0 APPENDIX D Date: 12/14/2009 Revision: 8 Page 2 of 4

area (fenced in areas of plant, substation, inside NYPA corporate buildings/offices, ect.) and directly supporting work project. Contractor’s need to exercise restraint not to add too many of their employees’ names for request of access if not warranted.

Attachment I Requirements: •

Country of legal citizenship shall be listed. If living less than 7 last years in Country of citizenship list on Attachment I, all countries the Contractor’s employee(s) has lived in for the past 7 years.



U.S. and Canadian citizens shall list social security (insurance) numbers.



Check off all NYPA sites access requested for and length of time access is required.



List the NYPA Employee Name (point of contact - POC) and Department that can be contacted when the background is completed.



Attachment I shall be sent to CARCO Group Inc. All information shall be legible and accurate. Failure to complete Attachment I completely along with listing POC name can increase processing timeframe.

ALL background screening shall be performed by: CARCO Group Inc. 5000 Corporate Court, Suite 203 Holtsville, NY 11742 1-800-969-2272 ext. 448 Attention: Linda Wendolowski email: [email protected] CARCO is the only background screening company approved by NYPA. Background screenings performed by any company other than CARCO, shall not be accepted. All costs associated with the background screening shall be paid by NYPA. The Contractor shall contact CARCO (by preferred on-line process supplied) and arrange to submit completed Attachment I forms for each of their employees that they are requesting unescorted access. CARCO shall advise NYPA when they have received the paperwork and are beginning to perform the background screening process. It is the responsibility of the Contractor to notify CARCO and submit all required documents at least 30 days prior to their employees anticipated start date in order to avoid possible delays in gaining unescorted access to NYPA sites. The

CORPORATE SECURITY

CS: 2.0 APPENDIX D Date: 12/14/2009 Revision: 8 Page 3 of 4

Contractor shall keep NYPA Corporate/ Site Security advised of any problems in submitting required documents to CARCO. Only NYPA Corporate/ Site Security is authorized to contact CARCO regarding the results of background screening. Since certain foreign countries do not participate with releasing information, a denial to grant unescorted access may occur. Independent Contractors shall be notified if such denial occurs. NYPA shall evaluate possible access options and advise the Contractor. Questions from the Contractor concerning site access requirements shall be addressed to the specific site listed below:

4.2

NYPA FACILITY Corporate Offices – White Plains / Albany Blenheim-Gilboa (B-G)

CONTACT NUMBER 914-681-6828 518-287-6000 ext.0

Clark Energy Center (CEC) Poletti (POL)/Flynn (HOL)/Combustion Turbine (CT) St. Lawrence (STL) Niagara (NIA)

315-724-8186 ext. 0 718-626-8299 315-764-0229 ext.282 716-286-6705

Identification Badge Requirements One form of personal photo identification (ID) shall be required prior to an individual being issued a badge. Photo ID can include: an unexpired state issued driver’s license, an unexpired passport or passport card, a permanent resident card (green card), or an unexpired employment authorization document that includes a photograph, also Federal/State/Local governmental issued law enforcement/regulatory identification. If no photo ID is available then two forms of ID shall be required. They may include any above mentioned ID that is nonphoto or include the following: a state issued birth certificate, a social security card, a credit card, DD214 military document , valid non-photo state issued drivers license/permit or DMV issued identity card or school ID card. Any questions concerning the acceptance of any form of identification shall be discussed prior to granted entry with Corporate Security. Proper identification shall be carried by Contractor personnel when on NYPA facilities. Upon issuance of the NYPA I.D. Badge, it shall be worn and displayed at all times while on NYPA property.

4.3

Compliance with the Immigration Reform and Control Act (IRCA)

CORPORATE SECURITY

CS: 2.0 APPENDIX D Date: 12/14/2009 Revision: 8 Page 4 of 4

It is the Contractor’s responsibility to properly complete and retain Form I-9 for all of its employees assigned to perform contract work at any one of NYPA’s facilities, projects, and properties. The Contractor understands, and is in compliance with, its obligations under IRCA. The Contractor warrants that it is not knowingly employing any workers assigned to NYPA who are not authorized to work for the Contractor in the United States. The Contractor agrees to defend and indemnify NYPA for any liability arising out of claims that the Contractor’s employees are not authorized to work in the United States for the Contractor and/or any claims based upon alleged IRCA violations committed by the Contractor or Contractor personnel. 4.4

Termination Attachment II form shall be completed by a NYPA representative that is in charge of monitoring the performance of the contract work when unescorted access is no longer required by Contractor personnel. Immediate (within a 24 hour period) notification shall be made to Corporate/Site Security whenever any contractual relationship is either terminated, Contractor personnel are removed from a NYPA job location for any reason, or access to NERC CIP CCA areas is no longer needed. The NYPA representative that is monitoring the contract work shall hand in completed Attachment III- Escort Badge and all terminated badges to NYPA Corporate/Site Security when the Contractor’s employees are no longer needed.

Michael Leonard Corporate Security Manager

CS: 2.0 ATTACHMENT I Date: 12/14/2009 Revision: 8 Page 1 of 3

CORPORATE SECURITY

ATTACHMENT I NYPA ACCESS AUTHORIZATION - BACKGROUND SCREENING SECURITY PROGRAM CONTRACTOR PERSONNEL SCREENING DATA ENTRY COVER SHEET Completed Form shall be submitted to CARCO 30 Days PRIOR to requested site entry To:

CARCO Group Inc.

Date:

e-mail (FAX #) From:

# of pages including this sheet:

(631) 584-7094 ______________________________

Company Name: Address: Phone #: Contractor Personnel Name: Current Home Address: Previous Home Address: (If less than 7 years at current address) Previous Home Address: Previous Home Address: Social Security Number:

Home Phone #:

Driver License #: Country of Citizenship: (If under 7 Yrs. List :) ____________________

State:

Date of Birth:

□ United States □ Canada □ Other (specify:)

Employment Access Dates are requested from:

to

Check off all NYPA facilities Contractor personnel are intended/requested to work: NYPA Employee Contact Name (will contact person listed when background is completed)

CORPORATE SECURITY

□ Albany Headquarters □ Clark Energy Center (CEC) □ Niagara (NIA) Other ________________

□ White Plains Headquarters □ Combustible Turbine (CT) □ Poletti (POL)

CS: 2.0 ATTACHMENT I Date: 12/14/2009 Revision: 8 Page 2 of 3

□ Blenheim-Gilboa (B-G) □ Flynn (HOL) □ St. Lawrence (STL)

Check (√) Appropriate Box

□ US Package – US Citizen •

Social Security Number Trace (United States Citizens)



Criminal History Record Search – Felonies and Misdemeanors, based on provided and developed names and residential addresses for 7 years.

□ Canadian Package – Canadian Citizens •

Canadian Criminal Search – based on current address



Canadian Social Insurance Number Check



Interscan (includes Interpol, US Dept of Commerce, and Treasury searches) (Non-US citizens only)



Foreign National Package – Foreign Nationals (other than Canadian Citizens): List Country(s) of Origin: •

Interscan (includes Interpol, US Dept of Commerce, and Treasury searches) (Non-US citizens only)



Multi-state criminal check, felony/misdemeanor

NOTE: Most Foreign Nations do not participate with Interscan. Unescorted Access shall not be granted unless Interscan report received is complete for entire search period requested. I request unescorted access to perform authorized work at the New York Power Authority (“NYPA”). I certify that I have read NYPA’s Access Authorization C.S. 2.0 Appendix D Procedure. I shall comply and assist NYPA/CARCO in any assistance needed. In connection with my request for unescorted access at NYPA, I understand that a consumer report, as that term is defined in the Federal Fair Credit Reporting Act as amended (“FCRA”), 15 U.S.C. 1681 et seq. and applicable state law, may be obtained by NYPA from a consumer reporting agency. I hereby authorize NYPA now, or at any time while I am performing contract work at NYPA, to obtain a consumer report on me that is limited to a seven-year criminal background check and verification of my identity through a Social Security number trace. Privacy Laws Notification: Section 94 (1) (d) of the NY Public Officers Law requires this notice to be provided when collecting personal information from any individual requesting unescorted access to NYPA facilities. This information is requested pursuant to Article 5, Title 1 of the Public Authorities Law. The principal purpose for which the information is collected is for background screening for those requesting unescorted access to NYPA facilities in accordance with Section 96 (1) of the Personal Privacy Protection Law, particularly subdivisions (b), (e) and (f). Failure to provide the requested information may result in denial of unescorted access to NYPA facilities. This information shall be maintained by NYPA Corporate

CS: 2.0 ATTACHMENT I Date: 12/14/2009 Revision: 8 Page 3 of 3

CORPORATE SECURITY

Security (CS) at NYPA located at 123 Main Street, White Plains NY 10601 (914) 681-6200 or when appropriate, at one of NYPA’s various facilities. I understand if I disagree with the accuracy of any information in the report, I shall notify NYPA Corporate/Site security within five business days of my receipt of information. If I notify NYPA Corporate/Site security within five business days of the receipt of the report that I am challenging the information, NYPA may delay making a final decision on my unescorted access status until I have had a reasonable opportunity to address information contained in the report. It is understood that upon my discharge, voluntary resignation, or transfer to a position where unescorted access authorization is no longer required, NYPA shall be notified in writing (utilizing Attachment II Revocation of Access form) immediately so that I may be removed from the unescorted access list. It is understood that I shall return my access badge immediately to NYPA when unescorted access is no longer required. I hereby certify that all statements I have made in connection with this request are true and that I have not withheld any pertinent information. I understand that any falsification or willful misrepresentation can result in denial of access to NYPA facilities and premises and possible reimbursement to NYPA for any and all costs associated with conducting the background screening process.

Print Contractor Personnel Name

Contractor Personnel Signature

*Maintain completed document for a period of three (3) years.

Date

CS: 2.0 ATTACHMENT II Date: 12/14/2009 Revision: 8 Page 1 of 1

CORPORATE SECURITY

ATTACHMENT II NYPA ACCESS AUTHORIZATION - BACKGROUND SCREENING SECURITY PROGRAM REVOCATION OF ACCESS FORM Company

Effective Date:

□ Albany Headquarters □ Combustible Turbine □ Poletti (POL) □ White Plains Headquarters

NYPA Locations:

□ Blenheim-Gilboa (B-G) □ Flynn (HOL) □ St. Lawrence (STL) □ Other/Specify _______

□ Clark Energy Center (CEC) □ Niagara (NIA)

The Contractor’s personnel listed below no longer require access to NYPA facilities: Contractor Personnel Name: Address: Date of Birth: NYPA Badge Number:

Returned on:

Reason for Revocation:

Company Representative

Signature

Title

Company Name

Telephone

Date

Note: Terminations/Removal from NYPA job location or removal of need for NERC CIP CCA access warrants an immediate notification (within 24 hours) to Corporate/Site Security and paperwork to follow up within 7 calendar days.

*Maintain completed document for a period of three (3) years

CORPORATE SECURITY

CS: 2.0 ATTACHMENT III Date: 12/14/2009 Revision: 8 Page 1 of 1

ATTACHMENT III NYPA ACCESS AUTHORIZATION - BACKGROUND SCREENING SECURITYPROGRAM ESCORT NAME: COMPANY: DATE:

(Expires Daily)

ESCORT:

*Escorts are responsible to be physically present at all times. Failure to do so could result in loss of escort privileges and disciplinary action.

Page 1 of 2

NEW YORK CORRECTION LAW ARTICLE 23-A LICENSURE AND EMPLOYMENT OF PERSONS PREVIOUSLY CONVICTED ON ONE OR MORE CRIMINAL OFFENSES §750. Definitions. For the purposes of this article, the following terms shall have the following meanings: (1)

“Public agency” means the state or any local subdivision thereof, or any state or local department, agency, board or commission.

(2)

“Private employer” means any person, company, corporation, labor organization or association which employs ten or more persons.

(3)

“Direct relationship” means that the nature of criminal conduct for which the person was convicted has a direct bearing on his fitness or ability to perform one or more of the duties or responsibilities necessarily related to the license, opportunity, or job in question.

(4)

“License” means any certificate, license, permit or grant of permission required by the laws of this state, its political subdivisions or instrumentalities as a condition for the lawful practice of any occupation, employment, trade, vocation, business, or profession. Provided, however, that “license” shall not, for the purposes of this article, include any license or permit to own, possess, carry, or fire any explosive, pistol, handgun, rifle, shotgun, or other firearm.

(5)

“Employment” means any occupation, vocation or employment, or any form of vocational or educational training. Provided, however, that “employment” shall not, for the purposes of this article, include membership in any law enforcement agency.

§751. Applicability. The provisions of this article shall apply to any application by any person for a license or employment at any public or private employer, who has previously been convicted of one or more criminal offenses in this state or in any other jurisdiction, and to any license or employment held by any person whose conviction of one or more criminal offenses in this state or in any other jurisdiction preceded such employment or granting of a license, except where a mandatory forfeiture, disability or bar to employment is imposed by law, and has not been removed by an executive pardon, certificate of relief from disabilities or certificate of good conduct. Nothing in this article shall be constructed to affect any right an employer may have with respect to an intentional misrepresentation in connection with an application for employment made by a prospective employee or previously made by a current employee. §752. Unfair discrimination against persons previously convicted of one or more criminal offenses prohibited. No application for any license or employment, and no employment or license held by an individual, to which the provisions of this article are applicable, shall be denied or acted upon adversely by reason of the individual’s having been previously convicted of one or more criminal offenses, or by reason of a finding of lack of “good moral character” when such finding is based upon the fact that the individual has previously been convicted of one or more criminal offenses, unless: (1)

There is a direct relationship between one or more of the previous criminal offenses and the specific license or employment sought or held by the individual; or

Page 2 of 2 (2)

the issuance or continuation of the license or the granting or continuation of the employment would involve an unreasonable risk to property or to the safety or welfare of specific individuals or the general public. §753. Factors to be considered concerning a previous criminal conviction; presumption. 1. In making a determination pursuant to section seven hundred fifty-two of this chapter, the public agency or private employer shall consider the following factors: (a)

The public policy of this state, as expressed in this act, to encourage the licensure and employment of persons previously convicted of one or more criminal offenses.

(b)

The specific duties and responsibilities necessarily related to the license or employment sought or held by the person.

(c)

The bearing, if any, the criminal offense or offenses for which the person was previously convicted will have on his fitness or ability to perform one or more such duties or responsibilities.

(d)

The time which has elapsed since the occurrence of the criminal offense or offenses.

(e)

The age of the person at the time of occurrence of the criminal offense or offenses.

(f)

The seriousness of the offense or offenses.

(g)

Any information produced by the person, or produced on his behalf, in regard to his rehabilitation and good conduct.

(h)

The legitimate interest of the public agency or private employer in protecting property, and the safety and welfare of specific individuals or the general public.

2. In making a determination pursuant to section seven hundred fifty-two of this chapter, the public agency or private employer shall also give consideration to a certificate of relief from disabilities or a certificate of good conduct issued to the applicant, which certificate shall create a presumption of rehabilitation in regard to the offense or offenses specified therein. §754. Written statement upon denial of license or employment. At the request of any person previously convicted of one or more criminal offenses who has been denied a license or employment, a public agency or private employer shall provide, within thirty days of a request, a written statement setting forth the reasons for such denial. §755. Enforcement. 1. In relation to actions by public agencies, the provisions of this article shall be enforceable by a proceeding brought pursuant to article seventy-eight of the civil practice law and rules. 2. In relation to actions by private employers, the provisions of this article shall be enforceable by the division of human rights pursuant to the powers and procedures set forth in article fifteen of the executive law, and, concurrently, by the New York City commission on human rights.

A Summary of Your Rights Under the Fair Credit Reporting Act Page 1 of 3 Para informacion en espanol, visite www.ftc.gov/credit o escribe a la FTC Consumer Response Center, Room 130-A 600 Pennsylvania Ave. N.W., Washington, D.C. 20580. The federal Fair Credit Reporting Act (FCRA) promotes the accuracy, fairness, and privacy of information in the files of consumer reporting agencies. There are many types of consumer reporting agencies, including credit bureaus and specialty agencies (such as agencies that sell information about check writing histories, medical records, and rental history records). Here is a summary of your major rights under the FCRA. For more information, including information about additional rights, go to www.ftc.gov/credit or write to: Consumer Response Center, Room 130-A, Federal Trade Commission, 600 Pennsylvania Ave. N.W., Washington, D.C. 20580. •

You must be told if information in your file has been used against you. Anyone who uses a credit report or another type of consumer report to deny your application for credit, insurance, or employment – or to take another adverse action against you – must tell you, and must give you the name, address, and phone number of the agency that provided the information.



You have the right to know what is in your file. You may request and obtain all the information about you in the files of a consumer reporting agency (your “file disclosure”). You will be required to provide proper identification, which may include your Social Security number. In many cases, the disclosure will be free. You are entitled to a free file disclosure if:  A person has taken adverse action against you because of information in your credit report;  You are the victim of identity theft and place a fraud alert in your file;  Your file contains inaccurate information as a result of fraud;  You are on public assistance;  You are unemployed but expect to apply for employment within 60 days. In addition, by September 2005 all consumers will be entitled to one free disclosure every 12 months upon request from each nationwide credit bureau and from nationwide specialty consumer reporting agencies. See www.ftc.gov/credit for additional information.



You have the right to ask for a credit score. Credit scores are numerical summaries of your credit-worthiness based on information from credit bureaus. You may request a credit score from consumer reporting agencies that create scores or distribute scores used in residential real property loans, but you will have to pay for it. In some mortgage transactions, you will receive credit score information for free from the mortgage lender.



You have the right to dispute incomplete or inaccurate information. If you identify information in your file that is incomplete or inaccurate, and report it to the consumer reporting agency, the agency must investigate unless your dispute is frivolous. See www.ftc.gov/credit for an explanation of dispute procedures.



Consumer reporting agencies must correct or delete inaccurate, incomplete, or unverifiable information.

Better Decisions Through Accurate Information www.carcogroup.com

A Summary of Your Rights Under the Fair Credit Reporting Act Page 2 of 3 Inaccurate, incomplete or unverifiable information must be removed or corrected, usually within 30 days. However, a consumer reporting agency may continue to report information it has verified as accurate. •

Consumer reporting agencies may not report outdated negative information. In most cases, a consumer reporting agency may not report negative information that is more than seven years old, or bankruptcies that are more than 10 years old.



Access to your file is limited. A consumer reporting agency may provide information about you only to people with a valid need – usually to consider an application with a creditor, insurer, employer, landlord, or other business. The FCRA specifies those with a valid need for access.



You must give your consent for reports to be provided to employers. A consumer reporting agency may not give out information about you to your employer, or a potential employer, without your written consent given to the employer. Written consent generally is not required in the trucking industry. For more information, go to www.ftc.gov/credit.



You may limit “prescreened” offers of credit and insurance you get based on information in your credit report. Unsolicited “prescreened” offers for credit and insurance must include a toll-free phone number you can call if you choose to remove your name and address from the lists these offers are based on. You may opt-out with the nationwide credit bureaus at 1-888-567-8688.



You may seek damages from violators. If a consumer reporting agency, or, in some cases, a user of consumer reports or a furnisher of information to a consumer reporting agency violates the FCRA, you may be able to sue in state or federal court.



Identity theft victims and active duty military personnel have additional rights. For more information, visit www.ftc.gov/credit.

Better Decisions Through Accurate Information www.carcogroup.com

A Summary of Your Rights Under the Fair Credit Reporting Act Page 3 of 3 States may enforce the FCRA, and many states have their own consumer reporting laws. In some cases, you may have more rights under state law. For more information, contact your state or local consumer protection agency or your state Attorney General. Federal enforcers are:

TYPE OF BUSINESS:

PLEASE CONTACT:

Consumer Reporting Agencies, creditors and others not listed below

Federal Trade Commission Consumer Response Center - FCRA Washington, D.C. 20580 1-877-382-4357

National banks, federal branches/agencies of foreign banks (word “National” or initials “N.A.” appear in or after bank’s name)

Office of the Comptroller of the Currency Compliance Management, Mail Stop 6-6 Washington, D.C. 20219 800-613-6743

Federal Reserve System member banks (except national banks, and federal branches/agencies of foreign banks)

Federal Reserve Board Division of Consumer & Community Affairs Washington, D.C. 20551 202-452-3693

Savings associations and federally chartered savings banks (word “Federal” or initials “F.S.B.” appear in federal institution’s name)

Office of Thrift Supervision Consumer Complaints Washington, D.C. 20552 800-842-6929

Federal credit unions (words “Federal Credit Union” appear in institution’s name)

National Credit Union Administration 1775 Duke Street Alexandria, VA 22314 703-519-4600

State-chartered banks that are not members of the Federal reserve System

Federal Deposit Insurance Corporation Consumer Response Center 2345 Grand Avenue, Suite 100, Kansas City, MO 64108-2638 1-877-275-3342

Air, surface, or rail common carriers regulated by former Civil Aeronautics Board or Interstate Commerce Commission

Department of Transportation Office of Financial Management Washington, D.C. 20590 202-366-1306

Activities subject to the Packers and Stockyards Act, 1921

Department of Agriculture Office of Deputy Administrator - GIPSA Washington, D.C. 20250 202-720-7051

12/29/2004

Better Decisions Through Accurate Information www.carcogroup.com

APPENDIX "E" OMNIBUS PROCUREMENT ACT OF 1992 REQUIREMENTS A.

DECLARATION OF POLICY It is the policy of New York State to encourage the use of New York state subcontractors and suppliers, and to promote the participation of minority and women-owned businesses where possible, in the procurement of goods and services.

B.

1.

A New York State Business Enterprise shall mean a business enterprise, including a sole proprietorship, partnership, or corporation which offers for sale or lease or other form of exchange, goods which are sought by the Authority and which are substantially manufactured, produced or assembled in New York State or services which are sought by the Authority and which are substantially performed within New York State.

2.

A New York Resident means a natural person who maintains a fixed, permanent and principal home located within New York State and to which such person, whenever temporarily located, always intends to return.

3.

A Foreign Business Enterprise means a business enterprise, including a sole proprietorship, partnership of corporation, which offers for sale, lease or other form of exchange, goods which are sought by the corporation and which are substantially produced outside New York State, or services, other than construction services sought by the corporation which are substantially performed outside New York State. For purposes of construction services, foreign business enterprise shall mean a business enterprise, including a sole proprietorship, partnership of corporation, which has its principal place of business outside New York State.

Information concerning the availability of New York State subcontractors and suppliers and the directory of Certified Minority and Women-Owned Business Enterprises is available from: New York State Department of Economic Development Division for Small Business One commerce Plaza Albany, New York 12245 Phone: (518) 474-7756 Fax: (518) 468-6416

C.

For all contracts the Authority requires bidders to identify the location of the plant where equipment is substantially manufactured, produced or assembled or where services are substantially performed using the Geographic Origin Form, annexed hereto as Attachment 1.

D.

A bidder located in a foreign country will cooperate with any effort to obtain offset credits from foreign countries as a result of the contract. The Authority may assign or otherwise transfer offset credits created by this contract to third parties located in New York State.

E.

CONTRACTS EQUAL TO OR GREATER THAN ONE MILLION DOLLARS 1.

For any contract let by the Authority in an amount equal to or greater than one million dollars, the bidder shall, as supplementary materials to its bid: Document its efforts that it has (a) solicited bids, in a timely and adequate manner, from New York State Business Enterprises including certified Minority and Women-Owned Business, or (b) contacted the New York State Department of Economic Development to obtain listings of New York State Business Enterprises, or (c) placed notices for subcontractors and suppliers in newspapers, journals and other trade publications distributed in New York State, or (d) participated in bidder outreach conferences. If the Bidder determines that New York State Business Enterprises are not available to participate on the contract as subcontractors or suppliers, the bidder shall provide a statement to the Authority indicating the method by which such determination was made. If the Bidder does not intend to use subcontractors on the contract, the Bidder shall provide a statement to the Authority verifying such intent.

2.

As documentation of its efforts to encourage the participation of New York State Business Enterprises and Minority and Women Owned Businesses as suppliers and subcontractors pursuant to this section, the bidder shall submit the Documentation Checklist, annexed hereto as Attachment 2. The bidder's notification to New York State residents can be provided by telecopying a Fast Fax Job Order form to the Community Service Division of the New York State Department of Labor. A Fast Fax Job Order form is annexed hereto as Attachment 3. The bidder may attach a completed Fast Fax Job Order form as documentation of its efforts to provide notification pursuant to this section.

3.

Following the award of any procurement contract equal to or greater than 1 million dollars, the contractor shall submit the Post-Award Compliance Report, annexed hereto as Attachment 4, documenting its notification efforts.

4.

By submission of its bid, the bidder attests to compliance with the federal equal employment opportunity act of 1972 (P.L. 92-261), as amended.

PROC-E Rev. 3, 6/09

ATTACHMENT 1 NEW YORK POWER AUTHORITY GEOGRAPHIC ORIGIN FORM Bidder: IMPORTANT NOTE TO BIDDERS Pursuant to the Omnibus Procurement Act of 1992, the Authority is required to determine whether each award is designated as a NYSBE or FBE. Please complete this form to identify the location of the plant where each item in this bid package is substantially manufactured, produced or assembled or where services will be substantially performed. If necessary, please contact the manufacturer to insure the accuracy of this information. RETURN THIS FORM WITH YOUR PROPOSAL. NOTE: (a) If all items are substantially manufactured in the same location, complete only item 1 indicating same. (b) If all items are not substantially manufactured in the same location, complete a section for each item in this bid package. PLEASE copy this form as needed for additional items. EQUIPMENT ITEM NO. 1. Manufacturer:

DESCRIPTION & MODEL NUMBER

ESTIMATED QUANTITY

UNIT PRICE

TOTAL PRICE

$

$

$

$

$

$

$

$

$

$

$

City:

State:

Address of plant where item is substantially manufactured:

2. Manufacturer:

$ City:

State:

Address of plant where item is substantially manufactured: 3. Manufacturer:

$ City:

State:

Address of plant where item is substantially manufactured: 4. Manufacturer:

$ City:

State:

Address of plant where item is substantially manufactured: 5. Manufacturer:

$ City:

Address of plant where item is substantially manufactured: SERVICES Please indicate the location where services will be substantially performed:

PROC-E Rev. 3, 6/09

State:

ATTACHMENT 2 NEW YORK POWER AUTHORITY DOCUMENTATION CHECKLIST (FOR PROCUREMENT CONTRACTS EQUAL TO OR GREATER THAN $1 MILLION)

BIDDER:

INQUIRY NUMBER:

Pursuant to the Omnibus Procurement Act of 1992 and Section 2879 of the Public Authorities Law, the bidder is required to document its efforts to encourage participation of New York State Business Enterprises and Certified Minority and Women Business Enterprises as supplier and subcontractors. A.

The Bidder shall document its efforts to show that it has: 1.

Solicited bids in a timely and adequate manner from New York State Business Enterprises including Certified Minority and Women Owned Businesses; or

2.

Contacted the New York State Department of Economic Development to obtain listings of New York State Business Enterprises and Certified Minority and Women Owned Businesses for opportunities as subcontractors and suppliers in this procurement contract; or

3.

Notified New York State Residents of opportunities as subcontractors and suppliers in this procurement contract by one or more of the following methods: a. b. c.

Placing advertisements in newspapers, journals or other trade publications distributed in New York State. Contacting the New York State Community Service Division via the attached Fast Fax Job Order form (annexed hereto as Attachment 3). Participating in Bidder Outreach Conferences.

B.

Where there are no New York State Business Enterprises available to participate as subcontractors or suppliers, the successful bidder will provide the Authority with a statement indicating the method by which such determination was made.

C.

Where the successful bidder does not intend to use any subcontractors or suppliers in this procurement contract, a statement shall be provided to the Authority indicating such.

The undersigned assures related documentation is on file and available upon request to the Authority or New York State.

BY:

BY: SIGNATURE

PROC-E Rev. 3, 6/09

NAME/TITLE PRINTED

ATTACHMENT 4 NEW YORK POWER AUTHORITY POST-AWARD COMPLIANCE REPORT (FOR PROCUREMENT CONTRACTS EQUAL TO OR GREATER THAN $1 MILLION) To be completed by contractor upon notification of award. Pursuant to the Omnibus Procurement Act of 1992, the Authority requires the contractor to complete this form. NAME OF CONTRACTOR: 1.

CONTRACT NUMBER:

The contractor has made all reasonable efforts to encourage the participation of NYS Business Enterprises as suppliers and subcontractors in this procurement contract. YES

NO

If no, please explain:

2.

The contractor has contacted the NYS Department of Economic Development to obtain listings of NYS subcontractors and suppliers for products and services currently purchased from out-of-state/foreign firms. YES NO If no, please explain:

3.

The contractor has utilized other source(s) to identify NYS subcontractors and suppliers. YES NO If yes, please identify source(s):

If no, please explain:

4.

The contractor has complied with the federal Equal Employment Opportunity Act of 1972 (P.L. 92-261), as amended. NO YES

5.

The contractor has provided NYS residents notice of new employment opportunities resulting from this procurement contract by listing any such positions with the Job Service Division of the NYS Department of Labor via Fast Fax form or other method consistent with collective bargaining agreements or contracts. YES NO Attach documentation of notification; if none, please explain:

By signing this Post-Award Compliance Report the contractor assures the above information is true and supporting documentation is available (upon request by New York State or the Authority). BY:

BY: SIGNATURE

PROC-E Rev. 3, 6/09

NAME/TITLE PRINTED

Appendix F (3/26/12)

APPENDIX “F” Computer Aided Design Requirements for New York Power Authority Drawings General Information: The following Computer Aided Design (CAD) requirements shall apply to drawings furnished to the New York Power Authority (NYPA) by Architecture, Engineering & Construction (AEC) firms, Vendors, Manufacturers or any other organizations contracted by the New York Power Authority that involve the development of new and/or revision of existing design drawings. CAD Drawing Requirements: 1.

All CAD drawings shall be created and/or modified using officially licensed and currently supported AutoCAD software from Autodesk, Inc. (Currently supported is defined by the OEM as the three latest versions)

2.

All raster images in existing hybrid drawings (combination of raster and CAD vector information) shall be edited using officially licensed and currently supported versions of Raster Design from Autodesk, Inc.

3.

All other CAD software or third party applications shall not be used to develop or modify drawing files unless approved in advance by NYPA’s Director of Design & Drafting or designee.

4.

Drawings shall not be created or edited using other CAD related applications and then translated or converted into AutoCAD format unless approved in advance by NYPA’s Director of Design & Drafting or designee.

5.

All models in AutoCAD drawings shall be drawn at full scale in Model Space. All viewports in Paper Space shall be scaled to the noted view scale as depicted below the view name or as shown in the title block.

6.

All geometry and annotation associated with the drawing model shall be placed in Model Space with the exception of general notes, reference drawing lists, legends and view labels which shall be placed in Paper Space.

7.

Only standard line types, shape files and fonts that are installed by AutoCAD are to be used when creating new drawings or editing existing NYPA drawings.

8.

All AutoCAD objects shall be drawn with Color, Linetype, Lineweight and Plot Style properties set to ByLayer.

9.

All drawing text shall be Romans.shx font and sized to correspond to 0.1000 height and 0.9000 width in Paper Space. This shall be used on all text and dimensions placed in Model Space.

10.

All layers shall be turned on and thawed with the exception of the X-TBLOCK layer which shall remain frozen. The X-TBLOCK layer is used for concurrent engineering copies of original plant/facility drawings. (Concurrent engineering copies are controlled copies of plant or facility drawings that are created for new and existing drawings by NYPA Design & Drafting personnel for specific modifications.)

11.

AutoCAD blocks shall not be exploded.

Computer Aided Design Requirements for NYPA Drawings Page 1 of 2

Appendix F (3/26/12)

12.

Drawing files shall contain only one layout tab. Prior approval by NYPA’s Director of Design & Drafting or designee is required if multiple layout tabs are deemed necessary to accurately depict portions of the whole model.

13.

All external references in AutoCAD drawings shall be converted to standard local AutoCAD block definitions using the Insert method.

14.

NYPA shall provide the AutoCAD plot style files associated with the requested drawings. The plot style files (.ctb, .stb) shall not be altered in any way or substituted.

15.

Requests for drawing files, AutoCAD template files and drawing numbers shall be directed to NYPA’s Design/Drafting Supervisors at the respective site where the files are managed.

Submittal Requirements: 1.

Hardcopy drawing submissions shall include a set of plotted drawings that include inked approvals and a New York State Professional Engineer (P.E.) wet or embossed seal.

2.

Electronic CAD files (.dwg) shall have the NYS Professional Engineer seal as an electronic facsimile or represented as text with the State’s name, Engineer’s name, License number and approval date in the space provided on each drawing for P.E. Seals.

3.

A Portable Document Format (PDF) file shall also be provided for each CAD drawing that corresponds to the plotted drawing size.

4.

A list of all submitted drawings shall be provided in a spreadsheet format (Microsoft Excel .xls or equivalent) that contains the drawing number, original issue date, current revision number, and complete drawing title.

5.

Electronic storage media (CD/DVD) containing AutoCAD and PDF files shall be clearly marked with the Vendor’s name, NYPA Project name, NYPA Facility name and NYPA Contract number. The disc (CD/DVD) shall contain a full set of completed AutoCAD drawings that includes all approval signatures shown in AutoCAD text format.

6.

Transmittals of hard copies of drawings and storage media shall be delivered to the individual identified in the contract agreement. These requirements apply to drawings furnished for contract closeout or as record documentation.

7.

Officially signed and P.E. sealed hardcopy plots shall not contain any other manually entered content other than signatures and wet seal.

8.

Drawings and/or electronic files shall not contain any copyrighted information or entities which NYPA has not been granted full rights for use.

9.

Any questions or exceptions related to the aforementioned requirements shall be submitted to NYPA’s Director of Design & Drafting before the commencement of any design drawing work.

Computer Aided Design Requirements for NYPA Drawings Page 2 of 2

APPENDIX G EQUAL EMPLOYMENT OPPORTUNITIES REQUIREMENTS During the performance of this contract, the Contractor agrees as follows:

I.

II.

EQUAL EMPLOYMENT OPPORTUNITIES (EEO) REQUIREMENTS [Applicable to all Contracts valued at $25,000 or less] A.

The Contractor will not discriminate against any employee or applicant for employment because of age, race, creed, color, sex, national origin, marital status or disability (as defined in Section 312 of the Executive Law) and will take affirmative action to ensure that minority group members and women are afforded equal employment opportunities without discrimination on the basis of age, race, creed, color, sex, national origin, marital status or disability. Such action shall be taken with reference, but not limited to: recruitment, employment, job assignment, promotion, upgrading, demotion, transfer, layoff or termination, rates of pay or other forms of compensation, and selection for training or retraining, including apprenticeship and on-the-job training.

B.

The Contractor will send to each employment agency, labor union or authorized representative of workers with which it is bound by a collective bargaining or other agreement or understanding, a notice, to be provided by the State Division of Human Rights, advising such labor union or representative of the Contractor's agreement under clauses (a) through (g) (hereinafter called "nondiscrimination clauses"). At the request of the Authority, the Contractor shall request such employment agency, labor union or representative to furnish it with a written statement that such employment agency, labor union or authorized representative will not discriminate on the basis of age, race, creed, color, sex national origin, marital status or disability and that such employment agency, labor union or authorized representative either will affirmatively cooperate, within the limits of its legal and contractual authority, in the implementation of the policy and provisions of these nondiscrimination clauses or that is consistent and agrees that recruitment, employment and the terms and conditions of employment under this Contract shall be in clauses. If such employment agency, labor union or authorized representative fails or refuses to comply with such request that it furnish such a statement, the Contractor shall promptly notify the Authority of such failure or refusal.

C.

The Contractor will post and keep posted in conspicuous places, available to employees and applicants for employment, notices to be provided by the State Division of Human Rights setting forth the substance of the provisions of clauses A. and B. and such provisions of the State's laws against discrimination as the State Division of Human Rights shall determine.

D.

The Contractor will state, in all solicitations or advertisements for employees placed by or on behalf of the Contractor that, in performance of the Authority’s contract, all qualified applicants will be afforded equal employment opportunities without discrimination because of age, race, creed, color, sex, national origin, marital status or disability.

E.

The Contractor will comply with the provisions of Sections 291-299 of the Executive Law and with the Civil Rights Law, will furnish all information and reports deemed necessary by the State Division of Human Rights under these nondiscrimination clauses and such sections of the Executive Law, and will permit access to his books, records and accounts by the Authority, the State Division of Human Rights, the Attorney General and the Commissioner of Labor for purposes of investigation to ascertain compliance with these nondiscrimination clauses and such section of the Executive Law and Civil Rights Law.

EQUAL EMPLOYMENT OPPORTUNITIES (EEO) REQUIREMENTS [Applicable to all Contracts valued over $25,000] A.

In accordance with the Authority's Minority and Women Owned Business Enterprise Policy and with Article 15-A of the Executive Law and the regulations promulgated thereto, the Authority has established the following Equal Employment Opportunity Requirements. The EEO requirements are applicable to all Authority Contracts issued in excess of $25,000 and/or where a Contractor has a work force of 10 employees or more working on an Authority Contract.

B.

The Contractor shall designate and make known to the Authority an EEO officer who will have the responsibility for and the authority to effectively administer their EEO program.

C.

IF A CONTRACTOR DOES NOT SUBMIT, WITH ITS BID PROPOSAL, AN EEO POLICY STATEMENT AND STAFFING PLAN OR TOTAL WORK FORCE INFORMATION, THE BID WILL BE REJECTED UNLESS REASONABLE JUSTIFICATION FOR SUCH FAILURE IS PROVIDED IN WRITING OR A COMMITMENT IS MADE TO PROVIDE SUCH DOCUMENTS BY A DATE SPECIFIED BY THE AUTHORITY.

EEO POLICY It is the policy of the Authority to afford Equal Employment Opportunities regardless of race, creed, color, national origin, sex, age, disability or marital status. The EEO requirements also provide methods for Contractors to identify, recruit, and employ minority group members and women on State contracts. The parties agree as a condition of an Authority Contract to be bound by the provisions of Section 312 of Article 15-A of the Executive Law, as well as to any other applicable provisions under the law and this Contract. 1.

DEFINITIONS A)

Business Enterprise. Any entity, including a sole proprietorship, partnership or corporation which is authorized to and engages in lawful business transactions in accordance with New York State Law.

B)

Contractor. The person, partnership or corporation to whom the Authority's Procurement/Service Contract for Goods/Materials or Services is awarded.

C)

Equal Employment Opportunities (EEO). A Contractor and subcontractor's concurrence and active efforts to afford employment opportunities for minority group members and women without discrimination because of race, creed, color and national origin, sex, age, disability or marital status, and to employ and utilize minority group members and women in their work forces on Authority Contracts.

D)

Labor Force Availability Data. Data pertaining to the relevant availability and expected levels of participation of minority group members and women on Authority Contracts. The data are developed by the New York State (NYS) Department of Economic Development, Division of Minority and Women's Business Development (DMWBD) and are based upon the most recent census data provided by the NYS Department of Labor, Bureau of Labor Market Information, aggregated into nine (9) Federal Occupational Categories. The nine Occupational Categories include: Official and Admin., Professionals, Office and Clerical, Skilled Craft, Operatives, Laborers, Technicians, Service Workers, and Sales Workers.

E)

Minority Group Member. A United States Citizen or permanent resident alien who is and can demonstrate membership in one of the following groups: 1) 2)

PROC-G Rev. 2, 5/12

Black persons having origins in any of the Black African racial group; Hispanic persons of Mexican, Puerto Rican, Dominican, Cuban, Central or South American descent of either Indian or Hispanic origin, regardless of race;

3) 4)

Native American or Alaskan native persons having origins in any of the original peoples of North America; Asian and Pacific Islander persons having origins in any of the Far East countries, South East Asia, the Indian subcontinent or the Pacific Islands.

F)

Staffing Plan (Form G-1). Describes the anticipated work force on an Authority Contract broken down by ethnic background, gender and specified occupational categories and required for all non-construction Contracts subject to EEO requirements, prior to award. The form of the staffing plan shall be provided by the Authority.

G)

Work Force Employment Utilization Reports (Form G-2, G-3 & G-4). Required within ten (10) days of all contract awards. It requires a breakdown of total hours worked by Federal Occupational Category, by number of employees, by gender and by ethnic categories for NonConstruction Contracts. Work Force Employment Utilization Reports shall be provided by the Authority.

H)

1)

Project Specific Work Force Reports. Required where the work force on an Authority Contract can be separated out from a Contractor's total work force. (Required quarterly)

2)

Total Work Force Reports. Required where work force on an Authority Contract cannot be separated out from a Contractor's total work force. (Required semi-annually)

Monthly Work Force Employment Utilization Report - Construction (Form G-5). Required within ten (10) days of all contract awards. It requires a breakdown of total hours worked by Job Category, by number of employees by Federal occupational categories, by gender and by ethnic categories for Construction Contracts. The Monthly Work Force Employment Utilization Report - Construction shall be provided by the Authority. Referencing subparagraphs G1), G2), and H) above, if there has been no change in the work force quarterly, semi-annually or monthly, respectively, a written notice of such must be provided to the Authority.

I)

Goal. The term referring to the aim of ensuring that minority group members and women and certified businesses be given the opportunities for meaningful participation in employment on and in the performance of and Authority contract.

III. SUMMARY OF EQUAL EMPLOYMENT OPPORTUNITY REGULATIONS A.

The new Equal Employment Opportunity (EEO) regulations provide methods for Contractors to identify, recruit and employ minority group members and women on State contracts. The regulations enable the State, with regard to minority group members and women, to measure utilization and to assist Contractors in expanding employment opportunities.

B.

The regulations are in accordance with Section 312 of Executive Law, Article 15-A, and are consistent with the State's policy of affording equal employment opportunities regardless of race, creed, color, national origin, sex, age, disability or marital status. The regulations apply to all State contracts, as defined by Article 15-A.

C.

RESPONSIBILITIES OF CONSTRUCTION CONTRACTORS ARE TO: 1. 2. 3. 4. 5. 6.

D.

undertake or continue existing programs of affirmative action; submit to the Authority, prior to the award of the Contract, an EEO Policy Statement; ensure that all subcontractors comply with the EEO requirements; submit to the Authority, within ten (10) days of Contract award, a Work Force Employment Utilization Report including the same information now mandated by the federal government, such as employees' hours worked on activities related to the Contract broken down by specified ethnic background, gender and the construction related job titles; and provide the Authority with a Work Force Employment Utilization Report on a monthly basis throughout the life of the Contract. within five (5) business days of contract award, obtain from the Authority a copy of the New York State Labor Force Availability data document for its use in complying with EEO requirements.

RESPONSIBILITIES OF CONTRACTORS ARE TO:

COMMODITIES,

SERVICES/CONSULTING,

AND

PROFESSIONAL

CONSTRUCTION

CONSULTANT

1. 2. 3. 4(a).

undertake or continue existing programs of affirmative action; submit to the Authority an EEO policy statement after a bid opening, but before the Contract is awarded; ensure that all subcontractors comply with the EEO requirements; submit to the Authority, pre-award, a staffing plan that describes the anticipated work force on the contract broken down by ethnic background, gender and specific occupational categories; 4(b). or alternatively submit, pre-award, where the work force on the Contract can not be separated out from the contractor's total work force, information on the total work force broken down by ethnic background, gender and specified occupational categories; 5(a). submit to the Authority, within ten (10) days of Contract award, a Work Force Employment Utilization Report including the total number of actual employees working on the Contract broken down by ethnic background, gender and specified occupational categories; 5(b). or alternatively submit, within ten (10) days of Contract award, where the work force on the Contract cannot be separated out from the Contractor's total work force, semi-annual information on the total work force; and 6. provide to the Authority, when the work force utilization information changes, revised work force utilization reports on a quarterly basis throughout the life of the Contract. E.

RESPONSIBILITIES OF STATE AGENCIES ARE TO: 1. 2. 3. 4. 5. 6.

revise their annual goal plans to include steps that will be taken to implement and ensure compliance with the EEO requirements and any proposed modifications to the implementation of these requirements; supply to the successful Contractor a copy of New York State's Economic Development Labor Force Availability Data. The data is provided as a tool to aid in determining the expected level of participation consistent with the labor force availability and geographic locations of minority and women in the county where the work is being performed. provide quarterly reports to the DMWBD on Contractors' work force information broken down by ethnic background, gender and specified occupational categories; monitor Contractors' compliance with the EEO regulations and provide the DMWBD with written compliance findings annually; resolve noncompliance matters with Contractors. Those matters that cannot be resolved must be submitted to the Executive Director of the DMWBD; and conduct, on selected Contracts, in-depth analysis, evaluating whether, with regard to minority group members and women, the Contractor: a) b) c) d)

PROC-G Rev. 2, 5/12

maintains a list of recruitment sources (available from DMWBD); provides written notification to recruitment sources of job openings; disseminates its EEO policy by including it in advertising; and supports recruiting, hiring, apprentice training and internal EEO policies and procedures.

Form G-1 CONTRACTOR STAFFING PLAN

Project/RFP Title

Location of Contract: County

Contractor/Firm Name

ZIP

Address City

Check applicable categories:

(1) Staff Estimates include: (2) Type of Contract:

State

Contract/Project Staff Construction Consultants

Total Work Force Commodities

ZIP Subcontractors Services/Consultants

Total Anticipated Work Force Federal Occupational Category

Total Number of Employees

Black (Not of Hispanic Origin)

Male

Male

Female

Female

Hispanic

Male

Female

Officials/Admin. Professionals Technicians Sales Workers Office & Clerical Craft Workers Operatives Laborers Service Workers TOTALS Company Official's Name

Title

Company Official's Signature Telephone Number (

)

Date

Asian or Pacific Islander Male

Female

Native American/ Alaskan Native Male

Female

Total Percent Minority Employees

Total Percent Female Employees

CONTRACTOR WORK FORCE EMPLOYMENT UTILIZATION REPORT PROFESSIONAL CONSTRUCTION CONSULTANT FIRMS Agency New York Power Authority

/Code 99905

Contractor Firm Name

Reporting Period Check one: Quarterly Report

Semi-Annual Report

Address City

Type of Report:

Form G-2

Contract Specific

Federal ID/Payee Id No. Check One: Prime Contractor

Work Force

State Zip Check if NOT-FOR-PROFIT

Total Work Force

Contract No.

Location of Work

Subcontractor

County

ZIP

Product/Service Provided: Contract Amount: $ Contract Start Date:

Percent of Job Completed

Number of Employees Federal Occupational Category

Total Number of Employees

Black (Not of Hispanic Origin)

Male

Male

Female

Female

Hispanic

Male

Female

Officials/Admin. Professionals Technicians Sales Workers Office & Clerical Craft Workers Operatives Laborers Service Workers TOTALS Company Official's Name

Title

Company Official's Signature Telephone Number (

)

Date

Asian or Pacific Islander Male

Female

Native American/ Alaskan Native Male

Female

Total Percent Minority Employees

Total Percent Female Employees

WORK FORCE EMPLOYMENT UTILIZATION REPORT PROFESSIONAL CONSTRUCTION CONSULTANT FIRMS INSTRUCTIONS FOR COMPLETION

PURPOSE: The Work Force Employment Utilization Report for Professional Construction Consultant Firms is prepared by all contractors, and subcontractors if any, providing professional construction (e.g. architectural, engineering) services to document their actual employment of minority group members and women during the period covered by the report. The report has a format similar to forms used by the Federal government for reporting equal employment opportunity data. When the contract specific work force can be identified, the report covers all employees (including apprentices or trainees) working on the project. If the contract spec`ific work force cannot be separated out, the contractor's total work force is reported. The completed reports are used by the contracting state agency to monitor the contractor's and subcontractor's compliance with the contract's equal employment opportunity requirements. GENERAL INFORMATION: 1. Name of contracting state agency and state agency code (five digit code). 2. Reporting period covered by report (mm/dd/yy to mm/dd/yy); check to indicate Quarterly or Semi-Annual Report. 3. Contractor firm name (prime contractor on summary report submitted to agency) and address (including city name, state and zip code); check if the contractor is a NOT-FOR-PROFIT. 4. Type of Report: check to indicate whether report covers (i) the Contract Specific Work Force or (ii) the Company's Total Work Force (in the event the contract specific work force cannot be separated out). 5. Contractor Federal Employer Identification number or payee identification number (prime contractor i.d. on summary report); check to indicate prime or subcontractor report. 6. Contract Amount is dollar amount based on terms of the contract. 7. Contract number is the agency assigned number given to the contract. 8. Location of work including county and zip code where work is performed. 9. Indicate Product or Service provided by contractor (brief description). 10. Contract start date is month/day/year work on contract actually began. 11. Contractor's estimate of the percentage of work completed at the end of this reporting period. FEDERAL OCCUPATIONAL CATEGORIES: The contractor's work force is broken down and reported by the nine Federal Occupational Categories (FOC's) consistent with the Federal government's EEO-1 categories for the private sector labor force. These are: Officials and Manager, Professionals, Technicians, Sales, Office & Clerical (Administrative Support), Craft Workers, Operative, Laborers and Service Workers. The categories are general in nature, and include all related occupational job titles. The contracting agency can provide assistance in categorizing specific jobs. TOTAL NUMBER OF EMPLOYEES: Record the total number of all persons employed in each FOC during the reporting period, regardless of ethnicity (either working on the specific contract OR in the contractor's total work force, based on the type of report indicated above). Report the total number of male (M) employees in column (1) and the total number of female (F) employees in column (2) for each FOC. In columns (3) through (10) report the numbers of male and female minority group members employed, based on the following defined groups:    

Black (not of Hispanic origin): all persons having origins in any of the Black African racial groups; Hispanic: all persons of Mexican, Puerto Rican, Dominican, Cuban, Central or South American or either Indian or Hispanic origin, regardless of race; Asian or Pacific Islander: all persons having origins in any of the Far East countries, South East Asia, the Indian subcontinent or Pacific Islands; Native American or Alaskan Native: all persons having origins in any of the original peoples of North America.

TOTAL % MINORITY TOTAL % FEMALE =

=

sum of all minority group members (male and female) employed in the FOC divided by the total number of all employees in that FOC (column 1 + column 2). total number of female employees in the FOC (column 2) divided by the total number of all employees in that FOC (column 1 + column 2).

TOTALS: column totals should be calculated (sum each column) for all FOC's combined. Total minority and female percentages should be calculated as shown above, based on the column totals. SUBMISSION: The Work Force Employment Utilization Report is to be completed by both prime and subcontractors and signed and dated by an authorized representative before submission. This Company Official's name, official title and telephone number should be printed or typed where indicated on the bottom of the form. The prime contractor shall complete a report for its own work force, collect reports completed by each subcontractor, and prepare a summary report for the entire combined contract work force. The reports shall include the total number of employees in each occupational category for all payrolls completed in the monthly reporting period. The prime contractor shall submit the summary report to the contracting agency as required by Part 542 of Title 9 Subtitle N of the NYCRR pursuant to Article 15-A of the Executive Law.

CONTRACTOR WORK FORCE EMPLOYMENT UTILIZATION REPORT COMMODITIES FIRMS Agency New York Power Authority

/Code 99905

Contractor Firm Name

Reporting Period Check one: Quarterly Report

Semi-Annual Report

Address City

Type of Report:

Form G-3

Contract Specific

Federal ID/Payee Id No. Check One: Prime Contractor

Work Force

State Zip Check if NOT-FOR-PROFIT

Total Work Force

Contract No.

Location of Work

Subcontractor

County

ZIP

Product/Service Provided: Contract Amount: $ Contract Start Date:

Percent of Job Completed

Number of Employees Federal Occupational Category

Total Number of Employees

Black (Not of Hispanic Origin)

Male

Male

Female

Female

Hispanic

Male

Female

Officials/Admin. Professionals Technicians Sales Workers Office & Clerical Craft Workers Operatives Laborers Service Workers TOTALS Company Official's Name

Title

Company Official's Signature Telephone Number (

)

Date

Asian or Pacific Islander Male

Female

Native American/ Alaskan Native Male

Female

Total Percent Minority Employees

Total Percent Female Employees

WORK FORCE EMPLOYMENT UTILIZATION REPORT COMMODITIES FIRMS INSTRUCTIONS FOR COMPLETION

PURPOSE: The Work Force Employment Utilization Report for Commodities Firms is prepared by all contractors, and subcontractors if any, providing goods, products or merchandise to a state agency to document their actual employment of minority group members and women during the period covered by the report. The report has a format similar to forms used by the Federal government for reporting equal employment opportunity data. When the contract specific work force can be identified, the report covers all employees (including apprentices or trainees) working on the project. If the contract specific work force cannot be separated out, the contractor's total work force is reported. The completed reports are used by the contracting state agency to monitor the contractor's and subcontractor's compliance with the contract's equal employment opportunity requirements. GENERAL INFORMATION: 1. Name of contracting state agency and state agency code (five digit code). 2. Reporting period covered by report (mm/dd/yy to mm/dd/yy); check to indicate Quarterly or Semi-Annual Report. 3. Contractor firm name (prime contractor on summary report submitted to agency) and address (including city name, state and zip code); check if the contractor is a NOT-FOR-PROFIT. 4. Type of Report: check to indicate whether report covers (i) the Contract Specific Work Force or (ii) the Company's Total Work Force (in the event the contract specific work force cannot be separated out). 5. Contractor Federal Employer Identification number or payee identification number (prime contractor i.d. on summary report); check to indicate prime or subcontractor report. 6. Contract Amount is dollar amount based on terms of the contract. 7. Contract number is the agency assigned number given to the contract. 8. Location of work including county and zip code where work is performed. 9. Indicate Product or Service provided by contractor (brief description). 10. Contract start date is month/day/year work on contract actually began. 11. Contractor's estimate of the percentage of work completed at the end of this reporting period. FEDERAL OCCUPATIONAL CATEGORIES: The contractor's work force is broken down and reported by the nine Federal Occupational Categories (FOC's) consistent with the Federal government's EEO-1 categories for the private sector labor force. These are: Officials and Manager, Professionals, Technicians, Sales, Office & Clerical (Administrative Support), Craft Workers, Operative, Laborers and Service Workers. The categories are general in nature, and include all related occupational job titles. The contracting agency can provide assistance in categorizing specific jobs. TOTAL NUMBER OF EMPLOYEES: Record the total number of all persons employed in each FOC during the reporting period, regardless of ethnicity (either working on the specific contract OR in the contractor's total work force, based on the type of report indicated above). Report the total number of male (M) employees in column (1) and the total number of female (F) employees in column (2) for each FOC. In columns (3) through (10) report the numbers of male and female minority group members employed, based on the following defined groups:    

Black (not of Hispanic origin): all persons having origins in any of the Black African racial groups; Hispanic: all persons of Mexican, Puerto Rican, Dominican, Cuban, Central or South American or either Indian or Hispanic origin, regardless of race; Asian or Pacific Islander: all persons having origins in any of the Far East countries, South East Asia, the Indian subcontinent or Pacific Islands; Native American or Alaskan Native: all persons having origins in any of the original peoples of North America.

TOTAL % MINORITY TOTAL % FEMALE =

=

sum of all minority group members (male and female) employed in the FOC divided by the total number of all employees in that FOC (column 1 + column 2). total number of female employees in the FOC (column 2) divided by the total number of all employees in that FOC (column 1 + column 2).

TOTALS: column totals should be calculated (sum each column) for all FOC's combined. Total minority and female percentages should be calculated as shown above, based on the column totals. SUBMISSION: The Work Force Employment Utilization Report is to be completed by both prime and subcontractors and signed and dated by an authorized representative before submission. This Company Official's name, official title and telephone number should be printed or typed where indicated on the bottom of the form. The prime contractor shall complete a report for its own work force, collect reports completed by each subcontractor, and prepare a summary report for the entire combined contract work force. The reports shall include the total number of employees in each occupational category for all payrolls completed in the monthly reporting period. The prime contractor shall submit the summary report to the contracting agency as required by Part 542 of Title 9 Subtitle N of the NYCRR pursuant to Article 15-A of the Executive Law.

CONTRACTOR WORK FORCE EMPLOYMENT UTILIZATION REPORT SERVICE and/or CONSULTANT FIRMS Agency New York Power Authority

/Code 99905

Contractor Firm Name

Reporting Period Check one: Quarterly Report

Semi-Annual Report

Address City

Type of Report:

Form G-4

Contract Specific

Federal ID/Payee Id No. Check One: Prime Contractor

Work Force

State Zip Check if NOT-FOR-PROFIT

Total Work Force

Contract No.

Location of Work

Subcontractor

County

ZIP

Product/Service Provided: Contract Amount: $ Contract Start Date:

Percent of Job Completed

Number of Employees Federal Occupational Category

Total Number of Employees

Black (Not of Hispanic Origin)

Male

Male

Female

Female

Hispanic

Male

Female

Officials/Admin. Professionals Technicians Sales Workers Office & Clerical Craft Workers Operatives Laborers Service Workers TOTALS Company Official's Name

Title

Company Official's Signature Telephone Number (

)

Date

Asian or Pacific Islander Male

Female

Native American/ Alaskan Native Male

Female

Total Percent Minority Employees

Total Percent Female Employees

WORK FORCE EMPLOYMENT UTILIZATION REPORT SERVICE and/or CONSULTANT FIRMS INSTRUCTIONS FOR COMPLETION

PURPOSE: The Work Force Employment Utilization Report for Service and/or Consultant Firms is prepared by all contractors, and subcontractors if any, providing services (skilled or non-skilled) or professional consulting services to a state agency to document their actual employment of minority group members and women during the period covered by the report. The report has a format similar to forms used by the Federal government for reporting equal employment opportunity data. When the contract specific work force can be identified, the report covers all employees (including apprentices or trainees) working on the project. If the contract specific work force cannot be separated out, the contractor's total work force is reported. The completed reports are used by the contracting state agency to monitor the contractor's and subcontractor's compliance with the contract's equal employment opportunity requirements. GENERAL INFORMATION: 1. Name of contracting state agency and state agency code (five digit code). 2. Reporting period covered by report (mm/dd/yy to mm/dd/yy); check to indicate Quarterly or Semi-Annual Report. 3. Contractor firm name (prime contractor on summary report submitted to agency) and address (including city name, state and zip code); check if the contractor is a NOT-FOR-PROFIT. 4. Type of Report: check to indicate whether report covers (i) the Contract Specific Work Force or (ii) the Company's Total Work Force (in the event the contract specific work force cannot be separated out). 5. Contractor Federal Employer Identification number or payee identification number (prime contractor i.d. on summary report); check to indicate prime or subcontractor report. 6. Contract Amount is dollar amount based on terms of the contract. 7. Contract number is the agency assigned number given to the contract. 8. Location of work including county and zip code where work is performed. 9. Indicate Product or Service provided by contractor (brief description). 10. Contract start date is month/day/year work on contract actually began. 11. Contractor's estimate of the percentage of work completed at the end of this reporting period. FEDERAL OCCUPATIONAL CATEGORIES: The contractor's work force is broken down and reported by the nine Federal Occupational Categories (FOC's) consistent with the Federal government's EEO-1 categories for the private sector labor force. These are: Officials and Manager, Professionals, Technicians, Sales, Office & Clerical (Administrative Support), Craft Workers, Operative, Laborers and Service Workers. The categories are general in nature, and include all related occupational job titles. The contracting agency can provide assistance in categorizing specific jobs. TOTAL NUMBER OF EMPLOYEES: Record the total number of all persons employed in each FOC during the reporting period, regardless of ethnicity (either working on the specific contract OR in the contractor's total work force, based on the type of report indicated above). Report the total number of male (M) employees in column (1) and the total number of female (F) employees in column (2) for each FOC. In columns (3) through (10) report the numbers of male and female minority group members employed, based on the following defined groups:    

Black (not of Hispanic origin): all persons having origins in any of the Black African racial groups; Hispanic: all persons of Mexican, Puerto Rican, Dominican, Cuban, Central or South American or either Indian or Hispanic origin, regardless of race; Asian or Pacific Islander: all persons having origins in any of the Far East countries, South East Asia, the Indian subcontinent or Pacific Islands; Native American or Alaskan Native: all persons having origins in any of the original peoples of North America.

TOTAL % MINORITY TOTAL % FEMALE =

=

sum of all minority group members (male and female) employed in the FOC divided by the total number of all employees in that FOC (column 1 + column 2). total number of female employees in the FOC (column 2) divided by the total number of all employees in that FOC (column 1 + column 2).

TOTALS: column totals should be calculated (sum each column) for all FOC's combined. Total minority and female percentages should be calculated as shown above, based on the column totals. SUBMISSION: The Work Force Employment Utilization Report is to be completed by both prime and subcontractors and signed and dated by an authorized representative before submission. This Company Official's name, official title and telephone number should be printed or typed where indicated on the bottom of the form. The prime contractor shall complete a report for its own work force, collect reports completed by each subcontractor, and prepare a summary report for the entire combined contract work force. The reports shall include the total number of employees in each occupational category for all payrolls completed in the monthly reporting period. The prime contractor shall submit the summary report to the contracting agency as required by Part 542 of Title 9 Subtitle N of the NYCRR pursuant to Article 15-A of the Executive Law.

CONTRACTOR MONTHLY WORK FORCE EMPLOYMENT UTILIZATION REPORT - CONSTRUCTION New York Power Authority

Agency

/Code

Contractor Firm Name

99905

Reporting Period

Address City

Federal Id/Payee Id No. Check One:

State

Contract No. Prime Contractor

ZIP

Location of Work County ZIP Percent of Job Completed:

Subcontractor Contract Start Date:

Contract Amount

Form G-5

$

F=Foreman/Supv. J=Journeyworker A=Apprentice/Trainee Job or Trade Category

**

Total Hours Worked All Employees M

F

Black (Not of Hispanic Origin) M

F

Hispanic M

F

Asian or Pacific Islander M

Native American/ Alaskan Native

F

M

Field Office Staff: Professionals Office/Clerical F J

Laborers

A F Equipment Operators

J A F

Surveyors

J A F

Truck Drivers

J A F

Iron Workers

J A F

Carpenters

J A F

Cement Masons

J A F

Painters

J A F

Electricians

J A F

Plumbers

J A

Other:

F J A

GRAND TOTALS Company Official's Name

Title

Company Official's Signature Telephone Number (

Total Number of Employees

Total Hours Worked During Reporting Period

)

Date

F

Minority %

Total Number of Minority Employees

Female % M

F

M

F

MONTHLY WORK FORCE EMPLOYMENT UTILIZATION REPORT - CONSTRUCTION INSTRUCTIONS FOR COMPLETION PURPOSE: The Monthly Work Force Employment Utilization Report is prepared by all construction contractors, and subcontractors to document their actual employment of minority group members and women during the period covered by the report. The report has a format similar to forms used by the Federal government (e.g. U.S. Department of Labor) for reporting equal employment opportunity data. The report covers all hourly workers, including foremen, supervisors or crew chiefs, journey workers and apprentices or trainees working on the project. Professional and office clerical field office staff working ont he contract shall also be reported. The completed reports are used by the contracting state agency to monitor the contractor's and subcontractor's compliance with the contract's equal employment opportunity requirements. GENERAL INFORMATION: 1. Name of contracting state agency and state agency code (five digit code). 2. Reporting period covered by report (month/year). 3. Contractor or subcontractor firm name (prime contractor on summary report submitted to agency) and address (including city name, state and zip code). 4. Contractor or subcontractor Federal Employer Identification number or payee identification number (prime contractor i.d. on summary report); check to indicate prime or subcontractor report. 5. Contract Amount is dollar amount based on terms of the contract. 6. Contract number is the agency assigned number given to the contract. 7. Location of work including county and zip code where work is performed. 8. Contract start date is month/day/year work on contract actually began. 9. Contractor's estimate of the percentage of work completed at the end of this reporting period. JOB OR TRADE CATEGORIES: A field office staff category plus ten job categories are printed on the form. These are trades commonly used in construction. The categories are intended to be general in nature, and may include several occupational job titles. IF trades other than those identified are required to perform work on the contract, this work should be combined and reported in the "Other" category. Work level designations of foreman/supervisor (F), journeyworker (J), and apprentice/trainee (A) are included as separate entries for each standard job category; hours worked must be recorded opposite the appropriate work level for each. TOTAL HOURS WORKED DURING REPORTING PERIOD: Record the total hours worked by all employees during the reporting period, regardless of ethnicity, under each job category in column (1) for males (M) and column (2) for females (F). In columns (3) thru (10) report the total hours worked by male and female minority group members of one of the following defined groups:    

Black (not of Hispanic origin): all persons having origins in any of the Black African racial groups; Hispanic: all persons of Mexican, Puerto Rican, Dominican, Cuban, Central or South American or either Indian or Hispanic origin, regardless of race; Asian or Pacific Islander: all persons having origins in any of the Far East countries, South East Asia, the Indian subcontinent or Pacific Islands; Native American or Alaskan Native: all persons having origins in any of the original peoples of North America.

MINORITY % = FEMALE % =

sum of all minority group members (M and F) in job category divided by the total hours worked by all employees in that job category (column 1 + column 2). total hours worked by all female employees in the job category (column 2) divided by the total hours worked by all employees in that job category (column 1 + column 2).

TOTAL NUMBER OF EMPLOYEES: record the total number of all persons employed during the reporting period, regardless of ethnicity; report the numbers of male (M) and female (F) employees separately. TOTAL NUMBER OF MINORITY EMPLOYEES: record the total number of minority persons employed during the reporting period; report the numbers of minority male (M) and minority female (F) employees separately. GRAND TOTALS: column totals should be calculated for all job categories combined. Total minority and female percentages should be calculated as shown above, based on the column grand totals. SUBMISSION: The monthly Work Force Employment Utilization Report is to be completed by both prime and subcontractors and signed and dated by an authorized representative before submission. This Company Official's name, official title and telephone number should be printed or typed where indicated on the bottom of the form. The prime contractor shall complete a report for its own work force, collect reports completed by each subcontractor, and prepare a summary report for the entire combined contract work force. The reports shall include the total work hours for all employees in each work category for all payrolls completed in the monthly reporting period. The prime contractor shall submit the summary report to the contracting agency as required by Part 542 of Title 9 Subtitle N of the NYCRR pursuant to Article 15-A of the Executive Law.

APPENDIX H TAX LAW REQUIREMENTS New York State Tax Law Section 5-a became effective August 20, 2004 for all covered procurements initiated on or after January 1, 2005 and was subsequently amended effective April 26, 2006. It applies to contracts where (1) the total amount of contractor’s sales delivered into New York State are in excess of $300,000 for the four sales tax quarters immediately preceding the quarterly period in which the certification is made, and with respect to any contractors, subcontractors, or affiliates of contractors whose sales delivered into New York State exceeded $300,000 for the four sales tax quarters immediately preceding the quarterly period in which the certification is made, and (2) the contracts or agreements with state agencies or public authorities for the sale of commodities or services have a value in excess of $100,000. This law imposes upon contractors the obligation to certify, prior to the effective date of the contract, whether or not the contractor, its subcontractors, and affiliates of the contractors are required to register to collect state sales and compensating use tax. Where required to register, the contractor must also certify that it is, in fact, registered with the Department of Taxation and Finance (DTF). Contractor certification forms and instructions for completing the forms can be found at the website noted below. Proposed contractors should complete and return the certification forms within two business days of request prior to any contract award. Failure to respond timely may render a proposed contractor non-responsive and nonresponsible. Proposed contractors shall take the necessary steps to provide properly certified forms, within a timely manner to ensure compliance with the law. In addition, if the contractor fails to make the certification required by New York Tax Law Section 5-a, or if, during the term of the contract, the approving agency discovers that such certification was false when made, then such failure or false certification will be a material breach of the contract, and the contract may be subject to termination if the approving agency determines that such action is in the best interests of the State of New York. IMPORTANT NOTICE In the case of a contract in which the terms provide for renewal upon expiration of an initial or subsequent term, the contractor must submit a certification document to the Authority, by the day prior to the commencement date of the next succeeding term of the contract. All covered contracts awarded, amended, extended, renewed or assigned on or after April 26, 2006 require form ST-220-CA to be filed with the Authority which certifies that ST-220-TD has been filed with the DTF and is up to date. 1 Contractors may call the DTF at 1-800-698-2931 for any and all questions relating to Tax Law Section 5-a and relating to a company’s registration status with the DTF. For additional information and frequently asked questions, please refer to the DTF website: http://www.nystax.gov 1

All covered procurements initiated on or after January 1, 2005 and awarded prior to April 26,2006 shall be governed by the former rules and procedures as described in http://www.osc.state.ny.us/agencies/gbull/g222.htm

PROC-H REV. 2, 5/07

Page 1 of 1



New York State Department of Taxation and Finance



(Pursuant to Section 5-a of the Tax Law, as amended, effective April 26, 2006)



ST-220-CA

Contractor Certification to Covered Agency

(6/06)

For information, consult Publication 223, Questions and Answers Concerning Tax Law Section 5-a (see Need Help? on back). Contractor name

For covered agency use only Contract number or description

Contractor’s principal place of business

City

Contractor’s mailing address (if different than above) Contractor’s federal employer identification number (EIN)

State

ZIP code

Contractor’s sales tax ID number (if different from contractor’s EIN)

Estimated contract value over the full term of contract (but not including renewals) $

Contractor’s telephone number

Covered agency name

Covered agency address

Covered agency telephone number

I, , hereby affirm, under penalty of perjury, that I am (name) (title) of the above‑named contractor, that I am authorized to make this certification on behalf of such contractor, and I further certify that: (Mark an X in only one box)

G

The contractor has filed Form ST-220-TD with the Department of Taxation and Finance in connection with this contract and, to the best of contractor’s knowledge, the information provided on the Form ST-220-TD, is correct and complete.

G

The contractor has previously filed Form ST-220-TD with the Tax Department in connection with



(insert contract number or description)

and, to the best of the contractor’s knowledge, the information provided on that previously filed Form ST-220-TD, is correct and complete as of the current date, and thus the contractor is not required to file a new Form ST-220-TD at this time.

Sworn to this



day of

, 20

(sign before a notary public)

(title)

Instructions General information Tax Law section 5-a was amended, effective April 26, 2006. On or after that date, in all cases where a contract is subject to Tax Law section 5-a, a contractor must file (1) Form ST-220-CA, Contractor Certification to Covered Agency, with a covered agency, and (2) Form ST-220-TD with the Tax Department before a contract may take effect. The circumstances when a contract is subject to section 5-a are listed in Publication 223, Q&A 3. This publication is available on our Web site, by fax, or by mail. (See Need help? for more information on how to obtain this publication.) In addition, a contractor must file a new Form ST-220-CA with a covered agency before an existing contract with such agency may be renewed. If you have questions, please call our information center at 1 800 698-2931.

Note: Form ST-220-CA must be signed by a person authorized to make the certification on behalf of the contractor, and the acknowledgement on page 2 of this form must be completed before a notary public.

When to complete this form As set forth in Publication 223, a contract is subject to section 5-a, and you must make the required certification(s), if: i. The procuring entity is a covered agency within the meaning of the statute (see Publication 223, Q&A 5); ii. The contractor is a contractor within the meaning of the statute (see Publication 223, Q&A 6); and iii. The contract is a contract within the meaning of the statute. This is the case when it (a) has a value in excess of $100,000 and (b) is a contract for commodities or services, as such terms are defined for purposes of the statute (see Publication 223, Q&A 8 and 9). Furthermore, the procuring entity must have begun the solicitation to purchase on or after January 1, 2005, and the resulting contract must have been awarded, amended, extended, renewed, or assigned on or after April 26, 2006 (the effective date of the section 5-a amendments).

Page 2 of 2  ST-220-CA (6/06)

Individual, Corporation, Partnership, or LLC Acknowledgment STATE OF COUNTY OF



} :





}

SS.:

On the    day of

in the year 20

, before me personally appeared

,

known to me to be the person who executed the foregoing instrument, who, being duly sworn by me did depose and say that   he resides at

,

Town of

,

County of

,

State of

; and further that:

[Mark an X in the appropriate box and complete the accompanying statement.]

G (If an individual): _he executed the foregoing instrument in his/her name and on his/her own behalf. G

(If a corporation): _he is the



of , the corporation described in said instrument; that, by authority of the Board of Directors of said corporation, _he is authorized to execute the foregoing instrument on behalf of the corporation for purposes set forth therein; and that, pursuant to that authority, _he executed the foregoing instrument in the name of and on behalf of said corporation as the act and deed of said corporation.

G

(If a partnership): _he is a



of , the partnership described in said instrument; that, by the terms of said partnership, _he is authorized to execute the foregoing instrument on behalf of the partnership for purposes set forth therein; and that, pursuant to that authority, _he executed the foregoing instrument in the name of and on behalf of said partnership as the act and deed of said partnership.

G

(If a limited liability company): _he is a duly authorized member of , LLC, the limited liability company described in said instrument; that _he is authorized to execute the foregoing instrument on behalf of the limited liability company for purposes set forth therein; and that, pursuant to that authority, _he executed the foregoing instrument in the name of and on behalf of said limited liability company as the act and deed of said limited liability company.



Notary Public Registration No.

Need help? Privacy notification The Commissioner of Taxation and Finance may collect and maintain personal information pursuant to the New York State Tax Law, including but not limited to, sections 5-a, 171, 171‑a, 287, 308, 429, 475, 505, 697, 1096, 1142, and 1415 of that Law; and may require disclosure of social security numbers pursuant to 42 USC 405(c)(2)(C)(i). This information will be used to determine and administer tax liabilities and, when authorized by law, for certain tax offset and exchange of tax information programs as well as for any other lawful purpose. Information concerning quarterly wages paid to employees is provided to certain state agencies for purposes of fraud prevention, support enforcement, evaluation of the effectiveness of certain employment and training programs and other purposes authorized by law. Failure to provide the required information may subject you to civil or criminal penalties, or both, under the Tax Law. This information is maintained by the Director of Records Management and Data Entry, NYS Tax Department, W A Harriman Campus, Albany NY 12227; telephone 1 800 225‑5829. From areas outside the United States and outside Canada, call (518) 485‑6800.



Internet access: www.nystax.gov   (for information, forms, and publications) Fax-on-demand forms:

1 800 748-3676

Telephone assistance is available from   8:00 A.M. to 5:00 P.M. (eastern time),   Monday through Friday. To order forms and publications: From areas outside the U.S. and outside Canada:

1 800 698‑2931 1 800 462-8100 (518) 485-6800

Hearing and speech impaired (telecommunications device for the deaf (TDD) callers only):

1 800 634-2110

Persons with disabilities: In compliance with the Americans with Disabilities Act, we will ensure that our lobbies, offices, meeting rooms, and other facilities are accessible to persons with disabilities. If you have questions about special accommodations for persons with disabilities, please call 1 800 972-1233.

APPENDIX J BIDDER/CONTRACTOR COMPLIANCE WITH STATE FINANCE LAW §§139-J AND 139-K PROVIDING FOR CERTAIN PROCUREMENT DISCLOSURES I.

Disclosure of Persons or Organizations This bid document, and any resulting contract, is subject to the provisions of New York State Finance Law §§ 139-j and 139-k providing for increased disclosure in the public procurement process through identification of persons or organizations whose function is to influence procurement contracts, public works agreements and real property transactions. The State Finance Law requires the Authority to obtain identifying information on every individual or entity, or any employee, agent or consultant or person acting on behalf of such individual or entity that contacts the Authority where a reasonable person would infer that the communication was intended to influence the Authority procurement during the Restricted Period. The “Restricted Period” refers to the period of time commencing with the earliest written notice, advertisement or solicitation of a request for proposal, invitation for bids, or solicitation of proposals, or any other method for soliciting a response from bidders intending to result in a procurement contract and ending with the final contract award. The Authority is also obligated to collect information on whether such person or organization has a financial interest in the procurement. Thereafter, the State Finance Law also requires the Authority to obtain such identifying information on every person or organization subsequently retained, employed or designated by or on behalf of the contractor to attempt to influence the procurement process. A covered agency or authority shall ensure that a contractor informs such agency or authority of persons or organizations subsequently retained, employed or designated by or on behalf of the contractor before the agency or authority is contacted. In order to comply with these requirements, the bidder/contractor shall provide the Authority, as part of its proposal, with the names, addresses and other

Rev. 5/20/10

Page 1 of 2

pertinent information as shown on the attached Form “J-1”, of all employees, outside firms, or other entities retained, employed, or designated by or on behalf of the contractor to attempt to influence the procurement process including, but not limited to, negotiation of any contract arising from the bid solicitation. II.

Bidder/Contractor Disclosure of Prior Non-Responsibility Determinations The State Finance Law requires the Authority to make a determination of responsibility of the proposed awardee for a procurement contract. It also mandates consideration of whether a contractor has intentionally provided false or incomplete information under such provisions within the last five years, and whether a contractor has failed to timely disclose accurate and complete information or otherwise cooperate in the implementation of such provisions. A failure to timely disclose such information shall be considered in the Authority’s determination of responsibility of the bidder/contractor. In order to assess this information, bidder/contractor shall complete the attached form “J-2”.

III.

Bidder/Contractor Certification of Compliance The State Finance Law requires that every procurement contract subject to its provisions contain a certification that all information provided to the Authority, as required by this Appendix J, is complete, true and accurate. A procurement contract may be terminated upon a finding that an awardee intentionally provided false or incomplete information to the Authority as required by this Appendix J. Bidder/Contractor shall complete the attached Form “J-3”.

Rev. 5/20/10

Page 2 of 2

Appendix J

Page 1 of 2 Form J-1 BIDDER/CONTRACTOR DISCLOSURE OF CONTACTS FORM

Procurement ID Number (RFP or Q No.:) Bidder/Contractor Name: Address:

City:

State:

Zip Code:

Person submitting this form: Name: Title:

Telephone No.:

(A) Bidder/Contractor Personnel (Include company officers, sales or marketing personnel, engineers, lawyers, insurance specialists and other personnel) Financial Interest in Name Location Title Telephone No. the Procurement? 1. Yes No 2.

Yes

No

3.

Yes

No

4.

Yes

No

5.

Yes

No

6.

Yes

No

7.

Yes

No

8.

Yes

No

9.

Yes

No

10.

Yes

No

Rev. 5/20/10

Appendix J

Page 2 of 2 Form J-1 BIDDER/CONTRACTOR DISCLOSURE OF CONTACTS FORM

Procurement ID Number (RFP or Q No.:) Bidder/Contractor Name: Address:

City:

State:

Zip Code:

(B) Outside Person or Organization

1.

Financial Interest in the Procurement? Yes No

2.

Yes

No

3.

Yes

No

4.

Yes

No

5.

Yes

No

6.

Yes

No

7.

Yes

No

8.

Yes

No

9.

Yes

No

10.

Yes

No

Name and Company

Rev. 5/20/10

Address

Title

Telephone No.

Appendix J Page 1 of 2 Form J-2 Contractor Disclosure of Prior Non-Responsibility Determinations Bidder/Contractor Name: Address:

City:

State:

Zip Code:

Person submitting this form: Name: Title:

Telephone No.:

Has any covered agency or authority made a finding of non-responsibility regarding the Contractor in the last five years? No

Yes

If yes, was the basis for the finding of the Contractor’s non-responsibility due to the intentional provision of false or incomplete information required by New York Power Authority or another state agency regarding certain procurement disclosures? No

Yes

Covered Agency or Authority: Year of Finding on Non-Responsibility: Basis of Finding of Non-Responsibility:

Rev. 5/20/10

Appendix J Form J-3

Contractor Certification of Compliance Contractor certifies that all information provided to the Authority with respect to the Authority’s updated procedures, consistent with New York State Finance Law §§ 139-j and 139-k, providing for certain disclosures is complete, true and accurate. Contractor affirms that it understands and agrees to comply with the practices of the Authority relative to permissible contacts as required by New York State Finance Law §§139-j(3) and 139-j(6)(b).

Bid/Contract Number CONTRACTOR CERTIFICATION: I certify that all information provided to the Authority with respect to the Authority’s practices providing for certain disclosures is complete, true and accurate.

By (signature:)

Date:

Name (printed or typed:) Title: Contractor: Address: City:

Rev. 5/20/10

State:

Zip Code:

APPENDIX M Use of Ultra Low Sulfur Diesel Fuel and Best Available Retrofit Technology (BART) for Heavy Duty Vehicles

The New York Power Authority (Authority) is a regulated entity under 6 NYCRR Part 248. All Contracts to provide labor, services, materials and/or equipment on behalf of a regulated entity shall require the Contractor (a.k.a. Independent Contractor) to comply with 6 NYCRR Part 248. The Authority is required to collect information from Contractors which demonstrates compliance with 6 NYCRR Part 248 and to submit the collected information specified in Section C below to the New York State Department of Environmental Conservation (DEC) as part of the Authority’s Part 248 annual report. A.

B.

VEHICLE EXEMPTIONS (Types): 1.

Gasoline powered vehicles

2.

All vehicles less than 8500 gross vehicle weight (GVW)

3.

Model year 2007 and later diesel powered heavy duty vehicles

4.

6 NYCRR 248-1.1 (b.) (14) Definitions

APPLICABLE REQUIREMENTS: 1.

All diesel powered Heavy Duty Vehicles (HDVs), greater than 8500 GVW, owned by, operated by, or leased by the Contractor and used in the performance of the Contract/Purchase Order shall be powered by Ultra Low Sulfur Diesel Fuel (ULSD).

2.

All diesel powered HDVs owned by, operated by, or leased by the Contractor and used to provide labor, services, materials and/or equipment shall utilize BART according to the following schedule: (a)

3.

C.

100% shall have BART by December 31, 2010

All diesel powered HDVs Contractor may utilize via subcontracted services to deliver labor, services, materials and/or equipment to Authority owned or operated facilities shall utilize BART according to the schedule in B.2 (a) above.

COMPLIANCE WITH THE BART REQUIREMENTS: 1.

The Contractor shall provide an inventory of all HDVs used in the performance of the Contract/Purchase Order according to the NYS DEC prescribed format (Appendix M – Attachment 1entitled “Heavy Duty Diesel Vehicle Inventory List).

2.

The Contractor shall use one of the following two technology options for each of its inventoried HDVs:

(a)

Model year 2007 and newer HDVs with an engine certified to the applicable 2007 EPA standard for particulate matter ( 0.01 g/bhp-hr) as set forth in section 86.00711 of title 40 of the Code of Federal Regulations (see Table 1, Section 200.9 of this Title) or to any subsequent USEPA standard for such pollutant that is at least as stringent; or

(b)

BART Evaluation and Selection Process. (i)

BART shall be selected from the diesel retrofit technologies (products) verified by either the EPA or the California Air Resources Board (CARB).

(ii)

The specific procedures for evaluating and selecting BART for each applicable HDV are as follows: (a) The BART regulated entity or Contractor shall review the EPA and CARB list of BART classification level 3 products to determine if any of the classification level 3 products are applicable and available for the inventoried specific HDV engine and application. In no case shall a product(s) be selected which results in a net increase in the emissions of either PM or NO x. (b) If more than one classification level 3 product is applicable and available and the product(s) provides an additional NOx reduction benefit, a cost analysis shall be performed in accordance with Clause 248-3.1(f)(2) x(ii)(c) of this Part. (c) If the cost of the product(s) that provides the greatest NOx reduction is less than or equal to 30 percent more than that of the other applicable and available classification level 3 products, then the product(s) with the greatest NOx reduction shall be selected. For the purpose of the cost analysis, criteria that shall be considered are the cost of the products themselves and the cost of installation. (d) If more than one classification level 3 product is applicable and available and none of which contain an additional NOx reduction benefit, then any of those applicable and available classification level 3 products may be selected. (e) If no classification level 3 product is determined applicable and

Proc-M Rev. 0, 5/24/2010 2

available for use on a specific HDV engine and application, then the BART regulated entity or contractor shall continue the evaluation and selection process for classification level 2 products as indicated in C. 2.(b)(ii)(f) below. (f) The same evaluation and selection process as noted in C.2.(b)(ii)(a) through (d) above performed for classification level 3 products shall be performed for classification level 2 products. (g) If no classification level 2 product is determined applicable and available for use on a specific HDV engine and application, then the BART regulated entity or Contractor shall continue the evaluation and selection process for classification level 1 products as indicated in C. 2.(b)(ii)(h) below. (h) The same evaluation and selection process as noted in C.(2)(b)(ii)(a) through (d) above, performed for classification level 3 products shall be performed for classification level 1 products. (i) If no classification level 1 product is determined applicable and available for use on a specific HDV engine and application, then the BART regulated entity or Contractor shall apply for a waiver from the DEC for the specific HDV according to the procedures specified in 6 NYCRR Subdivision 248-4.1(b). 3.

4.

D.

The Contractor shall: (1)

fully document all steps performed in accordance with Paragraphs C. 2.(a) and C.2.(b) selection processes as described above;

(2)

make available or provide all documentation to the DEC upon its request; and

(3)

retain all documentation generated in Paragraphs C. 2.(a) and C. 2.(b) selection processes as described above, for five years or as long as the selected option is in use, whichever is longer.

The Contractor's failure to fully document the use of Paragraphs C. 2.(a) or C. 2.(b) or to provide such documentation shall be considered a violation of Subdivision 248-3.1(f) of 6 NYCRR Part 248 and is subject to applicable penalties.

DELIVERABLES:

Proc-M Rev. 0, 5/24/2010 3

1.

The Contractor shall provide the following submittals: (a)

The completed HDV inventory form specified in C.1. above.

(b)

Documentation demonstrating compliance with the BART technology options specified in C. 2. above, as follows: Contract Type

2.

Submittal Schedule



All Construction Work:

Prior to commencement of construction related work.



All Other Work/Services:

Prior to commencement of the Work/Service(s)



Equipment:

No later than thirty (30) day after order entry.

The Contractor shall mail its submittal(s) to the attention of the “Procurement Department” at the appropriate Authority office below that originated the Contract/Purchase Order: New York Power Authority 123 Main Street White Plains, NY 10601 New York Power Authority Clark Energy Center 6520 Glass Factory Road P.O. Box 191 Marcy, New York 13403-2100 New York Power Authority Blenheim-Gilboa Power Project 397 Power Plant Access Road P.O. Box 200 Gilboa, New York 12076 New York Power Authority Niagara Power Project 5777 Lewiston Road Lewiston, New York 14092-2199 New York Power Authority St. Lawrence/FDR Power Plant Robert Moses Power Dam 830 Barnhart Island P.O. Box 700

Proc-M Rev. 0, 5/24/2010 4

Massena, New York 13662 New York Power Authority Charles Poletti Power Project 31-03 20th Avenue Astoria, New York 11105-2014 3.

The Contractor’s failure to provide required submittals including but not limited to the correct NYPA Contract/Purchase Order Number, may delay payment of invoices.

IN WITNESS WHEREOF, I HEREBY CERTIFY that I am duly authorized to execute this binding certification on behalf of the Contractor, I have personally examined and am familiar with the provisions above, and I certify that based on reasonable investigation, including my inquiry of those individuals responsible for obtaining the information in the submitted information is true, accurate and complete to the best of my knowledge and belief. I understand that a false statement in the submitted information may be punishable as a criminal offense, under Article 175 of the New York State Penal Law, and in accordance with any other applicable statute or regulation.

Yes I am aware of the requirements and fully understand that failure to comply promptly may result in additional cost which shall be borne by the Contractor. No diesel powered vehicles greater than 8500 GVW will be used.

Date: Company Name: (print or type) Contractor Signature: Print (or type) Name: Print (or type) Title:

For New York Power Authority Official Use Only: Contract/P.O. Number: Proc-M Rev. 0, 5/24/2010 5

Appendix M - Attachment 1 Heavy Duty Diesel Vehicle Inventory List (Use additional worksheets as necessary) Contractor Name:

Contractor Address:

NYPA Contract/ Purchase Order #:

VEHICLE # (e.g., “1”)

Instructions: 1. Contractor must submit one (1) completed form per vehicle. 2. Indicate “N/A” If any field is not applicable for the Vehicle 3. For definitions of the terms below, refer to 6 NYCRR Subpart 248-1 VEHICLE IDENTIFICATION NUMBER (VIN): LICENSE PLATE NUMBER: ON-ROAD VEHICLE (Y/N) : OFF ROAD VEHICLE (Y/N) : VEHICLE DESCRIPTION TYPE VEHCILE/USAGE: ALTERNATIVE FUEL VEHICLE OR ENGINE (Y/N) : BI-FUEL VEHICLE (Y/N) : DEVICE RETROFITTED PRIOR TO FEBRUARY 12, 2007 (Y/N) ODOMETER READING OR ENGINE HOURS: DATE OF ODOMETER READING OR ENGINE HOURS: NAME OF FACILITY WHERE VEHICLE IS LOCATED: LOCATION OF VEHICLE ADDRESS: CITY OF VEHICLE LOCATION: STATE: GVWR: CHASSIS MAKE: CHASSIS MODEL: CHASSIS MODEL YEAR: ENGINE SERIAL NUMBER: ENGINE MAKE: ENGINE MODEL: ENGINE MODEL YEAR: ECM S/N: ENGINE DISPLACEMENT: RATED HP: ENGINE CLASS: NUMBER OF CYLINDERS: TURBOCHARGED OR NATURALLY ASPIRATED (T = TURBO & N = NATURALLY ASPIRATED) : Proc-M Rev. 0, 5/24/2010 6

RETROFIT PRODUCT NAME: RETROFIT CLASSIFICATION LEVEL NUMBER (I.E LEVEL 1, 2 OR 3) : DATE OF PRODUCT INSTALLATION: CARB FAMILY NAME (IF APPLICABLE): INSTALLER/VENDOR NAME: INSTALLER CONTACT INFO: OEM APC DEVICE INSTALLED TYPE (IF APPLICABLE): OEM EGR EQUIPPED (Y/N): NOx REFLASH (FOR NOx AFFECTIVE ENGINES ONLY) (Y/N) DATE OF NOX REFLASH: NOx REFLASH VERSION: ANNUAL USAGE (MILEAGE/HOURS) : DIESEL EMISSION OPACITY RESULTS: DATE OF EMISSIONS TEST: REPOWER WITH 2007 USEPA STANDARD FOR PM 0.01 g/bhp-hr (Y/N) : DATE OF REPOWER WITH 2007 USEPA STANDARD FOR PM 0.01 g/bhp-hr: : VEHICLE ENGINE RETIRE DATE: BART WAIVER ID #: ISSUE DATE OF BART WAIVER: FUEL CHARACTERISTIC TYPE - ULSD (Y/N) : QUANTITY OF ULSD USED:

Proc-M Rev. 0, 5/24/2010 7

Appendix “N” The New York State Iran Divestment Act of 2012 Iranian Energy Sector Divestment This bid document and any resulting contract are subject to the provisions of New York State Public Authorities Law § 2879-c Iranian Energy Sector Divestment. This Appendix requires persons or organizations to certify that they do not ‘engage in investment activities” (as defined in section 2 below) in an energy sector of Iran and if they do, to take certain other actions. 1.

As used in this section [§ 2879-c]: a) “Energy sector” of Iran means activities to develop petroleum or natural gas resources or nuclear power in Iran. b) “Financial institution” means the term as used in Section 14 of the Iran Sanctions Act of 1996 (Public Law 104-172; 50 U.S.C. 1701 note). c) “Investment” means a commitment or contribution of funds or property, a loan or other extension of credit; and the entry into or renewal of a contract for goods or services. d) “Iran” includes the government of Iran and any agency or instrumentality of Iran. e) “Person” means any of the following; i) A natural person, corporation, company, limited liability company, business association, partnership, society, trust, or any other nongovernmental entity, organization, or group. ii) Any governmental entity or instrumentality or a government, including a multilateral development institution, as defined in Section 1701(c)(3) of the International Financial Institutions Act (22 U.S.C. 262r(c)(3).). iii) Any successor, subunit, parent entity, or subsidiary of, or any entity under common ownership or control with, any entity described in subparagraph one or two of this paragraph.

2.

For purposes of this section [§ 2879-c], a person engages in investment activities in Iran if: a) The person provides goods or services of twenty million dollars or more in the energy sector of Iran, including a person that provides oil or liquefied natural gas tankers, or products used to construct or maintain pipelines used to transport oil or liquefied natural gas, for the energy sector of Iran, or b) The person is a financial institution that extends twenty million dollars or more in credit to another person, for forty-five days or more, if that person will use the credit to provide goods or services in the energy sector in Iran and is identified on The List of Entities created by the Commissioner of General Services at www.ogs.ny.gov.

3.

Notwithstanding any other provision of § 2879-c or any other law to the contrary, no state or local public authority or an interstate or international authority, or subsidiary thereof, shall enter into any contract for work or services performed or to be performed or goods sold or to be sold, with a person that is identified on a list created by the Commissioner of General Services pursuant to paragraph (b) of subdivision three of section one hundred sixty-five-a of the state finance law as a person engaging in investment activities in Iran as described in subdivision two of the section.

Proc-N, Rev 0. 07/12/13

Page 1 of 2

Appendix “N” Contractor Certification of Compliance Contractor certifies that all information provided to the Authority regarding Contractor’s investment activities in the Iranian energy sector is complete, true, and accurate. Contractor affirms that it understands and agrees to comply with the practices of the Authority relative to permissible contacts as required by New York State Public Authorities Law § 2879-c and New York State Iran Divestment Act of 2012. Bid/Contract Number: CONTRACTOR CERTIFICATION: “By signing this contract, each person and each person signing on behalf of any other party certifies, and in the case of a joint bid or partnership each party thereto certifies as to its own organization, under penalty of perjury, that to the best of its knowledge and belief that each person is not on The List of Entities created by the Commissioner of General Services pursuant to paragraph (b) of subdivision 3 of section 165-a of the New York State Finance Law.”

By (signature):

Date:

Name (printed or typed): Title: Contractor: Address: City:

State:

Proc-N, Rev 0. 07/12/13

Page 2 of 2

Zip Code:

APPENDIX O ENCOURAGING USE OF NEW YORK STATE BUSINESSES IN CONTRACT PERFORMANCE

New York State businesses have a substantial presence in State contracts and strongly contribute to the economies of the state and the nation. In recognition of their economic activity and leadership in doing business in New York State, bidders/proposers for this contract for commodities, services or technology are strongly encouraged and expected to consider New York State businesses in the fulfillment of the requirements of the contract. Such partnering may be as subcontractors, suppliers, protégés or other supporting roles. Bidders/proposers need to be aware that all authorized users of this contract will be strongly encouraged, to the maximum extent practical and consistent with legal requirements, to use responsible and responsive New York State businesses in purchasing commodities that are of equal quality and functionality and in utilizing services and technology. Furthermore, bidders/proposers are reminded that they must continue to utilize small, minority and womenowned businesses, consistent with current State law. Utilizing New York State businesses in State contracts will help create more private sector jobs, rebuild New York’s infrastructure, and maximize economic activity to the mutual benefit of the contractor and its New York State business partners. New York State businesses will promote the contractor’s optimal performance under the contract, thereby fully benefiting the public sector programs that are supported by associated procurements. Public procurements can drive and improve the State’s economic engine through promotion of the use of New York businesses by its contractors. The State therefore expects bidders/proposers to provide maximum assistance to New York businesses in their use of the contract. The potential participation by all kinds of New York businesses will deliver great value to the State and its taxpayers. Definitions For the purposes of this provision, a New York State Business refers to a business enterprise, including a sole proprietorship, partnership, or corporation which offers for sale or lease or other form of exchange, goods which are sought by the Authority and which are substantially manufactured, produced, assembled or distributed in New York State or services which are sought by the Authority and which are substantially performed within New York State.

Proc-O, Rev. 0, 01/01/14

Page 1 of 1

Appendix O

BIDDER/PROPOSER’S PROPOSED NEW YORK SUBCONTRACTOR/SUPPLIER FORM [To be submitted with Proposal]

Procurement ID Number (RFQ or Q No.): Bidder/Proposer Name: Address: Contact Name: Title:

City:

State:

Form O-1

Zip Code:

Telephone No.:

Will New York State Businesses be used in the performance of this contract? _____ ____ Yes No If yes, please identify New York State businesses that will be used if your firm is awarded this contract (if Not Applicable, enter “N/A” below):

Name of Proposed NY Subcontractor or Supplier

1. 2. 3. 4. 5. Proc –O, Rev. 0, 01/01/14 Page 1 of 2

Address (Street)

City

State

Zip

Indicate: “Subcontractor” or “Supplier”

Approx. Dollar Value of Sub/Supplier Contract, where available

Appendix O

AWARDEE’S NEW YORK SUBCONTRACTOR/SUPPLIER FORM [To be submitted upon Contract Award]

Procurement ID Number (CONTRACT No.): Awardee Name: Address: Contact Name: Title:

City:

State:

Form O-2

Zip Code:

Telephone No.:

Please identify the New York State businesses that will be used for this contract:

Name of NY Subcontractor or Supplier

Address (Street)

City

State

Zip

Indicate: “Subcontractor” or “Supplier”

Approx. Dollar Value of Sub/Supplier Contract, where available

1. 2. 3. 4. 5.

Proc-O, Rev. 0, 01/01/14

Page 2 of 2

Certificate of Insurance

This is to certify that the policies of insurance listed in this Certificate have been issued to the Named Insured and are in force and effect as of the date of this Certificate.

NYPA Contract # (To be Advised)

Description of Operations

Named Insured Prime Contractor Sub Contractor

Address

Certificate Holder: New York Power Authority 123 Main Street White Plains, New York 10601 Attn: Fiona Spencer Type of Insurance

Insurance Co./ Policy #

Effective Date

Expiration Date

Limits per occurrence (thousands)

General Liability Comprehensive Form Occurrence Form Claims Made Form Contractual Coverage Products/Compl. Ops.

BI

Auto Liability Any Auto All Owned Autos Scheduled Autos Hired Autos Non-Owned Autos

BI

Deductible per occurrence (thousands)

PD CSL

PD CSL

Excess Liability Umbrella Form Other than Umbrella Form Other

The issuer verifies that: 1) The New York Power Authority and the State of New York and its customers have been named as additional insureds on the policies specified h excluding Workers’ Compensation, Employer's Liability and Auto Liability, with respect to all operations, activities, work, services, items or performance relating to the contract indicated on this form; 2) The specified insurance policies have been endorsed to a) be primary to any and all other insurance coverage; b) contain cross liability coverage; and c) provide that the insurer has no right of recovery or subrogation against the Authority or the State of New York.

Date Issued

Name of Issuer

Company Signature of Authorized Representative Rev. 4/11

Title Address

!

" #

$

%

&

& #

'

(

! $

'

# )

*

! $

'

+ ,

- ./ 0 ( 0 +

1(

2

1(

"

3

3

"

4

June 2006 Update Agreement No.

Information For Proposers - 5100

SAFETY PERFORMANCE QUESTIONNAIRE Provide information below for the years noted in accordance with Recordkeeping Guidelines for Occupational Injuries and Illnesses under the Occupational Safety and Health Act of 1970 (29USC651) and 29 CFR Part 1904. A

Workman's Compensation Interstate Experience Modification Record (EMR)

B

Recordable Injury Incidence Rate *

C

Lost Workday Injury Incidence Rate *

D

2008

2009

2010

2011

YTD

FROM OSHA 300 LOG Number of Injuries with Lost Workdays

E

Number of Injuries without Lost Workdays

F

Number of Injury Related Fatalities

G

Number of Cases with First Aid Attention Only

H

Employee Hours Worked/Year

* (B) Rate = D + E x 200,000 H

(C) Rate = D x 200,000 H

SAFETY STAFF List the highest ranking safety professional in your organization Name_______________________________Title_____________________________ Contractor____________________________________________________________ Address______________________________________________________________

H/SAFETY

Lewiston Pump Generating Plant (LPGP) at the Niagara Power Project Life Extension and Modernization Project Specification for Upgrade of the Stub Shaft, DC Field Bus, Collector Rings and Motor/Generator Neutral Bus

The technical specifications for the work under this contract consist of the following sections: Section

Title

1

Summary of Work

2

Project Description and Background Information

3

Reference Drawings

4

Reference Standards

5

New Stub Shafts

6

DC Path and Collector Rings

7

Neutral Bus and Current Transformers

8

Exciter Fan

9

Motor – Generator Testing

10

Required Engineering Analyses, Designs, Meetings and Submittals

11

Materials, Methods and References

12

Quality Assurance Program and Non-Destructive Examination Requirements

13

Cleaning and Painting Requirements

Page 2 of 35

 

Specification for Upgrade of the Stub Shaft, DC Field Bus, Collector Rings and Motor/Generator Neutral Bus (a) Summary of Work 1.1 Summary of Work By the Contractor The Work under these specifications applies to one motor-generator and appurtenances, with an option for work on a second unit, at the Lewiston Pump Generating Plant located at 5777 Lewiston Road Lewiston, New York 14092-2199, referred to as the Site. The work is to be performed in 2014 and 2015; please refer to the commercial portions of the contract documents for schedule details. The work under this contract is part of an overall life extension and modernization program designed to preserve an aging generating facility so it can continue to reliably provide power, to enhance unit capacity and improve water-to-wire efficiency. Major systems being replaced or modified under separate contracts as part of this program include the pump-turbines, excitation systems, unit boards, governors, circuit breakers and generator step-up transformers. The Contractor for the work under this specification shall be required to coordinate his work with other contractors in the limited space available. Work shall be performed on one unit at a time in accordance with the schedule provided in the Supplementary Conditions. The work to be performed by the Contractor includes but is not limited to the following: (a) Stub Shaft The Contractor shall engineer, design, prepare drawings, supply all materials, fabricate and install a stub shaft to replace the existing rotating exciter on which the collector rings and a DC path to the field poles can be mounted. The stationary support shell for the exciter will remain in place. (b) DC Path and Collector Rings The Contractor shall engineer, design, prepare drawings, supply all materials, fabricate, remove existing and install a complete new electrical path required to transfer a minimum of 890 Amps DC from the Owner supplied 1,200 Amp DC bus to the Owner supplied generator rotor poles. A new brush assembly consisting of new brushes, brush holders, brush supports, connectors, assembly supports, bus bars, flex links, collector rings, insulators, mountings, hardware, and all components necessary to transfer a minimum of 890 Amps DC - both Negative and Positive - of field current from a stationary non-segregated DC bus to the existing rotating motor/generator field poles on the rotor. (c) Neutral Bus and Current Transformers The Contractor shall engineer, design, prepare drawings, supply all materials, fabricate and modify the existing neutral lead connections to allow for the installation of two sets Page 3 of 35

 

of Contractor supplied ANSI Relaying Class C800 Multi-ratio Current Transformers per phase (2 CTs/phase for a total of 6 CTs) for each unit with a nominal ratio of 1600:5 for each phase of the motor/generator neutral bus where each CT will sense the combined current of the two circuits. The Neutral CT requirements are based on the CT arrangement as shown on NYPA drawing 5E-22E002-11-LEM. (d) Exciter Fan The Contractor shall refurbish the exciter fan. The fan shall be thoroughly visually inspected, all welds inspected by dye penetrant (PT) or magnetic particle (MT) methods, and repainted. (e) Motor-Generator Testing At the Authority’s option, the Contractor shall perform an inspection of the motor-generator in accordance with IEEE 62.2 and perform tests as identified in these specifications. (f) General requirements The Contractor’s work shall include: 1. Design, fabrication and installation of any and all necessary work platforms, lifting systems and support structures, including sealing by a NY State Professional Engineer with the exception that the Power Authority will make existing plant cranes available as described in Division 1. 2. Shipment and protection of all equipment and material from and to the Site, as needed.   3. Supply of all supervision, labor, equipment, tools, and materials (except for those materials and that work specifically referred to in the contract documents to be furnished by others) necessary to complete the Work, including a full time Project Manager on site, as well as a separate full time QA manager on site, at all times field work is taking place. 4. Coordination of all progress, measurement and installation data with Authority staff as the work progresses on each unit. 5. Attendance at design review and other meetings as necessary. 6. Submittals of all reports, all design drawings, all analyses and calculations, all shop drawings, all as-built drawings and procedures for all work for all new and refurbished components for review and approval by the Authority’s Engineer before fabrication and construction work proceeds. The Contractor shall include disassembly and re-assembly procedures, and all recommended bolt preloads and tightening methods. Shop and field records shall be submitted to the Authority’s Engineer for all work. Shop and field records shall be immediately available to the Page 4 of 35

 

Authority’s Engineer to review and verify installations before they are made. Reports shall be submitted in digital form. 7. The Contractor shall generate a complete report for each unit, which shall include field notes, pictures, data, analyses, calculations, summary and conclusion statements, progress reports, anomalies found, and as left condition. 8. Provision of materials, Contractor QA/QC tests and submittal of reports for all components and materials for NYPA review and approval. The Authority shall have the right to inspect all work, including that of all subcontractors, at any time and at any location where work is taking place. 9. Contractor assistance at start-up of all units. 10. Development of field and O&M Manuals for all new and modified equipment. 11. All existing components and systems that are painted shall be assumed to have been painted with lead-based paint, and the Contractor shall comply with OSHA, NYPA and all other state and federal regulatory requirements for any abatement and disposal. This abatement and disposal work shall be considered to be included in the scope of work. 12. In the event PCBs are determined to be present in any paint on components the Contractor is required to rehabilitate, modify or process, the Contractor shall abate the PCB containing paint. This abatement would be considered an addition to the scope of work. The Contractor shall comply with OSHA, NYPA and all other state and federal regulatory requirements for any abatement and disposal. 13. Insulation on the existing DC path, Neutral Bus, and DC Field may contain asbestos. The Contractor shall conduct necessary tests to identify asbestos, and comply with OSHA, NYPA and all other state and federal regulatory requirements for any abatement and disposal. This abatement and disposal work shall be considered to be included in the scope of work. 14. The Contractor shall not alter any part of the existing equipment without prior knowledge and consent of the Authority. 15. The Contractor shall comply with the requirements of Division 1 and the commercial requirements of the contract documents. The contract documents also include the Power Authority’s requirements for disposal of waste including lead based paint, PCBs and asbestos. 16. The scope of Work shall include everything requisite and necessary to complete the Work properly and provide a complete and satisfactory mechanical operating system, notwithstanding the fact that every item may not be specifically mentioned.   Page 5 of 35

 

17. Alternate methods, materials and procedures may be proposed with the Proposal, and at any time during the work, subject to the review and approval of the Authority. 1.2 Summary of Work to be Performed by NYPA The Power Authority or its other Contractors will: 1. 2. 3. 4. 5.

2.

Dis-assemble the rotating parts of the units Operate the gantry crane Provide limited workspace in the assembly bay to the Contractor Make a 480V, 3 phase, 40 Amp welding receptacle available for Contractor use. Re-assemble the rotating parts of the units (except for stub shaft)

Project Description and Background Information

2.1 General Plant Description The Niagara Power Project is located on the Niagara River in the City of Niagara Falls and the Towns of Niagara and Lewiston in Niagara County, New York. The project entered service in 1961. The Niagara Power Project includes both the Robert Moses Niagara Power Plant (RMNPP) and the Lewiston Pump-Generating Plant (LPGP). The Robert Moses Niagara Power Plant is a conventional hydroelectric plant with 13 units. An upgrade program on the 13 units at the Robert Moses Niagara Power Plant was completed in 2006. The Lewiston Pump-Generating Plant is a low-head pumped storage plant with 12 reversible pump/turbine-motor/generator units. In addition, the Niagara Power Project includes two intake structures on the upper Niagara River, two underground concrete conduits, a forebay connecting the Robert Moses and Lewiston Plants, the Lewiston Reservoir, and associated switchyard and transmission facilities. The Lewiston Pump-Generating Plant is located at the upstream (eastern) end of the forebay that separates RMNPP from LPGP. The plant is a reinforced concrete gravity structure and the powerhouse is arranged in an “outdoor” configuration, with an enclosed erection/maintenance area at the south end. The LPGP units have individual intakes on the Lewiston Reservoir, and each unit has a concrete encased steel penstock leading to the pump/turbine. The pump/turbines are reversible Francis type with steel spiral cases and elbow draft tubes that discharge directly into the forebay. Original Project drawings were drawn to the 1935 USLS datum. To convert to 1955 IGLD subtract 1.7 feet. The centerline of the runner is at elevation 550 ft 1935 USLS, which is 248.3 ft 1955 IGLD. All original drawings of the project were prepared to the 1935 USLS datum. All current water surface elevations are reported to the 1955 IGLD (another datum, the 1985 IGLD is also used in some NYPA and regulatory applications, and differs from the 1955 IGLD by approximately 0.51 feet). Page 6 of 35

 

2.2

Speed of the LPGP Units

The units operate at a speed of 112.5 rpm. The runaway speed of the existing machines at 119 feet net head is approximately 200 rpm. The upgraded motor-generators shall operate at the same speeds. 2.3

Reference Motor-Generator Data and Descriptions

The LPGP motor-generators were re-wound in the 1980s. The ratings were increased to 36 MVA, and had a maximum observed motor input power of approximately 34.5 MW. One unit was rewound again in each of 2005 and 2009. The motor/generator on Unit 11 was rewound in 2013 as part of this LEM program, and the unit rated 38 MVA. Unit Rating Summary GENERATOR The original generators were rated as follows: (60° rise) Power factor Frequency (Hertz) Number of phases Voltage between phases Speed (RPM) Exciter Voltage

25,000 KVA 0.8 60 3 13,800 112.5 250VDC

MOTOR

37,500 HP 1.0 60 3 13,200 112.5 250VDC

WYE connected, suitable for either grounded or ungrounded neutral operation.

GENERATOR The existing generators are rated as follows: (60° rise) Power factor Frequency (Hertz) Number of phases Voltage between phases Speed (RPM) Exciter Voltage

36,000 KVA 0.9 60 3 13,800 112.5 250 VDC

MOTOR

48,250 HP 1.0 60 3 13,800 112.5 250 VDC

WYE connected, suitable for either grounded or ungrounded neutral operation.

Page 7 of 35

 

Unit Performance Data The following data was obtained by field testing of Unit 10 in 1962. The Authority does not guarantee its accuracy. (a)

Test Result Summary – GENERATOR Stator resistance, terminal-to-terminal at 75oC Rotor resistance, collector rings at 75oC Deviation factor of wave form less than Balanced telephone influence factor Residual telephone influence factor Short circuit ratio Saturated direct-axis transient reactance Unsaturated direct-axis transient reactance Unsaturated direct-axis sub-transient reactance Unsaturated quadrature-axis sub-transient reactance Negative sequence reactance Zero sequence reactance

(b)

0.0611 ohms 0.305 ohms 2.4% 24.9% 4.0% 1.31 39.7% 41.7% 33.4% 34.5% 31.9% 14.9%

Efficiencies and Segregated Losses – Generator Operation

GENERATOR OPERATION AT 0.80 POWER FACTOR Percent Load

25.00

Armature Amperes 262.00 Field Amperes 390.00 Friction & Windage, kW 103.65 Core Loss, kW 209.00 Stray Loss, kW 12.50 Armature I2R Loss @ 750C 6.29 Field I2R Loss @ 750C, kW 46.39 Exciter & Rheostat Loss, kW 6.97 Total Losses. kW 384.0 kW Output 5000 kW Input 5348 Test Efficiency - % 92•85 Guaranteed Efficiency - % 92.60

50.00

75.00

100.00

115.00

523.00 450.00 103.65 209.00 30.00 25.07 61.76 8.86 438.34 10000 10438 95.80 95.60

785.00 530.00 103.65 209.00 49.00 56.48 85.67 11.86 515.66 15000 15515 96.68 96.35

1046.00 620.00 103.65 209.00 76.00 100.27 117.24 15.98 622.14 20000 20622 96.98 96.60

1203.00 690.00 103.65 209.00 100.00 132.64 145.21 19.73 710.23 23000 23730 97.00 96.60

Page 8 of 35

 

GENERATOR OPERATION AT 1.0 POWER FACTOR Percent Load

25.00

50.00

75.00

Armature Amperes 262.00 523.00 785.00 Field Amperes 330.00 355•00 390.00 Friction & Windage, kW 103.65 103.65 103.65 Core Loss, kW 209.00 209.00 209.00 Stray Loss, kW 12.50 30.00 49.00 Armature 12R Loss @ 750C 6.20 25.07 56.48 2 0 Field I R Loss @ 75 C, kW 33.21 38.44 46.39 Exciter & Rheostat Loss, kW 5.32 5.97 6.97 Total Losses, kW 369.97 412.13 471.49 kW Output 6250 12500 18750 kW Input 6620 12912 19221 Test Efficiency - % 94.41 96.81 97.55 Guaranteed Efficiency - % 94.00 96.55 97.20 (c) Efficiencies and Segregated Losses – Motor Operation

100.00

115.00

1046.00 435.00 103.65 209.00 76.00 100.27 57.71 8.30 554.93 25000 25555 97.83 97.35

1203.00 470.00 103.65 209.00 100.00 132.64 67.37 9.56 622.22 28750 29372 97.88 97.35

MOTOR OPERATION AT 1.0 POWER FACTOR Percent Load Armature Amperes Field Amperes Friction & Windage, kW Core Loss, kW Stray Loss, kW Armature I2R Loss @ 75oC Field I2R Loss @ 750C, kW Total Losses, kW kW Output kW Input Test Efficiency - % Guaranteed Efficiency - %

3.

25.00 314.50 300.00 118.10 180.00 15.00 9.07 27.45 354.31 6994 7348 95.18 93.80

50.00 629.00 340.00 118.19 180.00 36.00 36.26 35.25 411.27 13988 14399 97.14 96.40

75.00 943.50 390.00 118.19 180.00 65.00 81.59 46.39 498.27 20981 21480 97.68 97.00

100.00 1258.00 450.00 118.19 180.00 107.00 145.04 61.76 620.85 27975 28596 97.83 97.20

Reference Drawings

The following drawings are provided for reference only with this specification. The Authority makes no representation or warranty, express or implied that implementation or use of or adherence to the drawings by a contractor, will guarantee or constitute compliance with any standards, regulations or other applicable legal requirements, and specifically disclaims any warranty of merchantability or fitness for a particular purpose or use. Note that the original drawings refer to the Tuscarora Power Plant, which was the original name of the Lewiston Pump Generating Plant. The Contractor must verify the accuracy of all drawings in the field.

Page 9 of 35

 

Drawings for Components Used on Unit 5: Drawing Number

Description

5E-22E00211-LEM-Rev B 110TY9175 110T9532 1110T9533 110T9554 110T9563 111T0127 111T2021 111T2505

Three-Line Diagram Current Transformer Stub Shaft Machining Stub Shaft Fabrication Collector Ring Assembly Brush Rigging Assembly Neutral Lead Assembly Rotor Field Lead Assembly Stub Shaft Assembly

Original Project Drawings for the Motor Generators : 05-167-675 05-202-942 05-310-656 05-410-571 05-505-3xx 05-505-577

Brush Holder Collector Assembly Exciter Rotor Shaft Assembly Brush Holder Arrangement Exciter Bridge Neutral Lead Assembly Enclosure

Other Reference Material The Contractor shall adhere and prepare designs in accordance with the following NYPA documents: NYPA Drafting and CAD Guidelines –”Appendix F” NYPA Electrical Symbol Conventions These are provided in the commercial sections of the contract documents.

4. Reference Standards The Contractor shall comply with applicable provisions and recommendations of the latest editions of the following except when more stringent requirements are required by these specifications. 1. Air-Conditioning and Refrigeration Institute (ARI) 2. American Concrete Institute (ACI) 3. American Association of Automatic Door Manufacturers (AAADM)

Page 10 of 35

 

4. American Institute of Steel Construction Specification and Standards (AISC), including: AISC, Manual of Steel Construction. AISC, Code of Standard Practice for Steel Buildings and Bridges, including Commentary. AISC, Specifications for the Design, Fabrication, and Erection of Structural Steel for Buildings, including Commentary. AISC, Specifications for Structural Joints using ASTM A-325 or A-490 Bolts. 5. American National Standards Institute (ANSI) 6. American Society for Testing and Materials (ASTM) 7. American Society of Civil Engineers (ASCE) 8. American Society of Heating, Refrigerating and Air Conditioning Engineers (ASHRAE) 9. American Society of Mechanical Engineers (ASME), including the ASME Boiler and Pressure Vessel Code 10. American Society of Sanitary Engineering (ASSE) 11. American Welding Society (AWS), including AWS D1.1 Structural Welding Code 12. Canadian Electrical Association (CEA) 13. Center for Energy Advancement Technology Institute (CEATI), including Hydroelectric Turbine-Generator Units Guide for Erection Tolerances and Shaft System Alignment 14. Concrete Reinforcing Steel Institute (CRSI) 15. Code of Federal Regulations (CFR) 16. Crane Manufacturers Association of America (CMAA) 17. Department of Defense (DOD) 18. Factory Mutual (FM) 19. Fuel Gas Code of New York State (FGC-NYS) 20. Illuminating Engineering Society Handbook (IESNA) 21. International Standards Organization (ISO) 22. Institute of Electrical and Electronic Engineers (IEEE) 23. Insulated Cable Engineers Association (ICEA) 24. Leadership in Energy and Environmental Design Standards (LEED) 25. Lightning Protection Institute (LPI) 26. Mechanical Code of New York State (MC-NYS) 27. National Bureau of Standards (NBS) 28. National Electric Code (NEC) 29. National Electrical Manufacturers Association (NEMA) 30. National Electrical Safety Code (ANSI C-2) 31. National Fire Protection Association (NFPA) 32. New York State Building Code (NYSBC) 33. New York State Department of Transportation (NYSDOT) 34. New York State Department of Safety and Health (DOSH) 35. New York State Energy Conservation Construction Code (ECCCNYS) Page 11 of 35

 

36. New York State Fire Code (NYSFC) 37. New York State Property Maintenance Code (NYSPMC) 38. Occupational Safety and Health Administration Standards (OSHA), including OSHA Part 1910 and Part 1926 39. Plumbing Code of New York State (PC-NYS) 40. Sheet Metal and Air Conditioning Contractor National Association (SMACNA) 41. Steel Structures Painting Council (SSPC) 42. Underwriters Laboratories (UL) 43. U. S. Bureau of Reclamation (USBR)

5. Stub Shafts 5.1

Stub Shaft Requirements

The Contractor shall engineer, design, prepare drawings, fabricate and install a stub shaft to replace the existing rotating exciter on which the collector rings and a DC path to the field poles can be mounted. The Contractor shall field check dimensions and provide drawings in AutoCAD format, in accordance with Appendix F of the contract documents, which shall include all dimensions and welding details for the Authority’s review and approval without a confidentiality statement. The Authority shall own the design for its own use including third party disclosures. The following requirements apply to the stub shaft: (a) All non-machined surfaces exposed to the atmosphere shall be painted. Machined surfaces shall not be painted. (b) Welding shall be in accordance with the latest edition of AWS D1.1, including weld acceptance. (c) All welds shall be 100% visually inspected. In addition, all welds shall be 100% Magnetic Particle tested per ASTM E709 or 100% Liquid Penetrant tested per ASTM E165. (d) Weld defects shall be reported and repaired. (e) Welds shall be stress relieved before final machining. Stress relieving procedures shall be submitted to the Authority for review and approval. The Contractor shall submit all designs, with supporting documentation for meeting these requirements, to the Authority for review and approval. 5.2

Quality Control, Inspection and Testing

Page 12 of 35

 

All inspections and tests shall be witnessed by the Authority’s QA representative. The test results shall be reviewed and accepted by the Authority’s QA Representative. 5.3

Hold Points

The following quality assurance hold points shall apply as a minimum: - All weld examinations - Final dimensional examination Refer to Section 11 for general inspection, non-destructive examination and quality assurance requirements applicable to all work, and Section 12 for the Inspection and Test Plan applicable to all work to be submitted by the Contractor.

6.

DC Path and Collector Rings

6.1

DC Path and Collector Ring Requirements

The Contractor shall engineer, design, prepare drawings, remove existing and install a complete new electrical path required to transfer a minimum of 890 Amps DC from the Owner supplied 1200 Amp DC bus to the Owner supplied generator rotor poles. A new brush assembly consisting of new brushes, brush holders, brush supports, connectors, assembly supports, bus bars, flex links, collector rings, insulators, mountings, hardware, and all components necessary to transfer a minimum of 890 Amps DC - both Negative and Positive - of field current from a stationary non-segregated DC bus to the existing rotating motor/generator field poles on the rotor. The equipment requirements shall conform to those listed below: (a) The field current path shall be rated for a continuous 890 Amps DC with a 50° C temp rise. Documentation and calculations supporting this rating across all interfaces shall be developed and submitted to the Authority for approval. (b) All bus to bus and flex link contact surfaces shall be silver plated. (c) All bus bolting shall be silicon bronze. All bolted connections shall be electrically insulated. (d) All bus bars shall be solid copper with a 1200 Amp DC rating and shall use NEMA standard 4 bolt connections. (e) The field bus bars shall be insulated for 5 KV (f) The brush holders, quick connects, and brushes shall be Helwig Carbon Dwg.# 10.127822.1.112, 07.001420.2.06 or approved equal.

Page 13 of 35

 

(g) The assembled collector rings, brush rigging, and DC bus shall be Hi-Pot tested at 5 KV AC for one minute before installation. The test connection shall be at the brush rigging to the DC bus interface with the motor/generator field pole disconnected and isolated from the rotor DC bus. (h) All drawings provided to the Authority shall be in AutoCAD format without any confidentiality statement. (i) The Authority shall own all designs for its own use including any third party designs and/or disclosures. (j) After installation, the assembled collector rings, brush rigging and DC bus shall be Hi-Pot tested at 5 KV AC for one minute. The test connection shall be at the brush rigging with the motor/generator field poles disconnected and isolated. (k) All work and equipment shall be in accordance with IEEE C50.12, latest revision unless modified by this specification. (l) The Contractor shall provide all equipment, material, tools, and labor required to remove the existing collector ring and install the new components, including the final connections to the Authority’s supplied equipment, required to provide a fully functional system as described in the scope. The Contractor shall submit all designs, with supporting documentation for meeting these requirements, to the Authority for review and approval. This work shall be coordinated to properly connect to a new non-segregated bus that shall be provided by others. 6.2

Quality Control, Inspection and Testing

All inspections shall be witnessed by the Authority’s QA representative. The test results shall be reviewed and accepted by the Authority’s QA Representative. 6.3

Hold Points

The following quality assurance hold points shall apply as a minimum: (a)

High Pot Test

Refer to Section 11 for general inspection, non-destructive examination and quality assurance requirements applicable to all work, and Section 12 for the Inspection and Test Plan applicable to all work to be submitted by the Contractor.

Page 14 of 35

 

7.

Neutral Bus and Current Transformers

7.1

Neutral Bus and Current Transformer Requirements

The Contractor shall modify the existing neutral lead connections to allow for the installation of two sets of Contractor supplied ANSI Relaying Class C800 Multi-ratio Current Transformers per phase (2 CTs/phase for a total of 6 CTs) for each unit with a nominal ratio of 1600:5 for each phase of the motor/generator neutral bus where each CT will sense the combined current of the two circuits. The Neutral CT requirements are based on the CT arrangement as shown on NYPA drawing 5E-22E002-11-LEM. All designs shall be prepared by the Contractor in accordance with IEEE Standard C57.13. The transformers shall be designed to the following service conditions: - Ambient temperature -40 to +50 degrees C - Design service life 40 years - Wet and dry service locations The Contractor shall complete the engineering design and supply the neutral bus to meet the following requirements: (a) The Neutral Bus shall be copper and rated for 2,000 Amps per phase continuous at 30°C temperature rise and shall use NEMA standard 4 bolt connections. (b) All contact surfaces shall be silver plated. (c) All bus shall be insulated for 15 KV, Class F, VPI, mica based insulation. (d) All bus bolting shall be silicon bronze. (e) All supplied components shall be in accordance with the Authority’s QA program. (f) The Contractor is responsible for all measurements. Any dimensions on drawings shall be checked by the Contractor. (g) All drawings shall be submitted to the Authority using AutoCAD format without confidentiality statements (h) The Authority shall own all designs for its own use, including third party disclosures. (i) The Contractor shall supply all materials, tools, and labor required to modify and refit the completed neutral bus connection. (j) The Contractor shall include provisions to connect to a new ground cable. The ground cable will be supplied by others.

Page 15 of 35

 

(k) The design shall be similar to the retrofit done on LPGP Unit 11 in 2013, as illustrated on drawings provided with this specification. (l) The new bus shall be Hi- Pot tested after installation, but prior to the connection to the motor/generator windings, at 50 KV DC for one minute. (m) The supplied Current Transformers shall be per IEEE C57.13-2008 with all routine tests performed. Copies of the Contractor Test Types shall be submitted to the Authority for review. (n) The Contractor shall meet all applicable codes and standards. (o) The Contractor is responsible to remove the existing components and install all new components, including the modifications to provide a fully functional complete system. (p) After the final connections to the stator windings are made, an in-service level HI-Pot shall be performed on the entire generator. (q) The contractor shall re-install the protective safety cage around the neutral bus CTs. It may be necessary to modify the safety cage after the neutral bus modifications. The Contractor shall be responsible for any modifications of the safety cage if required. (r) The Contractor shall provide a second set of identical bus leads from the brazed coil connection to the first bolted connection for future use. (s) The supplied Current Transformers shall be per IEEE C57.13-2008 with all routine tests performed. Copies of the Contractor Test Types shall be submitted to the Authority for review The Contractor shall submit all designs, with supporting documentation for meeting these requirements, to the Authority for review and approval before CTs are procured, including conductor metal, class, insulation type, insulation thickness and voltage rating. 7.2

Quality Control, Inspection and Testing

All inspections shall be witnessed by the Authority’s QA representative. The test results shall be reviewed and accepted by the Authority’s QA Representative. 7.3

Hold Points (a) All CTs shall be factory tested in the presence of the Authority’s representative. All tests required by IEEE C57.13 shall be conducted. (b) CT Tests shall include ratio and excitation tests for each secondary ratio.

Page 16 of 35

 

(c) All tests on the CTs required by IEEE C57.13 shall be submitted to the Authority for review before the CTs are shipped. (d) The Authority’s representative will witness the Bus Hi-Pot tests.

8.

Exciter Fan

8.1

Exciter Fan Requirements

The Contractor shall be responsible for the refurbishment of the exciter fan. The fan shall be thoroughly visually inspected, all welds inspected by dye penetrant (PT) or magnetic particle (MT) methods, and repainted. 8.2

Quality Control, Inspection and Testing

All inspections shall be witnessed by the Authority’s QA representative. The test results shall be reviewed and accepted by the Authority’s QA Representative. 9. Motor-Generator Testing At the Authority’s option, the Contractor shall perform an inspection of the motor-generator in accordance with IEEE 62.2 and perform the following tests. Stator Tests: (a) (b) (c) (d) (e) (f) (g) (h)

Insulation resistance and Polarization Index tests Winding resistance tests Dissipation and tip up tests RTD resistance and verify the functionality of the RTDs EL CID test-twice- (1)before work begins and (2) after work is completed Wedge tightness tests AC Hi-Pot tests Visual Inspection

Rotor Tests: (a) (b) (c) (d)

Insulation resistance and Polarization Index tests Winding resistance Voltage drop at the rotor poles Visual inspection

The Contractor shall provide a detailed procedure for Authority review and approval before setting up the tests.

Page 17 of 35

 

At the conclusion of the tests, the Contractor shall prepare a report with all raw data, findings, recommendations, and include a review of the test results comparing them with industry standards and best practices.

10.

Required Engineering Analyses, Designs, Meetings and Submittals

10.1

Work Included

The Contractor shall prepare designs and analyses for all systems and components required in these specifications. For all designs and analyses, the Contractor shall submit reports, analyses and drawings for NYPA review and approval before proceeding with manufacturing or installation. 10.2.

Contractor Drawings, Material Lists and Submittals

(a) The Contractor shall submit drawings called for under these specifications within 60 calendar days after Notice of Award of Contract. All drawings submitted shall, when approved by the Authority, form a part of the Contract Documents. All drawings shall be in English. (b) All drawings prepared by Contractor shall be in accordance with NYPA Appendix F drafting requirements, attached to this spec. All drawings and the native AutoCAD DWG files shall become the property of the Authority with all rights owned by NYPA. Contractor drawings will be reviewed by the Authority in accordance with the requirements of Division 1 of the contract documents. (c) The Contractor shall submit before delivery, a detailed list of the materials including quantity to be supplied. In the case of an overestimate all remaining material, after completion of the work, including scrap metals shall be the property of the Authority. In the case of an underestimate, as found during assembly, all shortages shall be made up by the Contractor. (d) Any fabrication work done prior to the approval of drawings will be at the Contractor's risk. Approval of the Contractor's drawings by the Authority shall not be construed to relieve the Contractor of any part of its obligation to meet all the requirements of these specifications or of the responsibility for the corrections of the Contractor's drawings. The Authority shall have the final approval. (e) All data collected on the units, test results, drawings and reports shall become the property of the Power Authority upon submittal, for use in operations and maintenance of the project and for reproduction and storage as the Authority sees fit. Data and information collected on the units may be used by the Authority as it sees fit. (f) All materials identified on all drawings shall be to ASTM standards. If materials are provided to non-U.S. standards are used, the ASTM equivalent shall also be listed. Page 18 of 35

 

(g) The following data shall be submitted within 60 days of award for Authority review and approval: 1. 2. 3. 4. 5.

6. 7. 8.

Welding Procedures and procedure qualification records Brazing Procedures and Qualification Records Welder and Brazer qualification records (for each person) Torqueing procedures with details of the sequence for re-torqueing, torque values and other requirements. Quality program for the scope of work including an inspection and test plan (I&TP) complete with criteria for acceptability. Check sheets shall be used to document the results of inspections and to assure compliance with these specifications. NDE procedures Qualifications of NDE personnel to be used in the work. Submittals as required in Division 1.

(h) Additional Data - The Contractor shall submit any additional data requested by the Authority to review the Work of the Contract (i) The Contractor shall submit for review and approval copies of all measurements, dimensional checks and calculations for approval with 48 hours of completing the measurements. Calibration standards and records shall be included. The Authority may make independent measurements at any time. (j) The Contractor shall provide a comprehensive final report to NYPA on all work performed. A draft of the report re shall be submitted for NYPA’s review in pdf format within 30 days of completing the Work. 10.5

Professional Engineering Seals

All designs shall be sealed by a licensed Professional Engineer experienced in the work. When the work is under the jurisdiction of the New York State Building Code or other applicable New York law, a New York Professional Engineer shall seal the designs. 10.6

Engineering Meetings (a)

Refer to Division 1 for general meeting requirements.

(b)

The Authority’s Project Engineer shall coordinate engineering and design review meetings. The Contractor shall make available the necessary staff to address design and engineering at all Engineering meetings.

(c)

The Authority’s engineers shall have direct access at all times to the Contractor’s engineers and technical staff

Page 19 of 35

 

10.7

Other Requirements (a)

Rehabilitation and Modification of Components and Systems, Lead and Asbestos For all components rehabilitated, the Contractor shall conduct visual and NDE inspections, shall dimensionally inspect each component, and shall submit detailed repair, machining and other modification designs, data and plans to the Authority’s Engineer for review and approval before commencing with the work. The Contractor shall assume that lead-based paint exists on all structures to be removed, refurbished, and/or disposed of, and shall comply with lead abatement procedures as required in Section 16, Division 1 and the commercial portions of the contract. Lead Paint handling and disposal methods shall meet or exceed all requirements of OSHA and any other applicable Federal, State or local codes, statutes or requirements, and is subject to review by the Power Authority Asbestos handling and disposal methods shall meet or exceed all requirements of OSHA and any other applicable Federal, State or local codes, statutes or requirements, and is subject to review by the Power Authority

(b)

Rehabilitation, Installation of New Components, Reassembly and Startup 1. The Contractor shall provide a full time Project Manager on site, as well as a separate full time QA manager on site, at all times that field work is taking place. These individuals shall be fluent in written and spoken English. 2. A complete record of as-found and as-built dimensions, alignments, runouts, clearances and other parameters, as obtained during the disassembly and reassembly phases, and as witnessed and countersigned by a NYPA QA representative, shall be provided to the Authority. 3. The Contractor shall provide the services of a Startup Engineer during the startup and testing phases of each new pump-generating unit. A total of 15 working days per unit shall be included in the scope of Work.

10.8

General Requirements

The Contractor shall not alter any part of the existing equipment without the prior knowledge and consent of the Authority. 10.9

Preparatory Work

Complete as found dimensional readings shall be taken prior to unit disassembly and shop machining.

Page 20 of 35

 

The Contractor shall be responsible for the accuracy of all dimensions of materials furnished under these specifications. Measurement shall be made on the generators as necessary to insure this requirement is met. At the request of the Contractor the Authority will arrange sufficient time for the Contractor to inspect the unit to obtain these measurements at a time to be determined by the Authority 10.10 Shop Assembly and Records All modifications and renewal of components as described herein shall be properly designed and coordinated by the Contractor to effect a final installation which is proper for all stationary and rotating parts of the complete motor-generator. Shop records shall be made available to the Authority for all fabrication and assembly in the Contractor’s shop. As-found and as-built check sheets shall be compiled for all turbine disassembly and reassembly operations and recording of dimensions and clearances.

11.

Materials, Methods and References

11.1

General

This Section specifies general requirements for the materials and equipment to be furnished and the Work to be performed by the Contractor. The provisions herein apply to all technical sections and all components and work under these Specifications unless otherwise stated. 11.2

Materials

(a) General. - Materials shall be new and of the highest quality, free from defects and imperfections, suitable for the purpose, and of the grades, classes and types listed herein, or their equivalents. Materials for principal stress-carrying parts shall conform to those permitted by Section VIII of the ASME Boiler and Pressure Vessel Code provided that such materials in the experience of the Contractor are suitable for the intended use. Materials not listed herein may be used subject to the Authority and/or Engineer's review of their acceptability, application, and the maximum design stresses. Material designations, including grade, class, or type shall be shown on the Contractor's detail drawings submitted for review. (b) For all parts of the supply, the Bidder shall list the part and the material to be used together with U.S. standard designation and grade. If substitute equivalent materials are to be used, complete details and specifications shall be submitted, including a list of the materials, their ASTM equivalents, and the identification of components of equipment for which they are to be used. (c) The Contractor shall assure that all material properties are established by the Contractor’s design to be appropriate for the intended service, and shall specifically review material properties and compositions for safety against stress-corrosion cracking (SCC). Page 21 of 35

 

11.3

Tests of Materials

(a) General. - All materials or parts used in the equipment shall be tested, unless otherwise directed, in conformity with applicable methods prescribed by the ASTM, or such other organization as may be specifically required, and in general accordance with the best commercial methods and as required by the Contractor's purchase order. When requested, tests shall be made in the presence of the Authority. All materials shall be new and shall be purchased for the intended purpose. (b) Tensile Tests – All materials shall be tested for tensile properties in accordance with ASTM A370. (c) Impact and Bend Tests. - Materials for all parts shall be tested for impact resistance using the Charpy "V"- notch specimen and shall have an impact resistance of not less than 40 ft-lbs at 0 deg. C, unless otherwise specified. Testing shall conform to the requirements of ASTM-A370, "Tests Methods and Definitions for Mechanical Testing of Steel Products," and ASTM-E23, "Methods for Notched Bar Impact Testing of Metallic Materials". Both longitudinal and transverse impact tests shall be performed for each heat on plate steel. Bend tests shall be performed on specimens of all major steel castings and forgings. The scope of the bend tests shall be proposed by the Contractor and approved by the Authority and/or Engineer. (d) Hardness tests shall be performed on all materials. Hardness tests shall be repeated after post weld heat treatment of fabrications as defined and at locations identified by the Authority. (e) Test Certificates. - Certified material test reports (CMTR, also referred to as mill test certifications) shall be furnished for all materials. The test certificates shall identify the component for which the material is to be used and shall contain all information necessary to verify compliance with the specifications. The CMTR shall include foundry or mill heat numbers that will permit traceability of the material to the end product. The heat or mill number shall be maintained on the material through all fabrication processes to permit traceability from the finished part to the mill or foundry records. Stocked material may be used provided evidence is furnished to the Authority showing that such material meets the requirements of these specifications. 11.4

Product and Material Handling

(a) All components shall be stored above ground on platforms, skids or other supports, and protected from the weather at all times. (b)

All components shall be protected from corrosion, moisture and other damage.

(c)

Machined finish surfaces shall be protected from corrosion and impact.

(d) When transporting materials to the site, the Contractor shall transport all materials in such a way that they are at all times protected from the weather and road hazards. Page 22 of 35

 

(e) The Contractor shall provide the Authority with the weight in pounds of each component and final products, and lifting instructions with drawings identifying lift points. (f) All work associated with transporting components to and from the Contractor’s shop shall be the responsibility of the Contractor, including obtaining shipping permits, furnishing of shipping cradles, dunnage, straps and fixtures, protection of machined surfaces, and tarpaulin covers. NYPA will load and unload the components by means of the gantry crane at the powerhouse deck. See also Division 1. 11.5

Working Stresses and Fatigue

(a) Liberal factors of safety shall be used throughout the design and especially in the design of all parts subject to alternating stresses or shock. The design of all equipment shall include an allowance for vibration and earthquake loading. The Contractor shall submit calculations for Authority review and approval. 11.6

Welding

11.6.1. Work Included (a) The Contractor shall provide all labor, materials, equipment and services required to perform the Work. (b) The Contractor shall be responsible for determining and developing the proper techniques necessary to meet the required mechanical properties of the steel in the welded condition. 11.6.2. Welding Requirements (a) All welding including repair welding shall be in accordance with AWS D1.1, latest edition or Section IX of the ASME Boiler and Pressure Vessel Code, latest edition. (b)

All welded construction shall be suitable for outdoor equipment.

(c) The qualification of welding/brazing procedures, welders/brazers, and welding/brazer operators for all welding/brazing shall conform to Section IX of the ASME Boiler and Pressure Vessel Code or AWS D1.1. All welding procedures (WPS), procedure qualifications records, and welder qualifications shall be submitted for NYPA Q.A. review and approval. (e) The Authority (at the Contractors expense) has the right to verify any contractors’ welders’ qualifications by having their welder(s) weld up test coupons. The Authority will only select the Contractors’ welders that are assigned to weld on this project. Test coupon samples shall be welded in the presence of the Authority and prepared by the Contractor for testing. The

Page 23 of 35

 

Authority shall use these coupons to verify welder qualifications. No welder shall be allowed to work unless he has passed an Authority bend test and visual examination. (f) If, at any time, as determined by the Authority, the work of a welder/weld operator appears questionable, whether determined by visual examination, improper procedure application or as a result of NDE, the welder in question shall be required to be re-qualified. (g)

This specification requires the welding of: Carbon steel to carbon steel (C/S to C/S) Carbon steel to stainless steel (C/S to S/S) Stainless steel to stainless steel (S/S to S/S)

(h) Welding Processes – Welding shall be performed by one or more of following processes:

the

- Shielded Metal Arc Welding (SMAW)- except that SMAW of aluminum shall not be permitted - Submerged Arc Welding (SAW) - Gas Tungsten-Arc Welding (GTAW) with filler metal added - Gas Metal – Arc welding (GMAW) only for aluminum welding and no short circuiting or globular mode of transfer shall be permitted - Flux Cored Arc Welding (FCAW) with externally supplied shielding gas only (i) Weld End Preps shall be clean bare metal. Any rust inhibitor or preventative coating on these areas to be welded is to be fully removed prior to welding. (j) Any welding of galvanized steel requires removal of galvanized coating prior to welding and reapplication of a NYPA approved galvanized coatings after welding is completed. This requires a procedure and product applicator approval by NYPA. (k) All weld spatter is required to be removed from base metal and completed weld (l) Welding Materials Control – The Contractor shall install controls for all weld filler materials. The Contractor shall prepare and submit, prior to start of Work, a procedure for the control of weld electrodes and filler material such that the Authority is assured that the correct filler material is ordered, protected in storage, and used for the specified application. The controls shall be documented in a welding material control procedure that is submitted to the Authority for review and approval. 1. The use, for temporary or permanent welding, and storage of 6010 Weld Rod on any NYPA welding work is not permitted to be used or stored on site. 2. The procedure shall provide for the following:

Page 24 of 35

 

- Positive identification of all filler materials, weld ovens and portable weld ovens - Segregation of filler materials by classification, alloy, size and type - Weld Wire/Rods Storage, Documented Distribution Controls and Handling in the field and shop areas - Controls for Welding Ovens and for Portable Welding Ovens e.g. Distribution controls, Calibration controls for temperature monitoring instrumentation - Any weld rod not stored in a hermetically sealed can shall be stored in welding oven a. Filler material for the selected processes shall meet the requirements of ANSI/ASME B & PV Code, Section II, Part C, Welding Rods, Electrodes and Filler Metals. 1. Filler Metal Covered electrodes for manual shielded metal arc welding shall conform to ASME SFA 5.1 or 5.5 low-hydrogen type. The use of E70XX-AL electrodes is required for materials whose carbon is specified as greater than 0.30 percent, and where the minimum tensile strength is specified as 70,000 psi. The use of E80XX-B2 electrodes is required for P-4 materials. The use of E90XX-B3 electrodes is required for P-5 materials with chromium content not exceeding 3%. a) Inert gas welding shall employ filler metal or consumable inserts that will deposit weld metal similar to the base material and shall be defined in the valve manufacturer’s welding procedure specification and qualification test records. b) Submerged arc welding shall employ filler wire and metal flux that will deposit weld metal similar to the base material, shall be defined in the valve manufacturer’s welding procedure specification qualification test records, and shall conform to ASME SFA 5.17. 2. Tungsten Electrodes Gas tungsten arc welding electrodes shall be thoriated tungsten conforming to AWS A5.12, Classification EWTH-2. 3. Storage and Handling of Welding Materials a) All electrodes having low hydrogen coverings conforming to ASME SFA 5.1 or 5.5 shall be purchased in hermetically sealed containers. When using electrodes directly from hermetically sealed containers, the metal crimp closure shall be inspected to ensure that there is no damage. Electrodes shall be dried prior to use if the hermetically sealed container shows evidence of damage. Electrodes conforming to ASME SFA 5.1 shall be dried for at least two hours between 550 F and 650 F before they are used.

Page 25 of 35

 

b) Electrodes conforming to ASME SFA 5.5 shall be dried for at least two hours between 700 F and 800 F before they are used. Immediately after the opening of the hermetically sealed container or removal of the electrodes from drying ovens, electrodes shall be stored in ovens held at temperature of 250 F to 300 F prior to use. After removal from the storage ovens for use, E70XX electrodes that are not used within four hours, and E80XX within two hours, E90XX within one hour, E100XX and E110XX within one-half hour drying or storage oven shall be redried before use. c) Electrode shall subsequently be redried no more than one time. Electrodes with wet, chipped or cracked coating shall not be used. Bare and flux-core wire and submerged arc materials shall be stored in dry, clean areas and shall never be used in an oxidized or dirty condition. Electrode control shall be described in written procedures submitted to NYPA in accordance with Attachment C. 4. Austenitic Stainless Steels (P8) Covered electrodes and bare filler metals for austenitic stainless steel welding shall conform to AWS A5.4 or A5.9 and shall comply with the following: shielded metal arc (coated electrode) filler metals shall be purchased to an analysis which will yield 3 to 15 percent delta ferrite in an as welded, all weld metal (undiluted) sample. Bare filler metals, i.e.: consumable inserts, spooled wire or normally fed wire shall be purchased to an analysis which, when fused as an all weld metal undiluted sample, will contain weld metal delta ferrite in the range of 3 to 15 percent. The bare filler wire chemistry can be used for ferrite determination when an inert gas is used for shielding the welding arc. The above analysis is to be applied to the Schaeffler diagram for ferrite determination. Nitrogen is assumed as 0.06 percent for this determination. b. The Contractor shall provide weld map records the specifically identify the new or repaired weld joint, and provide the date when the weld joint was completed, location of the weld (or braze) joint, NDE results and date of completion. All weld map records shall be documented in approved NYPA drawings for piping and supports or on structural drawings, as a minimum. The Contractor shall submit a typical weld map record for NYPA review and approval as part of its Inspection and Test Plan. 11.6.3. Weld Workmanship (a) Steel sections shall be welded in accordance with weld procedures that are required to be submitted for approval of the Authority; weld ends shall be prepared in accordance with these procedures. The Contractor shall remove all scale, rust and other foreign matter immediately prior to welding by grinding, wire brushing, and use of degreasing solvents on the welding surfaces and for a distance of at least 1/2 inch back from the edge of the welds. Edges of members to be joined by butt-welding shall be aligned with particular care to insure complete penetration and fusion at the bottom of the joint. Where fillet welds are used, the members shall fit closely and shall be held together during welding. The edges of members to be Page 26 of 35

 

welded shall be sheared, flame-cut, ground or machined to suit the required type of welding and to allow thorough penetration. The edges of surfaces to be welded shall be sound metal, free from visible defects such as laminations and defects caused by cutting operations, and free from rust, grease, and other foreign matter for a distance of at least 1/2 in. back from the edge of the weld. (b) Each weld shall be reasonably uniform in width and size throughout its length and each layer of welding shall be smooth, free of slag, cracks, pinholes and undercut and shall be completely fused to the adjacent weld beads and base metal. In addition, the cover pass shall be free of course ripples, irregular surface, non-uniform bead pattern, excessive crown, deep edges or valleys between beads and shall blend smoothly and gradually into the surface of the base metal. Butt welds shall be of uniform height, and shall achieve penetration. Fillet welds shall be of specified size, with full throat and with each leg of uniform length. (c) The number of weld beads, electrode size, mean voltages and amperages shall be as shown in the manufacturer’s welding procedure. (d) Width of weld passes deposited with shielded metal arc electrodes shall be limited to a maximum of 4 times the core wire diameter. The thickness of any deposited weld layer shall be ¼ inch maximum. (e) Arc strikes shall be removed by grinding. The ground out arc strike area shall be blended uniformly into the surrounding surface and inspected using the dye liquid penetrant examination method. Grinding shall not result in a reduction in thickness below the minimum required by the applicable material specification, A reduction in thickness beyond the minimum required caused by grinding shall be treated as a defect. In case of repair, the ground out area shall have the groove faces angled or flared to 15 and the bottom of the groove shall have a minimum of 1/8 inch radius to provide welding accessibility and to prevent a stress riser. (f) When post weld heat treatment is required, the Contractor’s post weld heat treatment procedure and record of heat treatment shall be submitted to NYPA for approval. (g) Joints shall be evenly heated to preheat temperature, preferably by resistance or induction coil heating. Propane, natural gas or burner rings may also be employed. The metal temperatures shall be determined by contact pyrometer, temperature sensitive crayons or other suitable methods. Preheating shall be in accordance with the requirements of ASME Section VII. (h) The Contractor shall, before performing any major repair, submit a written repair procedure to the Authority for approval. The procedure shall include as a minimum the method of defect removal, method of verifying defect removal, weld procedure(s), a weld map showing defect type, cavity size, welder performing repair, welding procedure utilized and qualifications test record, filler metal classification, heat or lot number, size, amperage and voltage ranges maintained, deposition sequence, nondestructive test methods and acceptance standards applied to the completed repair weld. Records of all major repairs shall become part of the material test report.

Page 27 of 35

 

12. Quality Assurance Program and Non Destructive Testing Requirements 12.1

Organization & Authority & Quality Assurance /Control Programs

The Contractor shall submit with the bid proposal, for the Authority’s review, comment and approval for performing work a minimum a Quality Assurance Program that is in conformance with a ISO 9001 program requirements and Organizational Chart indicating the applicable management structure, engineering, procurement, project management, fabrication supervision and inspection departments. The organizational chart shall indicate how these personnel interface and provide a description of their responsibilities along with their experience records. Any changes to the organizational chart requested by the Authority shall be incorporated via an addendum to the Contractor’s Q.A. program prior to any release of procurement of materials, engineering or fabrication. 12.2

Facility Access

The Authority and/ or designated representatives shall have full access to the Contractor’s facilities (engineering and manufacturing), as well as those facilities of its subcontractors and suppliers, if required, for the purpose of assessing the implementation of, and conformance to the quality requirements, and to perform a quality audit, witness or verify inspection and tests. 12.3

Shop Inspection

As used herein, the term “Authority Quality Assurance Representative (AQAR)” shall mean the Authority’s employee(s) and /or assigned Quality representative, and /or Authority’s Engineering’s representative assigned to witness the inspections, perform quality audits and /or witness test(s) for verification of work at the manufacturer’s facilities or those of its subcontractors. Such personnel have the right to any information and provide copies of any quality/fabrication related information as is necessary to determine progress of engineering, procurement, production and verification of completed work along with any related test /inspection verification records. 12.4

Authority Participation in Inspection/Test Verification/Audit

The Authority reserves the right to participate in inspection, test or audits at the Contractor’s facility relating to the contracted work/services provide under this contract. 12.5

Quality Control Inspection Test and Manufacturing Plan

Within 45 days after award of contract and prior to any release of procurement of materials, engineering or fabrication of contracted work, the Contractor shall submit a controlled copy of its Quality Assurance/ Quality Control/Inspection Program System along with any addendums/supplements necessary to their QA/QC Inspection programs in order to comply with all of our specification requirements. In addition a detailed sequential manufacturing plan specific for this contracted work (may also be defined as process sheets, work plans, fabrication Page 28 of 35

 

plans, travelers, production schedule, construction procedures, etc.) shall be submitted at the same time for the purpose of planning Authority witness and hold points. 12.6

Witness & Hold Points

Subsequent to the receipt of Contractors manufacturing, inspection and test plan the Authority shall determine and identify those witness and hold points which shall be required for this contracted work/service. These witness/hold points shall be incorporated into the Contractors production schedule and manufacturing inspection and test plan and resubmitted to the Authority for review and approval. -

Definition of Witness Points - Inspection witness points are those inspections for which five (5) Working day notice must be given by the Contractor to the Authority, but do not require the Vendor/Contractor to hold up on the performance of inspection or test if the Authority’s Quality Assurance Representative (AQAR) is not available to witness performance.

-

Definition of Hold Points - Inspection hold points are those inspection points beyond which work shall not proceed without the specific consent of the AQAR.

Consent to waive specified hold points shall be recorded prior to continuation to work beyond the designated hold points. If any inspection or test operation designated as a hold point does not have the requisite witnessing by the AQAR, unless a waive has been granted in writing, the Contractor faces rejection of the work by the Authority and must repeat the inspection or test for the AQAR before the work can be considered acceptable. Examples of hold points would be hydrostatic testing, functional test, significant/complex fabrication operations and tests. A (5) working day notice is required to be given by the Contractor to the Authority on hold points. The following are the minimum notification points for witness (W) and hold points (H) as applicable: a. b. c. d. e. f.

In-process welding – W Any NDE, such as PT, MT, UT - H Final dimensional inspection – H Final functional or operation test -H Surface preparation for painting - W Final electrical or factory acceptance test – H

Additional witness and hold points may be selected and required by the Authority after review of Inspection and test plan 12.7

Calibration

All measuring and test equipment (M&TE) used for final acceptance shall be periodically calibrated with traceability to NIST. Calibration frequency shall be in accordance with M&TE equipment manufacturer’s recommendation or as determined based on documented actual use Page 29 of 35

 

history. All M&TE use for final acceptance shall be identified and traceable to its calibration record. 12.8

Non-Conformance – Reports & Disposition

The Contractor shall document methods for disposition of items and performance that do not meet contract documents requirements, or Authority approval drawings, procedures, or drawings the Contractor uses to fabricate the equipment. These methods shall contain provision for: 1. Evaluation of non-conforming items 2. Submittal of all non-conformance notices to the Authority. These submittals shall include supplier – recommended disposition (e.g. use- as – is or repair) and technical justification, and shall be approved by the Authority 12.9

Shipping Release

For each shipment made to the site, the contractor will present to the Authority a signed letter of Compliance fully identifying the product to be shipped and certifying that all contract specifications have been fully adhered to, except as noted by referenced nonconformance shall be included. One (1) copy of the Letter of Compliance must accompany each shipment. No shipment shall be made until released by the Authority’s representative.

12.10 Workmanship and Non Destructive Testing (a) Workmanship 1. The work shall be performed by personnel skilled in their various trades. Welding shall be performed only by trained and qualified welders in accordance with the latest revisions to qualified welding procedures and this specification. (b) NDE Qualifications and Qualifications of Examination and Testing Personnel 1. Responsibility It is the responsibility of the Contractor to assure that only those personnel within its organization who meet the requirements established herein are permitted to perform inspection, examination, and testing activities that result in or assure the attainment of quality. It shall also be the Contractor’s responsibility to comply with the procedure and instructions issued for the work and to the requirements established therein. 2. Certification Each person who verifies conformance of work activities to quality requirements shall be certified by their employer as being qualified to perform their assigned work. This certification shall be supported by appropriate measure such as education or training, Page 30 of 35

 

evaluation and periodic review to assure the initial and continued proficiency of each person. The effective period of certification shall be established and at the end of the effective period of certification, each individual shall be re-certified in accordance with the requirements of these criteria. Personnel involved in the performance, evaluation, or supervision of non- destructive examinations, shall be certified in accordance with the requirements specified in American society for Non –Destructive Testing- Recommended Practice SNT-TC-1a and supplements for the type of NDE being performed. 3. Records A file of records of personnel qualification shall be established and maintained by the Contractor throughout the employee’s period of work activities at the Work Site. The file shall contain records of past performance history, training, initial and periodic evaluations and certifications of the qualifications of each person. 4. Non-Destructive Examination (NDE) a. All weld visual examinations shall be performed by an AWS Certified Welding Inspector (CWI) with at least a minimum of 7 years of documented experience. b. All visual examinations, magnetic particle examinations, liquid penetrant examinations, eddy current, ultrasonic examinations that are to be performed shall be performed on uncoated (No Paint), rust free, clean bare metal surfaces. All metal surfaces to be examined will have all rust inhibitor removed also. c. For any temporary tacks and arc strikes will be required to be removed and after removal shall be NDE tested by visually examination and liquid penetrant examination to verify no cracks or linear indications are present. 12.11 Rejection Any supply or workmanship not conforming to this specification, or unsatisfactory material regardless of supply, shall be rejected. The Contractor shall bring to the attention of the Authority any item or items it considers unsatisfactory for use.

13. Cleaning and Painting Requirements 13.1

Work Included

(a) The Contractor shall provide all labor, materials, equipment and services to perform the work of this Section. The Work includes the following: 1. Protecting surfaces which are not to be painted. 2. Preparing surfaces by cleaning, grit blasting or other measures, and sealing. The original paint of the components to be factory rehabilitated, including the operating ring, linkages and arms, bearing reservoirs and servomotors, has been tested and Page 31 of 35

 

found to contain lead. The removal of the paint shall conform to all OSHA, EPA and other environmental guidelines. The disposal of all lead containing debris shall be subject to approval by NYPA. NYPA will also provide the name of the landfill which has been pre-approved. 3. Priming and finish painting of all new carbon steel components, and all rehabilitated carbon steel components, after NDE and all repairs have been completed. 4. Priming and finish painting of all rehabilitated carbon steel components, including servomotors, operating ring, linkages and arms, and bearing reservoirs. 5. Touching-up primed or finish painted surfaces as directed by the Authority. 6. Inspecting and testing in accordance with Division 1. 7. Apply preservation coatings in the factory for protection during shipment and storage at the Site. 8. Perform all work in accordance with all environmental requirements. 13.2

Reference Standards

(a) The Work of this Section shall be in accordance with the latest revision of the SSPC – Steel Structures Painting Council unless more stringent requirements are specified herein. 13.3

Submittals

(a) Refer to Division 1 of the Contract Documents for general requirements pertaining to drawings and data to be furnished by the Contractor. Each component to be painted shall have all cleaning and painting information shown on its own unique drawing prepared by the Contractor. The drawing shall specifically indicate the surfaces, such as machined areas, of the components which are not to receive paint. (b) Submittals shall be in accordance with the Contract requirements and shall include the following: 1. 2. 3. 4. 13.4

Paint manufacturers product data sheets. Full-range color charts. Material Safety Data Sheets (MSDS) for all products Work schedule.

Quality Control

(a) Provide labor, equipment, materials, and services as necessary to comply with the Authority’s Quality Control Program contained in Section 28 and Division 1.

Page 32 of 35

 

(b) Deficiencies in the Work due to the Contractor’s non-conformance to the Drawings and Specifications shall be corrected by the Contractor at no cost to the Authority. 13.5

Materials (a)

The type of paints to be used shall be as specified in the Paint Schedule.

(b) White Amerlock 400 high-solids epoxy paint as manufactured by Ameron, or an approved equal, shall be applied to all surfaces. (c) Coatings shall be ready mixed, except field catalyzed paint capable of being readily and uniformly dispersed to a homogeneous coating free of streaks and sags when dry. (d)

Cleaning Solvent. – As recommended by the paint or coating manufacturer.

(e) Unspecified Materials. – Unspecified materials such as turpentine, linseed oils and the like, shall be the best grade or first-line products of reputable manufacturers, shall bear the name and complete label of the manufacturer and shall be approved for use with materials herein specified by the respective coating manufacturer. 13.6

Environmental Requirements

(a) Provide continuous ventilation and heating facilities to maintain surface and ambient temperatures between 45 and 90 degrees F for 24 hours before, during, and 48 hours after application of materials, unless required otherwise by manufacturer’s instructions. (b) Preparation of vessel surface with abrasive blast to SSPC SP-10, as per manufacturer’s recommendations for immersion service. 13.7 Manufacturer’s Instructions (a) Observe the label instructions for the products used. Conflict between the manufacturer’s instructions and these Specifications shall be reported immediately in writing to the Authority for resolution. 13.8

Maintenance Supply

(a) The Contractor shall furnish to the Authority two gallons of each type of paint and primer in sealed containers with the expiration date of the shelf life of the paint marked on the container. 13.9

Inspection

(a) Verify that substrate conditions are ready to receive work in accordance with the coating manufacturer’s instructions.

Page 33 of 35

 

(b) Examine surfaces scheduled to be coated prior to commencement of Work. Report to the Authority conditions that may potentially affect proper application. 13.10 Preparation (a) Correct defects and clean surfaces which affect painting work. Surfaces to be painted shall be cleaned of all mill scale, dirt and other foreign substances by scraping, chipping, blasting, wire brushing, or other effective means in accordance with the applicable sections of SSPC Specifications. All oil and grease shall be removed from the surfaces by the use of clean mineral spirits or xylol, and clean wiping material. (b) All surfaces as indicated on the drawings not to receive paint shall be protected by effective masking during the cleaning and painting of adjacent metal work. (c)

Seal marks which may bleed through surface finishes.

(d) Impervious Surfaces. – Remove mildew by scrubbing with solution of tri-sodium phosphate and bleach. Rinse with clean water and allow surface to dry. (e) Shop Preparation of Uncoated Steel and Iron Surfaces. – Remove grease, scale, dirt, and rust. Where heavy coatings of scale are evident, remove by wire brushing or sandblasting; clean by washing with solvent. Apply a treatment of phosphoric acid solution, ensuring weld joints, bolts, and nuts are similarly cleaned. Spot prime paint after repairs. Clean surfaces to comply with paint manufacturer’s recommendations. (f) Within a maximum of two (2) hours of cleaning or before rusting occurs, one (1) coat of coating as specified shall be applied to the surface. Prior to coating application, the surface shall be visually inspected by the Contractor and the Authority to verify acceptability of the surface preparation. In the event that rust forms or the surfaces otherwise become contaminated in the interval between cleaning and painting, recleaning will be required. 13.11 Protection (a) Protect elements surrounding the Work of this Section from damage and disfiguration. 13.12 Application (a) (b) SSPC-PA-1.

Refer to schedules at the end of this Section for surface coatings and colors. Apply products in accordance with manufacturer’s instructions and with

Page 34 of 35

 

(c) Workmanship shall be of the best quality, performed only by skilled workmen. Materials shall be evenly spread and smoothly flowed on, without runs, sags, or skip. Materials shall not be applied over a previously applied coat until the surface is dry and hard and the surface has been properly prepared to receive the next coat. Application of material shall be at the rate required to produce the specified dry film thickness (DFT), and shall be checked by wet film thickness gauge as the work progresses. Metal painting shall be subject to verification by magnetic dry film thickness gauge. 13.13 Clean-Up (a)

As work proceeds, promptly remove paint where spilled, splashed, oversprayed or spattered.

(b)

Painted surfaces shall be protected from abrasion or other damage at all times.

13.14 Paint Schedule (A) The kinds of coating materials and number of coats on various surfaces shall be as indicated in the following schedule. All coats of a system shall be the products of one manufacturer only. The specified number of coats and dry film thickness (DFT) per coat shall be as recommended by the respective manufacturer for the satisfactory performance of the product listed. Item All Painting

Schedule Primer: as per mfr.’s recommendation.; Intermediate and Top Coats: Two 5 to 8-mil coats of Amerlock 400 paint, or approved equal

13.15 Color Schedule (A)

The Authority will select colors in consultation with the Contractor.

Page 35 of 35

 

SECTION 01524 –

ENVIRONMENTAL, HEALTH, SAFETY AND CONSTRUCTION WASTE MANAGEMENT

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.

B.

Technical Specification Section 02080 Asbestos Abatement

C.

Technical Specification Section 02081 Environmental Procedures Disposal of Regulated Materials

1.2

PERFORMANCE REQUIREMENTS

A.

Perform all work in compliance with all Federal, State, local and Authority requirements related to environmental, health and safety.

B.

Practice efficient waste management in the use of materials in the course of the work. 1. Salvage/Recycle Goals: a. Use all reasonable means to divert construction and demolition waste from landfills and incinerators. Facilitate recycling and salvage of materials. b. The Authority’s goal is to salvage and recycle as much non-hazardous demolition and construction materials as possible.

1.3

SUMMARY OF WORK INCLUDED

A.

This Specification section shall apply to all demolition and construction materials and wastes, associated with the Contract Documents or these Specifications. It shall also apply to any materials or equipment generated or discovered during the construction or demolition work.

B.

The work covered under these specifications consists of furnishing all plant supervision, labor, materials and equipment (except for services, materials, and/or equipment to be furnished by others as specifically referred to in the Contract Documents), and performing all operations required to perform and execute the project as detailed in the technical specifications and drawings. ). If contractor does not have personnel onstaff with applicable training and qualifications, Contractor may subcontract to a qualified firm.

ENVIRONMENTAL, HEALTH, SAFETY AND CONSTRUCTION WASTE MANAGEMENT Lewiston Pump Generating Plant – Motor Generator

01524-1

C.

1.4 A.

The Contractor shall notify the Authority designated representative of any spills or other emergency situations. The Contractor is responsible for containing and cleaning spills or leaks including all costs associated with such work. SUBMITTALS AND WORK PLANS Submit the following plans at least 3 weeks prior to date established for commencement of the Work. The Contractor shall not begin the work until these documents are reviewed and approved by the Authority. 1.

Materials and Waste Management Plan a.

2.

See Chapter 2.1 of Section 02081 Environmental Procedures Disposal of Regulated Materials

Site/Job Specific Health and Safety Plan (HASP) a. The Contractor shall establish and submit a comprehensive Site-Specific Health and Safety Plan (HASP). The HASP shall include both general procedures and specific requirements to be followed by the Contractor and their Sub-contractors to ensure the health and safety of employees, the public and the environment. The HASP shall be reviewed and approved by the Contractor’s Certified Industrial Hygienist (CIH) or Certified Safety Professional (CSP) prior to submittal to Authority. The HASP shall include, but shall not be limited to: 1) 2) 3) 4) 5) 6) 7) 8) 9) 10) 11) 12) 13) 14)

3.

Emergency Action Plans and Accident Prevention Plan Employee Training and Certifications Personal Protective Equipment (PPE) Requirements Medical Surveillance Program Exposure Monitoring, Action Levels and Engineering Controls Health Risk Identification and Hazard Analysis Hazard Communication Equipment Safety and Inspection Identification and Regulation of Work Zones Decontamination Procedures and Worker Hygiene Practices Spill Response Procedures and Notification Protocol Competent Person Inspections and Reporting Requirements Clearance Testing and Inspections Hazardous Materials Handling

Paint Abatement Work Plan

a.

Painted and/or coated surfaces, similar to those scheduled for removal and alteration, are assumed to contain various levels of Lead. Paint with any detectable quantity of lead shall be considered Lead containing and subject to OSHA standards. The contractor shall comply with all Federal, State, local and Authority requirements for worker protection when assessing exposure to, and working with, lead containing materials. Requirements of

ENVIRONMENTAL, HEALTH, SAFETY AND CONSTRUCTION WASTE MANAGEMENT Lewiston Pump Generating Plant – Motor Generator

01524-2

b.

c.

d. e. f.

g. h.

4.

note are specified in OSHA’s Lead in Construction (29 CFR 1926.62), Respiratory Protection (29 CFR 1910.134) and Hazard Communication (29 CFR 1910.1200). The Contractor shall establish and submit a Paint Abatement Work Plan (if applicable) in addition to the task-specific Health and Safety Plan (HASP) for review in accordance with all applicable Federal, State and local codes and regulations. The Work Plan shall include, at a minimum, 1) locations and square footage for paint abatement (sketch preferred), 2) detail how wastes will be handled and containerized, 3) describe the PPE to be worn by the workers, including need rationale with documentation of exposure assessment(s), 4) training documentation, 5) list of materials and equipment, describing their use relevant to the subject project. Abrasive work methods and burning of paint is not permitted. Chemical stripping and/or HEPA shrouded tool methods may be used for paint removal where the painted components are to be cut and/or welded. If water is used for water blasting/pressure washing or any purpose, a portion of the work plan shall be dedicated to water management. The water shall not be allowed to flow into drains or allowed to flow to the river. Water shall be collected and tested by Contractor to determine proper disposal in consultation with Authority designated representative and properly disposed of by the Contractor. Improper handling and storage of waste may result in immediate shutdown of the project until corrective action is completed. Contractors and subcontractors shall comply with all worker protection requirements including respiratory protection, personal protective equipment, medical monitoring, blood lead testing, proper removal/handling procedures, and worker training.

Respiratory Protection Plan a. The Contractor shall submit a comprehensive Respiratory Protection Plan. The written respirator protection plan at a minimum, shall address respirator protection that is in full compliance with all aspects of 29 CFR 1910.134, 1) exposure assessment, 2) signs to be posted in work areas, 3) protective clothing, 4) engineering and administrative controls, 5) hygiene facilities and practices, 6) decontamination, 7) housekeeping, 8) medical surveillance, 9) training and other items to satisfy OSHA standards as required

ENVIRONMENTAL, HEALTH, SAFETY AND CONSTRUCTION WASTE MANAGEMENT Lewiston Pump Generating Plant – Motor Generator

01524-3

1.5 A.

REFERENCES Safety and environmental regulations to be adhered to throughout all stages of the project include, but are not limited to: 1. Waste Analysis and Hazardous Waste Determination – SW-846 Methods for Analysis of Solid and Hazardous Wastes 2. Waste Analysis Laboratory Accreditation - NYSDOH ELAP Certified laboratory 3. Hazardous Waste Identification, Handling and Storage - 40 CFR 261, 40 CFR 262 and 6 NYCRR 370-376 4. Hazardous Waste and Material Transportation - 40 CFR 263, 49 CFR 171- 179, and 6 NYCRR 364, 372 5. Hazardous Waste Disposal - 40 CFR 264, 268 and 6 NYCRR 376 6. Hazardous Waste Handling Reporting - 40 CFR 262, 268 and 6 NYCRR 372 7. Solid Waste Disposal – 6 NYCRR Part 360 8. Federal Water Pollution Control Act (33 U.S.C.1251, et seq) 9. Environmental Conservation Law (ECL) Art 3, Title 3; Article 15; Article 17, Titles 3,5,7,8; Article 21; Article 70, Title 1, Article 71, Title 19. 10. New York State Penal Code, Article 175 and 210. 11. Public Health Law, Section 502 12. OSHA General Industry Standard – 29 CFR 1910 13. OSHA Construction Standard – 29 CFR 1926 14.

OSHA Lead - 29 CFR 1926.62

15.

OSHA Respiratory Protection - 29 CFR 1910.134

16.

OSHA Asbestos – 29 CFR 1926.1101

17.

OSHA Hazard Communication – 29 CFR 1910.1200 OSHA Permit-Required Confined Space – 29 CFR 1910.146

18.

PART 2 - PRODUCTS 2.1

PACKAGING AND TRANSPORTATION

A.

Contractor is responsible and assumes all costs for providing containers, and all packaging, labeling and placarding of all waste in accordance with United States Department (USDOT) regulations 49 CFR 171-180, as applicable. See technical Section 02081 Environmental Procedures Disposal of Regulated Materials for more detailed requirements related to waste.

B.

Waste drums shall be new drums provided by the contractor (55 gallon, open head, DOT approved drums) or other DOT approved bulk or non-bulk containers.

C.

Contractor shall arrange transportation of waste using only a 6 NYCRR Part 364 or equivalent transporter to transport waste off-site for disposal, unless the material is being recycled. Authority wastes may not be transshipped with wastes from other generators (only Authority wastes are allowed on the transport vehicle). Contractor shall

ENVIRONMENTAL, HEALTH, SAFETY AND CONSTRUCTION WASTE MANAGEMENT Lewiston Pump Generating Plant – Motor Generator

01524-4

complete Authority’s Pre-Transportation Checklist for each shipment of waste off-site, which can be obtained from the Authority’s construction manager. PART 3 - EXECUTION 3.1

PLAN IMPLEMENTATION

A.

General: Implement all approved plans. Provide handling, containers, storage, signage, transportation, and other items as required to implement management plans during the entire duration of the Contract.

B.

Training: Utilize only workers and subcontractors that have been trained on proper waste management procedures, as well as safety hazards present.

3.2 A.

3.3 A. 3.4

WASTE CHARACTERIZATION See Section 02081 Environmental Procedures Disposal of Regulated Materials ASBESTOS CONTAINING MATERIALS See Section 02080 Asbestos Abatement RECYCLING CONSTRUCTION AND DEMOLITION MATERIALS

A.

Preparation of Recyclables: Prepare and maintain recyclable materials according to recycling or reuse facility requirements

B.

The Contractor shall obtain the approval of the Authority’s Site Representative for offsite shipments of equipment and waste before allowing materials to be shipped off-site.

C.

Dumpsters and bins used to store and ship trash and solid waste shall be subject to inspection by Authority before shipment. Trash and construction waste shall be removed regularly from the site.

3.5

DUST AND FUME CONTROL

A.

The control of potentially harmful dusts, fumes, mists, gases, smoke, sprays, or vapor, shall be accomplished by accepted engineering control measures. Examples of accepted controls include enclosure or confinement of the operation, ventilation, or substitution of less toxic materials.

B.

The contractor shall provide all necessary controls to ensure worker exposures to dust from disturbances to materials with crystalline silica, remain below the Permissible

ENVIRONMENTAL, HEALTH, SAFETY AND CONSTRUCTION WASTE MANAGEMENT Lewiston Pump Generating Plant – Motor Generator

01524-5

Exposure Limit (PEL) established by OSHA. This is necessary during any cutting, grinding and/or chipping of concrete, mortar, rock or brick. Mandatory dust control measures include utilizing continuous wet methods, where possible, and/or other engineering controls such as Local Exhaust Ventilation (LEV) and High-Efficiently Particulate Air (HEPA) ventilated enclosures to minimize dust exposures. C.

The Authority’s preferred means of reducing worker exposure to respirable silica is to continuously apply water to the point of dust generation to suppress respirable silica dust. Under conditions where it is not practical or safe to use water to suppress dust, alternative engineering controls such as LEV and/or HEPA Filtration shall be to control dust exposures.

D.

Where working conditions permit, a water hose shall be directly affixed to the tool(s). When the use of a hose directly affixed to the tool is not feasible, an assistant shall continuously apply water with a hand held sprayer at each point of dust generation.

E.

Tools not originally designed for dust control may be retrofitted with hoods and tubing so that an industrial-grade HEPA vacuum, or HEPA-filtered local exhaust can be used to reduce respirable silica dust. For portable tools where ducting is not feasible, or simply as an alternative to a capture hood, an assistant with can vacuum hose can be implemented.

F.

Use of water as a dust suppression or local exhaust ventilation will typically reduce Silica exposures substantially; these controls, however, may not eliminate the hazards of silica exposure completely. As such, the minimum respiratory protection for personnel cutting, grinding and/or chipping of concrete, rock, mortar or brick is a P100 NIOSH-approved respirator. Additionally, personnel working near the respiratory hazard, such as the water sprayer, shall wear respiratory protection while the hazard exists.

G.

The Authority requires that respiratory protection be implemented by the contractor in accordance with 29 CFR 1910.134, 29 CFR 1926.103 and The Authority’s Respiratory Protection Standard (SFH 4-2). Written proof of Contractors’ respiratory protection program, including employee medical surveillance, training, fit tests, etc. must be included in the respiratory protection plans and made available to the Authority’s representative upon request.

H.

Additional personnel and area monitoring may be required upon request by the Authority’s representative, at the expense of the Contractor, to insure the exposure to crystalline silica does not exceed the assigned protection factor of the respirator and that engineering controls and personnel protective equipment are adequate.

I.

Warning Signs: Signs should be posted and maintained by the contractor to warn all personnel about the hazard and specify any protective equipment required (for example, respirators). The sample sign provided below contains the information needed for a silica work area. Similar signs shall be posted for other hazards.

ENVIRONMENTAL, HEALTH, SAFETY AND CONSTRUCTION WASTE MANAGEMENT Lewiston Pump Generating Plant – Motor Generator

01524-6

END OF SECTION

ENVIRONMENTAL, HEALTH, SAFETY AND CONSTRUCTION WASTE MANAGEMENT Lewiston Pump Generating Plant – Motor Generator

01524-7

ELECTRICAL SYMBOL CONVENTIONS FOR SCHEMATICS AND ELEMENTARY DRAWINGS

TERMINAL

REVISION 1.1

NEW YORK POWER AUTHORITY NIAGARA POWER PROJECT DRAFTING and CAD GUIDELINE

General Introduction: This guide supplements the New York Power Authority (NYPA) Appendix “F” “Computer Aided Design Requirements for New York Power Authority Drawings” for modifying or creating Niagara Power Project drawings. Template Files: All newly created drawings will utilize the provided NYPA.DWG AutoCAD file. specific reference AutoCAD files will be provided with standard symbol blocks.

Discipline

File Naming Conventions: All newly created drawings will be numbered only with numbers supplied by the Niagara Project’s Design and Drafting Department. File names will be the drawing number shown in the lower right of the title block area with the file extension added (e.g. drawing number 2E24E063 is file 2E-24E063.DWG). For hybrid drawings the attached image file name will be the same as the parent drawings with an image file extension (e.g. parent drawing 2E24E063.DWG has an attached image file 2E-24E063.TIF). Contact: Direct questions concerning the Niagara Power Project - Drafting and Cad Guideline the CAD requirements therein, procedures for the use of this guide to: Paul Hays Design and Drafting Supervisor New York Power Authority 5777 Lewiston Rd. Lewiston, NY 14092 716.286.6601 [email protected]

8/27/2013 Page 1

REVISION 1.1

Treatment of Title Block Data: The SITE_NAME_1 field shall be “NIAGARA POWER PROJECT” The SITE_NAME_2 field shall be “LEWISTON, NEW YORK” The LOCATION field shall be limited to one of the following entries: OVERALL PROJECT RMNPP GENERATOR AREA RMNPP PENSTOCK AREA RMNPP INTAKE STRUCTURE LPGP PUMP GENERATOR STRUCTURE LPGP INTAKE STRUCTURE LEWISTON RESERVOIR SECURITY BUILDING SWITCHYARD WATERWAYS BRIDGES AND ROADS ADMINISTRATION AND WAREHOUSE BUILDING POWER VISTA The LINE 1 field shall be limited to one of the following entries: ARCHITECTURAL CONCRETE ELECTRICAL GENERAL LANDSCAPING LOGIC MECHANICAL PIPING STRUCTURAL The LINE 2 through LINE 5 fields shall accurately describe the contents of the representative drawing. Versioning / Revisions / Revision Sequence: Document versioning begins at the drawing’s initiation on revision level “0”. Subsequent revisions will be numeric (e.g. 1, 2, 3 etc.). If a revision does not incorporate entire content of the drawing, it will be clouded to indicate portion pertaining to the revision. Clouds will be 8/27/2013 Page 2

REVISION 1.1

annotated with triangles containing the related revision number. Clouds from a previously released revision will be removed on subsequent revisions. Sub-versions, such as those used for review submittals may incorporate temporary revisions by using numerical decimal (0.1, 2.2 etc.) or numeric alpha (0a, 2b etc.) revision numbers and removed prior to the approved released. Units of Measurement: All designs shall be accomplished using the using the English, inch-pound units of measure. Specific exceptions may be allowed by the Authority only with advance written permission. The Authority may also deviate to the International System of Units (SI) when this is a specific contract requirement. All drawings indicating vertical measurements and/or elevations shall be referenced to a vertical datum as directed by NYPA using the decimal system. The map projection, horizontal and vertical datums used to develop the CAD model shall be clearly indicated on all models and layout sheets. Where the vertical datum used differs from the United States Lake Survey 1935 Datum (USLS 1935), the equivalent USLS 1935 elevation shall be given with the model datum dimensions and shown in parentheses ( ) adjacent to model elevation callouts and a note added to the drawing(s) providing the arithmetical conversion between USLS 1935 elevations and the vertical datum elevations used. The map projection for all drawings shall be the NY State Plane Coordinate System, West Zone, and the horizontal datum shall be the North American Datum of 1927 (NAD’27). A note stating the combined grid and scale factor necessary to convert from grid measurements to at-grade measurements shall be included on all drawings. Alternate map projections and horizontal datums may be used only with advance written permission from the Authority. Survey control and vertical datum conversions will be supplied by the Authority upon request.

Text: See Appendix “F” Lines: Lines will be represented by a single line entity, and orthographically aligned where possible. Each line entity shall be cleanly terminated at adjoining line segments. Standard Layers: The layer names furnished on the prototype drawing (NYPA.DWG) will be present on all drawings.

8/27/2013 Page 3

REVISION 1.1

Color Standards for Identifying Tasks: Black – Existing equipment to remain Red – New work or new equipment to be installed Green - Existing work or existing equipment to be removed Blue – Installation instructions or notations to guide process

Raster / Images – Hybrid Drawings:

The images files will be CCITT Group 4 bi-tonal tif format. Only one image attachment may be associated to any one AutoCAD file. Recommended image resolution is 300 dpi. Each image will also be checked for clarity and line precision prior to insertion. All images are to be placed in model on the “IMAGE” layer. Images will be inserted at 0 degrees (no rotation) and scaled such that the image will be full scale in model space. As an example, a scanned drawing with a drafting scale of ¼” = 1’-0” will be scaled up x 48. The insertion point 0, 0 will be used to place the lower left corner of the image. Superseding Drawings: When a drawing in superseded or replace by another drawing(s), the replacement(s) will be clearly indicated next to word “SUPERSEDED” (large type) on the superseded drawing. Deliverables: See Appendix F

8/27/2013 Page 4

REVISION 1.1

Electrical Drawings Line groupings which schematically represent wire routes shall be laid out utilizing uniform positioning wherever possible. Wire designations are placed above a wire. Use a half-circle (ARC), to encapsulate the wire for calling out wire designations. Do not use full-circle symbol for a shield as a wire callout. All new blocks will be created on layer 0. Blocks indicating devices will remain unexploded. Wiring for control devices located on control panels shall be indicated by showing outbound wires to termination points within the same panel as a text string with the device termination point first and the outbound location second and listed in the order of termination points to the right side of the device. If the outbound location is located in a panel other than the origin it shall be contained in parentheses. (see HFA54E below in illustration below).. IEEE Standard Device Numbers: IEEE Standard Device Numbers shall be left justified to the device border and above device as shown below. The device specification number shall be indicated below the device designation number separated be two horizontal lines (see reference IEEE Standard for Electrical Power System Device Function Numbers, Acronyms, and Contact Designations C37.2-2008). The manufacture’s model number will be called out below the two horizontal lines (see HFA54E below in illustration below). Devices performing more than one function: If one device performs two relatively important functions in an equipment system so that it is desirable to identify both of these functions, this may be done by using a double function number and name such as: 50/51 Instantaneous and Time Over current relay. Suffix numbers: If two or more devices with the same function number and suffix letter (if used) are present in the same equipment, they may be distinguished by numbered suffixes as for example 62SD-1, 62SD-2, 62SD-3 Suffix letters: Suffix letters are used with device function numbers for various purposes. In order to prevent possible conflict each suffix letter should have only one meaning in individual equipment. All other words should use the abbreviations as contained in American Standard Z32.13-1950. Example below 62SD-3, “62SD” represents “Time Delay - Shutdown” Legends:

8/27/2013 Page 5

REVISION 1.1

Existing legend drawings will be provided upon request and the first in a series of drawings should be reserved for legends.

Panel Location Indicators: Panel control devices shall have a panel location indicators with the first alpha character indicating the relative row, row “A” being the upper most. The secondary letter indicates the row position beginning at the left side of the panel with the letter “A”. Below is an example of an auxiliary shutdown relay place on the sixth row (“F”):

Wires leaving control panels shall include a ladder direction indicator to be consistent with the following where the leaving wires are indicated in parentheses nearest the drawing border and sorted alphanumerically by the device location:

8/27/2013 Page 6

REVISION 1.1

8/27/2013 Page 7

REVISION 1.1

Wiring drafting details shall be consistent with the following:

Elementary Drawings: Location indicators and legend for device contacts and coils will appear on each elementary drawing. Location indicators will include references to panel locations and associated wiring connection diagram drawing numbers. Examples will be furnished upon request. 8/27/2013 Page 8

REVISION 1.1

Standard Symbols – Blocks: NYPA Standard symbol blocks will be provided in the AutoCAD dwg format for the electrical discipline. These blocks will be used where the appropriate symbology is required. Blocks that have attributed data will have device design information placed in the proper fields and will remain un-exploded. Wire / Cable Labels and Routing Indicators: General: All cable number assignments will be provided by the Niagara Power Project’s Design & Records Department. Bulk numbering will be provided if requested. Individual Conductors: For individual conductors (switchboard wire), bundled or unbundled will be annotated as outlined below. Wire numbers for wires traveling to a subpanel within the same enclosure such as a ceiling panel will be enclosed with brackets [ ]. Wire numbers for wires traveling between rack mounted equipment mounted on the same rack frame will be enclosed with parentheses ( ). Wire numbers for wires traveling up or down to a different enclosure “up or down leads” will be enclosed with parentheses ( ) unless going to the ceiling panel. Wire numbers for wires traveling to an adjacent terminal cabinet (sideways) or wires traveling to the front or rear of the same cabinet will be indicated with no brackets or parentheses. Wire numbers for wires traveling to or from event recorder or SCADA relay panel in which they are atop will be enclosed with parentheses ( ). Wire numbers for wires traveling within the same cabinet and shown on the same drawing sheet will be indicated with no brackets or parentheses. When individual cabinets are shown on multiple drawing sheets, wires traveling between drawing sheets will be indicated with parentheses. All bracketed or wire indicated with parentheses will grouped according to destinations along drawing border with both the incoming and outgoing tags. Tags will be sequenced logically and listed according to outgoing indicator and a balloon indicating the group destination. Examples will be provided upon request.

8/27/2013 Page 9

REVISION 1.1

Wire Color Codes: Existing wire colors will be indicated in brackets at the point of termination according to the following list: Copper Conductors Black Red White Green Orange Blue Brown Yellow Violet Grey Pink Tan -

B R W G O U Br Y V Gr P T

Tracer colors will be indicated as the second alpha character following the letter indicating the primary color. An example BW is black conductor with a white tracer. Fiber Optic Cable Color Codes This identification scheme is based on EIA/TIA-598, "Optical Fiber Cable Color Coding." EIA/TIA-598, which defines color schemes for fibers, buffered fibers, fiber units, and groups of fiber units within optical fiber cables. This method can be used for identification of fiber ribbons and fiber subunits. Position number shall be used when identifying fiber callout in tables. Position

Colors

Abbreviation

1 2 3 4 5 6 7 8 9 10 11 12

Blue Orange Green Brown Slate White Red Black Yellow Violet Rose Aqua -

BL OR GR BR SL WH RD BK YL VI RS AQ

8/27/2013 Page 10

REVISION 1.1

13-24 Colors 1-12 with a Black Tracer. Tracer colors will be indicated as the second set of alpha characters separated by a forward slash ( / ) following the first set of alpha characters indicating the primary color. Example: BL/BK, OR/BK, etc. Cable and Conduit Numbers: Cable will be designated by breaking the line entity representing the cable and inserting a text string of the cable number / name parallel to the line. If the drawing is generally representing a single enclosure the cable number shall be called out, outside and adjacent to the line object representing the border of the enclosure. Spare conductors will be called out in the area inside and adjacent to the line object representing the border of the enclosure by extending a 45 degree leader and parallel line entity in which the extension will contain a text string indicating the number of spare conductors. The colors of the spare conductors in individual parentheses i.e. 2 Sp. (B)(R), indicating two spare conductors, one black and one red). An example of 2 spare pair conductors will be indicated as follows: 2 Sp Pr (B,R) (Y,V). If an existing cable number is to be replaced, the existing cable number will be called out as described above and the new cable number will be placed immediately above or below the existing number and indicated in color red. Schematically represented conduits will be shown as a broken pipe stub at the enclosure border.

8/27/2013 Page 11

REVISION 1.1

Mechanical Drawings Standard Symbols – Blocks: NYPA Standard symbol blocks will be provided in the AutoCAD dwg format for the mechanical / piping discipline. These blocks will be used where the appropriate symbology is required. Blocks that have attributed data will have device design information placed in the proper fields and will remain un-exploded. Piping Legend: Typical pipe service designations: PW FP CWR CWS HW CW RW SA

-

Potable Water Fire protection Chilled Water Return Chilled Water Supply Hot Water Cold Water Raw Water Service Air

8/27/2013 Page 12

Information Auto-Complete Please complete the form(s) below Use Print or Print Preview to Update the Links

Project Name: Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus DIVISION 1 - PROJECT SPECIFICATION TABLE OF CONTENTS SECTION

PAGE

SECTION 01010 - SUMMARY OF WORK .....................................................................................2 SECTION 01090 - REFERENCES ....................................................................................................8 SECTION 01100 - JOBSITE REQUIREMENTS ..........................................................................10 SECTION 01220 - PROJECT MEETINGS .......................................................................................20 SECTION 01240 - PROJECT CONTROL REQUIREMENTS ........................................................22 SECTION 01310 - CONSTRUCTION SCHEDULES .......................................................................26 SECTION 01335 - DATA TO BE FURNISHED BY THE CONTRACTOR ......................................29 SECTION 01340 - SHOP DRAWINGS, PRODUCT DATA, DOCUMENTS, AND SAMPLES ......32 SECTION 01410 - TESTING LABORATORY SERVICES .........................................................40 SECTION 01440 - CONTRACTOR'S QUALITY CONTROL ....................................................41 SECTION 01505 - MOBILIZATION AND DEMOBILIZATION ...................................................46 SECTION 01524 – ENVIRONMENTAL, HEALTH, SAFETY AND CONSTRUCTION WASTE MANAGEMENT ................................................................................................................................48 SECTION 01576 - FACILITY POLLUTION, WATER, AND EROSION CONTROL ...............59 SECTION 01577 - FACILITY PROTECTION AND SITE RESTORATION ...........................64 SECTION 01701 - CONTRACT CLOSEOUT ...............................................................................70 ATTACHMENT 1 – FIELD CHANGE NOTICE ..........................................................................73 ATTACHMENT 2 – FIELD CHANGE REQUEST ......................................................................75 ATTACHMENT 3 – DESIGN CHANGE NOTICE .......................................................................77 ATTACHMENT 4 – SUBMITTAL COVER SHEET....................................................................79 ATTACHMENT 5 – CONTRACTOR’S SUBMITTAL LOG ......................................................81 ATTACHMENT 6 - REQUEST FOR INFORMATION (RFI) SHEET ......................................84 ATTACHMENT 7 - CONSTRUCTION INSPECTION/MONITORING PROGRAM .............86

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 1

SECTION 01010 - SUMMARY OF WORK PART 1 GENERAL 1.1

SUMMARY A.

Title of Project:

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus B.

Location of Project: Lewiston Pump Generating Plant (LPGP) Niagara Power Project 5755 Military Road Lewiston, NY 14092

1.2

WORKS UNDER THIS CONTRACT A.

The work covered under these specifications consists of furnishing all plant supervision, labor, materials and equipment (except for services, materials, and/or equipment to be furnished by others as specifically referred to in the Contract Documents), and performing all operations required for the installation of all equipment and materials specified in the applicable technical sections of the technical specification including, but not limited to the following: 







Engineer, design, prepare drawings, and install a stub shaft to replace the existing rotating exciter on which the collector rings and a DC path to the field poles can be mounted. Engineer, design, prepare drawings, and install a complete new electrical path required to transfer a minimum of 890 Amps DC from the Owner supplied 1200 Amp DC bus to the Owner supplied generator rotor poles. Modify the existing neutral lead connections to allow for the installation of two sets of Contractor supplied ANSI Relaying Class C800 Multi-ratio Current Transformers per phase Contractor will be required to make any modification to the cage.

Contractor will perform the work during the unit outage schedule below. Note: Unit outage sequence Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 2

and dates, duration are subject to change by the Authority : Outage

Start 06/09/2014 02/02/2015 09/29/2015

Third Unit (PG 7) Fourth Unit (TBD) Fifth Unit (TBD)

End 01/16/2015 09/11/2015 05/09/2016

Note1- Above schedule is subject to change by the Authority. 2- Unit sequence is subject to change by the Authority. All deliverable shall be according to the following schedule:

Submit Baseline Schedule Submit Complete Design Document for NYPA Approval Submit Complete QA/QC Document for NYPA Approval Third LEM Unit- Delivery of all Equipment & Material to LPGP Third LEM Unit- Submit As- Built Drawings for NYPA Approval Forth LEM Unit- Delivery of all Equipment & Material to LPGP Forth LEM Unit- Submit As- Built Drawings for NYPA Approval Fifth LEM Unit- Delivery of Equipment & Material to LPGP Fifth LEM Unit- Submit As- Built Drawings for NYPA Approval

15 Days from the contract award date 30 Days from contract award date 15 Days from the contract award date 90 days from the contract award date 15 Days from the completion of work 60 days from the date of Purchase Release 15 Days from the completion of work 60 days from the date of Purchase Release 15 Days from the completion of work

All equipment that is to be provided by others shall be turned over to the Contractor at the NYPA’s warehouses or within the LPGP facilities. All manpower, equipment including transportation required to facilitate loading and transportation shall be provided by Contractor to/from the installation location required. Contractor is to assume no assistance from Owner unless explicitly stated. The Contractor shall attach bell (lifting device) to equipment and attach hook to the lift bell. Contractor will be solely responsible for equipment after removal from warehouses or designated location. Following are the warehouses addresses: 1- NYPA warehouse address 4750 Witmer Rd Niagara Falls, NY 14305 Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 3

2- Temporary Warehouse address Vantage Commerce Center 6420 Inducon Drive Suite F Sanborn, NY 14132 3- Wheatfield Business Park (Bell Lab) 2221 Niagara Falls Blvd., Niagara Falls, NY 1430 Laydown area use and site storage will be limited. Authority allocate the contractor’s work space. Contractor shall include all costs in the base bid price for all required periodic tests on stored items, including spares, to maintain the warranty. Except visual inspection, no test can be performed in the warehouse. Unless otherwise specified, contractor will be responsible to dispose off all components which are being replaced under this contract. Contractor must need to follow NYPA drawings control procedure. Contractor shall perform all work according to the LEM Master Schedule.

1.3

SERVICES, MATERIAL, AND EQUIPMENT PROVIDED BY THE AUTHORITY: 1. Laydown area for equipment and site trailers 2. Power (110V / 208V) 3. Water (Service Water) 4. Station air 5. De-energizing and tagging equipment out of service.

1.4

COOPERATION A.

The New York Power Authority (hereinafter referred to as the “Authority”) shall cooperate with the Contractor to facilitate the continuity and progress of the work. The Contractor shall cooperate with the Authority by minimizing the disturbance of the Authority's activities in the areas within or adjacent to the contract work.

B.

With direction from the Authority’s Site Representative, the Contractor shall coordinate all work activities with those of the Authority. The Contractor shall avoid

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 4

causing disruptions to the daily activities of the operation and maintenance personnel and their equipment at the Authority’s facilities. When work must be coordinated with plant personnel, the Contractor may be required to stop or rearrange the project schedule.

1.5

1.6

C.

With direction from the Authority’s Site Representative, the Contractor shall coordinate all work activities with other contractors performing work in these and adjacent areas. The Contractor shall avoid interference and ensure the continued progression of work.

D.

All operations of the Contractor shall be confined to the areas authorized and approved by the Authority. No unauthorized and unwarranted entry or passage, storage or disposal of materials shall be made upon the property of the Authority.

E.

The Contractor shall maintain access to existing roads to the jobsite at all times. When work will interfere with access to the facilities, the Contractor shall advise the Authority of the proposed work schedule at least forty-eight (48) hours in advance. The Authority will strive to accommodate the proposed work schedule.

F.

The Contractor shall be responsible for the conduct of all employees in relation with one another, all Authority employees, and other contractors working at the Authority’s facilities. Any misconduct shall be dealt with in a responsible and timely matter by the Contractor.

INTERPRETATION OF DRAWINGS AND SPECIFICATIONS A.

The lists of equipment, tabulations of data, and schedules appearing in the specifications and/or drawings are included only for the assistance and guidance of the Contractor in arriving at a more complete understanding of the intended scope of work. They are not intended, or to be construed, as relieving the responsibility of the Contractor in conducting their own takeoffs and preparing a work plan.

B.

The Contractor shall perform all measurements necessary to determine actual dimensions for the matching and proper fit of new material to the existing components.

C.

The Contractor is responsible for taking measurements of existing conditions and elevations. These shall take precedence over dimensions provided in the Contract Documents. If an error should exist, deviations from the Contract Documents shall be made only after an agreement in writing is obtained from the Authority.

OBSTACLES AND MINOR ADJUSTMENTS

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 5

A.

1.7

ABBREVIATIONS AND SYMBOLS A.

1.8

1.10

The Contractor is expected to be familiar with the standard abbreviation symbols used in the Contract Documents. The Contractor shall inform the Authority, in writing, of any unclear or unknown abbreviation or symbol. Unless notified, the Authority will assume that the Contractor is fully familiar with all such items and can execute the work accordingly.

LANGUAGE AND SYSTEM OF UNITS A.

1.9

The drawings are not intended to show all details and requirements relating to the scope of work. The Contractor shall advise the Authority's Site Representative immediately, in writing, when the Contractor encounters obstacles or discrepancies, which require minor changes or adjustments to the approved design and work procedures.

All dimensions, descriptions, calculations, drawings, test reports, progress estimates, packing lists, and correspondences submitted to the Authority shall be in English and shall have English system of units throughout, in addition to any other language and any other system of units. Where the English language or system of units is in conflict with the language or system of units used by the Contractor, the English language and system of units shall be binding.

PROTECTION OF AUTHORITY PROPERTY AND PERSONNEL A.

The Contractor shall provide protection to prevent damage to the Authority property, including all facilities, interior and exterior, during construction operations.

B.

The Contractor shall protect the occupants and surrounding areas against hazards during constructions operation and shall provide safe access to Authority occupied areas. If elimination of access to any area becomes necessary, it shall occur only after advance notice and written approval by the Authority.

C.

The Contractor shall provide necessary barricades, temporary partitions, other separations including those for dust control, and closures to protect the Authority’s personnel, equipment, facilities, and the public from harm or injury due to the construction operations.

D.

The Contractor shall repair any damage to Authority property to the satisfaction of and at no cost to the Authority.

PROTECTION OF EQUIPMENT AND MATERIALS A.

The Contractor shall assume full and complete responsibility for protection and

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 6

security of their materials and equipment stored at the project location. B. The Contractor shall keep an inventory and control of parts / piping / fasteners during disassembly and transfer all directly to appropriate contractor for control and storage as parts are removed. NYPA Project Manager shall receive daily summery sheet of this inventory control. C. The Contractor shall maintain a tracking list to identify the status of the equipment shipped off site for refurbishment. PART 2

PRODUCTS

PART 3

EXECUTION

3.1

CONTRACT DRAWINGS All drawings are provided for reference only with this specification. General Electric (GE) nor the Authority make no representation or warranty, express or implied that implementation or use of or adherence to the drawings by a vendor, will guarantee or constitute compliance with any standards, regulations or other applicable legal requirements, and specifically disclaims any warranty of merchantability or fitness for a particular purpose or use.

Drawing Number

NOT APPLICABLE

Drawing Title

Revision Number

See Specification

3.2 Section

CONTRACT SPECIFICATION SECTIONS Title

Revision Number

END OF SECTION 01010

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 7

SECTION 01090 - REFERENCES PART 1

GENERAL

1.1

CODES AND STANDARDS A.

All material and workmanship shall comply with, but not be limited to the following U.S. standards where applicable, and other standards explicitly referred to in the specifications, including such revisions which are in effect on the date that Proposals are received. 1. 2. 3. 4. 5. 6. 7. 8.

Air-Conditioning and Refrigeration Institute (ARI) American Concrete Institute (ACI) American Association of Automatic Door Manufacturers (AAADM) American Institute of Steel Construction Specification and Standards (AISC) American National Standards Institute (ANSI) American Society for Testing and Materials (ASTM) American Society of Civil Engineers (ASCE) American Society of Heating, Refrigerating and Air Conditioning Engineers (ASHRAE) 9. American Society of Mechanical Engineers (ASME) 10. American Society of Sanitary Engineering (ASSE) 11. American Welding Society Structural Welding Code (AWS) 12. Canadian Electrical Association (CEA) 13. Concrete Reinforcing Steel Institute (CRSI) 14. Code of Federal Regulations (CFR) 15. Crane Manufacturers Association of America (CMAA) 16. Factory Mutual (FM) 17. Fuel Gas Code of New York State (FGC-NYS) 18. Illuminating Engineering Society Handbook (IESNA) 19. Institute of Electrical and Electronic Engineers (IEEE) 20. Insulated Cable Engineers Association (ICEA) 21. Leadership in Energy and Environmental Design Standards (LEED) 22. Lightning Protection Institute (LPI) 23. Mechanical Code of New York State (MC-NYS) 24. National Bureau of Standards (NBS) 25. National Electric Code (NEC) 26. National Electrical Manufacturers Association (NEMA) 27. National Electrical Safety Code (ANSI C-2) 28. National Fire Protection Association (NFPA) 29. New York State Building Code (NYSBC) 30. New York State Department of Transportation (NYSDOT) Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 8

31. New York State Department of Safety and Health (DOSH) 32. New York State Energy Conservation Construction Code (ECCCNYS) 33. New York State Fire Code (NYSFC) 34. New York State Property Maintenance Code (NYSPMC) 35. Occupational Safety and Health Administration Standards (OSHA) 36. Plumbing Code of New York State (PC-NYS) 37. Sheet Metal and Air Conditioning Contractor National Association (SMACNA) 38. Steel Structures Painting Council (SSPC) 39. Underwriters Laboratories (UL) 40. U. S. Bureau of Reclamation (USBR) B.

The Contractor may propose the use of standards that are equal to or better than the above. In the event such standards are proposed, the Contractor shall submit the latest issue of the proposed standards and codes with any revisions in effect. The Contractor shall state all differences between the proposed standards and the above. All design and equipment shall adhere to the above standards except where the Contractor specifically states the differences, which are then accepted by the Authority. All proposed changes shall be documented in writing.

C.

All parts, hardware, fittings, and materials shall conform to the standards listed above and all others indicated in the Contract Documents.

D.

Materials furnished by the Contractor needed to complete all installations shall be compatible with both existing and new Authority furnished materials and shall be in accordance with the standards applicable to the work.

PART 2

PRODUCTS

NOT APPLICABLE

PART 3

EXECUTION

NOT APPLICABLE

END OF SECTION 01090

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 9

SECTION 01100 - JOBSITE REQUIREMENTS PART 1

GENERAL

1.1

EMPLOYEE ORIENTATION

1.2

1.3

A.

All Contractors’ employees are required to attend an employee orientation given by the Authority. The duration of the orientation is approximately two (2) hours.

B.

The employee orientation will be held on the Authority's property and will be at the Authority's expense.

C.

The employee orientation will cover the Authority's Safety, Fire Protection, Environmental and Security requirements.

D.

No compensation will be offered for the loss of time to the Contractor for attending the employee orientation.

E.

No unescorted Contractor employee will be permitted on the Authority's property unless the employee orientation has been completed.

F.

Contractor's employees who occasionally visit the site will be permitted access if escorted at all times by an employee who has completed the orientation. Truck drivers making deliveries to the site will require an escort by the Contractor.

SECURITY AND BACKGROUND SCREENING PROGRAM A.

The Contractor's personnel are expected to adhere to the Authority's security requirements as included in the Authority Safety/Security Manual. Reasonable delays due to the Authority performing its security-related duties (i.e., verifying an employee’s identification badge, etc.) are to be expected by the Contractor.

B.

All Contractors must comply with the background screening requirements outlined in Appendix “D” – “SDP 45-01 Background Security Screening for NYPA Contractors”, found in the Bid Documents.

PHOTO IDENTIFICATION BADGES A.

Following the completion of employee orientation, all Contractor employees will be issued photo identification (ID) badges. All badges are the property of the Authority and must be returned upon termination of employment on site. A fee will be charged to the Contractor for each badge not returned.

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 10

1.4

B.

All Contractor's employees must show the badge to the Authority's security personnel to gain entrance to the site and must wear the badge on outer garments so that it is visible at all times while working on Authority property.

C.

Any Contractor's employee without the appropriate badge will not be allowed access to the Authority's property.

PROHIBITED ITEMS A.

1.5

Firearms, liquor and drugs (except prescription drugs, which must be in the original labeled container) and other controlled substances are prohibited on the Authority's property. Any Contractor's employee in violation of this requirement will be subject to immediate removal from the site by the Authority and will not be permitted to return.

HOURS OF WORK A.

The Contractor shall confine normal hours of work from 7:00am to 3:30pm, Monday through Friday, unless otherwise noted. Upon written request and approval, the Authority may grant the Contractor extended hours at no additional cost to the Authority. 1. If the schedule requires that overtime be worked (i.e. in addition to the normal eight hour work day), the Contractor shall apply for and receive an Overtime Dispensation from the New York State Department of Labor. 2. The Authority reserves the rights to modify the starting and ending times of the normal hours of work up to an hour with no additional cost to the Auth ority. B. All work activities and material deliveries shall be scheduled in advance and submitted to the Authority’s Site Representative. No work shall commence prior to the full knowledge of the Authority’s Site Representative. C. The Authority reserves the rights to schedule any required test and inspection outside the normal business hours or on weekends and holidays without any additional cost to the Authority. D. The Authority reserves the right to schedule all paint removal and paining outside the normal business hours or on weekends and holidays without any additional cost to the Authority.

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 11

1.6

1.7

1.8

SITE ACCESS REQUIREMENTS A.

All private vehicles and commercial vehicles entering and exiting the Authority's property are subject to search by the Authority.

B.

Parking for employee's private vehicles shall be limited to those areas designated by the Authority's Site Representative. Vehicles parked on private property, blocking roadways, or otherwise illegally parked, will be towed at the owner's expense.

C.

At the discretion of the Authority’s Site Representative, the Contractor's supervisory staff (i.e. Site Superintendent, QA Inspector, Safety Officer) may be issued keys to doors accessing the work areas, where applicable. Keys are property of the Authority and must be returned upon completion of work or leaving the project.

USE OF AUTHORITY FACILITIES A.

At the discretion of the Authority’s Site Representative and feasibility of the work area, the Contractor may be permitted to use the Authority's restrooms. The Contractor shall be responsible for good housekeeping practices.

B.

The Contractor may be permitted to use the tools and equipment provided by the Authority as per Section 01010 Paragraph 1.3.

FACILITIES TO BE PROVIDED BY THE CONTRACTOR A.

The Contractor shall provide storage areas, employee facilities, waste disposal, tools, fire prevention and safety equipment, fuel, gases, communication services, potable water and sanitary facilities. The Contractor will not be permitted to use any of the Authority’s facilities or service equipment, unless otherwise noted.

B.

The Contractor shall supply, install, maintain in a safe working condition, and remove the following as required in the performance of the work: 1. 2. 3. 4. 5. 6.

1.9

Scaffolding. Ladders and railings. Temporary lighting. Jobsite Trailers. Service equipment required to support project work. Any other items necessary to perform project work.

SITE OPERATIONS AND STORAGE SPACE ALLOCATION A.

The Authority retains sole authority to assign space for material and tool storage as

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 12

needed by the Contractor. Allocation of space will be based on the most beneficial use of the area in regards to the interests of the Authority. The Contractor is advised that the need for space for installation work will likely exceed the space which will be assigned. Accordingly, the Contractor shall be prepared to develop, at their expense, temporary assembly facilities and office space in yard areas elsewhere on the site and to perform Contract Work within such areas. The Contractor shall not be entitled to an extension of time or to additional compensation by reason of any decision of the Authority in the assignment or reassignment of space in or adjacent to the area or by reason of the need for the Contractor to develop temporary erection areas and perform the Contract Work therein. B.

The Authority will provide space to the Contractor for temporary facilities required for their operations, storage and personnel etc. This space represents the total outside space on Authority property to be allocated for the Contractor's use. The Contractor is to develop the layout of their facilities within this space and submit it to the Authority for approval. The Contractor shall remove such temporary structures at the completion of Contract Work. Jobsite Trailers: Jobsite trailers shall comply with NYSBC and bear the Insignia of Approval (Insignia) by the State of New York. The Insignia shall be physically located on the trailer indicating the Insignia serial number, name of manufacturer, plan approval number, model or component designation, manufacturer’s serial number, and date of manufacture. The Insignia is applied at the manufacturer’s plant and the State will not provide one once it leaves the plant. If the jobsite trailers contain the Insignia the Authority shall verify that the appropriate design parameters were used for the location the trailer will be installed – specifically, snow, wind and seismic design criteria. Signed and sealed construction calculations may be requested by the Authority. If the jobsite trailers do not contain an Insignia, signed and sealed drawings and calculations specific for the project and location will be required for Authority review and acceptance. Inspection of the trailers including exposing all concealed work may be required. For all trailers the Authority will need NYS PE signed and sealed site-specific installation drawings for the trailers, foundation and all utilities. NYS PE signed and sealed drawings will also be required, required for site renovations, as built documentation and restoration design. The engineer of record and contractor shall apply and obtain all necessary permits.

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 13

The color of the trailer(s) must be approved by NYPA prior to the installation and shall blend into the surroundings and nearby buildings. The contractor shall be responsible for all maintenance and up keep including; power and communication connections, lavatory facilities, cleaning, snow and ice removal, surcharges, fees and usage for the duration of the “project”. NYPA reserves the right to perform periodic inspections of trailer(s) and the contractor must address all deficiencies identified (within 10 calendar days minimum) otherwise trailer(s) will be directed to be removed off site at the contractor’s expense. All trailers and associated equipment (utility poles, junction boxes, roads, sidewalks, gravel, backfill, trenching, etc…) along with all temporary connections (power, communication, water, sewer, etc…) shall be removed from the site upon completion of the construction activities. The site and utilities shall be restored to the condition prior to the trailer installation and will be included in the demobilization activities prior to final payment. C.

If the Contractor anticipates that additional outside space is required for their operations, a specific request in writing shall be submitted to the Authority for review and approval.

D.

All areas to be utilized by the Contractor are to be jointly inspected and photographed by the Authority and the Contractor before the Contractor’s facilities are established. Both the Authority and the Contractor shall retain one (1) complete set of the photographs.

E.

Upon the removal of the Contractor's facilities, the Contractor shall fully restore these areas to their original condition. This includes, but is not limited to, grass areas, roadway, sidewalks, curbs, catch basins, plants, shrubs, trees, retaining walls, etc. This restoration shall be done completely at the Contractor's cost.

F.

All operations of the Contractor upon Authority's premises shall be confined to areas authorized or approved by the Authority. No unauthorized or unwarranted entry upon, or passage through, shall be made upon Authority premises.

G. The communication connection and monthly fee will be contractor’s responsibility. 1.10

JOB CONDITIONS A.

Occupancy: The Authority will be continuously utilizing areas of the building(s) and site immediately adjacent to the work areas. The Contractor shall prevent disruption of the Authority's normal operations and shall provide a minimum of three (3) days advance notice to the Authority of activities which will impact the Authority's normal operations.

B.

Condition of Structures: The Authority assumes no responsibility for the actual condition of items, structures or existing roadways.

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 14

1.11

C.

Traffic: The Contractor shall conduct operations in a manner to ensure minimum interference with roads, streets, walks, and other adjacent occupied or used facilities. Do not close, block, or otherwise obstruct Authority streets, roadways, grass areas, walkways, or other occupied or used facilities without written permission from the Authority. Provide alternate routes around closed or obstructed traffic ways.

D.

Cutting, Burning, and Welding: All cutting, burning, and welding operations require issuance of written permits from both the Contractor and the Authority. The Contractor shall provide a fire watch during all cutting, burning, and welding operations. A fire extinguisher shall be located within 20 feet of any operation.

DISPOSAL OF MATERIALS AND DEBRIS A.

The Contractor shall be responsible for the removal and disposal of excess unused material and debris resulting from operations, unless otherwise noted. Any material and equipment required for proper execution of the work shall be furnished by the Contractor and removed off-site when no longer needed.

B.

The Contractor shall submit a proposed disposal site along with all applicable permits and documentation for review and approval by the Authority.

C.

1.

If hazardous materials are encountered during operations, the Authority’s Site Representative must immediately be notified. At the direction of the Authority’s Site Representative and/or Environmental Supervisor, the Contractor shall comply with all applicable Federal, State, and local regulations, laws, and ordinances concerning removal, handling, and protection against exposure or environmental pollution.

2.

Burning, burial, or storage of excess materials, excavated materials, trash, debris, etc. is not permitted on site, unless otherwise noted.

3.

Trash and debris shall be removed from the worksite(s) on a daily basis.

Prior to loading any vehicle/equipment/tools that leave a highway, access road, or break the surface of soil, remove as much debris, vegetation, dirt and mud clinging to the equipment as possible. 1.

D.

If required, after loading, Contractor shall be responsible for transporting vehicle/equipment/tools to shop or car wash for thorough cleaning prior to entering another right-of-way.

All spoils shall become the property of the Contractor and must be disposed of in accordance with all local, state, and federal requirements. The Contractor shall

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 15

obtain prior approval from the Authority and the New York State Department of Environmental Protection for all spoil areas to be used for material generated from demolition and repair activities. E.

1.12

If drum containers are used to dispose of materials, only new DOT approved drums shall be used.

SAFETY AND ACCIDENT PREVENTION A.

The Contractor shall observe the Authority’s, DOSH, and OSHA safety rules and practices. Where conflict arises, the most stringent requirements, as determined by the Authority, shall apply. 1. According to the New York State Labor Laws, public work contracts of at least $250,000 require all laborers, workers, and mechanics employed in the performance of the contract on this worksite, either by the contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by the contract, shall be certified prior to performing any work on the project as having successfully completed the OSHA 10-hour Construction Safety and Health Course.

B.

The Contractor shall ensure that the work environment is free from recognized hazards and is in compliance with applicable statutory, regulatory and other standards.

C.

The Contractor shall prepare and submit a comprehensive and signed “Site Specific Health, Safety, and Accident Prevention Program” administered by a Corporatelevel Safety Officer which covers all specific project issues. The Contractor shall provide a written site specific rescue plan coordinated with local emergency response agencies.

D.

The Contractor shall review the Authority’s Safety Rules and Emergency Procedure and ensure compliance by all employees. This review shall be documented by the Contractor and submitted to the Authority. Should a required Authority safety practice be more restrictive than the Contractor’s Manual or practice, the Authority’s practice will be required.

E.

The Contractor shall take all necessary precautions for the safety of employees, protection of the work, and protection of adjoining property. The Contractor shall conform to all Federal, State, and local laws, Building Codes, and New York Power Authority rules and regulations in effect during performance of this Contract Work.

F.

The Contractor shall erect and properly maintain at all times, as required by conditions and as directed by the Authority during the progress of the work, all

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 16

necessary safeguards for the protection of workers, the Authority, and the public. Danger signs warning against the hazards created by such features of construction shall be posted as applicable.

1.13

G.

The Contractor is solely responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the work.

H.

The Contractor is advised that work may be done in the vicinity of energized lines and equipment, and shall take necessary precaution to protect employees and adjacent facilities from damage and maintain proper working clearances in accordance with OSHA and NESC guidelines and any additional requirements imposed by the Authority.

I.

The Contractor shall properly ground all mobile equipment working in the vicinity of energized lines and equipment (and within the switchyard if applicable). Adjacent structures and their ground systems shall not be used to ground Contractor's equipment.

J.

Reflective orange safety vests or fluorescent orange jackets shall be worn at all times while working on or adjacent to roadways.

K.

The use of hard hats, safety shoes, and eye protection (with side shields) is mandatory. Additional Personal Protection Equipment, required by the construction activities, such as gloves, hearing and respiratory protection shall be provided by the Contractor to all employees as required by regulations.

L.

One hundred percent (100%) fall protection shall be provided when involved in above-the-ground (four feet or higher) work. This includes but is not limited to the use of safety full body harnesses during the following operations: work from suspended scaffold; work in aerial device (lift vehicles); and working from ladders, scaffold, or platforms (not protected). The Contractor shall submit a detailed Project Specific Fall Protection Plan, subject to review and approval by the Authority.

M.

For each calendar week the Contractor has employees working on-site, at least one organized and documented Safety Talk shall be conducted by the Contractor’s Site Supervisor. Documentation of such should be submitted to the Authority’s Site Representative.

CLEARANCE AND PROTECTION PROCEDURES A.

All Contractor personnel shall adhere to, train, and qualify for the Authority’s lockout / tagout procedure, Clearance and Protection Procedures (CPP-1).

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 17

1.14

B.

All personnel working under a clearance, including Authority employees and Contractors, must sign on to any clearances issued for the particular project, deeming them “authorized” to work on the equipment.

C.

These “authorized” workers shall receive initial training on CPP-1 as well as refresher training on an annual basis.

D.

Contractors shall receive this training as part of the initial orientation. The duration of the training is approximately two (2) hours.

NORTH AMERICAN ELECTRIC RELIABILITY CORPORATION (NERC) REQUIREMENTS A.

All Contractor personnel shall adhere to, train, and qualify for the NERC Critical Infrastructure Protection (CIP) standards.

B.

All personnel working on or near Critical Cyber Assets shall be trained within ninety calendar days of authorization to work in such areas, deeming them “authorized” workers.

C.

Training shall cover the policies, access controls, and procedures as developed for the Critical Cyber Assets and shall include, at a minimum, the following required items appropriate to personnel roles and responsibilities: 3. 4. 5. 6.

1.15

Proper use of Critical Cyber Assets. Physical and electronic access controls to Critical Cyber Assets. Proper handling of Critical Cyber Asset information. Action plans and procedures to recover or re-establish Critical Cyber Assets and access thereto following a Cyber Security Incident.

D.

All personnel shall sign a form to indicate that training has been completed.

E.

These “authorized” workers shall receive initial training as well as refresher training on an annual basis.

F.

Contractors shall receive this training as part of the initial orientation. The duration of the training is approximately one (1) hour.

DIESEL EMISSIONS REDUCTION ACT AND BEST AVAILABLE RETROFIT TECHNOLOGY (BART) A.

All Contractors and subcontractor(s) shall comply with 6 NYCRR Part 248 – Diesel Emissions Reduction Act and Best Available Retrofit Technology (BART).

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 18

1.16

1.

All diesel-powered Heavy Duty Vehicles (HDVs), greater than 8500 GVW, owned by, operated by, or leased by Contractor personnel and/or subcontractor(s) personnel and used in the performance of the Contract/Purchase Order, shall be powered by Ultra Low Sulfur Diesel Fuel (ULSD) and shall utilize BART.

2.

As outlined in Appendix “M” of the Bid Documents, Contractor(s) and subcontractor(s) shall submit proof of compliance with 6 NYCRR Part 248, including a complete HDV inventory/equipment list of all vehicles, equipment, etc. subject to review and approval by the Authority. Such information collected will be submitted to the NYSDEC.

3.

Violations shall result in fines from the NYSDEC.

VIOLATION OF THE AUTHORITY'S REQUIREMENTS A.

Any Contractor's employee found in violation of any of the Authority's requirements (safety, fire protection, environmental, security, etc.) will be required to leave the property and will be prohibited from future work.

PART 2

PRODUCTS

NOT USED

PART 3

EXECUTION

NOT USED

END OF SECTION 01100

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 19

SECTION 01220 - PROJECT MEETINGS PART 1

GENERAL

1.1

DESCRIPTION A.

1.2

The Authority's Site Construction Representative will schedule and administer all project meetings.

PRE-CONSTRUCTION MEETING A.

The Authority's Site Construction Representative will schedule one (1) or more meetings after Award of Contract and prior to the start of construction.

B.

The Contractor shall have in attendance at the Meeting(s), as a minimum, Representatives including Project Superintendent, Safety and Quality Control Inspector(s), and Project Manager. Other key personnel responsible for the performance of the Project, including representatives from engineering and major subcontractor(s), will be requested to attend on an as-needed basis.

C.

Items to be discussed, but not limited to: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14.

1.3

Introductions. Responsibilities of Contractor's and Authority's Key Project Personnel. Project Administration. Commercial Submittals. Technical Submittals. Design Documents Configuration Management Procedures (FCNs, FCRs, etc.). Project Schedule. Partial Estimate Payments. Additional Work Request and Change Order Procedures. Quality Control Program. Environmental/Hazardous Waste Concerns. Contractor’s Site Specific Health and Safety Program. New York Power Authority Safety Orientation. Project Close-out.

PROGRESS MEETINGS A.

The schedule for regular meetings, which are to be held weekly, will be set up at the pre-construction meeting. The Authority's Site Representative, Contractor's Project Superintendent, Project Manager, and subcontractor(s) pertinent to the agenda, shall attend these meetings.

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 20

B.

The Agenda at the regular progress meeting shall include: 1. 2. 3. 4. 5. 6. 7.

C.

Review minutes of previous meeting. Review administrative items. Review schedule and status of submittals and shop drawings. Review status of construction schedule. Plan work progress during next work period and its effect on related work of others (two week look-ahead schedule). Review and note field observations, problems, and decisions. Identify and resolve all present and outstanding problems.

The Authority will make physical arrangements for the meetings, prepare an agenda with copies for participants, preside over the meetings, record the minutes of the meetings, and distribute copies, within two (2) work days, to the participants and those affected by the decisions made at the meeting.

D. NYPA will hold a weekly schedule review meeting with all contractors working on this project. Contractor shall assign one individual to update and monitor their Master Schedule. NYPA will set schedule update process, time and day for this meeting. E. NYPA will hold a daily 15-20 minutes all contractors’ onsite face to face meeting to discuss daily activities. Construction supervisors or their designee shall attend this meeting. Timing and location will be provided by NYPA construction manager. F. NYPA may schedule a monthly onsite all contractors meeting to discuss work progress. Project Managers and QA manager shall attend this meeting. 1.4

SPECIAL MEETINGS A.

Meetings other than the regularly scheduled progress meetings may be called by the Authority or requested by the Contractor to review special issues. These meetings shall be attended by the entities directly affected by the purpose of the meeting.

PART 2

PRODUCTS

NOT USED

PART 3

EXECUTION

NOT USED

END OF SECTION 01220

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 21

SECTION 01240 - PROJECT CONTROL REQUIREMENTS PART 1

GENERAL

1.1

DAILY WORK REPORTS A.

The Contractor shall submit daily work reports indicating, at a minimum, the following: 1. Work performed. 2. Manual (craft) and non-manual manpower expended. 3. Equipment both utilized and idle.

B. 1.2

1.3

ACCIDENT / INCIDENT REPORTS A.

Accidents that occur to the vehicles or property of the Contractor or Authority employees, as a result of the Contractor's actions are to be reported, in writing, to the Authority, within one (1) day of the accident. The Authority will provide the Contractor with both the Authority and applicable legal damage and accident report forms.

B.

Incidents (i.e. theft, vandalism, etc.) that occur to the vehicles or property of the Contractor or Authority’s employees, as a result of the Contractor's actions are to be reported, in writing, to the Authority, within one (1) day of the incident.

C.

All Contractor injuries or near miss incidents must be reported to the Authority’s Site Representative immediately. If any injuries occur, the Contractor’s Safety Manager shall be required to report to the site and conduct a full investigation into the causes of the injury and a written report must be submitted to the Authority within 48 hours after the injury occurrence.

D.

The Contractor shall submit a completed and signed OSHA’s Form 300 “Log of Work-Related Injuries and Illnesses” at the completion of every project.

DAILY SAFETY INSPECTION REPORTS A.

1.4

The daily work reports are due to the Authority by the end of the next days’ work.

Checklists listing safety related items are to be prepared and submitted to the Authority daily indicating that the work areas present a safe environment.

BASELINE CASH FLOW SUBMITTAL A.

Within fifteen (15) calendar days after receiving the contract Notice of Award, the

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 22

Contractor shall submit to the Authority the baseline cash flow for the Contract. This cash flow shall be based on, and submitted with, the baseline schedule as defined in Section 01310 Paragraph 1.2. B.

The cash flow shall be based on the following: 1. 2. 3. 4. 5.

C.

1.5

Current delivery dates for Contractor furnished materials. Current delivery dates for Authority furnished materials. The baseline manpower forecast. The work performed by subcontractor(s). Payments made against the contract will be paid thirty days after receipt of the invoice by Accounts Payable upon prior approval from the Authority’s Site Construction Representative.

The cash flow shall be time-scaled and equal to the total contract value. The exact format will be as agreed to between the Authority and the Contractor.

UPDATE CASH FLOW SUBMITTALS A.

The Contract cash flow shall be updated and submitted to the Authority on monthly basis.

B.

The updated cash flow shall be based on the following: 1. 2. 3. 4. 5. 6.

The updated construction schedule as per Section 01310 Paragraph 1.3. The current delivery dates for Contractor and Authority furnished materials. The current manpower forecast for the month. The work performed by subcontractor(s). Approved change orders. Payments made against the contract will be paid thirty days after receipt of invoice by the Authority. 7. Actual payments made to the Contractor to-date. 1.6

BASELINE MANPOWER FORECAST 1.

Within fifteen (15) calendar days after receiving the contract Notice of Award, the Contractor shall submit to the Authority the baseline manpower forecast for the Contract. This forecast shall be based on, and submitted with, the baseline schedule as defined in Section 01310 1.2.

2.

The manpower forecast shall be based on the following: a.

Scheduled installation of Contractor furnished and Authority furnished material.

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 23

b. c.

The work performed by subcontractor(s). The manpower usage by craft to be utilized on the Contract. The number of craftsmen per month and overtime and shift work, if utilized, shall be indicated. d. Both direct labor and indirect labor (i.e. field office and other overhead support labor) shall be indicated. 1.7

UPDATE MANPOWER FORECASTS A.

The manpower forecast shall be updated and submitted to the Authority monthly.

B.

The updated manpower forecast shall be based on the following: 1. 2. 3. 4. 5.

1.8

Scheduled installation of Contractor furnished and Authority furnished material. The work performed by subcontractor(s). The manpower usage by craft on the Contract. The number of craftsmen per month and overtime and shift work, if any, shall also be indicated. Actual manpower expended by the Contractor to-date shall be indicated. Both direct labor and indirect labor (i.e. field office and other overhaul supportlabor) shall be indicated.

MANHOUR REPORTS A.

The Contractor shall submit to the Authority weekly and monthly manpower expenditure reports.

B.

The reports shall be based on the following: 1. The reports shall indicate the actual number of man-hours expended by the Contractor and any subcontractor(s) by craft and work activities. The reports shall be time scaled up to the week or month of the respective report. 2. A list of the work activities shall be agreed to between Contractor and the Authority before work commences. 3. Both direct man hours and indirect man-hours (i.e. field office and other overhead support man-hours) shall be indicated. 4. The reports shall segregate the Contractor's man-hours, subcontractor(s)’ manhours by work activity and direct and indirect man-hours.

1.9

DESIGN DOCUMENTS A.

The Authority’s Configuration Management Policy shall be utilized in order to control, evaluate, and implement changes to design documents.

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 24

2.0

B.

To document minor construction changes to attributes specified in released engineering documents, the Contractor, in conjunction with the Authority’s Site Representative, may submit a Field Change Notice (FCN), which is included as Attachment 1. This FCN shall be reviewed by the Engineer of Record on the project.

C.

To document a request for a change that may affect the original design intent, the Contractor, in conjunction with the Authority’s Site Representative, may submit a Field Change Request (FCR), which is included as Attachment 2. This FCR must be reviewed and approved by the Engineer of Record, prior to commencement of this work.

D.

During construction, the Engineer of Record may issue a Design Change Notice (DCN), which is included as Attachment 3, which documents required changes to the design due to newly discovered information that was not available during the initial design phase.

Relocation, Merger, Closure A. A contractor is required to give 60 day advance notice to the Authority, in an event, contractor or its subcontractor are relocating, relocating production, shutting down a plant or planning to merge. Any additional cost to the Authority included but not limited to, travel, loading and hiring a third party personnel for QA purpose due to relocation, shutting down a plant or merger must be reimbursed by the contractor.

PART 2

PRODUCTS

NOT USED

PART 3

EXECUTION

NOT USED

END OF SECTION 01240

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 25

SECTION 01310 - CONSTRUCTION SCHEDULES PART 1

GENERAL

1.1

SCHEDULE SUBMITTAL WITH PROPOSAL A.

1.2

1.3

The schedule to be provided with the Bid Proposal shall be a detailed, time-scaled, schedule showing all fabrication and construction activities and sequence of operations needed for the orderly performance and completion in accordance with milestone dates indicated in the Supplementary Conditions of the Contract. All schedules shall be provided in Microsoft Projects. It will be contractor’s responsibility to provide an updated schedule frequently.

BASELINE SCHEDULE SUBMITTAL A.

Within fifteen (15) calendar days after receiving the Contract Notice of Award, the Contractor shall submit to the Authority the baseline schedule for the contract. The schedule shall be a detailed Critical Path Method (CPM) schedule including the milestone dates specified in the Supplementary Conditions of the Contract. A tabular listing including, but not limited to, the work activities, early and late start dates, early and late finish dates, total float and free float shall also be provided.

B.

The Authority will review and return the schedule with comments within ten (10) days after receipt.

C.

The Contractor shall make any necessary changes and resubmit the schedule within fifteen (15) days after return from the Authority. The revised schedule shall, as determined by the Authority, be sufficient to meet the requirements for the project as set forth in the Contract. The approved schedule shall be maintained and updated to account for actual progress of the work.

D.

The Contractor shall assist the Authority in reviewing and evaluating each schedule furnished. Approved schedules shall in no way relieve the Contractor of any obligations set forth in the Contract Documents.

E.

The Contractor shall list all onsite and offsite QA/QC inspections, deliveries, tests, and all witness and hold points.

SCHEDULE UPDATES

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 26

A.

The construction CPM schedule shall be updated monthly with the partial payment request, or more often as project conditions require, to record progress. Schedule updates shall include all changes required to recover any schedule slippage incurred since the previous submission. Schedule updates are to include, at a minimum, the following: 1. Actual work progress from the start of work up to the current schedule update. 2. Future schedule changes proposed by the Contractor. 3. Schedule changes approved by the Authority via Additional Work Authorizations and change orders.

1.4

CONSTRUCTION SCHEDULES - GENERAL A.

The Authority will not process the first partial estimate until the baseline CPM schedule described in this section has been submitted by the Contractor. The Authority will delay the first partial estimate for as many days as the schedule submittal is delayed.

B.

Both the baseline schedule and schedule updates shall include delivery lead time for materials furnished by either the Authority or the Contractor, and activities for the review and approval of Contractor submittals of the Contract.

C.

The construction schedule shall be complete in all respects and shall include all major milestones, manpower forecasts by craft, and detailed work activities.

D.

The schedule shall include fifteen (15) working days for the Authority’s review of all submittals.

E.

The Contractor shall be available to review both the baseline schedule and schedule update submittals with the Authority during their review period.

F.

The Contractors manpower forecast and cash flow forecast shall be integrated with, and based on, the Contract schedule.

G.

If the schedule is based on overtime and/or multiple shifts, this is to be clearly stated.

H. Contractor shall actively participate in daily and weekly PM, construction and coordination meetings. Contractor shall provide weekly progress updates per activity. Also needs to provide a detailed schedule of activities that coordinate with other unit work and individual activities cannot be longer than 5 days.

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 27

I. Contractor shall submit a detail organizational chart at the beginning of each unit outage or upon Authority’s request. 1.5

TWO WEEK LOOK-AHEAD SCHEDULE A.

1.6

During Construction, the Contractor shall submit to the Authority weekly, a two week look-ahead schedule. The schedule shall indicate the actual work performed by the Contractor and any subcontractor(s), for the previous week and the scheduled work to be performed during the next two (2) weeks.

RELATED SECTIONS A.

SECTION 01010 - Summary of Work

B.

SECTION 01100 - Jobsite Requirements

C.

SECTION 01340 - Shop Drawings, Product Data, Documents, and Samples

D.

SECTION 01410 - Testing Laboratory Services

E.

SECTION 01440 - Contractor's Quality Control

F.

SECTION 01505 - Mobilization and Demobilization

G.

SECTION 01576 - Facility Pollution, Water, and Erosion Control

H.

SECTION 01577 - Facility Protection and Site Restoration

PART 2

PRODUCTS

NOT USED

PART 3

EXECUTION

NOT USED

END OF SECTION 01310

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 28

SECTION 01335 - DATA TO BE FURNISHED BY THE CONTRACTOR PART 1

GENERAL

1.1

MATERIAL AND EQUIPMENT TEST REPORTS A.

1.2

PHOTOGRAPHS A.

1.3

Where required, material and equipment tests herein specified or where such tests are required by standards governing the manufacture of such materials, eight (8) copies of certified tests reports shall be submitted by the Contractor to the Authority within fifteen (15) calendar days following completion of such tests, unless otherwise specified in the Contract Documents.

The Contractor shall furnish to the Authority four (4) copies (approximately 8 inches x 10 inches) of color photographs (digital photographs are acceptable) of fabrication work in progress, part and assemblies in the manufacturing plants, and any deficient components as specified in the technical specifications. The scope of the photographs shall be reviewed and agreed to by the Contractor and the Authority.

LIST OF MANUFACTURERS AND SUBCONTRACTOR(S) B.

Within fifteen (15) calendar days of the Contract Notice of Award, the Contractor shall submit to the Authority for approval the names of all other manufacturers of equipment and subcontractor(s) intended to participate in the Project.

C. No subcontractor(s) or fabrication location can be change without the authority approval. D. In an event of plant closure and relocation, Authority shall receive a minimum of 45 days advance notice. 1.4

LICENSES, CERTIFICATIONS, ETC. A.

The Contractor shall be responsible for ensuring all personnel that have a requirement for licensure/certification, qualification, or competency as required by federal, state, and local laws, meet those requirements.

B.

The Contractor shall be responsible for submitting verification and copies of all up-to-date licenses and certifications as required for the contract work.

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 29

1.5

DRAWINGS AND DOCUMENTS A.

1.6

TIME SCHEDULE AND PROGRESS CHART A.

1.7

The Contractor shall submit the quality control/inspection program and documentation as required by Section 01440.

ADDITIONAL DATA A.

1.9

The Contractor shall submit the time schedule and progress chart as required by Section 01310.

QUALITY CONTROL INSPECTION PROGRAM A.

1.8

The Contractor shall submit drawings and documents as required by Section 01340 and the Appendix “F” – “Computer Aided Drawing Requirements for New York Power Authority”, found in the Bid Documents.

The Contractor shall submit any additional data requested by the Authority to review the Work of the Contract.

RELATED SECTIONS A.

SECTION 01010 - Summary of Work

B.

SECTION 01100 - Jobsite Requirements

C.

SECTION 1310 - Construction Schedules

D.

SECTION 01340 - Shop Drawings, Product Data, Documents, and Samples

E.

SECTION 01410 - Testing Laboratory Services

F.

SECTION 01440 - Contractor's Quality Control

G.

SECTION 01505 - Mobilization and Demobilization

H.

SECTION 01576 - Facility Pollution, Water, and Erosion Control

I.

SECTION 01577 - Facility Protection and Site Restoration

PART 2

PRODUCTS

NOT USED

PART 3

EXECUTION

NOT USED

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 30

END OF SECTION 01335

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 31

SECTION 01340 - SHOP DRAWINGS, PRODUCT DATA, DOCUMENTS, AND SAMPLES PART 1

GENERAL

1.1

DESCRIPTION A. The Contractor shall furnish to the Authority such drawings, data, and calculations on materials and equipment and documents as required for the control and completion of the work, including but not limited to information specifically required in the Contract Documents. Documents shall include product and equipment data, design data and fabrication and installation procedures. All data collected, test results, drawings, design and reports shall become the property of the Power Authority upon submittal, for use in operations and maintenance of the project and for reproduction and storage as the Authority sees fit. Data, drawings, documents and information collected on the units may be used by the Authority as it sees fit.

1.2

B.

Drawings, data and calculations, including dimensions shall be in the English language and in U.S. units.

C.

All drawings and data will be subject to review by the Authority for conformity with the Contract Documents. The sequence of submission of all drawings, data and related material shall be such that all necessary information is available for reviewing the drawing or data when received and to maintain the Contractor's supply, fabrication and construction schedule.

D.

All drawings and data submitted for review shall be correct and complete for preparation of associated engineering work unless otherwise noted in writing by the Contractor.

E.

Electronic files shall be submitted to the Authority in accordance with Appendix “F” – “Computer Aided Drawing Requirements for New York Power Authority”, found in the Bid Documents.

CONTRACTOR RESPONSIBILITIES A.

Within fifteen (15) days after receipt of Notice of Award, the Contractor shall furnish to the Authority a complete schedule plan of submission of all drawings, calculations and data on materials and equipment for manufacture and installation. Each drawing to be submitted for the Work of the Contract shall be listed and properly identified on the schedule. The schedule will be reviewed by the Authority and the Contractor shall correct any defects noted therein. The schedule shall at all times present a complete plan for orderly submission of such

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 32

drawings and data and shall be reviewed as necessary to meet this requirement. The Contractor shall promptly notify the Authority of any occurrence requiring substantial revision of the schedule giving a detailed explanation of the cause of the revision, and shall furnish a revised schedule within fifteen (15) days of such occurrence. Reviewed schedules will be reviewed by the Authority and corrected by the Contractor in the same manner as the original schedule. B.

The Contactor shall not commence, fabricate or install work requiring submittals until submittals meeting Contract Requirements have been returned to the Contractor.

C.

The Contractor shall review, approve, stamp and sign shop drawings, product data and samples prior to submission to the Authority.

D.

Verify: 1. Field measurements and interferences. 2. Field construction criteria. 3. Catalog numbers and other data.

1.3

E.

The Contractor shall coordinate each submittal with requirements of work and Contract Documents.

F.

The Contractor's responsibility for errors and omissions in submittals is not relieved by the Authority's Representative review and approval of submittals.

G.

The Contractor's responsibility for deviations in submittals is not relieved by the Authority's review or approval of submittals unless given written acceptance of the specific deviations by the Authority. The Contractor shall notify the Authority at time of submission, deviations in submittals from requirements of Contract Documents.

H.

The Contractor shall submit a list of submittals using the Submittal Log, which is included as Attachment 5. The log shall be updated weekly or on an as-needed basis to accurately reflect progress of work.

I.

The Contractor shall submit questions if further verification or clarification is needed regarding the Contract Documents on the Request for Information (RFI) Sheet, included as Attachment 6.

SPECIFIC DRAWING REQUIREMENTS A.

Drawings to be submitted shall include but not be limited to construction drawings of the work to be performed at the site, shop drawings of fabricated parts and

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 33

materials, manufacturers' drawings of purchased equipment including assembly drawings, details of parts and components, catalog pages where applicable and bills of material. New York Professional Engineer (P.E) seal are required for all system, structures and equipment addressed by the New York State building code, and for any platform, support structures, pedestals and lifting devices, even when there are not addressed by the New York State Building Code. The P.E. seal applies to the complete design and as built drawing. Contractor must submit as built drawings within 14 days from the completion of work. B.

Documents to be submitted shall include, but not be limited to, product and equipment data, design calculations, installation procedures, and other applicable documents.

C.

Additional drawings and documents shall be submitted which, as determined by the Authority and Engineer, will be required to detail the work to be performed and the material, parts, and equipment to be supplied by the Contractor.

D.

Drawings and documents shall be submitted as early as possible to permit the Authority and Engineer to review the drawings and documents to permit the Contractor to maintain the project schedule.

E.

Bills of material shall be submitted for all equipment and work and shall describe and give the characteristics and identification of all equipment and parts. Items shall be numbered sequentially and each item shall have a different number.

F.

The Contractor may use their own title block on the drawings. The title block must contain "New York Power Authority, Upgrade of the DC Field Bus, Collector Rings, G. and the Motor/Generator Neutral Bus " and a space located in the lower righthand corner, inside of the margin, not smaller than 3 inches long and 1/2 inch high for the Authority's drawing file number to be added by the Authority. H.

1.4

Additional requirements for detail drawings and documents are specified in the various sections of the Contract Documents.

SHOP DRAWINGS A.

Original drawings, prepared by the Contractor, subcontractor(s), supplier(s) or distributer(s), which illustrate some portion of the work showing fabrication, layout, setting, or erection details shall comply with all Standard Construction Practices and the following: 1. Identify details by reference to sheet and detail numbers shown on shop drawings.

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 34

2. Photographic reproductions of contract drawings will not be accepted as shop drawings and will be rejected. 3. Bar type dimension scale shall be included on ALL drawings. 1.5

PRODUCT DATA A.

Manufacturer's catalog sheets, brochures, diagrams, schedules, performance charts and other standard descriptive data: 1. Modify product data to delete information which is not applicable to the project and supplement any additional information required. 2. Clearly mark each copy to identify applicable materials, products or models. 3. Show dimensions and clearances required.

1.6

1.7

SAMPLES A.

Physical examples to illustrate materials, equipment or workmanship, and to establish standards by which completed work is judged.

B.

Office samples shall be of sufficient size and quantity to clearly illustrate functional characteristics of product or material, with related parts and method of attachment.

C.

The Contractor shall submit field samples and erect mock-ups at an acceptable location designated by the Authority's Construction Representative.

SUBMITTAL REQUIREMENTS A.

Each submittal shall include a “Submittal Cover Sheet” found in Attachment 4, and shall be completed and submitted to the proper personnel as indicated in the Supplementary Conditions.

B.

The Contractor shall be responsible for reviewing all Contract Documents to determine required submittals.

C.

Submittals shall include: 1. 2. 3. 4. 5. 6.

Completed “Submittal Cover Sheet”. Identification of product. Relation to adjacent structure or materials. Field dimensions, clearly identified. Applicable standards. A blank space, 4 by 4 inches, for the approval stamp.

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 35

D.

Accompany each submittal with a transmittal letter, containing: 1. 2. 3. 4. 5.

1.8

Date. Authority's project title and Contract number Contractor's name and address. Notification of deviations from Contract Documents. Additional pertinent data.

SUBMITTAL REVIEW PROCEDURE A.

Drawings shall be clearly identified and coordinated with the approved schedule furnished pursuant to Section 01340 Paragraph 1.2 by means of suitable drawing numbers and drawing titles. Space shall be provided in the title block to enable the Authority to add the Project file number. Such number once assigned shall be added by the Contractor to the original drawing and to the drawing schedules.

B.

The Contractor shall properly check and correct all drawings and data before submission, whether they are prepared within their own organization or by subcontractor(s). The Contractor shall be responsible for assuring that all equipment, parts, materials, and features are fully coordinated and compatible. If specifically requested, the Authority shall be furnished copies of correspondence between the Contractor, subcontractor(s), supplier(s) and distributer(s).

C.

The Authority will review and return drawings and data as provided below within fifteen (15) working days after date of receipt of all related information necessary for such review. If the Authority requires additional time for review, the Authority will so notify the Contractor and a reasonable extension of time shall be agreed to. The Authority shall not be responsible for any damage for delay or disruption resulting from such extension related to drawing or other submittal review.

D.

Submittals sent to the Authority with the attached completed Submittal Cover Sheet, will be returned to the Contractor marked with one (1) of the following codes: 1. NO EXCEPTION TAKEN – The Contractor may proceed with the work. 2. MAKE CORRECTIONS NOTED – The submittal contains a minor amount of corrections. The Contractor may fabricate all items at its own risk without further correction. 3. REVISE AND RESUBMIT – The submittal contains a minor amount of corrections, but the noted items must not be fabricated without further correction. Details of items noted by checker are to be further clarified. All

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 36

items not noted to be corrected can be fabricated at Contractor's risk under this designation. 4. REJECTED – The submittal is rejected as it is not in accordance with the Contract, contains too many corrections, or other justifiable reason. The submittal must be corrected and resubmitted. No items are to be fabricated under this stamp 5. SUBMIT SPECIFIED ITEM – The submitted item is not as specified. The Contractor must submit named manufacturer. 6. NOT REVIEWED – Item accepted for information only. E.

One (1) print of each drawing and applicable data sheets will be returned to the Contractor marked with one (1) of the following codes: 1. ACCEPTED – The Contractor may proceed with the work. 2. ACCEPTED AS NOTED RESUBMITTAL NOT REQUIRED – The Contractor may proceed with the work taking into account the corrections and comments noted on the drawing by the Authority or the Engineer. The drawings shall be resubmitted for record and reference after the necessary revisions are made. 3. ACCEPTED AS NOTED RESUBMITTAL REQUIRED – The Contractor shall not proceed with work but, within fifteen (15) calendar days, shall make the corrections and revisions or prepare a new drawing or calculation and resubmit the revised information for review at no change in schedule or cost to the Authority. 4. NOT ACCEPTED – The Contractor shall not proceed with the work but, within fifteen (15) calendar days shall resubmit the required information to the Authority for review at no change in schedule or cost to the Authority.

F.

If the Contractor does not agree with exceptions taken by the Authority, the Contractor shall state in a letter of re-submittal the reasons for not complying with the Authority's exceptions. The Authority shall review the letter and respond within ten (10) working days of receipt. Time required for such revisions and re submittal of drawings or calculations will not entitle the Contractor to any extension in Contract time.

G.

Review of the drawings and documents by the Authority shall not relieve the Contractor from responsibility for making any variations from the requirements of the Contract Documents unless the Contractor has, in writing, called the

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 37

Authority's attention to each such variation at the time of submission of the drawing or document. The Authority must give written approval of each such variation by a specific notation incorporated in or accompanying the drawing or document.

1.9

H.

Review of the drawing by the Authority shall not relieve the Contractor in any way from responsibility for proper detailing of the design furnished by the Authority, satisfactory construction, compliance with the Specifications and applicable codes, or for errors or omission of any kind in the final installed work. The Authority's review does not constitute approval of the Contractor's detail design, safety precautions or construction means, methods, techniques, sequences or procedures. Review by the Authority does not substantiate instructions for installation or performance of the equipment or systems designed, supplied or reviewed by the Contractor, all of which remain the responsibility of the Contractor. Review of a specific item does not indicate approval of an assembly of which the item is a component. The Authority shall be entitled to rely upon the Contractor's certification of performance, characteristics of materials, systems and equipment to establish that such materials, systems and equipment meet the performance criteria required by the Contract.

I.

Drawings changed by the Contractor during the development of a design, shall be resubmitted to the Authority for review.

J.

The Authority shall have the right to require the Contractor to make any changes in the design, which may be necessary in the opinion of the Authority, to make the equipment conform to the requirements and intent of these Specifications, with no additional cost to the Authority or change in schedule.

K.

The Contractor shall prepare and resubmit to the Authority within fourteen (14) calendar days after completion of work, a complete set of Authority drawings marked with all "As-Built" changes made during construction.

L.

The Contractor shall furnish to the Authority one (1) reproducible set of all final correct Contractor's drawings which, in the opinion of the Authority, will be required for erection, operation and maintenance; for identification of parts, and for ordering replacement parts and materials. The final drawings shall be furnished at the time of completion of the work and shall include all changes made during installation. All submitted final documents must be in accordance with Appendix “F” – “Computer Aided Drawing Requirements for New York Power Authority”, found in the Bid Documents.

M.

All drawings submitted to the Authority shall become the property of the Authority for use as it sees fit.

RESUBMITTAL REQUIREMENTS

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 38

1.10

A.

Shop Drawings: Revise initial drawings as required and resubmit as specified for initial submittal. Indicate on drawings changes which have been made other than those requested by the Authority's Construction Representative.

B.

Product Data and Samples: Submit new data and samples as required for initial submittal.

C.

Resubmitted drawings and documents shall be submitted and reviewed by the same procedure as the initial submittal. Drawings and documents resubmitted shall be marked with the revision number and date, and the changes shall be marked by circling, numbering or other method.

RELATED SECTIONS A.

SECTION 01010 - Summary of Work

B.

SECTION 01310 - Construction Schedules

PART 2

PRODUCTS

NOT USED

PART 3

EXECUTION

NOT USED

END OF SECTION 01340

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 39

SECTION 01410 - TESTING LABORATORY SERVICES PART 1

GENERAL

1.1

DESCRIPTION

1.2

A.

The Authority may obtain testing laboratory services by separate contract, the provisions of which may be examined by the Contractor for its information only.

B.

Laboratory services, where utilized by the Authority, are solely an assurance that contract provisions are met and in accordance with applicable regulatory requirements. These services do not relieve the Contractor of its responsibility under the provisions of Section 01440.

C.

Where results of Authority procured tests are made available to the Contractor, the Authority does so as a convenience only, and in no way shall this act be construed as relieving the Contractor of its obligations to provide materials and workmanship in accordance with the Contract Documents.

RESPONSIBILITIES AND DUTIES OF CONTRACTOR A.

Laboratory services required by the Contractor shall be as indicated in the Contract Documents.

B.

The Contractor shall furnish such labor, equipment, and facilities as is necessary to obtain and handle samples at the project.

C.

The Contractor shall provide safe access to items to be tested / inspected. This includes sheeting, scaffolding, stairs and ladders.

D.

The Contractor shall submit proper testing procedures and certifications and indicated in the Contract Documents for Authority review and approval.

E.

The Contractor shall advise the Authority's Representative sufficiently in advance of operations to allow for completion of tests and for the assignment of personnel. A minimum of twenty-four (24) hours notice is required.

PART 2

PRODUCTS

NOT USED

PART 3

EXECUTION

NOT USED

END OF SECTION 01410

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 40

SECTION 01440 - CONTRACTOR'S QUALITY CONTROL PART 1

GENERAL

1.1

QUALITY PROGRAM A. Quality Control/Inspection Program 1. The Contractor is responsible for performing and documenting complete inspection of its work and any subcontractor(s)’ work. 2. The Contractor shall implement the Authority's Construction 3. Inspection/Monitoring Program including the Construction Checklists, which is included as Attachment 7. The Contractor may use the Authority’s program to implement its own inspection monitoring program meeting the minimum requirements of the Authority's program. The Contractor's program shall be submitted to the Authority for review and approval. 4. Checklists to be utilized by the Contractor are to be included as part of the monitoring program. Additional checklists may be required and shall be added by the Authority or the Contractor as needed with no additional cost to the Authority. Checklists shall be filled in at the time the work is performed. Checklists shall be submitted to the Authority on a weekly basis for all work performed during the week. Partial payments will not be processed if the completed checklists are not submitted in a timely manner. The Construction Inspection/Monitoring Program (CI/MP) and construction checklists reflect significant inspection points but shall not relieve the Contractor of responsibility to comply with the detailed requirements of the specifications and drawings. Implementation of the CI/MP and construction checklists by the Contractor shall not constitute acceptance of the work by the Authority. The Contractor's CI/MP shall, as a minimum, meet the requirements of all applicable standard practices and all regulatory agencies. The Quality Control Inspection requirements required of the Contractor shall in turn be required of its subcontractor(s) and supplier(s) to the extent applicable consistent with their scope of work. Changes to the Inspection Program require prior written approval by the Authority. 5. The Contractor shall provide at least one (1) Quality Assurance/Quality Control Inspector to meet the inspection requirements of this Contract. Such a person shall not report directly to the immediate supervisor who is responsible for the work being inspected.

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 41

The checklists developed by the contractor shall also include data sheets which will be used as dimensional verification for the various stages of work. These checklists shall include witness and/or hold points, as required to adequately verify the work. Data to be recorded shall include, but not be limited to dimensional checks, the recording of clearances, concentricities, etc. 6. The original checklists shall be maintained in the Contractor's Site office while the work is in progress and shall be available for Authority review at any time. 7. Measuring and testing equipment used by the Contractor in the implementation of the CI/MP shall be calibrated, within a maximum of one year of use, with traceability to the National Institute of Standards and Technology (NIST). Copies of the all calibration reports shall be provided to the Authority. 1.2

DEFINITIONS A.

Witness Points 1. Those inspection and test points that do not require the Contractor to delay the performance of inspection or work if the Authority's Quality Assurance Representative (AQAR) is not available to witness performance.

B.

Hold Points 1. Inspection hold points beyond which work shall not proceed without the specific approval of the Authority's Quality Assurance Representative. Consent to waive specified hold points shall be recorded prior to continuation of work beyond the designated hold points. 2. If an inspection or test operation designated as a hold point does not have the requisite witnessing by the AQAR, unless a waiver has been granted, the Contractor faces rejection of the work by the Authority and must repeat, at its cost, the inspection or test for the AQAR before the work can be considered acceptable. The hold points will cover NDE, welding examinations, function tests and significant or complex fabrication operations.

1.3

NONCONFORMANCE A.

Non-conformances to required codes, specifications, drawings, etc. relating to the contracted items which involve final form, fit or performance shall be documented by the Contractor. Whenever the Contractor's recommended disposition of a non conformance in these specified areas is "Use As Is" or "Repair", the Contractor must notify the Authority accordingly. Prior to incorporating the conforming or repaired

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 42

part into the work the Authority's approval is required. 1.4

SHOP INSPECTION A.

1.5

AUTHORITY PARTICIPATION IN INSPECTION/ TEST VERIFICATION/ AUDIT A.

1.6

The Authority reserves the right to participate in inspection, tests or audits at the Contractor's facility relating to the services provided under this contract.

SHIPPING RELEASE A.

1.7

As used herein the term "Authority Quality Assurance Representative" (AQAR) shall mean the Authority's employee(s) or the Authority's Engineering Representative assigned to do inspection and/or test verification work in the Contractor's shop or those of its subcontractor(s) or supplier(s). Such personnel shall have the right to any information as is necessary to determine the progress of engineering, procurement and production. They shall also have the right to witness inspection and/or test of the material or equipment, to review Contractor's inspection procedures, and to confirm compliance with the requirements of detailed drawings and these Technical Specifications. Failure to comply with the requirements of this paragraph may be cause for rejection of the work by the AQAR.

For each shipment made to the Site, the Contractor will present to the Authority a signed Certificate of Compliance fully identifying the product to be shipped and certifying that all Contract Documents have been adhered to except as noted by referenced non-conformances, which have been resolved. The Certificate of Compliance must be signed by the Contractor's Quality Assurance Representative. One (1) copy of this letter of compliance must accompany each shipment. No shipment shall be made until released by the Authority's Quality Assurance Representative.

PROCEDURE AND DOCUMENTATION REQUIREMENTS A.

All project submittals shall include one of the following coded notations, as indicated by the Contract Specifications. C - To be submitted to the Authority for review and concurrence at least fourteen (14) days prior to start of fabrications. The Authority will provide written concurrence to the Contractor, and the AQAR will verify each concurrence at the Contractor's plant. R - To be submitted to the Authority for review and retention either as they are generated or as a final documentation package dependent upon the agreement

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 43

with the Authority. Documentation shall be clear, legible, and of suitable quality. F - To be available in the Contractor's files for review by the Authority. No submittal of documents is required. 1.8

MATERIALS A.

Materials shall be new and of first class quality, suitable for the scope of work, free from defects and imperfections. All material shall also be of the classes and types listed in this Specification and all Technical Specifications or the equivalent ASTM materials. The equipment design and manufacture will be in accordance with the latest applicable standards.

B.

All materials or parts used shall be tested in conformance with the applicable specifications and purchased with certified, electrical, mechanical, and chemical properties. Stocked materials may be used provided the required certifications for the material are available.

C.

The materials selected shall be suitable for the purpose intended and adequate factors of safety shall be used throughout the design of the equipment specified herein.

D.

The Contractor shall receive, inspect, and store all material delivered for this Contract. Material inspection shall be documented on material receiving reports. Any damage or defect shall be reported to the Authority immediately.

E.

Petroleum products used on Site shall be stored in tightly sealed containers, which are clearly labeled and either stored in a storage container, or if stored outdoors, placed in a dike with a lined secondary containment structure.

F.

No hazardous products shall be brought to the Site without prior written approval by the Authority and without a written plan for storage, containment, and disposal, if required. a. The term “Hazardous Materials” for purposes hereof shall mean any flammable, explosive, toxic, radioactive, biological, corrosive or otherwise hazardous chemical, substance, liquid, gas, device, form of energy, material or waste or component thereof regulated or identified by any federal, state or local governing body or agency having jurisdiction, or which would trigger any employee or community “right-to-know” requirements adopted by any such body or agency for which any such body or agency has adopted any requirements for the preparation or distribution of an MSDS (Material Safety Data Sheet).

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 44

G.

1.9

1.10

CONTRACTOR NONCOMPLIANCE A.

If the Contractor fails to comply with the submittal requirements, as stated herein to the satisfaction of the Authority, then the Authority may take action as follows until such noncompliance is satisfactorily resolved.

B.

The Contractor's payments will be withheld pending compliance by the Contractor with the QC Program, and submittal of completed check lists, organization charts, report forms, resumes and other requirements.

MEASURING AND TESTING A.

1.11

The Contractor shall be responsible to identify any substances brought on Site requiring special handling or that may be harmful if employees may come in contact with the material. It is the responsibility of the Contractor to identify these items and have Material Data Safety Sheets (MSDS) available to all employees and to notify the Authority of the same. A copy of all MSDS shall accompany materials delivered to the Site and shall be submitted to the Authority.

Measuring and testing equipment supplied by the Contractor shall be calibrated with traceability to the National Bureau of Standards and all other applicable standards and codes.

RELATED SECTIONS A.

SECTION 01010 - Summary of Work

B.

S ECTION 01410 - Testing Laboratory Services

PART 2

PRODUCTS

NOT USED

PART 3

EXECUTION

NOT USED

END OF SECTION 01440

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 45

SECTION 01505 - MOBILIZATION AND DEMOBILIZATION PART 1

GENERAL

1.1

MOBILIZATION A.

Mobilization shall include, but not limited to, the following: 1. Furnish, deliver, install, and maintain an on-site construction headquarters for the Contractor’s use provided with offices, communications, sanitary facilities, etc., at the project Site. 2. The furnishing of all temporary services to be provided by the Contractor to support the on-site construction headquarters including heating, lighting, water, electric power, etc., unless otherwise noted. 3.

The establishment of Contractor laydown and storage areas as agreed-to with the Authority. Approved areas shall be appropriately fenced, which shall be locked and secured when not attended. When attended, access shall be restricted to authorized personnel only.

4. Submission of all required initial scheduling, manpower forecast and cash flow forecast requirements for review by the Authority.

5. Submission of all required insurance certificates for the Contractor and any subcontractor(s) for review by the Authority.

6.

The Contractor shall submit, within fifteen (15) days after the Notice of Award of the Contract, a detailed Project Specific Construction Security and Safety Program for the Authority’s review and approval. The program shall address all job rules, security and safety provisions affecting personnel, visitors, vehicles, traffic, fence barricades, signs, tools, materials, and equipment at the construction site. The Contractor shall be responsible for enforcing the Security and Safety Program and will assure that all personnel and subcontractor(s)’ personnel comply with all security and safety requirements.

7. The Contactor shall submit all applicable permits. 1.2

DEMOBILIZATION

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 46

A.

Demobilization shall include, but not limited to, the following: 1. Removal of all temporary construction facilities, construction fencing, signs, and traffic control measures. 2. Removal of all construction equipment and materials. 3. Removal of all debris. 4. Completion and submission of all Quality Control Checklists including resolution of all open Deficiency Reports. 5. Turn over to the Authority all Contractor Photo Identification Badges, Keys, and Card Keys. 6. Furnish to the Authority Project Record Documents including all As-Built Drawings. 7. Repair all pavement damaged by Contractor operations. 8. Broom sweep all pavement areas disturbed by the Contractor’s activities. 9. The Contractor shall obtain written approval from the Authority that all work is done in accordance with the Contract Documents, including all specifications and drawings, before final demobilization.

1.3

RELATED SECTIONS A.

SECTION 01010 - Summary of Work

B.

SECTION 01100 - Jobsite Requirements

C.

SECTION 01310 - Construction Schedules

D.

SECTION 01440 - Contractor's Quality Control

E.

SECTION 01576 - Facility Pollution, Water, and Erosion Control

PART 2

PRODUCTS

NOT USED

PART 3

EXECUTION

NOT USED

END OF SECTION 01505

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 47

SECTION 01524 – ENVIRONMENTAL, HEALTH, SAFETY AND CONSTRUCTION WASTE MANAGEMENT PART 1 - GENERAL 1.1

RELATED DOCUMENTS

A.

1.2

Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. PERFORMANCE REQUIREMENTS

A.

Perform all work in compliance with all Federal, State, local and Authority requirements related to environmental, health and safety.

B.

Practice efficient waste management in the use of materials in the course of the work. 1. Salvage/Recycle Goals: a. Use all reasonable means to divert construction and demolition waste from landfills and incinerators. Facilitate recycling and salvage of materials. b. The Authority’s goal is to salvage and recycle as much non-hazardous demolition and construction materials as possible.

1.3

SUMMARY OF WORK INCLUDED

A.

This Specification section shall apply to all demolition and construction materials and wastes, associated with the Contract Documents or these Specifications. It shall also apply to any materials or equipment generated or discovered during the construction or demolition work.

B. The work covered under these specifications consists of furnishing all plant supervision, labor, materials and equipment (except for services, materials, and/or equipment to be furnished by others as specifically referred to in the Contract Documents), and performing all operations required for the drainage improvements as detailed in the technical specifications and drawings. C.

The Contractor shall notify the Authority designated representative of any spills or other emergency situations. The Contractor is responsible for containing and cleaning spills or leaks including all costs associated with such work.

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 48

1.4

SUBMITTALS AND WORK PLANS

A.

Submit the following plans at least 3 weeks prior to date established for commencement of the Work. The Contractor shall not begin the work until these documents are reviewed and approved by the Authority. 1.

Materials and Waste Management Plan a. The Contractor shall establish and submit a waste management plan according to ASTM E 1609 and requirements in this Section. Plan shall consist of waste identification, waste reduction work plan, and cost/revenue analysis. Distinguish between demolition and construction waste. Indicate quantities by weight or volume, but use same units of measure throughout waste management plan. Plan must include at a minimum, the following: 1) 2) 3) 4) 5) 6) 7) 8) 9) 10)

2.

Anticipated waste streams including recyclable materials and their quantities and volumes; Types and specifications of containers to be used; How wastes will be segregated, staged, and labeled; Storage, inspection and security procedures; Name, address and permits for proposed recycling facilities; Name, address and permits for proposed waste disposal facilities; Name, address and permits for all proposed waste transporters; Name, address, accreditation and certifications for a proposed laboratory for waste analyses; Evidence of current training documentation (i.e. RCRA, DOT) for personnel proposed for waste handling functions; Handling and transportation procedures shall also be discussed;

Site/Job Specific Health and Safety Plan (HASP) a.

The Contractor shall establish and submit a comprehensive Site-Specific Health and Safety Plan (HASP). The HASP shall include both general procedures and specific requirements to be followed by the Contractor and their Subcontractors to ensure the health and safety of employees, the public and the environment. The HASP shall be reviewed and approved by the Contractor’s Certified Industrial Hygienist (CIH) or Certified Safety Professional (CSP) prior to submittal to Authority. The HASP shall include, but shall not be limited to: 1) 2) 3) 4)

Emergency Action Plans and Accident Prevention Plan Employee Training and Certifications Personal Protective Equipment (PPE) Requirements Medical Surveillance Program

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 49

5) 6) 7) 8) 9) 10) 11) 12) 13) 14) 3.

Respiratory Protection Plan a.

4.

Exposure Monitoring, Action Levels and Engineering Controls Health Risk Identification and Hazard Analysis Hazard Communication Equipment Safety and Inspection Identification and Regulation of Work Zones Decontamination Procedures and Worker Hygiene Practices Spill Response Procedures and Notification Protocol Competent Person Inspections and Reporting Requirements Clearance Testing and Inspections Hazardous Materials Handling

The Contractor shall submit a comprehensive Respiratory Protection Plan. The written respirator protection plan at a minimum, shall address respirator protection that is in full compliance with all aspects of 29 CFR 1910.134, 1) exposure assessment, 2) signs to be posted in work areas, 3) protective clothing, 4) engineering and administrative controls, 5) hygiene facilities and practices, 6) decontamination, 7) housekeeping, 8) medical surveillance, 9) training and other items to satisfy OSHA standards as required

Lead Abatement Work Plan a.

All paints/coatings shall be considered lead containing and are subject to OSHA standards. The contractor shall comply with all Federal, State, local and Authority requirements for worker protection when assessing exposure to, and working with, lead containing materials. Requirements of note are specified in OSHA’s Lead in Construction (29 CFR 1926.62), Respiratory Protection (29 CFR 1910.134) and Hazard Communication (29 CFR 1910.1200) standards.

b.

The Contractor shall establish and submit a Lead Abatement Work Plan in addition to the Site-Specific Health and Safety Plan (HASP) for review in accordance with all applicable Federal, State and local codes and regulations.

c.

The Work Plan shall include, at a minimum, 1) locations and square footage for abatement (sketch preferred), 2) detail how wastes will be handled and containerized, 3) describe the PPE to be worn by the workers, including need rationale with documentation of exposure assessment(s), 4) provide training documentation,

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 50

5)

5.

list of materials and equipment, describing their use relevant to the subject project.

d.

Abrasive work methods and burning of paint is not permitted.

e.

Chemical stripping and/or HEPA shrouded tool methods may be used for paint removal where the painted components are to be cut and/or welded.

f.

If water is used for water blasting/pressure washing or any purpose, a portion of the work plan shall be dedicated to water management. The water shall not be allowed to flow into drains or allowed to flow to the river. Water shall be collected and tested by Contractor to determine proper disposal in consultation with Authority designated representative and properly disposed of by the Contractor.

g.

Improper handling and storage of waste may result in immediate shutdown of the project until corrective action is completed.

h.

Contractors and subcontractors shall comply with all worker protection requirements including respiratory protection, personal protective equipment, medical monitoring, blood lead testing, proper removal/handling procedures, and worker training.

Confined Space Work Plan a.

Contractors shall comply with applicable requirements with respect to Confined Spaces as defined in Title 29, Part 1910, Section 146 of the Code of Federal Regulations (29CFR 1910.146), Safety Requirements for Confined Spaces (ANSI/ASSE Z117.1-2009) and The Authority’s Confined Space Safety Program. Where a conflict arises, the more stringent requirements shall apply.

b.

Contractors involved in Confined Space work must: 1) Issue and post their own confined space entry permits by qualified issuers; 2) Provide appropriate calibrated confined space instrumentation to measure oxygen levels, explosive atmospheres, or the presence of toxic gases; 3) Provide documentation of Employee training; 4) Provide appropriate rescue equipment including, but not limited to: i. ii. iii. iv.

c.

Tripods and retrieval systems; Full body harnesses and lanyards; Life lines and; Communication devices

Potential Hazardous Atmosphere Entry - Prior to and for the duration of any blasting, concrete disturbances, and/or painting activities within the Head Gate

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 51

Slot space, the Alternate Method Entry Procedures form shall be completed by the Entry Supervisor for potential Hazardous Atmospheres. The form must be posted on the job site, is valid only on the date indicated, and must be turned over to the construction engineer at the end of the day. d.

1.5 A.

During these activities, prior to entry, each potential hazard shall be identified and evaluated by the entry supervisor. The space be entered using Hazardous Atmospheres-only if the actual or potential atmospheric hazards can be controlled with ventilation (and documented). Entry for reclassification and hazardous atmosphere-only will follow the Alternate Method Entry Procedure.

REFERENCES Safety and environmental regulations to be adhered to throughout all stages of the project include, but are not limited to: 1. Waste Analysis and Hazardous Waste Determination – SW-846 Methods for Analysis of Solid and Hazardous Wastes 2. Waste Analysis Laboratory Accreditation - NYSDOH ELAP Certified laboratory 3. Hazardous Waste Identification, Handling and Storage - 40 CFR 261, 40 CFR 262 and 6 NYCRR 370-376 4. Hazardous Waste and Material Transportation - 40 CFR 263, 49 CFR 171- 179, and 6 NYCRR 364, 372 5. Hazardous Waste Disposal - 40 CFR 264, 268 and 6 NYCRR 376 6. Hazardous Waste Handling Reporting - 40 CFR 262, 268 and 6 NYCRR 372 7. Solid Waste Disposal – 6 NYCRR Part 360 8. Federal Water Pollution Control Act (33 U.S.C.1251, et seq) 9. Environmental Conservation Law (ECL) Art 3, Title 3; Article 15; Article 17, Titles 3,5,7,8; Article 21; Article 70, Title 1, Article 71, Title 19. 10. New York State Penal Code, Article 175 and 210. 11. Public Health Law, Section 502 12. OSHA General Industry Standard – 29 CFR 1910 13. OSHA Construction Standard – 29 CFR 1926 14. OSHA Respiratory Protection - 29 CFR 1910.134 15. OSHA Hazard Communication – 29 CFR 1910.1200 16. OSHA Permit-Required Confined Space – 29 CFR 1910.146

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 52

PART 2 - PRODUCTS 2.1

PACKAGING AND TRANSPORTATION

A.

Contractor is responsible and assumes all costs for providing containers, and all packaging, labeling and placarding of all waste in accordance with United States Department (USDOT) regulations 49 CFR 171-180, as applicable.

B.

Waste drums shall be new drums provided by the contractor (55 gallon, open head, DOT approved drums) or other DOT approved bulk or non-bulk containers.

C.

Contractor is responsible and assumes all costs for transportation of materials and wastes to the recycling or non-hazardous waste disposal facilities.

D.

Contractor shall arrange transportation of waste using only a 6 NYCRR Part 364 or equivalent transporter to transport waste off-site for disposal, unless the material is being recycled. Authority wastes may not be transshipped with wastes from other generators (only Authority wastes are allowed on the transport vehicle). Contractor shall complete Authority’s Pre-Transportation Checklist for each shipment of waste off-site, which can be obtained from the Authority’s construction manager.

PART 3 - EXECUTION 3.1

PLAN IMPLEMENTATION

A.

General: Implement all approved plans. Provide handling, containers, storage, signage, transportation, and other items as required to implement management plans during the entire duration of the Contract.

B.

Training: Utilize only workers and subcontractors that have been trained on proper waste management procedures, as well as safety hazards present.

C.

All wastes shall be transported to the appropriate recycling or disposal facility within 60 days after the waste is generated. With Authority representative prior written approval, waste can be stored for an additional 30 days, but in no event shall waste be stored at the work site for more than 90 days from the date of generation. Authority Corporate Policy does not permit the transshipping of waste.

D.

Contractor and all sub-contractors shall comply with Hazard Communication Standards, and shall be able to provide an MSDS for each product brought on-site. The Contractor shall keep a copy of the MSDS on site and readably available. Contractor shall keep wastes segregated and shall not co-mingle wastes (for example listed waste such as solvent, alcohol shall not be mixed with non-hazardous debris).

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 53

E.

Waste transporters shall have all applicable permits and motor vehicle licenses and registrations required to legally transport waste over the road.

F.

Improper handling and storage of waste may result in immediate shutdown of the project until corrective action is completed.

G.

If repackaging or re-sizing of material is required for acceptance at TSDF, Contractor is responsible for all costs to transfer and/or manipulate materials into a transportable form.

3.2

WASTE CHARACTERIZATION

A.

All materials removed shall be segregated and characterized for recycling and disposal in accordance with all applicable regulations. Contractor is responsible for performing testing required for acceptance at recycling or disposal facilities.

B.

Contractor must identify laboratory to be used for waste testing. It must be a New York State Department of Health (NYSDOH) Environmental Laboratory Accreditation Program (ELAP) certified lab for United States Environmental Protection Agency (USEPA) SW-846 Methods for Analysis of Solid and Hazardous Wastes.

C.

Contractor shall cooperate and provide logistical support to assist the Authority’s representative in the quantification, identification, sampling and testing of wastes from containers. Wastes shall not be allowed to accumulate more than 5 days from filling without testing or performing this determination

D.

The Authority reserves the right to audit, inspect and perform its own testing to validate that the materials and wastes are suitable for recycling, ultimate end-use, or disposition. The right of inspection, and the exercise thereof, shall not relieve the Contractor of its obligation to indemnify the Authority. The Contractor shall cooperate fully with the Authority in all audits and inspections.

E.

Contractor shall prepare draft waste profiles and other documents as may be required for acceptance of the waste streams by the disposal facility. Contractor shall submit draft profiles and supporting data (i.e. analytical data, MSDSs) for each waste stream for the Authority’s review and approval. Following Authority’s review and acceptance, contractor shall submit profiles to disposal vendors for approval.

F.

Contractor shall coordinate submittals and approvals of waste disposal facilities with the Authority’s site environmental representative. In no event can accumulation times be exceeded for materials pending shipment.

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 54

3.3

HAZARDOUS WASTE

A.

All hazardous wastes generated shall be collected and placed into appropriate containers. All drums/containers shall be labeled and logged as they are filled. All containers shall be sealed, when filled or work is complete, and moved to an Authority approved storage location until transported off-site for disposal at an Authority approved TSDF (Treatment Storage and Disposal Facility). Contractor shall maintain containers in good condition. In the event a container becomes dented, punctured or damaged in handling or transfer, the contents shall either be transferred to a new container, or the damaged container shall be salvage packed.

B.

The Contractor shall be responsible for the collection, segregated by waste type, testing, and storage of all hazardous waste material generated by the Contractor’s work. 1.

Labels shall bear the following marking: HAZARDOUS WASTE. Federal law prohibits improper disposal. If found, contact the nearest police, or public safety authority, or the US Environmental Protection Agency. Generator’s name: New York Power Authority Generator’s EPA ID:______________________________ Manifest document No.:___________________________ Date:__________________________________________ Niagara Power Project, 5777 Lewiston Road, Lewiston, NY

C.

While wastes are in storage pending disposal by the Authority, the Contractor shall comply with Authority waste handling procedures. Wastes shall be stored in a secure preferably indoor, paved facility, or shall to be transferred by Contractor to a designated area at a frequency directed by Authority representative. In the event that an indoor paved storage area is not available, the Contractor shall place waste in the containers on a pallet and cover the containers to prevent weather damage. All wastes shall be segregated and properly labeled. Contractor shall perform weekly inspection of the temporary waste storage area and containers while in storage.

D.

Contractor shall correct improperly prepared, packaged, labeled or stored containers at the Authority’s request.

E.

Contractor shall assign a unique identifier (ID number) to each container, complete log for each container and affix log to each container. Contractor shall enter the volume and type of waste added to the container and date drum was filled.

F.

Contractor shall maintain a tracking log of containers and provide an updated copy to the Authority on a daily basis.

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 55

G.

3.4

The Authority shall bear the responsibility and costs for transportation and disposal of hazardous waste materials. NON-HAZARDOUS WASTE

A.

All waste materials shall be collected and stored in a dumpster, or bulk or non-bulk containers. The dumpster/container will be emptied as necessary by the contractor and shall conform to limits as specified in 6 NYCRR 360, at a permitted facility.

B.

For non-hazardous waste disposal, the Contractor shall submit a proposed disposal site along with all applicable permits and documentation for review and approval by the Authority. Contractor shall submit for Authority approval the name, address, contact person and copies of permits for any solid waste, construction and demolition, metal recycling, or landfill proposed to be used for non-hazardous wastes generated by contractor.

C.

Contractor shall prepare all shipping papers (Non Hazardous Waste Manifests or Bills of Lading, as appropriate, and as required by law) for review and approval by Authority representative. 1. Contractor is responsible to provide Authority representative with copies of laboratory analyses, MSDSs, waste profiles, and all supporting documentation used to prepare for shipments. 2. Contractor shall provide waste analysis, draft profiles and shipping papers to the Site Environmental Representative in advance of submittal and shipment dates. 3. Shipments shall be coordinated in advance so that the Authority’s Site Representative or designee is present for shipment. No wastes shall leave Site without approval of Site Environmental Representative.

D.

Contractor shall execute shipping papers and bear transportation and disposal costs for nonhazardous wastes.

E.

Contractor shall provide the Authority with all weight tickets, return copies of all manifests, receipts and certificates of disposal or recycling for all shipments.

F.

Burning, burial, or storage of removed materials is not permitted on site.

3.5

RECYCLING CONSTRUCTION AND DEMOLITION MATERIALS

A.

Preparation of Recyclables: Prepare and maintain recyclable materials according to recycling or reuse facility requirements

B.

The Contractor shall obtain the approval of the Authority’s Site Representative for off-site shipments of equipment and waste before allowing materials to be shipped off-site.

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 56

C.

3.6

Dumpsters and bins used to store and ship trash and solid waste shall be subject to inspection by Authority before shipment. Trash and construction waste shall be removed regularly from the site. DUST AND FUME CONTROL

A.

The control of potentially harmful dusts, fumes, mists, gases, smoke, sprays, or vapor, shall be accomplished by accepted engineering control measures. Examples of accepted controls include enclosure or confinement of the operation, ventilation, or substitution of less toxic materials.

B.

The contractor shall provide all necessary controls to ensure worker exposures to dust from disturbances to materials with crystalline silica, remain below the Permissible Exposure Limit (PEL) established by OSHA. This is necessary during any cutting, grinding and/or chipping of concrete, mortar, rock or brick. Mandatory dust control measures include utilizing continuous wet methods, where possible, and/or other engineering controls such as Local Exhaust Ventilation (LEV) and High-Efficiently Particulate Air (HEPA) ventilated enclosures to minimize dust exposures.

C.

The Authority’s preferred means of reducing worker exposure to respirable silica is to continuously apply water to the point of dust generation to suppress respirable silica dust. Under conditions where it is not practical or safe to use water to suppress dust, alternative engineering controls such as LEV and/or HEPA Filtration shall be to control dust exposures.

D.

Where working conditions permit, a water hose shall be directly affixed to the tool(s). When the use of a hose directly affixed to the tool is not feasible, an assistant shall continuously apply water with a hand held sprayer at each point of dust generation.

E.

Tools not originally designed for dust control may be retrofitted with hoods and tubing so that an industrial-grade HEPA vacuum, or HEPA-filtered local exhaust can be used to reduce respirable silica dust. For portable tools where ducting is not feasible, or simply as an alternative to a capture hood, an assistant with can vacuum hose can be implemented.

F.

Use of water as a dust suppression or local exhaust ventilation will typically reduce Silica exposures substantially; these controls, however, may not eliminate the hazards of silica exposure completely. As such, the minimum respiratory protection for personnel cutting, grinding and/or chipping of concrete, rock, mortar or brick is a P100 NIOSH-approved respirator. Additionally, personnel working near the respiratory hazard, such as the water sprayer, shall wear respiratory protection while the hazard exists.

G.

The Authority requires that respiratory protection be implemented by the contractor in accordance with 29 CFR 1910.134, 29 CFR 1926.103 and The Authority’s Respiratory Protection Standard (SFH 4-2). Written proof of Contractors’ respiratory protection program, including employee medical surveillance, training, fit tests, etc. must be included

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 57

in the respiratory protection plans and made available to the Authority’s representative upon request. H.

Additional personnel and area monitoring may be required upon request by the Authority’s representative, at the expense of the Contractor, to insure the exposure to crystalline silica does not exceed the assigned protection factor of the respirator and that engineering controls and personnel protective equipment are adequate.

I.

Warning Signs: Signs should be posted and maintained by the contractor to warn all personnel about the hazard and specify any protective equipment required (for example, respirators). The sample sign provided below contains the information needed for a silica work area. Similar signs shall be posted for other hazards.

END OF SECTION

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 58

SECTION 01576 - FACILITY POLLUTION, WATER, AND EROSION CONTROL PART 1 1.1

1.2

GENERAL

DESCRIPTION A.

This work shall consist of control measures required by the specifications or as ordered by the Authority's Site Construction Representative during the life of the Contract to control erosion, water pollution, and water runoff through the use of berms, filter netting, gravel, mulches, silt fences, hay bales, sedimentation basins, and other control devices or methods. All drain trenches, and catch basins shall be protected and maintained free flowing and free of debris. All roadways shall be maintained free of debris.

B.

In the event of conflict between these specification requirements and pollution control laws, rules or regulations of other Federal, State or local agencies, the more restrictive laws, rules or regulations shall apply.

PROTECTION OF WATER RESOURCES A.

All water resources (i.e. ground and surface waters), including all drains, shall be protected from leaching and /or run-off of chemical pollutants, solid wastes and construction site debris.

B.

Prior to construction, the Contractor shall submit for review and approval by the Authority, schedules and methods for accomplishment of site-specific pollution and erosion control plan for the duration of the project. 1. The water and pollution control plan shall be submitted to the Authority at least ten (10) days prior to commencement of the work. 2. No work shall begin until the erosion and pollution control schedules and plans have been approved by the Authority. 3. If conditions change during construction, the Contractor shall revise the plan and resubmit to the Authority for review and approval.

C.

A chemical and oil spill prevention and cleanup plan shall be provided and implemented during the course of the work. The Contractor shall maintain on site, sufficient quantities of absorbent materials for use in case of chemical or oil spills. In the event of any actual or suspected spill of any chemical, petroleum product, or waste water, the Contractor shall immediately notify the Authority's Construction Representative and immediately take all measures necessary to control the spread of the spilled material, and to clean it up.

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 59

1.3

1.4

1.5

D.

Storage and/or use of chemicals, fuels, oils, greases, bituminous materials, solids, waste washings, and cement shall be handled appropriately as to prevent leaching or surface run-off into public waters or drains. All Authority approved storage areas for these materials must be diked.

E.

Disposal of any waste materials on the construction site is prohibited.

F.

Water resulting from or contaminated by construction operations shall not be directly discharged into any bodies of water or drainage systems.

G.

There shall be no discharge of suspended and/or settle-able solids in amounts that cause visible contrast to natural conditions.

DEWATERING A.

Construction activities shall be performed in such a manner that the site shall be effectively drained. Drainage shall be by gravity wherever possible. Additional means shall be utilized when necessary and shall include pumping and bailing.

B.

Water resulting from or contaminated by construction operations shall not be directly discharged to any water bodies or drain systems. Water discharged from pumps and associated equipment shall be handled to prevent ponding, sediment runoff, and creating hazardous conditions on paved surfaces.

FLOOR DRAIN AND CATCH BASIN PROTECTION A.

Drains shall be kept open during the duration of the work and rendered fully operational by the Contractor at the completion of the project.

B.

Discharge of any liquids or solids into the Authority's sanitary or storm piping system is prohibited unless specifically authorized in writing by the Authority.

C.

All exterior drains and catch basins within or adjacent to work areas or ground disturbed by the Contractor’s activities shall be protected from sediment runoff.

EROSION AND SEDIMENT CONTROL A.

The Contractor shall provide all labor, equipment and materials necessary to construct temporary and/or permanent control measures to control erosion and limit sediment discharges to storm drains, streams, rivers, lakes or canals from construction operation. Such measures shall include the construction of temporary berms, diversion ditches, dike checks, sediment structures (traps, basin(s), embankments), silt fence, and the use of mulches, mats, seeding or other control measures as necessary.

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 60

B.

The Contractor shall comply with all applicable Federal, State and Local regulations and laws. In the event of a discharge to streams, rivers, lakes or canals that causes a visible plume in the receiving water body, the Contractor shall immediately notify the Construction Representative and the Site Environmental Supervisor.

C.

Erosion control features shall be installed by the Contractor as required to comply with the New York State Department of Transportation Standard Specifications.

D.

The Contractor shall make every effort to minimize erosion from clearing and grubbing, excavation and backfilling operations, including, but not limited to, the following: 1. Construction of temporary berms, dikes, and diversion ditches to divert runoff of rainwater in an approved manner, at the conclusion of each day's activities. Runoff, as defined in this specification, is that portion of the precipitation on a drainage area resulting from the 10-year, 24-hour rainfall event, which is discharged from that area via surface drainage. 2. Use of extreme caution to limit disturbances of natural areas to the absolute minimum required. 3. Sequencing of clearing and grubbing, excavation and backfilling operations to maintain natural traps for eroded material and any other measures effective in minimizing erosion and limiting sediment discharge. 4. Excavation from any source shall not be deposited in or near rivers, streams, or impoundments nor otherwise located to be susceptible to erosion due to high water, flooding, or rainwater runoff. 5. Shaping of the top of earthwork in a manner to permit and facilitate the runoff of rainwater. Drainage ditches and/or intercept dikes shall be provided along the top of all excavated slopes and along the inside edge of all berms. The protective measures at the top of slopes shall be constructed before excavation. 6. Providing of temporary slope drains to accommodate the runoff of rainwater. These drains shall be located as needed at no greater than 500-foot intervals.

E.

The Contractor shall submit for approval with its proposal an Erosion and Sediment Control Plan, which shall include the following: 1. Detailed information on the generic erosion and sediment control measures, procedures and equipment to be used during trench excavation and

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 61

backfilling, including dewatering and sediment settling methodologies. 2. Drawings describing the proposed methods and detailing the location and type of erosion control measures. 3. An inventory list of supplies needed to respond to unanticipated sediment discharges including, but not limited to, hay bales, diking materials, and stakes. The inventory list shall also include items that will be maintained on hand in order to respond to accidental discharges of other deleterious substances, including, but not limited to, oil absorbent booms, spill pads, absorbent materials, and brooms. F.

All erosion and sediment control measures must be constructed prior to beginning any land disturbances. These measures and devices cannot be removed until the disturbed areas are stabilized. All devices must be properly maintained and kept in optimum operating condition for the duration of construction.

G.

Runoff from any land disturbing activity shall not be directly discharged or have the potential to be discharged off site, onto roadways, or into storm drains or into a watercourse. Accumulated sediment in a properly designed silt fence or trap shall be removed when 60% of the storage capacity of the structure/fence is filled with sediment.

H.

All sites shall be stabilized and seeded with erosion control measures, such as straw mulch, jute mesh, or excelsior within five (5) days of final grading. If construction is suspended, or sections completed, areas shall be seeded immediately and stabilized with appropriate erosion control measures. Maintenance shall be performed as necessary to ensure continued stabilization.

I.

Temporary sediment trapping devices, such as silt fences, shall be removed within thirty (30) calendar days following establishment of permanent stabilization.

J.

All points of construction ingress and egress shall be protected to prevent the deposition of materials onto roadways and paved areas either by installing and maintaining a stabilized construction entrance, or by washing all vehicle wheels in a safe disposal area. All materials deposited onto roadways and paved areas shall be removed immediately.

K.

Areas that are completed either before or after the seeding season specified, and all areas that will be left exposed for more than five (5) days, including all excavated and stockpiled materials, shall be temporarily mulched with hay (straw) and anchored with Terratac or other approved binder. The application rate for temporary mulching shall be two (2) tons of mulch per acre and application of mulch anchorage/binder at rates recommended by the manufacturer, unless

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 62

otherwise noted. L.

1.6

Seeding shall be in accordance with NYSDOT Standard Specifications Sections, unless noted otherwise.

DUST AND FUME CONTROL A.

The control of potentially harmful dusts, fumes, mists, gases, smoke, sprays, or vapor, shall be accomplished by accepted engineering control measures, for example, enclosure or confinement of the operation, ventilation, and substitution of less toxic materials.

PART 2

PRODUCTS

2.1

MATERIALS A.

All materials shall comply with the applicable sections of the NYSDOT Standard Specifications, unless otherwise noted.

PART 3

EXECUTION

3.1

EXECUTION A. All materials shall be installed in accordance with the applicable sections of the NYSDOT Standard Specifications, unless otherwise noted..

END OF SECTION 01576

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 63

SECTION 01577 - FACILITY PROTECTION AND SITE RESTORATION PART 1

GENERAL

1.1

DESCRIPTION OF WORK A.

1.2

For the duration of the work, the Contractor is responsible for adequately protecting all Authority equipment and facilities from damage/contamination. This shall include, but not limited to, the prevention of dust, fumes, and debris caused or created by construction activities from entering Authority occupied or public access spaces.

FACILITY PROTECTION A.

The Authority shall be continuously utilizing areas of the facility and property adjacent to the work areas. The Contractor shall conduct work in a manner that will minimize disruption of the Authority's normal operations. The Contractor shall provide a minimum of seventy-two (72) hours advance notice to the Authority of activities, which will impact the Authority's normal operations.

B.

The Contractor shall provide temporary barricades and other forms of protection as required to protect the Authority's personnel, equipment, and facilities from injury or damage due to the Contractor's work. 1. The Contractor shall provide protective measures, as required, for free and safe passage of Authority's personnel to and from occupied portions of the work zones. 2. Where required, interior and exterior shoring, bracing, or supports shall be installed to prevent movement, settlement, or collapse of structures or elements which are to be modified or otherwise affected by the Contractor's activities. 3. The Contractor shall protect existing finish work that is to remain in place and becomes exposed during work operations.

C.

Traffic Control Measures 1. The Contractor shall conduct operations in a manner to ensure minimum interference with roads, streets, walks, and other adjacent occupied or used facilities. 2. The Authority’s streets, roadways, walks, or other occupied or used facilities shall not be closed, blocked, or otherwise obstructed without written

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 64

permission from the Authority. Alternate routes around closed or obstructed traffic ways must be provided. 3. All lane and/or road closing shall conform to the requirements of the NYS Manual of Uniform Traffic Control Devices (NYS MUTCD). D.

Explosives: Use of explosives is not permitted.

E.

Utility Services 1. The Contractor shall maintain existing utilities not indicated to be removed, keep in service, and protect against damage during Contractor's operations. 2. The Contractor shall not interrupt existing utilities serving occupied or used facilities, except when authorized in writing by the Authority. Provide temporary services during interruptions to existing utilities, as acceptable to the Authority.

F.

Environmental Controls 1. Water sprinkling, temporary enclosures, and other suitable methods shall be used to limit dust and dirt rising and scattering in air. The Contractor shall comply with governing regulations pertaining to environmental protection. 2. Water shall not be used when it may create hazardous or objectionable conditions such as ice, flooding, or pollution and in areas of live electrical cables.

G.

Cutting, Burning, and Welding 1. All cutting, burning, and welding operations require issuance of written permits from both the Contractor and the Authority. 2. The Contractor shall provide a fire watch during all cutting, burning, and welding operations. Fire extinguisher shall be located within 20 feet of any operation.

1.3

H.

The Authority assumes no responsibility for actual condition of items, structures or existing roadways.

I.

The Contractor shall promptly repair damages caused to facilities and surfaces at no cost to the Authority.

SUBMITTALS

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 65

A.

Schedule: Submit a schedule indicating proposed methods and sequence of operations for demolition work to the Authority for review prior to commencement of work. Include coordination for shutoff, capping, and continuation of utility services as required, together with details for dust, exhaust fumes, and noise control protection. 1. Provide detailed sequence of work to ensure continued access through the work zones as required for Authority's on-site operations. 2. Coordinate with Authority's continuing occupation of the site. 3. Coordinate with Authority for storage of materials that are scheduled to be salvaged and/or reused. 4. Methods of how various items will be protected. 5. Provide temporary support to utilities, equipment, structures as required.

B.

1.4

1.5

Drawings: Submit drawings and/or design calculations on how the existing facilities and utilities will be protected and/or temporarily supported.

INSPECTION A.

Prior to commencement of work, inspect areas in which work will be performed. Photograph existing conditions of structures, surfaces, equipment, and surrounding utilities which could be misconstrued as damage resulting from the work; file with the Authority prior to starting work.

B.

Verify that all underground utilities have been identified prior to all work.

PREPARATION A.

Provide interior and exterior shoring, bracing, or temporary support to prevent movement, settlement, or collapse of structures and utilities as required. 1. Cease operations and notify the Authority immediately if safety of structure appears to be endangered. Take precautions to support structure until determination is made for continuing operations.

B.

1.6

Cover and protect equipment and fixtures to remain from damage when demolition work is performed in areas from which such items have not been removed.

SEQUENCE OF OPERATIONS A.

Perform work in a systematic manner. Use such methods as required to complete work in accordance with the approved schedule and governing regulations.

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 66

1. Promptly remove debris. 2. Provide services for effective air and water pollution controls as required by applicable regulatory agencies. 1.7

DISPOSAL OF MATERIALS AND DEBRIS A.

Debris shall be removed from the site of work promptly. Items indicated to be removed and disposed of, but of salvageable value to Contractor may be removed as work progresses. Transport salvaged items from the site as they are removed. Storage of or sale of removed items designated to be disposed of on-site is not permitted.

B.

Remove debris, rubbish, and other materials resulting from operations from jobsite. Transport and legally dispose of materials off-site. Indicate to the Authority in writing the disposal site to be used and provide copies of all applicable permits. 1. If hazardous materials are encountered during operations, comply with applicable Federal, State, and local regulations, laws, and ordinances concerning removal, handling, and protection against exposure or environmental pollution. a. All insulation when encountered shall be presumed asbestos containing material (PACM) and must be verified as such before proceeding with work. b. The Authority shall be immediately notified should the Contractor encounter such material. Work shall not proceed without the prior approval of the Authority. c. All permits required for the removal of asbestos containing materials shall be reviewed by the Authority prior to submission to the appropriate regulatory agencies. 2. Burning, burial, or storage of removed materials is not permitted on the project site. 3. Trash and debris shall be removed from the worksite(s) on a daily basis.

C.

The Contractor is not permitted to store or dispose of excess materials, excavated materials, garbage, etc. at the Authority Facility, except as noted. The Contractor shall obtain the necessary permits, and at its own cost, to dispose of unwanted material or garbage at a proper licensed dump facility. All debris from operations shall be removed on a daily basis and shall not be permitted to accumulate or hinder access throughout the work areas.

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 67

1.8

1.9

1.10

1.11

CLEAN-UP AND REPAIR A.

Upon completion of work, remove tools, equipment, materials, and debris from site. All roadway and storage areas shall be cleaned and swept.

B.

The Contractor shall repair areas damaged during construction and shall return all areas affected by construction to their pre-existing conditions, at no cost to the Authority.

STORAGE OF FLAMMABLE MATERIALS A.

All flammable materials shall be stored in their original, labeled containers and placed within an approved storage cabinet when not in use.

B.

All combustible waste materials shall be placed in covered metal containers and promptly disposed of in an approved manner at an approved waste disposal facility.

C.

Appropriate type fire extinguishers shall be provided and placed near all storage locations.

RELATED SECTIONS A.

SECTION 01010 - Summary of Work

B.

SECTION 01100 - Jobsite Requirements

C.

SECTION 01576 - Facility Pollution, Water, and Erosion Control

REFERENCES A.

New York State Department of Transportation Manual of Uniform Traffic Control Devices (NYS MUTCD).

B.

New York State Department of Transportation Standard Specifications Construction and Materials.

PART 2

PRODUCTS

2.1

MATERIALS A.

All materials shall comply with the applicable sections of the NYSDOT standard Specifications, unless otherwise noted.

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 68

B.

Grass seed mixture for lawn areas shall consist of the following varieties by weight: 33% Creeping Red Fescue, 33% Kentucky Bluegrass Improved, and 33% Perennial Rye Grass Improved, unless otherwise noted.

C.

Asphalt Materials (unless otherwise noted): Top Course: Binder Course: Base Course:

PART 3

EXECUTION

3.1

SITE RESTORATION

3.2

1½” NYSDOT Type 6 2½” NYSDOT Type 3 12” NYSDOT Type 1

A.

Unless otherwise noted on the drawings or in the specifications, all materials shall be installed in accordance with the applicable sections of the NYSDOT Standard Specifications.

B.

Turf areas disturbed or damaged by the Contractor's operations shall be reestablished in accordance with NYSDOT Standard Specifications except as modified by the Contract Documents.

RESTORATION OF PAVED AND UNPAVED AREAS A.

After work is completed, the grade shall be restored to its original elevation and condition, unless otherwise noted.

B.

Asphaltic patch and concrete for sidewalk areas shall be used in areas that were originally paved. Original paving material shall be matched in grade and finish.

END OF SECTION 01577

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 69

SECTION 01701 - CONTRACT CLOSEOUT PART 1

GENERAL

1.1

SUMMARY A.

This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following: 1. 2. 3. 4. 5.

B.

1.2

Inspection procedures. Project record document submittal. Submittal of warranties. Submittal of “New Equipment Data Sheet”. Final cleaning.

Closeout requirements for specific construction activities are included in the appropriate Sections in the Technical Specifications and the Supplementary and General Conditions.

SUBSTANTIAL COMPLETION A.

Prior to requesting an inspection for certification of Substantial Completion, the following shall be completed:

1. In the Application for Payment that coincides with, or first follows, the date Substantial Completion is claimed, show 100 percent (100%) completion for the portion of the work claimed as substantially complete. a. Include supporting documentation for completion as indicated in these Contract Documents and a statement showing an accounting of changes to the Contract Sum. b. If 100 percent (100%) completion cannot be shown, include a list of incomplete items, the value of incomplete construction, and reasons the work is not complete. 2. Advise the Authority of pending insurance changeover requirements. 3. Submit specific warranties, workmanship bonds, maintenance agreements, final certifications, and similar documents. 4. Obtain and submit releases enabling the Authority unrestricted use of the work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. 5. Submit record drawings, maintenance manuals, final project photographs, damage or settlement surveys, property surveys, and similar final record Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 70

information. 6. Make final changeover of permanent locks and transmit keys to the Authority. Advise the Authority's personnel of changeover in security provisions. 7. Discontinue and remove temporary facilities from the site, along with mockups, construction tools, and similar elements. 8. Submit all “New Equipment Data Sheets” for all equipment installed under this contract. 9. Complete final cleanup requirements. 10. Sweep and clean all sidewalks and roadways. 11. Complete all site restoration.

B.

In receipt of a request for inspection, the Authority will either proceed with inspection or advise the Contractor of unfulfilled requirements. The Authority will prepare the "Certificate of Substantial Completion" form following inspection or advise the Contractor of construction that must be completed or corrected before the certificate will be issued. 1. The Authority will repeat inspection when requested and assured that the work is substantially complete. 2. Results of the completed inspection will form the basis of requirements for final acceptance.

1.3

FINAL ACCEPTANCE A.

Prior to requesting an inspection for certification of final acceptance and final payment, the following shall be submitted: 1. The final payment request in accordance with the Contract Documents with releases and supporting documentation not previously submitted and accepted. Include insurance certificates for products and completed operations where required. 2. An updated final statement, accounting for final additional changes to the Contract Sum. 3. A copy of the final inspection list of items to be completed or corrected. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance and shall be endorsed and dated by the Authority. 4. The consent of surety to final payment. 5. A final liquidated damages settlement statement, if applicable. 6. Evidence of final, continuing insurance coverage complying with insurance requirements. 7. All final documentation, including As-Built Drawings.

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 71

B.

The Authority will re-inspect the work upon receipt of notice that all outstanding items have been completed, except for items whose completion is delayed under circumstances acceptable to the Authority. 1. Upon completion of re-inspection, the Authority will prepare a certificate of final acceptance. If the work is incomplete, the Authority will advise the Contractor of work that is incomplete or of obligations that have not been fulfilled but are required for final acceptance. 2. If necessary, re-inspection will be repeated.

PART 2

PRODUCTS

2.1

NEW EQUIPMENT DATA SHEET A.

The Contractor shall complete a New Equipment Data Sheet, to be provided by the Authority, for each piece of equipment installed under this contract.

PART 3

EXECUTION

3.1

FINAL CLEANING A.

The facility and project areas shall be returned to the Authority in proper condition.

B.

All areas shall be properly cleaned and all debris properly removed and disposed.

C.

All temporary protection and facilities installed for protection of the work during construction shall be removed.

END OF SECTION 01701

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 72

ATTACHMENT 1 – FIELD CHANGE NOTICE

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 73

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 74

ATTACHMENT 2 – FIELD CHANGE REQUEST

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 75

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 76

ATTACHMENT 3 – DESIGN CHANGE NOTICE

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 77

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 78

ATTACHMENT 4 – SUBMITTAL COVER SHEET

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 79

SUBMITTAL COVER SHEET CONTRACTOR:

SUBMITTAL NO.:

ADDRESS:

DATE OF SUBMITTAL:

CONTRACT NO.: MANUFACTURER: NAME OF PROJECT:

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus

SUBMITTAL DESCRIPTION:

REFERENCES: Specification Section(s)

Paragraph(s)

Contract Drawing(s) CONTRACTOR SIGNATURE NEW YORK POWER AUTHORITY REVIEW Checking is only for general conformance with the design concept of the project & general compliance with the information given in the contract documents. Notations are subject to the requirements of the plans and specifications. Contractor is responsible for dimensions which shall be confirmed and correlated at the job site; Fabrication processes and techniques of construction; Coordination of all work with that of all other trades and the satisfactory performance of all contract work.

NEW YORK POWER AUTHORITY DOCUMENT REVIEW STATUS STATUS NO: 1 2

ACCEPTED ACCEPTED AS NOTED RESUBMITTAL NOT REQUIRED 3 ACCEPTED AS NOTED RESUBMITTAL REQUIRED 4 NOT ACCEPTED Permission to proceed does not constitute acceptance or approval of design details, calculations, analyses, test methods or materials developed or selected by the supplier and does not relieve supplier from full compliance with constructural negotiations. REVIEWED BY:

TITLE: DATE:

REMARKS: Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 80

ATTACHMENT 5 – CONTRACTOR’S SUBMITTAL LOG

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 81

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 82

SUBMITTAL LOG Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus LEGEND 1 - Accepted 2 - Accepted as Noted Resubmittal Not Required 3 - Accepted as Noted Resubmittal Required 4 - Not Accepted

Last Updated: ________________

Sub No.

Description

Received

Division 1

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus 83

Approved

Status

Comments

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

ATTACHMENT 6 - REQUEST FOR INFORMATION (RFI) SHEET

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

REQUEST FOR INFORMATION (RFI) CONTRACTOR: ADDRESS:

PROJECT:

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus

CONTRACT #: RFI #: DATE: DESCRIPTION:

REFERENCES: Specification Section(s): Contract Drawing(s): Submitted By: NYPA RESPONSE:

Paragraph(s):

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

NYPA ENGINEER:

ATTACHMENT 7 - CONSTRUCTION INSPECTION/MONITORING PROGRAM

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

CONSTRUCTION INSPECTION/MONITORING PROGRAM (CI/MP) 1.0

2.0

INTRODUCTION 1.1

The purpose of this document is to provide guidelines for converting the project design into a completed high quality facility through the establishment and implementation of a construction inspection/monitoring program for the Contractor and associated subcontractor(s). All guidelines set forth in this document shall pertain to the Contractor and all associated subcontractor(s) on this project.

1.2

Implementation of the Construction Inspection/Monitoring Program must recognize the need not only for quality construction consistent with the intent of the project design and contract.

1.3

This program is based on a combination of direct inspection of material, equipment and processes as well as a systematic monitoring of construction activities. This inspection and monitoring process as well as responsibilities are described in the following sections.

1.4

The Contractor and their subcontractor(s) shall employ a full time independent on site Quality Control Inspector which is knowledgeable in the specific discipline to inspect and monitor the work. The inspector(s) shall be independent from organizational personnel with responsibilities of scheduling, manufacturing, project management, field construction activities, fabrication and engineering. Resumes of all inspector(s) shall be provided to the Authority for review and acceptance.

CONTRACTOR RESPONSIBILITIES 2.1

The Contractor has the responsibility to assure that all aspects of work comprising any activity during construction are performed in accordance with the Project’s design requirements, specifications, drawings and applicable codes and standards.

2.2

The Contractor has the responsibility for performing and documenting inspection of all project work verifying conformance to the requirements specified in the Contract Documents.

2.3

The Contractor shall develop, implement, and completed inspection checklists, with the Authority’s approval, and forms to verify that an inspection of work has been completed and that the materials used and the workmanship performed by the Contractor comply with the project’s Contract Documents. Prior to the start of work, the Contractor, Authority’s Construction Site Representative (CSR), and a representative from the Authority’s Quality Assurance (QA) Department, shall meet to review and approve the checklists to be used for the project and the applicable hold and witness points.

Witness Points

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

Those inspection and test points for which five (5) working days notice must be given by the Contractor to the Authority’s CSR but do not require the Contractor to hold up the performance of inspection or test if the Authority’s CSR is not available to witness performance. Hold Points Those inspection and test points for which five (5) working days notice must be given by the Contractor to the Authority’s CSR, and require witness of the inspection or test by the CSR unless a documented waiver is given to the Contractor. Unless a waiver has been granted, if an inspection or test point designated as a hold point does not have the requisite witnessing by the CSR, the Contractor faces rejection of the work by the Authority and must repeat the inspection or test for the CSR before the work can be considered acceptable. 3.0

INTERFACE WITH THE AUTHORITY’S CONSTRUCTION SITE

REPRESENTIVE

The Contractor shall cooperate fully and provide the necessary support for the Authority’s Construction Site Representative (CSR) and QA Representative during inspection of construction activities. They will monitor the Contractor’s compliance with the Contract Documents by, but not limited to, the following methods:    

Review of completed checklists Inspection of ongoing work activities Verification of selected contractor inspections by witness, document review and/or test Citing items requiring corrective action by the contractor

The Contractor shall provide the Authority’s Site Representative full access to all work areas and equipment that are associated with performance of the Contract work. 4.0

AREAS OF INSPECTION As a minimum, the following areas shall be inspected: A.

Field Inspection 1. During construction, the Contractor shall perform inspections and tests detailed in the Contract Documents, in the checklists, and others that may be necessary to assure the Contractor has fulfilled the requirements of the Contract Documents.

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

2. Inspections may be delegated to subcontractors. However, the prime Contractor shall retain responsibility for compliance with contractual requirements and shall perform inspections and reviews of subcontractor(s) to provide assurance of compliance with contractual requirements. B.

Vendor Inspection The Contractor shall perform inspections at vendor(s)’ facilities on items which may affect fit, function, and schedule if the item is defective. The Contractor shall, as a minimum, delegate to its vendor(s) the conditions of the contract which are applicable. In addition, provision for access of the authorized Authority personnel shall be included.

5.0

MATERIAL VERIFICATION AND CONTROL 5.1

The Contractor is responsible for receipt inspection, storage, maintenance and safekeeping of all material, components and equipment, whether Contractor or Authority-furnished from the time received until finally installed and accepted by the Authority.

5.2

The Authority’s Construction Site Representative will monitor the Contractor’s compliance to the material control program to verify that material, components and equipment conform to the requirements of the contract documents.

5.3

The Contractor shall prepare in proper form all documents required for claims based on shipping damage or shortage. Where such claims involve material furnished by the Authority, they shall be processed in accordance with the procedures established by the Authority for the project. Claims involving material purchased by the Contractor shall be processed by the Contractor, and the Authority shall be informed of the status of such claims and the provisions made for timely replacement of damaged or missing items.

5.4

Certain material may be subject to an additional receiving inspection by the Authority. Such inspections will be made concurrently with the Contractor’s inspections for immediately thereafter, before the items are moved to storage or to their installation location. Inspections will include checking for condition, shipping damage, or shortage, as well as for conformance with specifications and purchase orders. The Contractor shall provide at no expense to the Authority all labor and equipment necessary for the Authority’s Receiving Inspection.

5.5

MATERIAL RECEIVING a) The Authority shall notify the Contractor of the arrival of material, components and equipment furnished by the Authority requiring receipt inspection. b) The Authority’s CSR shall monitor Contractor’s use of accepted industry practices to handle all components and equipment so as not to jeopardize the physical condition of

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

each component. This shall include material purchased by the Contractor or the Authority. c) Equipment requiring special handling instructions shall be observed by the Authority. d) The receipt inspection shall be documented by the Contractor on the Material Receiving Report. This report reflects the status of the materials, components or equipment received at the site whether Authority or Contractor furnished. e) Any material damage or discrepancies found on Authority furnished material shall be noted on the Material Deficiency Report. and shall be forwarded to the Authority’s Construction Site Representative for disposition. f) The Material Receiving Instruction shall be initiated by the Authority’s CSR whenever specific instructions are necessary to define mandatory receiving inspections, storage or maintenance requirements on Authority furnished material or equipment. 5.6

RECEIPT INSPECTION

The material receipt inspection to be performed by the contractor shall consist of the following items as minimum: 

Review of the packing list for correctness and traceability of the items received.



Visual examination to verify the items have no physical damage caused by, but not limited to, the following: a. Rough handling and shipping. b. Failure of packaging, dunnage, protective covers, and seals. c. Loss of inert gas blanketing or missing desiccant.



Spot checks and random measurements of critical dimensions to verify that overall dimensions, mounting holes, weld ends preps, flanged connections, configuration, and orientation conform to the requirements of the design documents.



General visual examination to determine that general workmanship, materials, welding, machining, and painting conform to the requirements of the design documents.



Marking and identification conform to specified requirements as follows: a. Material marking: heat numbers, piece marking, etc.

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

b. Nameplates: code stamping, manufacture’s name, serial number, model number, etc. c. Tags: purchase order, item numbers, etc. 

Documentation is acceptable for: a. Traceability to item. b. Legibility. c. Completeness to the requirements of the specifications. d. Certified Material Test Reports of Certificates of Conformity as required by this specification

6.0

STORAGE OF EQUIPMENT/MATERIAL BY THE CONTRACTOR 6.1

Storage of equipment/material by the Contractor shall be performed in a manner not to degrade the cleanliness or packaging, and to minimize corrosion or deterioration of materials. Certain metals shall not be stored in contact with each other and special instructions from the manufacturer of the item or within the procurement specifications shall apply.

6.2

The Contractor shall be responsible for the receipt, storage maintenance, and safekeeping of all items from the time received until they are installed and accepted by the Authority. The Contractor shall also receive, handle, and store any materials returned by the construction force after original issue due to damage, defects, wrong description, changes in requirements, surplus, or any other cases.

6.3

The Authority’s CSR will monitor the Contractor’s performance of periodic maintenance, such as lubrication and rotation of pumps and motors, and conducting tests to assure that the item has not or will not deteriorate while stored in accordance with the manufacturer’s instructions.

6.4

All material shall be so arranged in storage as to permit ready access to any item for inspection, or retrieval without excessive handling or movement of the item involved, or of items stored adjacent to it.

6.5

External identification markings shall be used on all items. They shall be of such size and so located as to be clearly visible. Hazardous material such as paints, chemicals or flammable oils and solvents shall be separated and shall have a “Warning Notice” on the outside of the container.

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

7.0

6.6

Items stacked for storage shall be so arranged and supported that excessive strains are not imposed on material in the lower tiers. Weatherproof coverings used for outdoor storage protection shall be of flame resistant sheeting or tarpaulin, so placed as to permit drainage and air circulation, and tied securely to prevent wind damage.

6.7

Storage areas shall be kept clean. Access shall be limited to as required to prevent theft and/or vandalism. Fire protection shall be provided commensurate with the type of storage area and the type, value and vulnerability of the items stored. Where necessary, special measures shall be used to exclude rodents and other animals. Fences, barriers, and personal surveillance shall be provided as required to prevent vandalism and theft.

6.8

Surveillance activities shall be conducted on any special maintenance activities required by the manufacturers specification and shall be documented on the Inspection Report.

CONTROL OF NONCONFORMANCE 7.1

The Deficiency Report is a written report to document and control nonconformance or deficiency in characteristic, documentation, or procedure which could affect the reliability or render the quality of an item or activity unacceptable or indeterminate.

7.2

A Deficiency Report (DR) can be issued by the Contractor or the Authority to report a nonconformance condition. This report is not intended for minor issues that are corrected by the Contractor after oral direction from the Authority’s CSR.

7.3

When the Contractor fails to take corrective measures after being advised of the nonconformance condition, the Authority’s CSR prepares the Deficiency Report and forwards it to the Contractor for disposition.

7.4

The Contractor shall assign the DR number, log it in the DR log book and provide the disposition as one of the following: REWORK The process by which a nonconforming item is made to conform to the specified requirements of the design documents. When rework is the disposition, the responsible Contractor or vendor(s) shall provide the method to be used to perform the rework. The method of rework must be reviewed by the Authority prior to start of rework. REJECT A disposition in which a nonconforming item or service will not be permitted to be used on the project.

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

ACCEPT-AS-IS A disposition that is permitted for a nonconforming item on service when it can be established that the item is satisfactory for its intended use. Whenever the Contractor’s recommended disposition is “ACCEPT-AS-IS”, the Authority’s approval is required. 7.5

Copies of Deficiency Reports shall be distributed to:   

7.6

8.0

Contractor Site Office Authority’s Site Representative Authority’s Project Manager

If the nonconformance is to be corrected by rework, the CSR or Authority’s QA Representative shall verify where corrective action has been implemented, and that the specified corrective action has been satisfactorily completed.

CONTROL OF NONCONFORMANCE FOR NON-MATERIAL RECEIPT ISSUES 8.1

The Contractor and their subcontractor(s) shall document in a written procedure the methods for disposition of items and performance that do not meet contract documents requirements, or Authority approved drawings, procedures, or vendor drawings. These methods shall contain provisions for: 1. Evaluation of conforming items 2. Submittal of all conformance notices to the Authority. These submittals shall include supplier – recommended disposition (e.g. use – as – is or repair) and technical justification, and shall be approved by the Authority

The Non-Conformance Procedure shall be submitted for the Authority’s review and approval.

9.0

TESTING SERVICES 9.1

An independent testing laboratory employed by the Authority by a separate contract, will perform verification testing or inspecting as directed by the Authority’s CSR during the construction activities.

9.2

The following testing will generally be performed by the testing laboratory engaged by the Authority unless otherwise noted in the contract: a) Soil testing b) Bituminous paving testing

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

c) Concrete testing d) Nondestructive Weld Examination e) Electrical Testing

10.0

9.3

The Authority CSR shall utilize the services for the testing laboratory to randomly check critical installation work performed by the Contractor.

9.4

Laboratory services obtained by the Authority are solely an assurance that the Contract provisions are met.

9.5

Where results of Authority-procured tests are made available to the Contractor, the Authority does so as a convenience only, and in no way shall this act be construed as relieving the Contractor of his obligations to provide materials and workmanship in accordance with the Contract Document.

9.6

The Contractor shall, at his expense, furnish labor, equipment, and materials to assist in field inspections that may occur as mentioned in Section 9.3.

QUALIFICATION FOR CONTRACTOR’S INSPECTION AND TESTING PERSONNEL 10.1

RESPONSIBILITY It is the responsibility of the Contractor to assure that only those personnel within its organization who meet the requirements established herein are permitted to perform inspection, examination, and testing activities. It shall also be the Contractor’s responsibility to comply with the procedure and instructions issued for the work and to the requirements established therein.

10.2

GENERAL REQUIREMENTS a.

Certifications

Each person who verifies conformance of work activities to quality requirements shall be certified by their employer as being qualified to perform their assigned work. This certification shall be supported by appropriate measures such as education or training, testing, evaluation, and periodic review to assure the initial and continued proficiency of each person. The effective period of certification shall be established and at the end of the effective period of certification, each individual shall be re-certified in accordance with the requirements of this criteria. b.

Certificate of Qualification

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

The qualification of personnel shall be documented in an appropriate form. The certificate shall include the following information:       c.

Employer’s name. Person being certified. Activity qualified to perform. Effective period of certification. Signature of employer’s designated representative. Basis used for certification. Inspection Personnel Inspection activities to verify the quality of the work shall be performed by persons other than those who performed the activity being inspected. Such person shall not report directly to the immediate supervisors who are responsible for the work being inspected.

10.3

QUALIFICATIONS a.

To be considered for certification, a candidate must satisfy the following requirements:



Graduate of a 4 year accredited engineering or science college or university, plus 2 years of experience in quality assurance, including testing or inspection (or both) of power plant, heavy industrial, or other similar equipment or facilities.



High school graduate, plus 4 years of experience in testing or inspection (or both) of power plant, heavy industrial, or other similar equipment or facilities.

b.

Inspection and Testing Functions

A person shall have experience and training in the performance of required inspections and tests and in the organization and evaluation of the results of the inspections and tests. The person shall be capable of determining the validity of test results. c.

Nondestructive Examination Functions Personnel involved in the performance, evaluation, or supervision of nondestructive examinations, including radiography, ultrasonic, penetrant, magnetic particle, or eddy current methods shall meet the qualification requirements specified in SNT-TC-IA and supplements. These personnel involved in the performance, evaluation, and supervision of gas leak test

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

methods shall meet the qualification requirements specified in sections a and b above. d.

Visual Examination of Welds An AWS Certified Welding Inspector with a minimum of 7 years of documented experience will be required to perform all visual welding examinations. Weld visual examinations are to include fit up checks, root pass inspection and final weld pass inspection. All inspection checks are to be documented. No self inspection of welds is allowed.

e.

Weld Maps Documentation a. The Contractor and subcontractor(s) shall provide weld map records that specifically identify the new or repaired welds with a unique traceable weld joint designation number, date the weld was completed, location of the weld, welder who performed the weld, and NDE types performed. Examiner(s) initials and date inspection was completed, shall also be documented. b. All weld map records as a minimum will be documented on Authority approved drawings for piping and supports or on structural drawings for structural welds, that will depict the location of the welded joint. c. The Contractor shall submit a typical weld map record for the Authority’s review and approval. Any changes requested by the Authority shall be made with cost to the Authority.

10.4

RECORDS

A file of records of personnel qualification shall be established and maintained by the Contractor throughout the employee’s period of work activities at the work site. This file shall contain records of past performance history, training, initial and periodic evaluations, and certification of the qualifications of each person. 11.0

RECORD CONTROL 11.1

Material receiving documentation, maintenance documentation, nonconformance documentation, and construction records in the form of test reports and inspection checklists shall be provided by the Contractor to the Authority for review.

11.2

The Contractor shall maintain on-going logs for all documents to assure that all required documents are available and filed and that all unsatisfactory conditions have been resolved.

11.3

The Contractor shall complete and submit checklists at the frequency required in the Contract Documents.

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

12.0

LIST OF ATTACHED REPORTS 

Material Receiving Report (MRR)



Material Receiving Instruction (MRI)



Material Deficiency Report (MDR)



Storage Yard Inspection Report



Deficiency Report (DR)



Deficiency Report Log

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

MATERIAL RECEIVING REPORT

PROJECT:

Upgrade of the DC Field Bus, Collector Rings, and the Motor/Generator Neutral Bus

MRR NO.:

CONTRACT NO. : CONTRACTOR: SUPPLIER:

PO NO.:

CARRIER:

QUANTITY RECEIVED

MATERIAL DESCRIPTION

REMARKS

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

CONTRACTOR: Signature/Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

MATERIAL RECEIVING INSTRUCTION

PROJECT:

MRI NO.

CONTRACT NO.: CONTRACTOR: SUPPLIER: ITEMS:

RECEIVING, STORAGE AND MAINTENANCE REQUIREMENTS:

DOCUMENTATION REQUIRED: (√) Mill Test Report

Welding Procedure

Material Certification

Non-destructive Test Report

Specify: Installation Manual

Specify: Test Reports

Remarks:

Prepared by:

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

MATERIAL DEFICIENCY REPORT

PROJECT:

MDR NO.

CONTRACT NO.: CONTRACTOR: SUPPLIER: REFERENCE MDR NO.:

(Attached)

MATERIAL DESCRIPTION:

Description of Loss, Damage or Unsatisfactory Condition:

Contractor: Signature/Date

Disposition:

NYPA: Signature/Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

STORAGE YARD INSPECTION REPORT PROJECT: CONTRACT NO.: CONTRACTOR: STORAGE YARD LOCATION: ITEMS 1. 24 hours guard service is provided

YES

2. Materials are properly cribbed and stacked to prevent sagging. 3. Materials are properly banded and covered where required. 4. Damage materials are properly tagged for repair or replacement and have been properly segregated. 5. Erosion control is properly maintained by the contractor.  Sedimentation basins are cleaned out and functional  Weed control adequate  Ditching is adequate and in working condition  Roads are free of ruts and any erosion 6. Site is clean and free of all garbage and debris. 7. Combustible materials are isolated as required and safety regulations are in force. 8. Other verification performed.

Inspected by: Name/Organization/Date

NO

N/A

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

DEFICIENCY REPORT (DR) PROJECT:

DR NO.

CONTRACT NO.: LOCATION:

CONTRACTOR

Description of problem or deficiency and recommended corrective action (if any):

Initiated by: Signature/Date

Disposition: (Check One)

Rework

Reject

Accept-As-Is

(Explain):

Authority Construction Site Representative

Corrective action and work completed: Date of completion: Verified by: Authority Construction Site Representative

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

DEFICIENCY REPORT LOG

DR NO.

INITIATED BY NAME/ORGANIZATION

DATE WRITTEN

DATE OF WORK COMPLETED

REMARKS

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

CONSTRUCTION CHECKLISTS

TABLE OF CONTENTS ARCHITECTURAL CHECKLISTS A-1

MASONRY

A-2

INSTALLATION OF METAL JOISTS

A-3

METAL DECKING INSTALLATION

A-4

INSULATION

A-5

ROOF INSTALLATION

A-6

METAL DOORS AND FRAMES

A-7

METAL WINDOWS INSTALLATION

A-8

GYPSUM DRYWALL INSTALLATION

A-9

TILE INSTALLATION

A-10 GLAZING A-11 PREFORMED WALL SYSTEM A-12 APPLICATION OF PROTECTIVE COATINGS (3 COATS) A-13 APPLICATION OF PROTECTIVE COATINGS (2 COATS) A-14 APPLICATION OF PROTECTIVE COATING – PIPELINE A-15 SPRAY-ON FIREPROOFING A-16 GYPSUM DRYWALL & PLASTERING INSTALLATION A-17 GYPSUM DRWALL FRAMING INSTALLATION

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

CIVIL CHECKLISTS

C-1

CLEARING AND GRUBBING

C-2

EXCAVATION

C-3

EROSION CONTROL

C-4

BACKFILL

C-5

SITE GRADING

C-6

FORMING

C-7

PLACING REINFORCEMENT STEEL AND EMBEDMENT

C-8

CONCRETE PLACEMENT

C-9

GROUTING

C-10

BITUMINOUS CONCRETE PAVING

C-11

WELDING STRUCTURAL AND MISCELLANEOUS STEEL

C-12

INSTALLATION OF STRUCTURAL AND MISCELLANEOUS STEEL

C-13

INSTALLATION OF UNDERGROUND PIPE

C-14

PRECAST CONCRETE GRILL INSTALLATION

C-15

GUIDE RAIL INSTALLATION

C-16

TRANSVERSE EXPANSION JOINT INSTALLATION

C-17

PENETRATING SEALER APPLICATION

C-18

TRANSVERSE SAWCUT GROOVING OF CONCRETE

C-19

PERMANENT PAVING MARKINGS

C-20

SEALING EXPANSION JOINTS

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

C-21

CLEANING DRAINAGE SYSTEM

C-22

CONCRETE REPAIR – REMOVALS & SURFACE PREPARATION

C-23

MANHOLE PIPE REPAIR

C-24

INSTALLATION OF NEW PIPE SUPPORTS

C-25

REPAIR TO EXISTING PIPE SUPPORTS

C-26

FOUNDATION DESIGN SUMMARY

C-27

TYPE WB / WG / WR FOUNDATION INSTALLATION

C-28

AS-BUILT STRUCTURE GROUNDING

C-29

WOOD POLE ASSEMBLY & ERECTION

C-30

STRINGING REPORT – OVERHEAD GROUND WIRE

C-31

SAGGING REPORT

C-32

INSULATOR AND HARDWARE – INSTALLATION REPORT

C-33

SPACER / DAMPER REPORT

C-34

LAMINATED WOOD PRODUCTS

C-35

PEDESTRIAN BRIDGE ERECTION

C-36

SOLDIER PILE AND LAGGING (ROCK INSTALLATION)

C-37

SHEET PILE INSTALLATION

C-38

PRE-INSTALLATION OF POST-TENSIONED ANCHORS

C-39

POST-TENSIONED ANCHOR INSTALLATION

C-40

TAINTER GATE REHABILITATION & INSTALLATION

C-41

CONCRETE STAIR NOSING REPLACEMENT

C-42

WALL MOUNTED HAND RAILING INSTALLATION

C-43

CONCRETE STAIR CRACK REPAIR

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

C-44

CONCRETE STAIR TREAD AND RISER REPAIR

C-45

DEMOLITION

C-46

EMBANKMENT REPAIR

C-47

INSTALLATION OF PRECAST CONCRETE UNITS

C-48

INSTALLATION OF FIBERGLASS PANELS

C-49

REINFORCEMENT

C-50

CONCRETE PLACING DAILY INSPECTION REPORT

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

ELECTRICAL CHECKLISTS

E-1

CABLE INSTALLATION

E-2

RACEWAY INSTALLATION

E-3

CABLE PULLING

E-4

CABLE TERMINATION

E-5

DUCT BANK INSTALLATION

E-6

TRANSFORMER INSTALLATION

E-7

WELDING OF ALUMINUM TUBULAR BUS

E-8

EMBEDDED CONDUIT INSTALLATION

E-8A CONDUIT AND JUNCTION BOX INSTALLATION E-9

SWITCH GEAR / MOTOR CONTROL CENTER

E-10

COMMUNICATION SYSTEM

E-11

ELECTRICAL EQUIPMENT AND INSTRUMENTATION

E-12

LIGHT FIXTURE INSTALLATION

E-13

LIGHT STANDARDS INSTALLATION

E-14

GROUNDING SYSTEM INSTALLATION

E-15

EMBEDDED GROUNDING SYSTEM REPAIR

E-16

SURFACE MOUNTED GROUNDING SYSTEM INSTALLATION

E-17

EMBEDDED CONDUIT STUB OUT INSTALLATION

E-18

SURFACE MOUNTED PVC CONDUIT INSTALLATION

E-19

SURFACE MOUNTED NEMA 4 JUNCTION BOX INSTALLATION

E-20

CABLE PULL RECORD

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

E-21

MEGGER DATA REPORT

E-1 CABLE INSTALLATION

Sheet 1 of 1

Project Name:

Report No.

Contract: No.:

Contractor:

Drawing No./Rev.:

Location:

This checklist will be used each time a group of cables are installed for each report period. Documentation defined by the specification and drawings required to substantiate the inspections conducted on the in-process work shall be attached to the checklist. Contractor/ Date

Items Verified 1. Conduit and/or Cable Tray Installation completed and satisfactory.

CM/ Date *

2. Conduit is in configuration for cable pull and is clear of miscellaneous or loose material and has no sharp edges or burrs. 3. Cable pulling equipment is available and suitable for operation. 4. Cable pulled per requirement meeting minimum bend radius. 5. Cable and preparation is satisfactory. 6. Megger test performed and satisfactory.

**

7. Cable terminated properly. *Witness Point **Hold Point

Contractor Signature Date

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

E-2 RACEWAY INSTALLATION

Sheet 1 of 1

Project Name: Report No. Contract No.: Contractor: Drawing No./Rev.:

Location: Contractor/ Date

Items Verified

CM/ Date *

1. Verified actual raceway routing to assure actual clearances for other disciplines, safety and maintenance. a. Raceway material (tray, conduit, pull/ J-boxes) as applicable is free of burrs silvers and sharp edges. b. Raceway is correct and type.

2. Raceway grounding is per drawing requirements.

3. Conduit is flexible at rotating equipment. Bushings and protection are installed for cable pull.

*

4. Hanger material and installation is acceptable.

5. Numbering of raceway as installed is correct. Note:Conduit embedded or hanging is capped as required to prevent entrance of foreign material. *Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

E-3 CABLE PULLING

Sheet 1 of 1

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location:

Cable/Circuit # Cable Type Cable Via/Routing

From Reel Inventory

To #

Length Length Contractor/ Date

Items Verified

CM/ Date *

1. Raceway (conduit, tray, pull and J-boxes) installation complete and satisfactory for cable installation. 2. Cable pulling equipment is available and suitable for operation. a. Cable tension, type amount and color are acceptable for pull. b. Raceway is clear and clean. c. Bend radius meets minimum requirement. d. Lubricant, pull setup and method are acceptable. e. Cable end preparation is satisfactory. f. Marker in place and cable ties complete. 3. Cable spacing and separation adequate.

*

4. Cable ends sealed. *

5. Raceway covers in place. *Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

E-4 CABLE TERMINATION

Sheet 1 of 1

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location:

This checklist shall be used when each end of cable or circuit is terminated. Cable/Circuit # From Cable Type

To Contractor/ Date

Items Verified

CM/ Date *

1. Cable marker complete. a. Cable lug and tool size acceptable. b. Connection is complete and acceptable. Wire # Color 2. Torque of bus termination is acceptable.

*

3. Separation is acceptable. a. b. c. d.

Cable ties completed as required. Device cover installed. Shield connected. Spare wire shaped and tied off.

*

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKIIST

E-5 DUCT BANK INSTALLATION Project Name:

Sheet 1 of 2 Report No.

Contract: No.:

Contractor:

Drawing No./Rev.:

Location: Items Verified

Contractor/ Date

NYPA Date

1. 6" minimum separation was maintained between telephone and power and control conduit. 2. Steel conduit was terminated at manholes as required.

3. Conduit designated as high voltage has proper separation between phases.

4. Conduit bend radius is acceptable.

5. Law points and slope of run is acceptable. *

6. Conduit numbering was completed satisfactorily.

*

7. Ground cable runs are acceptable. 8. Conduits entering manhole have end bells or preformed nonmetallic duct terminators.

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

E-5 DUCT BANK INSTALLATION

Sheet 2 of 2

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Contractor/ Date

Items Verified

NYPA Date *

9. Mandrels were pulled through duct.

10. Pulling irons were installed in manholes.

11. Window openings for future duct banks were filled with brick.

12. Stub up conduit flush with concrete curb.

13. Spacers for duct separation are proper size.

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

E-6 TRANSFORMER INSTALLATION

Sheet 1 of 1

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Contractor/ Date

Items Verified

CM/ Date *

1. Equipment I.D. is correct and handling equipment and methods are satisfactory for move. **

2. Foundation and area is ready to receive and place transformer. *

3. Bus is installed properly and wiring complete.

4. Grounding completed and proper.

5. Hardware installation is satisfactory (motor, fans, duct, conduit) *

6. Visually check equipment for completeness.

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

E-7 WELDING OF ALUMINUM TUBULAR BUS

Sheet 1 of 1

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Contractor/ Date

Items Verified 1. Welding procedures reviewed and process is being followed.

CM/ Date

*

**

2. Welders are qualified.

**

3. Welds inspected and accepted.

4. Unsatisfactory conditions were reported to CM and DR was completed as required.

*

5. Sections completed are described below:

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

E-8 EMBEDDED CONDUIT INSTALLATION

Sheet 1 of 1

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location:

Conduit installed is listed below:

Contractor/ Date

Items Verified

CM/ Date *

1. Conduit material is free of burrs, slivers and sharp edges. 2. Conduit material (list above) is correct size and type and located properly.

3. Numbering or conduit as installed is correct.

4. Grounding is per drawing requirements.

*

5. Conduit slope is acceptable.

*

6. Conduit is securely fastened. 7. Conduit bushings and protection are installed for cable pull.

8. Conduit embedded or hanging is capped as required to prevent entrance of foreign material. *Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

E-8 A Conduit & Junction Box Installation

Sheet 1 of 1

Project Name: Contract No.:

Contractor:

Drawing No./Rev.:

Location:

Conduit Between

and

Boxes Located at:

Circuit No: Contractor/Date

Items Verified

CM/Date

1. Conduit and boxes conform to approve material specifications and size. 2. Number of bends and bend radius conform to NEC. 3. All supports for conduits and boxes are hot dipped galvanized or coated steel, or malleable iron. 4. Expansion fitting installed at concrete expansion joints. 5. Conduit and boxes grounded/bonded. 6. Conduit and junction boxes installed at specified location and height. 7. Sealed bonding bushings installed at each conduit outlet in boxes. 8. Conduits tested for clear bore and correct installation using a ball mandrel, brush, and snake. 9. Conduit identified with approved metal tags. *Witness Point **Hold Point Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date Rev. 1 12/92

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

E-8A Conduit & Junction Box Installation

Sheet 1 of 1

Project Name: Contract No.:

Contractor:

Drawing No./Rev.:

Location:

Conduit Between

and

Boxes Located at:

Circuit No: Items Verified

Contractor/Date

CM/Date

1. Conduit and boxes conform to approve material specifications and size. 2. Number of bends and bend radius conform to NEC. 3. All supports for conduits and boxes are hot dipped galvanized or coated steel, or malleable iron. 4. Expansion fitting installed at concrete expansion joints. 5. Conduit grounded/bonded. 6. Conduit and junction boxes installed at specified location and height. 7. Sealed bonding bushings installed at each conduit outlet in boxes. 8. Conduits tested for clear bore and correct installation using a ball mandrel, brush, and snake. 9. Conduit identified with approved metal tags. *Witness Point **Hold Point Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST E-8A Conduit & Junction Box Installation

Sheet 1 of 1

Project Name Contract No.:

Contractor:

Drawing No./Rev.:

Location:

Conduit Between

and

Junction Box Located at: Items Verified

Contractor/Date

CM/Date

1. Conduit and junction boxes conform to approve material specifications. 2. Red lead applied to male threads of all conduits. 3. All supports for conduits and junction boxes are hot dipped galvanized. 4. Expansion fitting installed at concrete expansion joints. 5. 1" inch diameter conduit terminated one (1) inch above concrete with grounding bushing. 6. Conduit and junction boxes installed at specified location and height. Junction box cover is flush with concrete surface. 7. Sealed bonding bushings installed at each conduit outlet in junction boxes. 8. Conduits tested for clear bore and correct installation using a ball mandrel, brush, and snake. *Witness Point **Hold Point Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

E-9 INSTALLATION OF SWITCH GEAR/MOTOR CONTROL CENTER

Sheet 1 of 2

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.: Work performed includes the following: Switchgear , Load Center

Location: ,

MCC

Check ( ) one and describe activity

Items Verified 1. Equipment properly identified and is in configuration for installation.

Contractor/ Date

Q4/ Date *

2. Racks installed and properly fastened and grounded.

3. Space heaters are operational as required.

4. Bus splices are installed.

5. Conduit entering rack is sealed as required.

6. Temporary wiring was removed.

7. Relay shipping blocks were removed.

*

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

E-9 INSTALLATION OF SWITCH GEAR/MOTOR CONTROL CENTER

Sheet 2 of 2

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Contractor/ Date

Items Verified 8. Check breakers and operating mechanism as required.

CM/ Date

*

**

9. Hidden bus phasing verified with ohmmeter per phase diagram. **

10. Equipment was cleaned after installation. Terminations and racks were closed daily.

11. During preparation for start-up, verify breakers are racked out and properly tagged, prior to turn over for start-up.

*

*

12. Transformer, power circuit phasing checked.

*

13. Cable and wiring shielding is grounded properly.

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

E-10 COMMUNICATION SYSTEM

Sheet 1 of 2

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location:

Indicate system inspected: Communication system

Fire Alarm Items Verified

Sound Powered Contractor/ Date

CM/ Date

1. Communications raceway cables are independent from other systems and isolated from power cables. 2. Location of speakers and stations are in accordance with drawings.

3. Orientation and volume of speakers for minimizing interference due to reflections and overlapping of sound. 4. Fusing of circuits was checked.

5. Intra-Plant Dial Telephone System installation is in accordance to drawings.

6. Wall-mounted telephone outlets were installed to correct elevation.

7. Distribution cabinets are mounted correctly.

*

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

E-10 COMMUNICATION SYSTEM

Sheet 2 of 2

Project Name:

Report No.

Contract: No.:

Contractor:

Drawing No./Rev.:

Location: Contractor/ Date

Items Verified

CM/ Date

8. P.A. and alarm equipment were checked for the following: a. Handsets elevation is correct. b. Speaker elevation is correct. c. Speaker amplifiers elevation is correct. d. Line Balance Assembly is mounted in correct location. e. Siren tone generator is mounted correctly. 9. Sound powered telephone system was checked for: a. Proper identification. b. Jack stations are at correct elevation. c. Terminal blocks location and number are correct.

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

E-11 INSTALLATION OF ELECTRICAL EQUIPMENT & INSTRUMENTATION

Sheet 1 of 2

Project Name: Report No. Contract No.: Contractor: Drawing No./Rev.:

Location: Items Verified

Contractor/Date

CM/ Date

1. Work, safety permits and clearances required by plant operator obtained prior to start of work.

**

2. Equipment/materials installed are of specified type/model or substitutes have been formerly approved.

*

3. Equipment is identified per specification or drawing requirements. 4. Equipment is properly located in accordance with drawing requirements. 5. Equipment alignment/leveling are in accordance with specs and drawing requirements. 6. Equipment installation has adequate clearance for maintenance or removal. 7. Fasteners and mounting hardware are installed in accordance with drawing, specs, or manufacturer drawings as applicable.

*

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

E-11 INSTALLATION OF FTECTRICAL EOUIPMENT & INSTRUMENTATION

Sheet 2 of 2

Project Name: Report No. Contract No.: Contractor: Drawing No./Rev.:

Location: Contractor/ Date

Items Verified 8. All grounding connections, including welded or bolted connections are proper.

CM/ Date *

**

9. Circuit breakers/overload relays ratings and settings are correct and in accordance with drawings requirements. 10. Rows of lighting fixtures are properly aligned and installed/mounted at proper heights.

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

E-12 Installation of Light Fixtures

Sheet 1 of 1

Project Name: Contract No.:

Contractor:

Drawing No./Rev.:

Location:

Light Fixture Type: Light Fixture Model: Items Verified

Contractor/Date

CM/Date **

1. Light fixtures conform to current electrical codes. 2. Light fixtures are installed at the specified locations and properly supported. 3. Poles installed plumb and properly supported.

4. Light fixtures have been grounded. 5. All cables tested and terminated. Switches installed and tested. *

6. Operational tests performed and accepted. 7. Illumination level and distribution acceptable. *Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date Rev. 1 12/92

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

E-12 Installation of Light Fixtures

Sheet 1 of 1

Project Name: Contract No.:

Contractor:

Drawing No./Rev.:

Location:

Light Fixture Type:

Items Verified

Contractor/Date

CM/Date **

1. Light fixtures conform to current electrical codes. 2. Light fixtures are installed at the specified locations and properly supported.

3. Light pole installed plumb. Anchor bolt washers installed and nuts tightened. Pole is grounded. 4. Light fixtures have been grounded. 5. All cables tested and terminated. Switches installed and tested. *

6. Operational tests performed and accepted. 7. Illumination level and distribution acceptable. *Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

E-12 Installation of Light Standards

Sheet 1 of 1

Project Name: Contract No.:

Contractor:

Drawing No./Rev.:

Location:

Light Standard Numbers:

Items Verified

Contractor/Date

CM/Date

1. Light standards have been modified to conform to current electrical codes.

**

2. Light standards are installed at the specified locations. 3. Light pole installed plumb. Anchor bolt washers installed and nuts tightened. 4. Light pole has been grounded. 5. All cables tested and terminated. *

6. Operational tests performed and accepted. *Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

E-13 Installation of Grounding System

Sheet 1 of 1

Project Name: Contract No.:

Contractor:

Drawing No./Rev.:

Location:

Equipment/Structure: Items Verified

Contractor/Date

NYPA/ Date **

1. Grounding cable and connectors conformed to approved material specifications, size, and type.

2. Grounded cable is located as shown on drawings and properly supported. 3. Splices are cad welded. 4. Stub ups are of adequate length for equipment and structural steel. All connections bolted to specified torque value. *

5. Ground cable has been attached to existing grid. 6. Grounding system tested and resistance recorded.

*Witness Point ** Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date Rev.1 12/92

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

E-13 Installation of Grounding Cables

Sheet 1 of 1

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location:

Repair Type:

Reference No. Items Verified

Contractor/Date

NYPA/ Date **

1. Grounding cable and connectors conform to approve material specifications. 2. Ground cable is located as shown on drawings. 3. Cable size and connector are as shown on drawings. 4. Stub ups are of adequate length for equipment and structural steel. *

5. Ground cable has been attached to existing grid.

6.

*Witness Point ** Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

E-14 Embedded Grounding System Repair

Sheet 1 of 1

Project Name: Contract No.:

Contractor:

Drawing No./Rev.:

Location:

Bay:

Wall:

Size:

Items Verified

Contractor/Date

CM/Date

1. Grounding materials, size and type conform to the specification or approved by the Authority. 2. Splices are cad welded. 3. New grounding is stubbed out of wall where applicable. 4. All damaged or missing grounding repaired and replaced. **

5. All embedded grounding has been inspected and is acceptable for concrete form placement. 6. As—built location and size recorded.

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

E-13 Installation of Grounding System Report No.

Sheet

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location:

Repair Type:

Reference No. Items Verified

Contractor/Date

of

NYPA/ Date

**

1. Grounding cable and connectors conformed to approved material specifications, size, and type. 2. Grounded cable is located as shown on drawings. 3. Splices are cad welded. 4. Stub ups are of adequate length for equipment and structural steel. All connections bolted to specified torque value. *

5. Ground cable has been attached to existing grid. 6. Grounding system tested and resistance recorded.

*Witness Point ** Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST E-15 Surface Mounted Grounding System Installation

Sheet 1 of 1

Project Name: Contract No.:

Contractor:

Drawing No./Rev.:

Location:

Bay:

Wall:

Size:

Items Verified

Contractor/Date

CM/Date

1. Grounding materials, size and type conform to the specification or approved by the Authority. 2. All splices are exothermic (cad welded) 3. All conduits (RGS), enclosures, fixtures and boxes are bonded. 4. Surface mounted grounding conductor is adequately supported. *

5. Installed cable tested. 6. As-built location and size recorded.

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

E-16 Embedded Conduit Stub Out Installation

Sheet 1 of 1

Project Name: Contract No.:

Contractor:

Drawing No./Rev.: Conduit installed is listed below:

Location:

Conduit Number: System:

Size: Items Verified

Contractor/Date

CM/Date *

1. Existing conduit material is free of burrs, slivers and sharp edges. 2. New conduit arid coupling are approved material and schedule. 3. Existing cables are saved and protected (where applicable). 4. New conduit arid coupling size match existing conduit. 5. Sufficient clearance around conduit for proper concrete embedment 6. Conduit is securely fastened. 7. Conduit end is protected from debris and concrete. **

8. Conduit stub out installation inspected and acceptable for placement of concrete forms.

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST E-17 Surface Mounted PVC Conduit Installation

Sheet 1 of 1

Project Name: Contract No.: Drawing No./Rev.:

Contractor: Location:

Conduit Installed is listed below: Size: System: Conduit No: Items Verified

Bay:

Wall:

Contractor/Date

CM/Date

1. Size, material, schedule as per contract requirements. 2. Mounting hardware is corrosion resistant and as per contract. 3. Supports installed per NEC — spacing per NEC. Conduit Size (inches) Maximum Spacing Between Supports (feet) 1/2 — 1 1-1/4 — 2 2-1/2 — 3 Conduit support within 3 ft. etc.

3 5 6 of all boxes, terminations,

4. Routing as per the drawings. As—built information is recorded.

*

5. All joints between conduit and couplings, fittings, boxes are per the approved method. 6. Expansion joints are provided at all concrete expansion joints and for thermal expansion per NEC Section 347. 7. No more than the equivalent of 4 quarter bends (360 degrees) total between pulls points. 8. All boxes and fittings are approved material installed per contract and NEC requirements. 9. Conduits tested for clean bore and correct installation using a bull mandrel, brush and snake.

*

*Witness Point **Hold Point Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

E-18 Surface Mounted NEMA 4 Junction Box Installation

Sheet 1 of 1

Project Name: Contract No.:

Contractor:

Drawing No./Rev.:

Location:

Bay:

Wall:

Size:

Items Verified

Contractor/Date

CM/Date

1. Junction box approved type and size. 2. All internal termination strips installed (when applicable). 3. All supports for boxes are hot dipped galvanized. 4. All penetrations properly sealed. 5. Box is grounded/bonded. 6. Junction boxes installed at specified location and height. As—built information recorded. 7. Sealed bonding bushings installed at each conduit outlet in boxes. 8. All cable pulling/splicing/terminations completed and inspected. 9. Conduits and cables identified with approved tags. Box is inspected and accepted for closing.

*

**

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

E-19 Installation of Light Fixtures (Substructures)

Sheet 1 of 1

Project Name: Contract No.: Drawing No./Rev.: Light Fixture Type: Bay: Items Verified

Contractor: Location: Manufacturer/Model #: Wall: Contractor/Date

Size:

CM/Date

1. Light fixtures and lamps are approved type and model. 2. Light fixtures are installed at the specified locations. As-built information recorded. 3. Light fixtures are mounted/supported properly. 4. Light fixtures have been grounded.

*

5. All cables tested and terminated. Switches installed and tested.

*

6. Operational tests performed and accepted.

*

7. Illumination level and distribution acceptable.

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

CABLE PULL RECORD E-20 CABLE TYPE:

START

PAGE

OF

CABLE REEL No.

FOOTAGE END

TOTAL

PULL LOCATION

DATE

CONSTRUCTION MANAGEMENT DIVISION PROJECT CONTRACTOR EQUIPMENT

COMPONENT Motor,Cable,Bus, ect

TEST volts

E-21 MEGGER DATA REPORT PROJECT NO. CONTRACT NO.

TIME Secs

A/G

READINGS - Mega ohms B/G C/G A/B B/C

Performed By

REMARKS

C/A

Date Signature

Contractor

Date Signature

New York Power Authority

Date Signature

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

E-22 Embedded Conduit Stub Out Installation & Embedded Grounding System Repair

Sheet 1 of 1

Project Name: Contract No.: Drawing No./Rev.: Bay:

Contractor: Location: Wall:

Size:

Items Verified

Contractor/Date

CM/Date

1. Existing conduit material is free of burrs, slivers and sharp edges. 2. New conduit and coupling are approved material and schedule. 3. Existing cables are saved and protected (where applicable). 4. New conduit and coupling size match existing conduit. 5. Sufficient clearance around conduit for proper concrete embedment 6. Conduit is securely fastened. 7. Conduit end is protected from debris and concrete. 8. Grounding materials, size and type conform to the specification or approved by the Authority. 9. Splices are cad welded. 10. New grounding is stubbed out of wall where applicable. 11. All damaged or missing grounding repaired and replaced. 12. All embedded grounding and conduits have been inspected and are acceptable for concrete form placement.

**

13. As—built location and size recorded. *Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST MECHANICAL CHECKLISTS

M-1

INSTALLATION OF MECHANICAL EQUIPMENT

M-2

INSTALLATION OF HOIST AND MONORAIL

M-3

INSTALLATION OF INSTRUMENTS AND COMPONENTS

M-4

BELT DRIVEN EQUIPMENT AND ALIGNMENT

M-5

BELT DRIVEN EQUIPMENT ALIGNMENT DATA SHEET

M-6

INSTALLATION OF WELDED / SOLDERED PIPING AND COMPONENTS

M-7

TANKS / PIPING / INSTRUMENTATION TEST RECORDS

M-8

PIPING SPOOL INSTALLATION RECORD

M-9

INSTALLATION OF VALVES

M-10 PIPE SUPPORT INSTALLATION M-11 GROUTED ANCHOR INSTALLATION M-11A EXPANSION ANCHOR INSTALLATION M-12 HVAC INSTALLATION M-13 INSTALLATION OF PLUMBING SYSTEMS

Civil Checklist

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-1 CLEARING AND GRUBBING

Sheet 1 of 1

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Contractor/ Date

Items Verified

NYPA/Date *

14. Trees, stumps and brush are cut to specified height.

15. Grubbing is completed to specified depth 16. below grade. Objectionable, buried and/or decayed matter is cleared from the area. *

17. Existing buildings and structures are demolished and foundation removed to specified grade level; backfill is as specified. 18. Timber, logs, roots, brush and all other types of debris are disposed as specified.

19. Other verifications performed.

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-2 EXCAVATION

Sheet 1 of 2

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Items Verified

Contractor/ Date

NYPA/Date **

20. Primary control lines are correct.

21. Line and grade is as specified.

**

22. CM work clearance are issued, if applicable.

23. Excavated material suitable for backfill is controlled and stocked in a designated area. **

24. Sheeting and/or bracing of excavation is as specified.

25. Drainage is provided to handle flash floods.

26. Dewatering systems; i.e., well points and pumps are adequate for disposal of water. *

27. Trees, shrubs, lawns, outcropping and other features specified to remain, are protected.

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-2 EXCAVATION

Sheet 2 of 2

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Contractor/ Date

Items Verified

NYPA/Date

28. Existing benchmarks, structures, fences, sidewalks, paving, roads, etc. are protected.

29. Bottom of excavation, and soil adjacent to and below foundations, are protected from frost.

30. Utilities which are to remain, are protected.

*

31. Other verifications performed.

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-3 EROSION CONTROL

Sheet 1 of 1

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Contractor/ Date

Items Verified

NYPA/Date *

32. Erosion materials (i.e., finer mats, wood, chips, bark, straw, etc.) are as specified. Any tests required are performed. 33. Slope drains, (pipe and channels) prefabed or fabricated in the field, comply with specifications and materials are acceptable. 34. Embankments are constructed to an elevation which allows for settlement.

*

35. Emergency spillway is installed in undisturbed earth to specified line and grade.

36. Excess excavation from ponds is disposed in designated areas. *

37. Snow fences are installed and comply with specifications. 38. Other verifications performed. *Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-4 BACKFILL

Sheet 1 of 2

Project Name:

Report No.

Contract No.:

Contractor:

No./Rev.:

Location: Items Verified

Contractor/ Date

NYPA/Date

39. a. Backfill is obtained from controlled stock area.

b. Backfill, if purchased, is from an approved source. **

40. Material qualifications have been performed and are acceptable. Materials are as specified.

41. All forms and foreign materials are removed prior to backfill, concrete strength is acceptable prior to backfill. 42. Backfill is to grade and line; layering complies with specification. 43. Backfill moisture content is controlled and complies with specified limits. **

44. Compaction, moisture content, tests and results, comply with specified limits. 45. Organic materials are removed as specified.

46. Air temperature is acceptable for backfill operations.

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-4 BACKFILL

Sheet 2 of 2

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Contractor/ Date

Items Verified

NYPA/Date

47. Specified materials are used around pipe conduit, etc.

*

48. Sub-base area is inspected prior to backfilling.

49. Trenches are free of water during backfill and compaction operations.

*

50. Backfill operations suspended when ambient temperature falls below specified minimum temperature.

51. Other verifications performed.

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-5 SITE GRADING

Sheet 1 of 1

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Contractor/ Date

Items Verified

NYPA/Date

52. Primary control lines are correct.

53. Fill material test were conducted and accepted.

54. Stripping of topsoil and organic material is of proper depth and stock filed and waste is at the location shown. *

55. Excavation is of proper lines, grades and elevation.

56. Excavated and filled sections are uniformly graded.

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-6 FORMING

Sheet 1 of 1

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Contractor/ Date

Items Verified

NYPA/Date *

57. Forms meet shape, line, grade, and are braced.

*

58. Forms are clean and coated with proper form parting agent and forms ties installed and secured. 59. Joints and seams are tight and chamfer strips installed (when required).

60. Blackouts and cleanouts are provided as required.

61. Control and expansion joints and water stops are installed (where required).

62. Grade strips and keyways are installed.

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-7 PLACING REINFORCING STEEL & EMBED

Sheet 1 of 1

Project Name:

Report No.

Contract: No.:

Contractor:

Drawing No./Rev.:

Location: Contractor/ Date

Items Verified

NYPA/Date *

63. Bar sizes and grades are as specified. Mill marking is in conformance with mill test report. 64. After placing reinforcing steel, be sure: 2.1 2.2 2.3

Bar properly placed. Bending & straightening of bar (hot or cold) has been approved by the Authority. Bar were inspected for transverse cracks after item 2.2 is completed. *

65. Embedded piping & conduit is installed and layout, elevation and slope is proper. *

66. System piping or portion embedded is pressure tested as required. 67. Anchor bolts, sleeves, inserts, water stops, grounding cable and other embeds are in place. *Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-8 CONCRETE PLACEMENT

Sheet 1 of 2

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Items Verified

Contractor/ Date

NYPA/Date **

68. Concrete mix design is approved by the Authority.

69. Batch plant and testing lab alerted to support placement activities. **

70. Final inspection of grounding, embeds, re- bar, subgrade & forming is completed & conforms with the drawing and specification. 71. Surfaces prepared and ready for placement and area clean-up is complete.

*

**

72. For Hot/Cold weather method of forming, placing, finishing and curing concrete cam-plies with ACI manual of concrete practice or approved by CM.

73. Placing equipment is acceptable for use and can support a continuous pour. *

74. Slump, air, temperature test were performed as required. **

75. Test cylinders prepared.

76. Concrete grade and finish is proper.

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-8 CONCRETE PLACEMENT

Sheet 2 of 2

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Contractor/ Date

Items Verified

NYPA/Date

77. Truck trip tickets are attached.

78. Curing method conforms with the specification or approved by CM. Time and date initiated and completed are recorded as follows:

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-9 GROUTING

Sheet 1 of 1

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Contractor/ Date

Items Verified

NYPA/Date **

79. Grout mix/vendor complies with specification or approved by the Authority. *

80. Surface prepared for grouting. a. Oil and dirt removed. b. Cleaned and saturated with water and defined by supplier. c. Water removed from anchor bolt sleeves as required. 81. Formed as required. 82. Grout was properly mixed. 83. Mix is as specified by supplier. 84. Temperature controlled. *

85. Curing and finishing and trimming are acceptable. *Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-10 BITUMINOUS CONCRETE PAVING

Sheet 1 of 2

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Items Verified

Contractor/ Date

NYPA/Date **

86. Contractor's procedures, equipments to be used, testing methods and material type and source were submitted and approved by CM prior to commencement of work. *

87. Sub grade is smooth, shaped, graded and elevation is acceptable. a. If backfilling is required, specified material was provided and compacted to the required maximum dry density. b. Corrugated areas, ruts, pot holes and depressions were repaired. c. Sub grade drainage, pipe or conduit if any, were placed prior to final sub grade compaction. 88. Sub base and base course is provided, compacted and shaped in accordance with specification.

*

a. Base course material is tested and accepted. b. Base course is free of frost during cold weather. c. Base course is moistened before material is placed.

89. Where primer or tack coat is required, the material used, distribution and curing conformed to specification. **

90. Bituminous concrete placement conforms to the specific requirements of the specification and in conformance with the lines, grades and thickness shown on the drawing.

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-10 BITUMINOUS CONCRETE PAVING

Sheet 2 of 2

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location:

Contractor/ Date

Items Verified

NYPA/Date

91. Shoulders were graded to edge and level of laid pavement using material specified for aggregate base.

92. Other verification performed.

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-11 WELDING OF STRUCTURAL AND MISCELLANEOUS STEEL Project Name:

Sheet 1of 2 Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Items Verified

Contractor/ Date

NYPA/Date **

93. All welding procedures are prequalified and covered by a welding procedure specification or are qualified in accordance with AWS code. **

94. A11 welders, tackers and welding operators are qualified either by direct testing or by a previous welding test records that is acceptable to NYPA. 95. Mill test reports were reviewed and in conformance with specification.

96. Joints were inspected for proper preparation, including bevel, root faces, root opening and alignment.

97. Size, length and location of all welds conformed to the requirements of the AWS code or the detail drawings and that no unspecified welds have been added without approval of CM. 98. Visual inspections were performed and that the surfaces of the welds were reasonably smooth and of suitable contour without evidence of undercut, crack on the welds and base metal or other defects in excess of limits prescribed by the specification or the AWS codes.

*

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-11 WELDING OF STRUCTURAL AND MISCELLANEOUS STEEL

Sheet 2 of 2

Project Name:

Report No.

Contract: No.:

Contractor:

Drawing No./Rev.:

Location: Contractor/ Date

Items Verified

NYPA/Date

99. Nondestructive (NDT) reports and Inspection qualification are attached, where applicable.

100.

Other verification performed.

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-12 INSTALLATION OF STRUCTURAL AND MISCELLANEOUS STEEL

Sheet 1 of 1

Project Name: Contract No.:

Contractor:

Drawing No./Rev.:

Location: Items Verified

Contractor/Date

NYPA/Date **

101. Mill certifications are submitted and approved. 102. Anchor bolts, base plates, columns, horizontal members and cross—bracing. 103. Location, elevation, orientation, alignment and plumb as erection progresses, meets requirements. 104. Bolted connections completed per specification requirements and acceptable. Process selected is: check one a. Turn of nut b. Direct tension indicating device 105. Welded connection completed per checklist C11 (attached). *

106. Misfits requiring reaming, slight cutting and chipping were reported along with shop errors to Authority Const. Rep. Galvanizing and painting touch—up completed. *Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date Rev. 2 10/93

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-12 INSTALLATION OF STRUCTURAL AND MISCELLANEOUS STEEL

Sheet 1 of 1

Project Name: Contract No.:

Contractor:

Drawing No./Rev.:

Location: Items Verified

Contractor/Date

NYPA/Date **

107.

Mill certification are submitted and approved.

108. Anchor bolts, base plates, columns, horizontal members and cross--bracing. 109. Location, elevation, orientation, alignment and plumb as erection progresses, meets requirements. 110. Bolted connections completed per specification requirements and acceptable. Process selected is: check one a. Turn of nut b. Direct tension indicating washer 111. Welded connection completed per checklist C-11 (attached). 112. Misfits requiring reaming, slight cutting and chipping were reported along with shop errors to Authority Const. Rep. Galvanizing and painting touch— up completed.

*

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date Rev. 1 2/92

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-12 INSTALLATION OF STRUCTURAL AND MISCELLANEOUS STEEL Project Name:

Sheet 1 of 1 Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Contractor/ Date

Items Verified

NYPA/Date **

113. Mill certifications are submitted and approved.

114. Anchor bolts, base plates, and members meet requirements.

115. Location, elevation, orientation, alignment and plumb as erection progresses, meets requirements.

116. Bolted connections completed per specification requirements and acceptable. Process selected is: (check one) a. Turn of nut b. Direct tension indicating washer

117. Welded connection completed per checklist C11 (attached). *

118. Misfits requiring reaming, slight cutting and chipping were reported along with shop errors to Authority Const. Rep. Galvanizing and painting touch-up completed. *Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-13 INSTALLATION OF UNDERGROUND PIPE

Sheet 1 of 2

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Items Verified

Contractor/ Date

NYPA/Date

119. Placement of control lines for trench is correct.

120.

Trench Excavation

a. Width, line and grades acceptable b. Braced in accordance with specification *

121. Piping materials are of required type, grade and rating, and are identified in accordance with applicable code and specification requirements. ** 122. Welded joints were performed by a qualified welder and all welding procedures conform to AWS code or the specification.

123. Welding and nondestructive test reports (if applicable) are attached.

*

124. Gaskets, bolting and torque of flanged connections conform to specified requirements. Minimum thread engagement is achieved.

125. Bedding shall be set to assure that a uniform support for pipe and pipe restrained, and specified materials are used around the pipe.

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-13 INSTALLATION OF UNDERGROUND PIPE

Sheet 2 of 2

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Contractor/ Date

Items Verified

NYPA/Date

126. Pipe filled with water 24 hours prior to hydrostatic testing. 127. Hydrostatic test completed and satisfactory prior to back filling pipe trench and pipe restrained. Hydro data sheet is completed and attached.

**

128. Pipe trench back filled with structural fill at least 6" over top of pipe and compaction was performed per specification. 129.

Other verifications performed.

•Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-14 Precast Concrete Grill Installation

Sheet 1 of 1

Project Name: Contract No.:

Contractor:

Drawing No./Rev.:

Location: Items Verified

Contractor/Date

NYPA/Date **

130. Grills have been inspected and approved for installation.

131.

Aluminum louvers have been cleaned.

132.

Support angles have been welded in place.

*

133. Grills installed and bolted to support angles. Grills are level and plumb.

134. Gaps around grills have been packed with mortar. *Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-15 Guide Rail Installation

Sheet 1 of 1

Project Name: Contract No.:

Contractor:

Drawing No./Rev.:

Location: Items Verified

Contractor/Date

NYPA/Date **

135. Railing rehabilitation is complete and accepted. 136.

Railing installed at proper locations.

137. Railing expansion joint instated with specified gap. 138. Base plates are level and shimmed as required. 139.

Railing is parallel to top of parapet.

140. Washers have been installed and nuts tightened. Exposed threads on anchor bolts have been peened. 141. All damaged paint has been cleaned and touched up. *Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-16 Transverse Expansion Joint Installation

Sheet 1 of 1

Project Name: Contract No.:

Contractor:

Drawing No./Rev.:

Location: Items Verified

Contractor/Date

NYPA/Date *

142. Joint fabrication has been inspected and approved. 143. Joints installed to required grades/slopes. 144. Joints installed at proper location. 145. Joints installed to specified gap width for entire length. 146. Joints secured, tightened, and clip angles grouted. 147. Strip seal is installed and protected for concrete placement. **

148. Field welding of center line joint completed and inspected. *

149. Watertight integrity test performed and accepted. *Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-17 Penetrating Sealer Application

Sheet 1 of 1

Project Name: Contract No.:

Contractor:

Drawing No./Rev.:

Location: Items Verified

Contractor/Date

NYPA/Date

150. Sealer is the approved product and all containers clearly labeled. **

151. All surfaces sandblasted, clean and free of surface dirt or other contaminants. 152. All debris from sandblasting and cleaning operations has been removed. 153. Sealer applied per manufacturer's directions and application rates temperature requirements are met. 154. Vertical surfaces fog coated prior to application. 155. Adjacent areas, equipment and louvers protected from overspray.

156. All pools and puddles on flat work broomed out until color is completely absorbed. *Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-18 Transverse Saw cut Grooving of Concrete

Sheet 1 of 1

Project Name: Contract No.:

Contractor:

Drawing No./Rev.:

Location: Items Verified

Contractor/Date

NYPA/Date **

157. Specified concrete curing period of time duration has been met.

158. Groove spacing, depth, and width are per specifications.

159. Grooves are to the specified clearance at curbs, joints and drains. 160. Skew areas are filled in to specified limits.

161. Residue, slurry, and/or debris continuously removed.

162. Final deck surface is clean and free of debris.

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-19 Permanent Pavement Markings

Sheet 1 of 1

Project Name: Contract No.:

Contractor:

Drawing No./Rev.:

Location: Items Verified

Contractor/Date

NYPA/Date

163. Materials are per approved submittals. Manufacturer’s instructions provided to the Authority. **

164. Pavement is dry with minimum surfaces temperature of 50 degrees F. Ambient temperature is 50 degrees F minimum and rising. **

165. Pavement surfaces are clean, free of oil, dirt, dust, grease, and similar foreign materials. 166. Pavement markings are per the drawings and NYS MUTCD. 167. Pavement markings are specified width and color. 168. Pavement markings applied at minimum uniform wet thickness of 15 mils. 169. Reflection glass spheres applied at specified rate. 170. Pavement marking application per specifications and manufacturer’s instructions. *Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-20 Sealing Expansion Joints

Sheet 1 of 1

Project Name: Contract No.:

Contractor:

Drawing No./Rev.:

Location:

Joint Direction: Transverse

Longitudinal

Vertical

Joint Locations: Items Verified

Contractor/Date

NYPA/Date **

171. Joint cleaned by sandblasting, grinding, or other approved methods. 172. Backer Rod size is proper and installed where required. 173.

Concrete Curing is complete.

174.

Temperature is above 40 degrees F.

175. Joint blown out with compressed air immediately prior to sealant application. 176. Sealant is pumped into joint and tooled to provide a concave surface.

177.

Sealant is continuous along the joint.

"Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-21 Cleaning Drainage System

Sheet 1 of 1

Project Name: Contract No.:

Contractor:

Drawing No./Rev.:

Location: Items Verified

Contractor/Date

NYPA/Date

178. Equipment and method are per approved submittal.

179. Scupper and downspouts cleaned to first cleanout.

180. All debris properly disposed of offsite.

181. Drains flow is proper and unimpeded.

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-22 Concrete Repair — Removals & Surface Preparation

Sheet 1 of 1

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location:

Repair Type:

Reference No. Items Verified

Contractor/Date

182. Limits of repair have been marked by Contractor and approved by the Authority.

*

NYPA/Date **

183. Defective concrete removed to sound surface. A minimum clearance of 1 1/2 inches provided around reinforcement steel. 184. Vertical and bottom edges saw cut perpendicular to wall. Top edge saw cut with upward slope. 185. Concrete removals performed using approved method/equipment. **

186. Protection provided to prevent falling debris from damaging surrounding area equipment. 187. Exposed concrete and reinforcement steel cleaned by sandblasting. 188. Corroded and damaged rebar replaced with new rebar.

*Witness Point ** Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-23 Manhole Pipe Repair

Sheet 1 of 1

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location:

Repair Type: Support No. Items Verified 189.

Contractor/Date

NYPA/Date

Existing mortar saddle removed. (If applicable)

190. Pipe is cleaned, primed, and top coated. 191.

Debris removed from manholes.

192. New dowels installed per drawings. Concrete surface clean.

193.

Neoprene pad installed per drawings.

194.

Formwork (See Checklist #C-6).

195.

Reinforcement (See Checklist #C-7).

196.

Mortar placement (See Checklist #C-8).

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-24 Installation of New Pipe Supports

Sheet 1 of 2

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location:

Support Type:

Support No.: Items Verified

Contractor/Date

NYPA/Date **

197.

Mill certification are submitted and approved.

198.

Location per drawings.

199. Concrete anchors are specified size and length and installed per manufacturers written instructions. 200. Pipe surface primed and painted prior to installation of saddle. ** 201. New pipe support saddle installed with neoprene sheet. 202. Welded connection completed per checklist C-11 (attached). *

203. Misfits requiring reaming, slight cutting and chipping were reported along with shop errors to Authority Const. Rep. Galvanizing and painting touch— up completed. 204. New pipe saddle fits tight to pipe and welded to support.

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-24 Installation of New Pipe Supports

Sheet 2 of 2

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location:

Support Type.:

Support No.: Items Verified

Contractor/Date

NYPA/Date

**

205.

U Bolts installed and nuts tightened.

206. Old support removed after installation of new support. 207. All field welds cleaned and primed.

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-25 Repair to Existing Pipe Supports

Sheet 1 of 2

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location:

Repair Type:

Support No. Items Verified

Contractor/Date

NYPA/Date **

208.

Mill certification are submitted and approved.

**

209. Repair type approved by the Authority. Support blast cleaned prior to start of repairs. *

210. Concrete anchors are specified size and length and installed per manufacturer's written instructions.

211. Temporary support provided prior to removal of existing saddles and damaged steel. 212. Concrete repaired prior to installation of new repairs.

213. Welded connection completed per checklist C-11 (attached). 214. Misfits requiring reaming, slight cutting and chipping were reported along with shop errors to Authority Const. Rep. Galvanizing and painting touch—up completed. 215. Pipe surface primed and painted prior to installation with neoprene sheet

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-25 Repair to Existing Pipe Supports

Sheet 2 of 2

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location:

Repair Type:

Support No. Items Verified

Contractor/Date

NYPA/Date

216. New pipe support saddle installed with neoprene sheet. 217. New pipe support saddle tight to pipe and welded in place. 218.

U Bolts installed and nuts tightened.

219.

All field welds cleaned and primed.

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-26

FOUNDATION DESIGN SUMMARY

Project: ________________________________________ Facility:_____________________________________

Contractor: ____________________________________ Contract: _________________________________ Structure: ___________________________________ Structure Type: ____________________________ Stationing: ____________________________________ Line Angle Change: ________________________ Center Hub Elevation: ___________________________ L NO

DESCRIPTION/FEATURE

A

B

Design 1 2 3 4 5 6 7 8 9 10

E

G C

D

Actual

Foundation Type (WB) Foundation Type (WG) Foundation Type 0/R) Classification of Wood Pole

11

12 13 14 15 16 17 18 19 20 21 22 23 24 25 26

RELEVANT DRAWINGS

MANUF/DESIGN DRAWING NO.

SHEET NO. REV.

27 28 29 30 31

REMARKS

TYPE WB/WG/WR FOUNDATIONS

Inspector: ___________________________________ Date:

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-27

TYPE WB/WG/WR FOUNDATION INSTALLATION

Page 1 of 3

STRUCTURE: _________________________STRUCTURE TYPE:___________________________ LEG. __________

FEATURE

DESIGN DATA ACTUAL FOUNDATION DATA

DESIGN

Setting Dimension Diameter of Hole Concrete Gravel Gravel Back Fill Earth Embedment Rock Embedment Total Embedment

0 CY CY CY FT

0 CY

/ / /

CY

Date Gravel Placed-Bottom

/

CY: FT FT FT

FT FT

DATE

Date Staked Date Augured Start Date Concrete Placed Date Backfilled

/

/ / /

/

/



P ole Hei ght

EXCAVATION: Date Start:

/

/

Time: _____________ Date Finish:

/

/

Time: ____________

Subsurface Water Encountered: No  Yes Depth of Water Encountered:____________________________ Fissured  Boulders 

HOLE CONDITION: Fine Sand 

Cobbles  S ta b le 

Shale  Rock 

S ilts  Earth 

Other 

Date Pole Erected: / / Pole 'A': ______________ Ft. Pole 'B':______________ Ft. Hole Depth: _____________________ Pole 'A': _____________ Ft. Pole 'B': _____________ Ft. Date Cross arm Installed: / / Type:________________________________________________ Date Anchors Installed: / / Type and NoDate Guys Installed:

/

Date Counter Poise Installed:

/

Type and No. ________________________________________________ /

/

Type and Lengths:

Remarks: Holes Drilled & Installed Wood Plunge Installed PVC Installed Grounding Installed Grounding Connected

INSPECTOR:

Yes Yes Yes Yes Yes

    

No No No No No

    

Gains Fully Seated Blasting Used Alignment Checked Plumb Cross arms Level

DATE.

Yes Yes Yes Yes

 No  No  No  No

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-27 FOUNDATION

WB...W = Wood WG...W = Wood WR...W = Wood

TYPES WB/WG/WR REFERENCES

B = Backfill Using Crushed Stone and Precast Concrete Pad G = Gravel Backfill R = Set in Rock Using Crushed Stone Backfill

Page 2 of 3

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-27 STRUCTURE

ORIENTATION

Page 3 of 3

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

C-28

AS-BUILT STRUCTURE GROUNDING

PROJECT FACILITY CONTRACTOR CONTRACT STRUCTURE NO. STRUCTURE TYPE FOUNDATION TYPE DRAWING REF(S)

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-29

Wood Pole Assembly

Page 1 of 2

Project: ___________________________________ Facility: ______________________________________ Contractor: _________________________________ Contract No. _______________________________ Structure Type: _____________________________ Height: LEG A

ROW CONDITION:



_____________________________

______________________________________________________________

LEG B

Dry

 Muddy

 Mountainous

 Hilly

 Wet

 Rocky

 Cultivated

 Woods

 F l a t  Snow Depth FOUNDATION AS-BUILT RECORDED:

__________  Other

Yes ______ No _______ ACCEPTABLE: Yes ______ No ____

ASSEMBLY: CORRECT POLE(s) DELIVERED TO SITE: Yes _________ No_________ SPECIFY BL OCKING ADEQUATE: Y es

_______ No

______

SPECIFY FIELD DRILLING REQUIRED: Yes ________ No _______ SPECIFY: HOLES PROPERLY TREATED WITH PRESERVATIVE: Yes __________ No ________ UNUSED HOLES PROPERLY PLUGGED: Yes _______ No _______ BURY DEPTH:

Leg A_______________ Design _____________ Actual Leg B __________ Design ________ Actual ________

GRID GAINS FULLY SEATED: Yes

______ No _______

POLE TO POLE TIES INSTALLED PROPERLY: Yes

_______ No _______

HARDWARE BONDED & SECURED TO DOWN LEAD: Yes __________ No ________

ERECTION: STRUCTURE LOCATION VERIFIED: Yes __________ No ________ VERTICAL CENTERLINE WITHIN TOLERANCE: Yes _________ No ______ CROSSARM INSTALLED LEVEL (± 2" FROM XARM CONNECTING BOLT): Yes

_________ No ______

WARNING SIGNS/IDENTIFICATION SIGNS INSTALLED: Yes ________ No ______

STRUCTURE COMPLETE & ACCEPTED: INSPECTOR

DATE

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST Page 2 of 2

C-29

MISFABRICATIONS:

List by Piece Mark(s)

CONTRACTOR'S MATERIAL DAMAGES:

DELAYS:

List by Piece Mark(s)

Time Work Stopped ____________________________ Time Resumed______________________

REASON FOR DELAY:

ACTIONS TAKEN OR EVENTS WHICH ENABLED WORK TO PROCEED:

WERE ANY TOWERS BY-PASSED? If so, Tower(s) Number and Reason:

WERE WORK SITES LEFT CLEAN OF DEBRIS/LITTER:

REMARKS:

REFERENCE DRAWINGS

C-30 STRINGING REPORT - OVERHEAD GROUND WIRE

Page 1 of 2

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST PROJECT:_________________________________________ FACILITY: _________________________________ CONTRACTOR: ____________________________________ CONTRACT NO. ________________________ WEATHER : ______________________________________TEMPERATURE (°F): ______________________ WIND SPEED:_______________________________________WIND DIRECTION:________________________ OHG WIRE SIZE: __________________________________ L I N E : ____________________________________ STRINGING DATE:_______________________ TIME: START __________________ FINISH ______________

RECORD INFORMATION LOOKING AHEAD ON LINE (LEFT TO RIGHT) LEFT

RIGHT

REMARKS

STRUCTURE NO.

TO

TO

TO

STRUCTURE NO.

REEL NO./SET NO. REEL LENGTH FEET LENGTH OF PULL FEET WAST E FEET SPLICE LOCATION (STATION) STRINGING OPERATIONS SATISFACTORY..........................................................................YES

NO _____________

NON-CONFORMANCE REPORT REQUIRED ..............................................................YES

NO _____________

IF YES SPECIFY ______________________________________________________________________________

REMARKS:

Date

Inspector

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

C-30 STRINGING REPORT – CONDUCTOR

Page 2 of 2

PROJECT: ____________________________________________ FACILITY: CONTRACTOR: _______________________________________ CONTRACT NO:______________________________ WEATHER: _______________________________________ TEMPERATURE (°F):________________________ WING SPEED: ________________________________________ WIND DIRECTION:_________________________ CONDUCTOR: ________________________________________ LINE:______________________________________ PULL NO.: ___________________________ PULL DATE: ______________ LENGTH OF PULL:________________ STRUCTURE NO.: (FROM)_______________________________ (TO) STRUCTURE NO:_________________________ RECORD INFORMATION LOOKING AHEAD ON LINE (LEFT TO RIGHT) DATE PULLED

TIME START

FINISH

PHASE & CIRCUIT A

WIRE NO.

SET NO.

REEL NO.

REEL SPLICE WASTE LENGTH FT. LOCATION FEET

1-1 _

1-2 2-1 2-2 B

3-1 3-2 4-1 4-2

C

5-1 5-2 6-1 6-2

STRINGING INSTALLATION SATISFACTORY ………………………………. YES__________ NO__________ NON-CONFORMANCE REPORT REQUIRED………………………………… YES__________ NO__________ IF YES SPECIFY____________________________________________________________________________________

REMARKS:

Date

C-31

Inspector

SAGGING REPORT

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST PROJECT FACILITY: ___________________________________________________________________ CONTRACTOR: _________________________________ CONTRACT NO __________________________ SAG. NO.: DATE

. _______________________________________________________________________________________________________________________________

STR. NO.: ______ _____ TO STR. NO.: _____________ LENGTH OF SAG

. _____________________________________________

WIND SPEED: ___________ DIRECTION: ___________ CIRCUIT _______________________________ CONDUCTOR/OHG: _____________________________ TEMPERATURE (°F). ______________________ WEATHER CONDITIONS: _________________________________________________________________ PHASE

SAG SPANS

OFFSET CUPPING

STR. NOS.

YES

NO

SPAN LENGTH

TEMP.

SAG

COMPUTED V ANGLE

DATE

TIME FR

TO

CONDUCTOR

OVERHEAD GROUND WIRE

RULING SPAN LENGTH __________________________ SAGGING METHOD _________________________ SAGGING SATISFACTORY: .................................................................... YES ____________ NO ___________ NON-CONFORMANCE REPORT REQUIRED: ........................................... YES ____________ NO ___________ IF YES SPECIFY ________________________________________________________________________ _____________________________________________________________________________________ REMARKS:

Date

Inspector

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

C-32 INSULATOR

AND HARDWARE

INSTALLATION REPORT PROJECT:___________________________________________ FACILITY:_______________________________________ CONTRACTOR:_______________________________________CONTRACT NO:__________________________________ WEATHER: __________________________________________INSTALLATION DATE:_____________________________ DRAWING NC.:_______________________________________ DATE REVISION NO:______________________________

STIR NO.

SHEET NO. CIRCUIT AND V-STRING FIGURE NO. A

B

C

CONDUCTOR I-STRING A

B

C

DEAD END A

B C

OHGW JUMPER A

B

C

SHEET NO. AND

FIGURE NO.

SUSP. L

R

DEAD END

L

R

JUMPER L

R

COTTER PINS (HEADS) FACING DOWN (SUSPENSION) .................YES _______________ NO ______________ COTTER PINS (HEADS) FACING DOWN (DEAD END) .................. YES _______________ NO ______________ COTTER PINS (HEADS) ON LEFT SIDE OF STRING (DE) ............. YES _______________ NO ______________ INSULATOR AND HARDWARE INSTALLATION SATISFACTORY... YES _________________ NO ______________ NON-CONFORMANCE REPORT REQUIRED ................................ YES _______________ NO _______________ IF YES SPECIFY:

REMARKS:

Date

C-33

Inspector

SPACER / DAMPER REPORT

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST PROJECT:__________________________________________ FACILITY: _________________________________ CONTRACTOR: _____________________________________ CONTRACT NO.: ___________________________ COND. IDENTIFICATION:______________________________ CONFIGURATION: ______________________ TYPE: _____________________________________________ I.D. NO:____________________________________ WIND SPEED: _______________ DIRECTION:______________ TEMPERATURE: (°F) _____________________ WEATHER CONDITIONS:_____________________________________________________________________________

DATE

CIRCUIT

STRUCTURE NUMBER TO FROM

SPAN LENGTH

SPACERS NO. PER PHASE

SPACING PER PHASE

SPACER/DAMPER NSTALLATION SATISFACTORY....YES ________________________ NO ____________________ NON-CONFORMANCE REPORT REQUIRED....YES ________________________ NO ______________________ IF YES SPECIFY:

REMARKS:

Date

Inspector

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-34 Laminated Wood Products

Sheet 1 of 1

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location:

Repair Type:

Reference No. Items Verified

Contractor/Date

NYPA/Date

220. All calculations and drawings have been submitted and approved prior to the start of fabrication. 221. Wood Fiber is Southern Yellow Pine or approved equal. 222. All glue laminated members have been pressure treated per APWA C28. Preservative in pentachloropheral. 223. Retention is 0.4PCF or refusal. 224. All sawn lumber, spacers and wedges have been treated per APWA C2. Preservative is chromate copper arsenate. Retention is 0.4PCF or refusal. 225. All steel shapes, rods, dowels, plates, etc. have been galvanized per AASHTO MIII Steel is A36. 226. All hardware is ASTM A 307 steel, galvanized per AASHTO M232. 227. Configuration is in accordance with approved drawings.

*Witness Point ** Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-35 Pedestrian Bridge Erection

Sheet 1 of 1

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location:

Repair Type:

Reference No. Items Verified

Contractor/Date

NYPA/Date

228. Erection Procedure submitted and approved. 229. Any special lifting equipment or devices required have been provided. 230. Concrete has developed adequate strength for placement of bridge.

231. Bridge & components have been receipt inspected and accepted at the time of delivery. 232.

All components have been received.

233. Bridge has been installed in accordance with approved erection procedure. 234. The pedestrian bridge has been installed in accordance with the approved drawings.

*Witness Point ** Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-36 SOLDIER PILE AND LAGGING (ROCK INSTALLATION)

Sheet 1 of 3

Project Name:

Report No.

Contract No.:

Contractor:

Drawing. No /Rev.:

Location: Items Verified

235.

Primary control lines are correct.

236.

Line and grade is as specified.

Contractor/ Date

NYPA/Date

*

237. Hole drilled to specified dimensions (diameter and depth in rock). 238.

Correct casing is used. *

239. Soldier pile configuration complies with drawings. (Include welds.) 240.

Holes are prepared prior to pile placement. *

241. Pile is placed correctly and concrete is as specified on drawings and in specification (mix, depth of pile, pile is true, etc.). 242. Concrete tests - to comply with drawing and specification.

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-36 SOLDIER PILE AND LAGGING (ROCK INSTALLATION)

Sheet 2 of 3

Project. Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Items Verified

Contractor/ Date

NYPA/Date

243. Lagging material in accordance with specification and drawing. 244. Lagging is installed to comply with drawings and specification. 245. Tie back anchors are in accordance with drawings and specification. 246. Anchor tests comply with drawings and specification. 247. Anchor hole complies with drawings (depth, angle, and diameter). 248. Anchor hole is properly prepared prior to placing resin. 249. Placing of fast and slow set resin complies with drawings and specifications. 250. Anchor is tested and locked off to comply with drawings and specifications.

*

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-36 SOLDIER PILE AND LAGGING (ROCK INSTALLATION)

Sheet 3 of 3

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Contractor/ Date

Items Verified

NYPA/Date

251. Painting is in accordance with drawings and specifications.

252.

Other verifications performed.

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-37 SHEET PILE INSTALLATION

Sheet 1 of 1

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Contractor/ Date

Items Verified 253. Driving equipment and methods including hammer, extractors, protecting caps and other piledriving aids were submitted and approved by NYPA. Materials conform to specification.

NYPA/Date *

*

254.

Pile length recorded along with sheet number

255. Performed visual inspection of welds or rivets, pile surface conditions, conditions of interlocks, pile joints and pile head reinforcing or shaping, and were found satisfactory. 256. The ground surface elevation was established for each group of piles, and unfavorable site conditions such as boulders and other debris were removed. 257. Templates and guides were provided and piles were plumb and set vertically. 258. Pile driving records which includes site condition, identification by pile reference number and the amount of blows per inch penetration were recorded on log and were attached to this checklist. 259. Other verification performed.

**

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-38 PRE-INSTALLATION OF POST-TENSIONED ANCHORS

Sheet 1 of 2

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location:

NOTE:This checklist shall be submitted and approved prior to commencement of work. Items Verified 260. Procedure for drilling, fabrication, and installation of Post Tensioned Anchors including Tensioning and grouting have been submitted and approved. 261. Tendons, grouts, spacers and other anchor appurtenances are in accordance with the materials specified in the drawing and specification. Certification and mill re- ports submitted.

262. Submittals and approval of the following contractor's record and data collection sheets accomplished prior to start of work. a. b. c. d. e. f.

Drilling Log Water Test Record Alignment Check Record Anchor Load Elongation Graph Grout Pump Operator Batch Report Daily Summary of Work Performed

263. Calibration curves for stressing equipment including piston area, gauge range and accuracy, calibration test dates and maximum rated capacity have been submitted and approved. 264. Permits and air traffic clearances if required have been granted by FAA or responsible authorities.

Contractor/ Date

NYPA/Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-38 PRE-INSTALLATION OF POST-TENSIONED ANCHORS

Sheet 2 of 2

Project. Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Contractor/ Date

Items Verified

NYPA/Date

265. All anchor and check hole locations are properly located in accordance with the drawing. Any location changes were recorded in the drawings and approved by NYPA Engineers.

Comments:

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-39 POST-TENSIONED ANCHOR INSTALLATION

Sheet 1 of 1

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Contractor/ Date

Items Verified

NYPA/Date

266. Holes drilled in accordance with specification and drawings. Water and chippings were removed at the completion of drilling. 267. Each holes were plumbed periodically during drilling and the vertical tolerance is within the specified allowable. Alignment check record attached. 268. Water level on each drill holes was monitored and recorded in the Water Test Record. 269. Fabricated tendons, conform with the specification and drawing, free of dirt protected from corrosion, inspected and found no evidence of damage. 270. Grout mix/vendor complies with specification or approved NYPA. Grout specimens were obtained and Grout Batch Report attached. 271. Anchor stressing and testing were performed according to manufacturer's instruction, recorded and data sheets submitted for each anchor. 272.

Other verifications performed. NOTE:This checklist will be used for every anchor installation.

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-40 TAINTER GATE REHABILITATION & INSTALLATION

Sheet 1 of 2

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Items Verified

Contractor/ Date

NYPA/Date **

273. Submittal and approval of contractors installation procedure which includes detailed repair work as well as related concrete work and their sequence were accomplished prior to start of work. *

274. Equipments and materials to be installed are new, free from defects and imperfection, and of the grades, classes and type specified in the material specification and the detailed drawings. *

275. Rack and Pinions were replaced, realigned and adjusted and the materials were in conformance with specification and drawing. Rivets were replaced with high strength bolts. *

276. Sill beam replaced and fastened with expansion anchor bolts. Sill and lateral seal installed in accordance with the specification and drawings. Anchor bolt installation worksheet and records attached. *

277. Pins and bushing were removed, cleaned and inspected for visible wear. Damage pins and bushings were replaced. All pins were drilled for lubrication, tapped and provided with Alemite or Zerk fittings. Pins and bushing were refitted, lubricated, and Trunnion were levelled.

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST C-40 TAINTER GATE REHABILITATION & INSTALLATION

Sheet 2 of 2

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Contractor/ Date

Items Verified

NYPA/Date

278. Skin plate were inspected and damaged plate were repaired or replaced. All welding were performed by qualified welders, and weld inspection qualification and NDT reports were attached.

*

279. New motor operator with structural support were installed in accordance with specification and the drawing.

**

280. Tainter gate including motor operator and submerged surfaces were painted according to specification and manufacturer's instruction.

*

281. Field test of tainter gate were performed satisfactory and the following test results were attached.

**

a. Alignment checks of all couplings b. Feeler gauge check of seating c. Stroke test d. Motor test *Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

C-41 Concrete Stair Nosing Replacement

Sheet 1 of 1

Project Name Contract No.:

Contractor:

Drawing No./Rev.:

Location: Items Verified

Contractor/Date

282. Remove existing nosing as identified by the Authority. Remove concrete to specified depth.

NYPA/Date

**

283. Roughen and clean concrete to sound surface. 284. New cast iron nosing per approved submittal. 285.

Set nosing in approved mortar bed.

286. Installed stainless steel counter sunk anchor bolts. 287.

Clean up of adjacent area complete.

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

C-42 Wall Mounted Hand Railing Installation

Sheet 1 of 1

Project Name: Contract No.:

Contractor:

Drawing No./Rev.:

Location: Items Verified

Contractor/Date

NYPA/Date

288. Existing railing removed and disposed of off— site. **

289.

Walls repaired at support of existing rail.

290. New railing support bracket anchor bolts installed per specification. 291. New railing support bracket and pipe railing per approved shop drawing. 292. New railing installed at specified height, slope, and location. 293.

Grounding reinstalled to new railing.

*

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

C-43 Concrete Stair Crack Repair

Sheet 1 of 1

Project Name: Contract No.:

Contractor:

Drawing No./Rev.:

Location: Items Verified

Contractor/Date

NYPA/Date

294. Cracks to be repaired have been identified and marked by the Authority. **

295.

Temporary support installed.

296. Concrete at cracks shipped out a minimum of 3" wide tracing the crack. *

297. Rebar cleaned and coated with approved anti— corrosion protective coating. **

298.

Concrete surface clean and sound. **

299. Bounding grout applied prior to concrete/grout placement. 300. Concrete/grout placed per manufacturer's recommendations. 301.

Concrete/grout cured as required.

302. Temporary supports & forms removed after curing. *Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

C-44 Concrete Stair Tread and Riser Repair

Sheet 1 of 1

Project Name: Contract No.:

Contractor:

Drawing No./Rev.:

Location: Items Verified

Contractor/Date

NYPA/Date

303. Areas to be repaired identified and approved by the Authority. 304. Perimeter of repair area saw cut to 1/2" minimum depth. **

305. Concrete removed and surface is rough, clean and sound. 306. Approved repair mortar placed per manufacturer's written directions. 307.

Forms removed and area cleaned.

308.

Finish matches existing stairs.

*

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

C-45 Demolition

Sheet 1 of 1

Project Name: Contract No.:

Contractor:

Drawing No./Rev.:

Location: Items Verified

Contractor/Date

NYPA/Date **

309. A working plan for demolition has been submitted and approved? **

310. Have designated utilities been identified, capped and disconnected? *

311. Have temporary barriers been provided to protect personnel and property? 312. Have foundation walls and footings been removed a minimum of one foot below finished grade? 313. For the first 40 feet of the new discharge canal embankment, have all foundation walls, footings and bottom slabs been removed completely? 314. Has excavated areas, created as a result of the demolition work, been backfilled? 315.

Has approved material been used for backfill?

316. Has the backfill been rough graded and compacted to maintain the site grades and contours? 317.

Has demolished material been removed from site?

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

C-45.1 Demolition (Plant)

Sheet 1 of 1

Project Name: Contract No.:

Contractor:

Drawing No./Rev.:

Location: Items Verified

Contractor/Date

NYPA/Date **

318. A working plan for demolition and erection has been submitted 319. and approved? 320. Have designated utilities been identified, capped and disconnected?

**

321. Are structures protected and reinforced before moving modules? 322. Have temporary barriers been provided to protect personnel and property? 323. Have interfering structures been removed and stored adequately? 324.

Have all temporary structures been removed?

325. Has damage to existing structures been repaired to the satisfaction of the Authority?

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

C-46 Embankment Repair

Sheet 1 of 1

Project Name: Contract No.:

Contractor:

Drawing No./Rev.:

Location:

Items Verified

Contractor/Date

NYPA/Date **

326. Divers qualifications have been submitted and approved. **

327. Sheeting and bracing design has been submitted and approved. 328. Certification for select fill, crushed stone, rip rap and filter fabric has been submitted and approved. 329. Excavation of the discharge canal has started at a depth of EL —14.4 directly below bottom of the crab wall and slope 1(V) to 2.25 (H). 330. Soft materials has been removed and backfilled with select stone. 331. At north and south end of canal, the slop blended with the existing embankment. 332. Filter fabric is placed in accordance with manufacturer's instruction with a 2 ft. overlap. 333. Stone toe has been placed at the bottom of the discharge canal. 334. Rip rap has been placed on the prepared slope to the full thickness of each layer with no mounds or windows. 335. Excavated material has been handled and disposed of as required.

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

C46.1 Embankment Repair — Diver's Underwater Inspection

Sheet 1 of 1

Project Name: Contract No.:

Contractor:

Drawing No./Rev.:

Location: Items Verified

336.

Contractor/Date

NYPA/Date

Pre—dive Procedures and Checklists completed.

337. Excavation of the discharge canal has started at a depth of EL-14.4 directly below bottom of the crab wall and slope 1 (V) to 2.25 (H). 338. Soft materials have been removed and backfilled with select stone. 339. At north and south end of canal, the slope blended with the existing embankment. 340. Filter fabric is placed in accordance with manufacturer's instruction with a 2 ft. overlap. 341. Stone toe has been placed at the bottom of the discharge canal. 342. Rip rap has been placed on the prepared slope to the full thickness of each layer with no mounds or windows. 343. Post Division Procedures & Checklists completed. *Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

C-47 Installation of Pre-Cast Concrete Units

Sheet 1 of 1

Project Name: Contract No.:

Contractor:

Drawing No./Rev.:

Location: Items Verified

Contractor/Date

NYPA/Date **

344. Pre-cast sections have been inspected and meet the requirements of the drawings and specifications. 345. Anchor straps are undamaged and are acceptable. 346. Installation area has been cleared of marine growths. 347. Pre-cast units have been installed as shown on the drawings and specifications. 348. Lifting eyes have been epoxy grouted after units are in place. 349. Pre-cast unit anchor straps have been bolted in place. *

350. Existing structures have not been damaged during, installation. *Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

C-48 Installation of Fiberglass Panels

Sheet 1 of 1

Project Name: Contract No.:

Contractor:

Drawing No./Rev.:

Location: Items Verified

Contractor/Date

NYPA/Date **

351. Fiberglass panels have been inspected and meet the requirements of the drawings and specifications. 352. Installation area has been cleared of marine growth. 353. Steel angles have been bolted in place and shimmed as required for even bearing against existing concrete surfaces. 354. Fiberglass panels have been installed in accordance with the drawings and specifications. 355. All cuts, scratches and gouges have been repaired. *

356.

Units have been erected plumb and level.

"Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

C-49 — DEMOLITION

Sheet 1 of 1

Project Name: Contract No.:

Contractor:

Drawing No./Rev.:

Location:

Items Verified

Contractor/Date

NYPA/Date **

357. A working plan for demolition and erection has been submitted and approved? **

358. Have designated utilities been identified, capped and disconnected? **

359.

All asbestos abutments are complete.

360. Existing structures are protected and reinforced as required. 361. Have temporary barriers been provided to protect personnel and property? 362. Dust partitions are constructed and in position.

363.

*

Cleanup 01 area complete.

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

C-50 CONCRETE PLACING INSPECTION DAILY REPORT

SHEET 1 of 1 DATE:

Project:

DAY

S

Job No.:

WEATHER

Client:

TEMP.

Contractor:

WIND

Project Manager:

HUMIDITY

M

T

W

TH

Size Batch:

S

BriteSun

Clear

Overcast

Rain

Snow

To 32

32-50

50-70

70-85

85 up

Still

Moderate

High

Report No.

Dry

Moderate

Humid

Concrete – Mix No. Time Started Sacks/CU. YD. W/P+P Slump Max. Size Aggr. Percent sand AEA WRA Calcium Chloride Pozzolan Percent Air Unit Weight Temp. as Placed No. Batches No. CU. YD. Waste, CU. YD. Location, Sta./Elev. No. Test Cylinders MIXERS, Type and Make: Uniformity as Discharged: PLACING, Equipment and Method: Separation or Segregation & Where: VIBRATION, Size and Make:

F

Performance:

No. Operating:

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

Standby: RPM in Concrete: WEATHER, Max Temp.: Min Temp.: Windy: Breezes: Light None: Cloudy: Scattered: Hazy: Clear: Heavy Rain: Light Rain: Showers: Rain, Inches: Humidity Effects: CURING Method: Thoroughness: Saturation Before Sealing: Further Action Needed: STRIPPING, What: Age: Attention to Curing: Conditions exposed: Over for General Information and Comment

Mechanical Checklist M-1 INSTALLATION OF MECHANICAL EQUIPMENT

Sheet 1 of 2

Project Name: Contract No.:

Report No. Contractor:

Drawing No./Rev.:

Location:

System: Equipment Identification

Items Verified

Contractor/ Date

CM/ Date

Pre-installation:

364. Mounting surface/foundation is complete, undamaged, in the proper location and ready to accept the installation of equipment.

**

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

365. Equipment bolts holes and the foundation anchor bolts corresponds.

366. Rigging complies with specifications/ manufacturer's recommendation.

*

367. Required precision tools are available and are properly identified with current certification/calibration data. Installation: 368. Equipment base items, soleplate, base plate, embedded rails, etc. are properly installed.

369. Equipment components are placed on the support structure without damaging the installed base items or anchor bolts thread.

**

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

M-1 INSTALLATION OF MECHANICAL EQUIPMENT

Sheet 2 of 2

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Items Verified

Contractor/ Date

370. Grouting completed and satisfactory. Grouting inspection checklist C-7 is completed and attached.

371. Anchor bolts are tightened/torque after grout cure and recorded the following data:

CM/ Date *

*

Torque Value ft./lbs. Torque Wrench # Calibration Date

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

Sheet 1 of 1 M-2 INSTALLATION OF HOIST & MONORAIL Report No. Contractor:

Project Name: Contract No.: Drawing No./Rev.:

Location:

Equipment Serial No. Lift: Hoist Manufacturer's Name

Capacity: Hoist Duty Class: Trolley Speed f p m . Contractor/Date NYPA/ Date

Date of Certification

Items Verified

*

372. All structural beams, support members and attachment have been inspected and are acceptable. 373. Power Supply installed and tested per manufacturer's recommendation. 374.

Control wiring installed and tested.

375. The rigging equipment complies with specification/manufacturer's recommendation. 376. Chain is not tangled and is suspended freely from the hoist. 377. Limit switches are free of movement and correct operability. 378.

Hoist properly lubricated. **

379. The Operational and Load Tests performed per specifications and standards. d. e. f. g. h.

Braking system Control response Load capacity Vertical lifting Trolley travel

*Witness Point ** Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date Rev. 1 12492

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

Sheet 1 of 1 M-2 INSTALLATION OF HOIST & MONORAIL Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location:

Equipment Serial No.

Lift:

Hoist Capacity: Hoist Duty Class: Trolley Speed

Manufacturer's Name Date of Certification Items Verified

Contractor/Date

380. All structural beams, support members and attachment have been inspected and are acceptable.

fpm. fpm. NYPA/ Date *

381. Power Supply installed and tested. manufacturer’s recommendation. 382.

Control wiring installed and tested.

383. The rigging equipment complies with specification/manufacturer's recommendation. 384. Chain is not tangled and is suspended freely from the hoist. 385. Limit switches are free of movement and correct operability. 386.

Hoist properly lubricated. **

387. The Operational and Load Tests performed per specifications and standards. a. Braking system b. Control response c. Load capacity d. Vertical lifting e. Trolley travel *Witness Point ** Hold Point Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

M-2 INSTALLATION OF HOIST

Sheet 1 of 1

Project Name: Report

No.

Contract No.: Contractor: Drawing No./Rev.:

Location:

Equipment No

Main Hoist Capacity

lbs.

Manufacturer's Name

Main Hoist Speed

fpm.

Date of Certification Items Verified

Contractor/ Date

*

CM/ Date

388. All structural beams, support members and attachment have been bolted/ welded per the drawing. 389. The rigging equipment complies with specification/manufacturer's recommendation.

390. Chain is not tangled and is suspended freely from the hoist.

391. Limit switches are free of movement and correct operability. **

392. The equipment is checked out and tested per the vendor’s manual. *Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee NYPA Senior Construction Site Date Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

M-3 INSTALLATION OF INSTRUMENTS AND COMPONENTS

Sheet 1 of 1

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Contractor/ Date

Items Verified 393.

CM/ Date

Instrument tagging is correct and legible.

394. Instrument supports and racks are true and level, with grouting as required. 395. Shipping stops and screws removed prior to operational checks. *

396. Equipment/racks are installed and properly bolted to foundation. 397. Supports are true, level and grouted as required. 398. Instrument and instrument components are properly oriented and fastened to mounting element/rack.

*

*

399. Tubing slope is correct and unsupported span length is acceptable. 400. Materials are compatible (bolting, clamps, instruments). 401. Instruments piping classes for connections to tanks and vessels are acceptable. *Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee NYPA Senior Construction Site Representative or Designee

Date Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

M-4 BELT DRIVEN EQUIPMENT INSTALLATION AND ALIGNMENT

Sheet 1 of 2

Project Name:

Report No.

Contract No.:

Contractor:

No./Rev.:

Location: Items Verified

402.

Contractor/ Date

CM/ Date **

Foundation area is prepared for grouting.

403. Leveling and alignment of equipment to correct orientation and elevation is acceptable (shims). Bolting completed. 404. Distance between units verified by installing belt. 405. Shafts of driver and driven units are parallel. 406. Pulley face run out checked (rotate unit in one direction). *

407.

Grouting complete and satisfactory.

408. Path of belt was verified by running a straight edge across two pulleys prior to securing the driver. 409.

Belt tension adjusted.

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

M-4 BELT DRIVEN EOUIPMENT INSTALLATION AND ALIGNMENT

Sheet 2 of 2

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Items Verified

Contractor/ Date

CM/ Date

410. Alignment was reached when piping was hooked up to the pump.

411.

Second alignment completed and acceptable.

*

412. Equipment was lubricated and protective oils and greases were removed.

413.

Belt guard was installed.

* Witness Point **Hold Point Note:Belt-driven Equipment Alignment Data Sheet (M-5) shall be completed and attached.

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee NYPA Senior Construction Site Representative or Designee

Date Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST M-5 BELT DRIVEN EQUIPMENT ALIGNMENT DATA SHEET Project Name: Contract No.: Drawing No./Rev.: Driver Manufacturer: Serial Number: Size & Make of Pulley: Belt(s) type, size

Sheet 1 of 1 Report No. Contractor: Location: Driven Equipment

1. Face Run out 2. Face Run out 0° 90° 180° 270° Set the equipment so shafts are parallel and pulleys are aligned. Aligned by: Date Checked by Date Deviation from specified alignment on future Alignment Check Number: 1 2 Date Parallelism Pulley Alignment Belt Tension Hold Down Bolt Check Equipment Base Grouted Remarks

checks after initial alignment are as follows: 3 4 Final Alignment Check Made By

Pulley/Belt Cleanliness Pulley/Belt Guard Installed

Note: This data sheet shall be attached to Belt Driven Equipment Installation Checklist (M-4).

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

M-6 INSTALLATION OF WELDED/SOLDERED PIPING AND PIPING COMPONENTS

Sheet 1 of 2

Project Name: Contract No.:

Contractor:

Drawing No./Rev.:

Location:

Piping System:

Sta.: Items Verified

To: Contractor/Date

CM/Date

414. Materials of construction are of required type, grade and rating, and are identified in accordance with applicable code and specification requirements. Type used: 415. Prior to erection, components inspected for conformance to specified cleanliness level. Tools, solvents and procedure used for cleaning meet specified requirements. 416. Weld preparations conform to code and specification requirements. Welding Electrode Type: Solder Type: 417. Pipe bending, forming was done under controlled conditions and was visually inspected for cracks. *

418. Configuration and orientation of piping components conforms to specified elevation, coordinate, branch connection, slope and fit-up. 419. Weld fit-up, processes, and repairs are controlled and performed in accordance with approved procedures. Welder Qualification Records provided. 420. Butt-weld and flanged connections to pumps and tanks conform to specified fit-up, mating and orientation requirements. *

421. Gaskets, bolting and torque of flanged connections conform to specified requirements. Minimum thread engagement is achieved.

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

M-6 INSTALLATION OF WELDED/SOLDERED PIPING AND PIPING COMPONENTS

Sheet 2 of 2

Project Name: Contract No.:

Contractor:

Drawing No./Rev.:

Location:

Piping System:

Sta.:

To:

Items Verified

Contractor/Date

CM/Date

422. Temporary welded fit-up attachments are removed and parent metal resoldered to specified requirements. *

423. Visual and nondestructive examinations in weld joints, repairs and surface restorations are performed in accordance with specified requirements and approved procedures. Non-Destructive Examination Type *

424. Final walk down performed to assure that piping and piping components conform to design drawings and specification. 425. Deviations of installed piping and piping components from design drawings are recorded on as built" prints and approved by engineer. 426. Pipe installation and welding conforms to the following code(s):

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

Rev. 1 9/92

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

M-6 INSTALLATION OF PIPING AND PIPING COMPONENTS

Sheet 1 of 2

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Items Verified

Contractor/ Date

CM/ Date

427. Materials of construction are of required type, grade and rating, and are identified in accordance with applicable code and specification requirements. 428. Prior to erection, components inspected for conformance to specified cleanliness level. Tools, solvents and procedure used for cleaning meet specified requirements. 429. Weld preparations conform to code and specification requirements.

*

430. Pipe bending, forming was done under controlled conditions and was visually inspected for cracks.

* 431. Configuration and orientation of piping components conforms to specified elevation, coordinate, branch connection, slope and fit-up.

432. Weld fit-up, processes, and repairs are controlled and performed in accordance with approved procedures and qualification requirements.

433. Butt-weld and flanged connections to pumps and tanks conform to specified fit-up, mating and orientation requirements.

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

M-6 INSTALLATION OF PIPING AND PIPING COMPONENTS

Sheet 2 of 2

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Items Verified

Contractor/ Date

CM/ Date *

434. Gaskets, bolting and torque of flanged connections conform to specified requirements. Minimum thread engagement is achieved.

435. Temporary welded fit-up attachments are removed and parent metal restored to specified requirements. **

436. Visual and nondestructive examinations of weld joints, repairs and surface restorations are performed in accordance with specified requirements and approved procedures. **

437. Final walk down performed to assure that piping and piping components conform to design drawings and specification.

438. Deviations of installed piping and piping components from design drawings are recorded on "as built" prints.

*

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

M-7 TANKS/PIPING/INSTRUMENTATION TEST RECORDS

Sheet 1 of 2

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location:

System: Note: *Contractor Signature/Date This checklist shall be completed for each test performed. Pressure source shall be approved by CM Engineer prior to testing. 439. (

Method used for test [check ( )]: ) Hydrostatic

(

) Pneumatic

(

) Vacuum

440.

Design Pressure

Service Temperature

441.

Test Pressure

Test Temperature

442.

Test gauge number and date of calibration:

443.

System safety tagging and isolation completed.**

444.

Orifice plates removed.*

445.

Time/Date started test:

446.

Gauge Pressure (time/pressure reading):

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

M-7 TANKS/PIPING/INSTRUMENTATION TEST RECORDS

Sheet 2 of 2

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location:

System: Note: *Contractor Signature/Date This checklist shall be completed for each test performed. Pressure source shall be approved by CM Engineer prior to testing. 447.

Time/date completed test:

448.

If pneumatic test, bubble tested: (

449.

Number of leaks detected (if any):

450. Test accepted. If NO, explain.

(

(

(

451.

Final retest accepted.

452.

Safety tags removed and restoration completed.*

453.

Remarks:

Contractor Signature

(

) Yes

) Yes

Date

) Yes

(

) No

) No

) No

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

M-8 PIPING SPOOL INSTALLATION RECORD

Sheet 1 of 1

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location:

Isometric/ Spool Number

Date Erected

Date Installed

Date Tested

Remarks

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

M-9 INSTAIIATION OF VALVES

Sheet 1 of 1

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location:

System: Note: Valve Number

This Checklist shall be used during the installation of valves for each piping system installed.

Date Installed

Date Lubrication

Date Packing

Date Tested

Contractor Signature/Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

M-10 PIPE SUPPORT INSTALLATION

Sheet 1 of 2

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Items Verified

Contractor/Date

CM/ Date **

454. Submittal and approval of the following Contractor documents accomplished prior to start of installation: a. b. c.

Installation procedure. Welding procedure and welder's qualification report. Quality control.

455. Pipe support location, orientation and configuration conform to isometric and detail drawing requirements. Variances from the design location or configuration are within the specified tolerance or have been approved by CM.

*

456. Welds of structural members and attachments to piping components are of required size, length and profile, and free of visible defect.

457. Support installation does not impair required configuration or slope of associated piping, or result of excessive sagging, or cold pull on pipe.

458. Required gaps between pipe and adjacent structure are per detail drawing requirements.

*

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

M-10 PIPE SUPPORT INSTALLATION

Sheet 2 of 2

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Contractor/ Date

Items Verified

CM/Date **

459. Anchor bolts installed as shown in the drawing and meet manufacturer's requirements. For Hilti-Kwik bolt, installation worksheet is completed and attached. 460. Bolted connections have sufficient thread engagement, achieved tightening criteria, and lock washer provided where required.

*

461. Approved grout material is provided under base plate and application conforms to manufacturer's recommendation.

*

**

462. For installation requiring variable spring supports: a. b. c.

Travel availability is sufficient. Spring can are free of dents and other injurious defects. Travel stop removed and variable spring is adjusted to its cold position after hydrostatic testing is completed.

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST M-11 GROUTED ANCHOR INSTALLATION

Sheet 1 of 1

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location:

Support/Item No.:

Type:

Size & Number of Bolts

Minimum Torque

Size of Base Plate

in. X

in.

Min. Bolt Spacing

in.

Max. Exposed Thread

Min. Edge Distance

in.

Min. Embedment

ft—lb.

Minimum Turn ft—lb.

Required Hole Depth in. Grout Type Note: No cutting of rebar is allowed without prior written permission from NYPA Site Engineer. Sat. Unsat. N/A 463.

Layout complete and rebar located.

464.

Checked edge distance and bolt spacing.

465.

Checked drill bit size with appropriate gauge.

466.

Required anchor bolt hold depth achieved.

467.

Holes drilled perpendicular to base plate.

468.

Bolts, washers and nuts are specified material.

469.

Torque wrench properly calibrated.

470. Minimum turns of nut, maximum exposed thread and required torque achieved.

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST Sheet 1 of 1 M-11 GROUTED ANCHOR INSTALLATION Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.: Location: Support/Item No.: Size & Number of Bolts

Minimum Torque

Size & of Base Plate

in.

Min. Bolt Spacing

in.

Max. Exposed Thread

Min. Edge Distance

in.

Min. Embedment

Required Hole Depth

in.

Grout Type

ft—lb.

Minimum Turn ft—lb.

Note: No cutting of rebar is allowed without prior written permission from NYPA Site Engineer. Sat. 471.

Layout complete and rebar located.

472.

Checked edge distance and bolt spacing.

473.

Checked drill bit size with appropriate gauge.

474.

Required anchor bolt hold depth achieved.

475.

Holes drilled perpendicular to base plate (+/— 5).

Unsat.

476. Threads and alpha characters protected and bolt is in nut, flush condition during driving. 477.

Torque wrench properly calibrated.

478. Minimum turns of nut, maximum exposed thread and required torque achieved.

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

N/A

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST M-12 EXPANSION ANCHOR INSTALLATION WORKSHEET

Sheet 1 of 1

Project Name: Contract No.: Drawing No./Rev.: Support/Item No.: Size & Number of Bolts Size of Base Plate Min. Bolt Spacing Min. Edge Distance Required Hole Depth

Report No. Contractor: Location: Minimum Torque Maximum Torque Minimum Turn Max. Exposed Thread Min. Embedment

in. in. in. in.

ft-lb ft-lb in. in.

Note: No cutting of rebar is allowed without prior written permission from CM. Sat. Unsat. N/A 479.

Layout complete and rebar located.

480.

Checked edge distance and bolt spacing.

481.

Checked drill bit size with appropriate gauge.

482.

Required anchor bolt hole depth achieved.

483.

Holes drilled perpendicular to base plate (+5°).

484. Threads and alpha characters protected and bolt is in nut-flush condition during driving. 485.

Torque wrench properly calibrated.

486. Minimum turns of nut, maximum exposed thread and required torque achieved.

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

M-13 HVAC INSTALLATION

Sheet 1 of 2

Project Name:

Report No.

Contract No.:

Contractor:

Drawing NO./Rev.:

Location: Items Verified

Contractor/ Date

NYPA/ Date

487. Level of cleanliness during and after installation is maintained. 488. a. b. c. d. 489. a. b. c.

Duct installation inspection. Longitudinal and girth joint tightness as specified. Supports and clearance as specified. Adequate cleanouts as applicable.

*

Unit heaters inspection. Supported as specified. Local valving, bypasses, drains, traps, etc., as specified. Location as specified.

*

490. Ventilation/Purge/Filter/Heating/Exhaust Units inspection. a. b. c. d. e. 491. a. b. c.

Supported as specified. Inspected for vibration isolation. Joint tightness and welding as specified. Tie downs and restraints as specified. Shutoff valves and dampers as specified.

*

Air conditioning inspection. Support is as specified. Vibration isolation. Alignments to drivers.

*

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

M-13 HVAC INSTALLATION

Sheet 2 of 2

Project Name: Contract No.: Drawing No./Rev.:

Report No. Contractor: Location: Contractor/ Date

Items Verified 492. a. b. c.

NYPA/ Date

Radiator systems, hot water heater inspection. *

Support is as specified. Configuration as specified. Workmanship as specified.

493. A11 items inspected for damage such as tears in filters, dents in ducting and identified on CCR's. 494. Instruments, motors, insulation, hangers, piping installed and inspected per applicable checklist, and checklists attached. *Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

M-14 INSTALLATION OF PLUMBING SYSTEMS

Sheet 1 of 2

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Items Verified

495. All pipe and fitting materials and types are as specified in the drawings or approved by the Authority. 496. Slope to floor drains allow pitching and allowing for finish floor application. Pitch pipe uniformity towards the direction of flow avoiding sags and pockets. 497. Floor drains, waste, vent openings cleanouts were installed as specified, capped and protected during concrete placement. 498. Pipes are properly supported, hanger spacing is within the limit, hardware properties and finishes as required. Risers are properly supported at each floor penetration. 499. Pipes that require thermal insulation are properly insulated with approved materials. Insulation saddles are installed where required.

Contractor/ Date

CM/ Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

M-14 INSTALLATION OF PLUMBING SYSTEMS

Sheet 2 of 2

Project Name: Report No. Contract No.: Contractor: Drawing No./Rev.:

Location: Contractor/ Date

Items Verified

CM/ Date

500. Dielectric connections are installed in all dissimilar joints in accordance with manufacturer's instructions. 501. Installed plumbing fixtures, accessories, and exposed trim are covered and protected during construction. Mounting heights for fixtures are per the specifications. 502. Valves installed in proper position and location as specified in drawing. Valves are readily operable and completely maintainable. Valve tags installed and numbered. 503. Flushing and hydrostatic test completed and satisfactory. Hydro data test is attached. *Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

PRE-SETUP INSPECTION CHECKLIST OWNER: PROJECT NAME: PROJECT ADDRESS:

PROJECT NO.: CONTRACTOR: PROJECT MONITOR: WORK AREA/LOCATION:

ITEM VERIFIED

CONTRACTOR DATE

PM DATE

1. DOCUMENTATION a . EPA NOTIFICATION ISSUED

b. NYS DOL NOTIFICATION ISSUED c. BUILDING OCCUPANT NOTIFICATION POSTED d. PERSONNEL QUALIFICATION RECORDS REVIEWED MEDICAL RECORDS TRAINING CERTIFICATES NYSDOL HARD CARDS RESPIRATOR FIT TESTS WORKER ACKNOWLEDGMENT FORMS e. SITE SAFETY & EMERGENCY RESPONSE PLAN ESTABLISHED CONTRACTOR'S RESPIRATORY PROTECTION PROGRAM f. W ORK PLAN APPROVED g. WASTE HAULER PERMITS REVIEWED & APPROVED h. LANDFILL LOCATION & PERMIT APPROVED 2. SECURITY a . SITE DEFINED AND SECURED

b. ACM WASTE STORAGE SITE DEFINED & SECURED c. RESTRICTED AREA ESTABLISHED 3. TEMPORARY UTILITIES a. ELECTRICAL POWER AVAILABLE

b. WATER AVAILABLE LOCATION: c. WASTE WATER DISPOSAL LOCATION:

PAGE 1 OF 2

NEW YORK POWER AUTHORITY

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

PRE-SETUP INSPECTION CHECKLIST OWNER: PROJECT NAME: PROJECT ADDRESS:

PROJECT NO.: CONTRACTOR: PROJECT MONITOR: WORK AREA/LOCATION:

ITEM VERIFIED

CONTRACTOR DATE

PM DATE

4. AIR MONITORING a. PROTOCOL ESTABLISHED & REVIEWED b. CONTRACTOR'S ANALYTICAL LAB REVIEWED & CERTIFIED 5. EQUIPMENT INSPECTION a. NEGATIVE AIR MACHINES INTERIOR CLEAN EXTERIOR CLEAN ELECTRICAL CONDITION HEPA FILTER CLEAN OR NEW METER READING: PRE-FILTERS NEW b . H E PA V AC U U MS INTERIOR CLEAN EXTERIOR CLEAN ELECTRICAL CONDITION HEPA FILTER CLEAN OR NEW COLLECTION BAG NEW c . OTHER EQUIPMENT: (LIST ITEMS)

CONTRACTOR'S SIGNATURE & DATE

PAGE 2 OF 2

PM'S SIGNATURE & DATE

NEW YORK POWER AUTHORITY

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

PREINSPECTION

REMOVAL CHECKLIST

OWNER: PROJECT NAME: PROJECT ADDRESS: PROJECT NO.: CONTRACTOR: PROJECT MONITOR: WORK AREA/LOCATION:

ITEM VERIFIED

CONTRACTOR DATE

PM DATE

1. SITE SECURITY a. PRE-SETUP CHECKLIST COMPLETED b. DANGER/CAUTION SIGNS POSTED AT ENTRANCES c. AREA ACCESS RESTRICTED d. BARRIERS IN PLACE e. PERSONNEL QUALIFICATION RECORDS REVIEWED f. ACCESS RESTRICTION DATA AVAILABLE AT ACCESS POINT g. SIGN IN/OUT LOGS AT ACCESS POINTS h. VISITOR'S RELEASE FORMS AT ACCESS POINT 2. DOCUMENTATION a. PROJECT LOG & RECORDS b. COPY OF OSHA, EPA, & NYS (CODE RULE 56) REGULATIONS AND VARIANCES c. PROOF OF WORKER CERTIFICATION d. PROOF OF W ORKER TRAINING e. PROOF OF WORKER MEDICAL EXAMS f. PROOF OF W ORKER FIT TESTS g. COPY OF EPA & NYSDOL NOTIFICATIONS h. COPY OF PERMITS & LICENSES i. EMERGENCY RESPONSE PLAN POSTED j. EMERGENCY TELEPHONE NUMBERS POSTED k. COPY OF RESPIRATORY PROTECTION PLAN I. HAZARD COMMUNICATION PROGRAM & MSDS's m. DAILY LOGS n. COPY OF SPECIFICATIONS, & DRAWINGS o. OTHER (LIST)

PAGE 1 OF 4

NEW YORK POWER AUTHORITY

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

PRE-REMOVAL INSPECTION CHECKLIST OWNER: PROJECT NAME: PROJECT ADDRESS: PROJECT NO.: CONTRACTOR: PROJECT MONITOR: WORK AREA/LOCATION:

ITEM VERIFIED

CONTRACTOR DATE

PM DATE

3. DECONTAMINATION UNIT a. CLEAN ROOM b. EQUIPMENT ROOM c . SHOWER WITH HOT & COLD WATER d. TOW ELS AND SOAP e. APPROVED CONSTRUCTION f. WASTE W ATER FILTER SYSTEM g. WASTE WATER DRAIN LOCATION APPROVED h. LOCKERS & TOW EL HOOKS 4. EQUIPMENT & MATERIALS a. NAMs & FILTERS TO PROVIDE SPECIFIED # OF AIR EXCHANGES (4 MIN.) & SPARE NAM's b . H E PA V AC U U MS c . AIR MONITORING PUMPS & FILTERS d . AMENDED WATER, ENCAPSULANT, AND APPLICATORS e . APPROVED RESPIRATORS, CARTRIDGES, & SPARE PARTS TYPE: f . SUFFICIENT PROTECTIVE CLOTHING g . EYE PROTECTION & HARD-HATS AVAILABLE h . ADEQUATE HAND TOOLS (BRUSHES, SCRAPERS, ETC.) i . CLEANING EQUIPMENT (DISPOSABLE CLOTHS, ETC.) j . APPROVED FLAME RETARDANT 6 MI POLY k . WASTE DISPOSAL BAGS, DRUMS, & LABELS I. APPROVED SCAFFOLDING, LADDERS, ETC. m. DUCT TAPE & SPRAY ADHESIVE n. GLOVE BAGS o. COVERED LOCKABLE CARTS p. MANOMETERS WITH STRIP RECORDERS q. OTHER

PAGE 2 OF 4

NEW YORK POWER AUTHORITY

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

PRE-REMOVAL INSPECTION CHECKLIST OWNER: PROJECT NAME: PROJECT ADDRESS: PROJECT NO.: CONTRACTOR: PROJECT MONITOR: WORK AREA/LOCATION:

ITEM VERIFIED

CONTRACTOR DATE

PM DATE

5. WORK AREA PREPARATION a. CAUTION & RESPIRATOR SIGNS POSTED b. REMOVAL OF OWNER EQUIPMENT/ITEMS COMPLETE c. CONDITION SURVEY & OWNER EQUIPMENT INVENTORY COMPLETE d. HVAC SYSTEM OFF AND SECURED e. ELECTRICITY OFF AND/OR LIVE CIRCUITS IDENTIFIED f. TEMPORARY POWER INSTALLED WITH GFCI's g. CRITICAL BARRIERS PROPERLY CONSTRUCTED & SEALED DOORS ELEVATORS WINDOW DRAINS VENTS OTHER ELECTRICAL OUTLETS & SWITCH h. NON REMOVAL ITEMS INDIVIDUALLY SEALED i. FLOORS & WALLS COVERED PER SPECIFICATIONS, NYS CODE RULE 56, AND VARIANCE(S) j. NEG. AIR MACHINES/SYSTEMS INSTALLED & TESTED k. DECON UNITS INSPECTED & APPROVED l. HCAV UNITS CLEANED AND SEALED m. PRE-CLEANING COMPLETED n. ENERGIZED CONDUIT/CABLE WRAPPED & LABELED o. UN-INSULATED DUCT WRAPPED & SEALED p. NON-SLIP SURFACES ON STAIRS AND RAMPS q. VEC LOADER CONTAINMENT COMPLETED & APPROVED r. CONTAINMENT INTERGITY TESTED (12 HOURS +/-) AND SMOKE TESTED AT BARRIERS s. OTHER (LIST)

PAGE 3 OF 4

NEW YORK POWER AUTHORITY

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

PRE-REMOVAL INSPECTION CHECKLIST OWNER: PROJECT NAME: PROJECT ADDRESS: PROJECT NO.: CONTRACTOR: PROJECT MONITOR: WORK AREA/LOCATION:

CONTRACTOR DATE

ITEM VERIFIED 6. WASTE HANDLING PREPARATION a. SECURE WASTE STORAGE AREA COMPLETED b. ELEVATOR CAB PROTECTED c. LOCKABLE COVERED CARTS d. CONTAINERS FOR SHARP OBJECTS e. WASTE TRAILER ON SITE f. LOCKABLE APPROVED g. COVERED OTHER h. SIGNS & PLACARDS POSTED i. WASTE AIRLOCKS INSTALLED & APPROVED j. OTHER (LIST)

7. MISCELLANEOUS a. FIRST AID KITS AVAILABLE b. FIRE EXTINGUISHERS THROUGHOUT THE SITE c. OTHER (LIST)

CONTRACTOR'S SIGNATURE & DATE

PM'S SIGNATURE & DATE

PM DATE

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

A-1

MASONRY

Sheet

Project Name:

1 of 3

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Items Verified

Contractor/ Date

NYFA/ Date *

504. Site materials match approved samples for color, texture, grade and size and contain no defects. Labeled units were used in fire rated walls.

** 505. Test and inspection were performed before installation. Grout and mortar test, type of mortar, mix and ingredients are as approved and required.

506. Provisions for cold weather protection were provided when temperature is less than 40°F. Provisions for hot weather protection were provided when temperature was 99°F or greater. 507. Masonry walls were carried up level all around and constructed square, plumb, and true and within specified tolerances.

508. Anchors, flashing, sleeves and ties were installed as shown on the drawing. Thru wall flashing and weep holes installed at locations specified.

*

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

509. Reinforcement is provided as required. Expansion joints for brick masonry and control for joints for concrete masonry are located and provided as indicated on the drawing.

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

A-1 MASONRY

Sheet

Project Name:

2

of

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location:

Items Verified

Contractor/ Date

NYPA/ Date

510. Lifts of grout were poured in a timely sequence. Bond beam filling and compaction methods, including consolidation is as specified.

511. Slots, grooves, chases, recesses, pilasters and other requirements were provided to eliminate unnecessary cutting of masonry.

512. Pointing, repair, or replacements of defective units were promptly performed.

513. Waterproofing of walls was performed as required.

514. All exposed surface of masonry were properly cleaned with approved cleaner.

515. Horizontal bond beams installed where specified.

*

3

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

A-1 MASONRY Project Name:

Sheet 3 of Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Contractor/ Date

Items Verified

3

NYPA/ Date

516. Lintels were installed above all penetrations, doors, etc. 517. Bond breaker installed around columns encased in masonry. 518. Exposed masonry cleaned using approved cleaning agents.

*Witness Point **Hold Point Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

A-2

INSTALLATION OF METAL JOIST

Sheet

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location:

Items Verified

11

1.

Shop fabricated steel joist in accordance with approved shop drawings and reference codes and standards.

2.

Joists are coated with type of paint and number of coats required. Welds are inspected for proper size and length. Nailer on top and/or bottom chord is provided if required. Holes in bearing plate at one end have been slotted.

3.

Joints are lifted in place by top chord members at panel points recommended by manufacturer.

4.

Installation and connections are as required. Joists are accurately spaced and have proper bearing and anchorage.

5.

Bridging and anchoring are installed as soon as joists are placed and before application of loads. Ends of bridging lines terminating at walls or beams are anchored at plane of top and bottom chords are required.

04952/1

1 of

Contractor/ Date

NYPA / itk*Date

2

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

A-2

INSTALLATION OF METAL JOIST

Sheet

Project Name:

2 of

2

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Contractor/ Date

Items Verified 6.

No cutting or drilling of web or chord members. Excessive concentrated loads of heavy building materials or moving of heavy equipment were not allowed.

7.

All rust, scale, slag, and splatter are removed and joist is clean before it is painted.

8.

Other verification performed.

NYPA / Date

*Witness Point **Hold Point

Contractor Signature

0495Z/2

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

A-3

METAL DECKING INSTALLATION

Sheet

Project Name:

1

of 3

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Items Verified

Contractor/ Date

NYPA/ Date **

1.

Material is of approved type, material, finish, shapes, gauge, and size. All necessary items are furnished and approved type and sequence of fastening is performed.

2.

Closures at edges, over walls, etc., are provided as required. Decking is in contact with beams and joists to insure proper weld.

3.

Welders are certified if required. Puddle welds are proper size and spacing. Welding washers are used where specified.

4.

Provisions such as tabs, hangers, and supports are met in regard to mechanical and electrical equipment, hung ceilings, etc. Coordination is performed with related trades: sheet metal, roofing, insulation, electrical, etc.

5.

Decking is continuous over supports and welded connections and spacing are as required. Observe panel to panel seams for tack weld or, button punch connections. Check seam welding for burn-outs. Specified end laps are provided.

*

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

A-3

METAL DECKING INSTALLATION

Sheet 2

Project Name :

of

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Items Verified

6.

Reinforcement around columns and at penetrations is provided. Reinforcement at locations of major concentrated loads is as required.

7.

Seams are aligned. Type and spacing of seam connections are as required.

8.

Electric cell units are aligned and no rough or dented edges occur so that insulation is not damaged when wire is pulled through cell.Observe that butt ends are taped to keep concrete fill out of cell.

9.

If decking is to receive concrete topping, verify if shoring is required. All that decking is free of loose dirt, oil or debris. All closure strips have been installed at voids and edge of decking.

10. On roof decking, de-slag welds and paint with approved zinc preparation as required. Paint all abrasions. 11. Roof ventilation provisions are met.

Contractor/ Date

NYPA/ Date

**

3

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

A-3

METAL DECKING INSTALLATION

Sheet

Project Name:

3 of 3

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Contractor/ Date

Items Verified

NYPA/ Date

12. After fastening is complete, wire brush, clean and touch up welds, rust spots, and paint scarred areas with paint comparable to shop finish.

13. Sheets that were bent, kinked or otherwise damage were replaced.

14. Self tapping screws when specified are proper size and spacing. Defective or broken screws have been replaced.

15. Ridge & Valley plates welded to roof decking. End joints are lapped in direction of water flaw. Roof sump pans are installed and welded to decking. *Witness Point **Hold Point Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

A-4 INSULATION CHECKLIST

Sheet 1 of 3

Project Name:

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Items Verified

Contractor/ Date

CM/ Date **

1.

Materials are of type required (surfaces, treatments, ratings, sizes, thickness, etc.) Material certification received and acceptable; all materials are non-asbestos. Materials are stored to prevent moisture infiltration and are installed dry.

2.

RIGID INSULATION Wood hailers/stops are provided at perimeters, eaves, etc., as required. Fasteners, when specified are of proper type and spaced as required. Observe fastener penetration through decking if required.

3.

Vapor barrier is provided if required. Observe installation, nailing, or mopping requirements. Check that vapor barrier seals insulation at gravel stops, walls, and openings.

4.

Method of installing over decking, under topping, vapor barrier, etc. is as required.

5.

Joints are staggered, expect when joints are to be taped. When two layers are being installed, vertical joints should be offset. Do not allow joints over flute openings in steel deck.

6.

Insulation is installed in conjunction with roofing felts when required. Water cut-offs, if required, are installed at end of each day's work. Insure insulation is covered by roofing each day.

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

A-4 INSULATION CHECKLIST Project Name:

Sheet 2 of 3 Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location:

Items Verified 7.

Fire-resistant adhesives are provided when required.

8. 9.

Expansion provisions are observed. Insulation remains dry until covered by roofing. Insulation at roof drains should permit proper drainage.

10. FIBROUS AND REFLECTIVE INSULATION Batt insulation is of adequate width to fit between joists and studs of thickness and facing required. R value is as required. 11. Batts are installed with flanges in position, with insulation material making firm butt contact and providing air space required. Fastening method is adequate as required. 12. Support for insulation is installed at joists or rafters spaced 24" o.c. or greater, if required. 13. Fitting and cutting around outlets, devices etc., is tight. Surfaces are not unduly torn and damaged. 14. Ventilation and air space are maintained open and free. Reflective material is on correct side.

Contractor/ Date

CM/ Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

A-4

INSULATION CHECKLIST

Sheet

Project Name:

3

of

3

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Contractor/ Date

Items Verified

CM/ Date

15. LOOSE FILL INSULATION All spaces are completely filled in walls and tightly stuffed to avoid settlement or allow air space. Horizontal surfaces are filled to required depth. 16. Verify air pressure on blowing machine is suitable so as to avoid excess fluffing. 17. Other verification performed.

*Witness Point **Hold Point Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

A-5 Roof Installation

Sheet 1 of 1

Project Name: Contract No.:

Contractor:

Drawing No./Rev.:

Location: Items Verified

Contractor/Date

1.

Certification of installer, shop drawings, method of installation and material samples were submitted prior to commencement of work.

2.

All vents, drains, curbs, blocking and projection through the roof deck were properly installed prior to the application of roofing.

3.

Clean, dry, smooth and flush surface is provided to the substrate to accept roof insulation and roofing system.

4.

Insulation is installed per specification and firmly adhered to the deck and/or between layers.

5.

Roofing sheets components conforms to specified elevation, coordinate, branch connection, slope and fit—up.

6.

All flashing, gravel stops, crickets, roof drains, if required, are installed as shown on the drawing or as per the specification.

7.

Final inspection from manufacturer's representative and roof warranty is issued.

CM/Date

8. Other verifications performed. *Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

A-5

Roof Installation

Sheet

Project Name:

1

of

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Items Verified

CM/ Date

Contractor/ Date **

1.

Certification of installer, shop drawings, method of installation and material samples were submitted and approved prior to commencement of work.

2.

All vents, drains, curbs, blocking and projection through the roof deck were properly installed prior to the application of roofing.

3.

Clean, dry, smooth and flush surface is provided to the substrate to accept roof insulation and roofing system.

4.

Insulation is installed per specification and firmly adhered to the deck and/or between layers.

5.

Roofing sheets Components conforms to specified elevation, coordinate, branch connection slope and fit up.

6.

Weld fit-up, processes, and repairs are controlled and performed in accordance with approved procedures and qualification requirements.

7.

Butt weld and flanged connections to pumps and tanks conform to specified fit-up, mating and orientation requirements.

*

2

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

A-5

Roof Installation

Sheet

Project Name:

2

of

2

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: CM/ Date

Contractor/ Date

Items Verified 8.

All flashing, gravel stops, crickets, roof drains, if required, are installed as shown on the drawing or as per the specification.

9.

Final inspection from manufacturer's representative and roof warranty is issued.

**

10. Other verifications performed.

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

A-6

METAL DOORS AND FRAMES

Sheet 1 of 1

Of Project Name:

Report No.

Contract No.:

2 Contractor:

Drawing No./Rev.:

Location: Contractor/ Date

Items Verified

CM/ Date *

1.

Doors are as approved - size, type design, panel, lights, louvers, and features – and have no defects such as dents, buckles, and warps.

2.

Check fabrication, construction, and workmanship; check for smooth edges, and joints, finish, and straightness.

3.

Additional reinforcement is provided for hardware. Bucking plates during drilling operations and closure channels are provided as required.

4.

Fire-rated doors have labels and proper identification. Wire glass is provided. Fusible-link holders are provided, at louvers.

5.

Doors are hung straight, level and plumb and proper clearances provided. Door functions smoothly and easily, and hardware is properly adjusted.

6.

Factory prime is retouched; factory finish is not damaged and surfaces are adequate to receive applied finish. Doors are cleaned. Protection is provided as required to avoid marring and other damage.

*

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

A-7 METAL WINDOWS INSTALLATION Project Name: Contract No.:

Sheet 1 of 2 Report No.

Contractor:

Drawing No./Rev.:

Location: Items Verified

Contractor/ Date

CM/ Date **

1.

Delivered windows and hardware are of type, size, finish, operation, etc., as approved. Special items are furnished, such as window cleaner's bolts, pull-down hooks, poles, special mullions, and trim.

2.

Required types of glazing beads or stops are provided, and are suitable to receive glass and glazing thicknesses. Method of fastening is as required.

3.

Windows are set plumb, square, and level in alignment and at proper locations and elevation.

4.

Windows have provision for suitable anchorage, and it is provided during installation. Windows are adequately braced where "built-in".

5.

Windows are sealed as required for metal to metal surfaces and other surfaces. Solid grouting, caulking backup, etc. are provided if required.

6.

Finish is protected and maintained during and after installation. Protection against cement, plaster, acids, and other harmful materials is provided.

*

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

A-7 METAL WINDOWS INSTALLATION Project Name:

Sheet 2 of Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Contractor/ Date

Items Verified 7.

Windows are installed to be weather tight. Weeps are provided, if required, and are maintained in a clean condition. Type of sealant is as required and applied in accordance with instructions. Windows are properly adjusted for tolerance, clearance, and operation before glazing.

8.

Screens of type, mesh, and size are provided if required and installation. Test ventilators for hardware and friction adjustment and ease of operation on completion of installation.

9.

Other verification performed.

2

CM/ Date

*Witness Point **Hold Point Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

A-8 GYPSUM DRYWALL INSTALLATION Project Name:

Sheet 1 of 3 Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Items Verified

1.

Materials are galvanized where exposed to exterior and damp conditions and where otherwise required.

2.

Stud spacing is as required. Studs are doubled-up at jambs. Special reinforcement and heavy gauge studs are provided as required. Stiffeners are provided where specified.

3.

Studs are set to allow for vertical movement such as shrinkage, slab deflection, etc. Locations, layout, and plumb are verified.

4.

Studs are securely anchored to walls and columns and friction fit or fastened as required to securely anchored plates. Sound proofing, such as caulking beads, is provided at floors, walls, etc., if required. Special field conditions of fastening and connection are observed for accuracy.

5.

Anchorage, blocking, plates, etc., required other equipment support and fastening are provided and installed for.

NYPA/ Date

Contractor/ Date

*

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

A-8 GYPSUM DRYWALL INSTALLATION Project Name:

Sheet 2 of 3 Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Items Verified

6.

Corner beads, expansion devices, casings, trim, and other accessories are provided and properly installed.

7.

Connections and provisions are made at corners of adjoining surfaces of different materials.

8.

Holes in metal studs in alignment.

9.

Perimeter sealing or treatment is provided as required for sound and thermal isolation.

NYPA/ Date

Contractor/ Date

* 10. Blocking, bracing, nailers, and back-up to attach wallboard are provided. Verify whether all edges of wallboard require continuous blocking. Provisions are made for required anchorage and support of other equipment.

11. Wood materials are sufficiently dry to avoid "nail popping due to shrinkage.

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

A-8 GYPSUM DRYWALL INSTALLATION Project Name:

Sheet 3 of 3 Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: NYPA/ Date

Contractor/ Date

Items Verified 12. Gypsum board material types meet specifications and are installed at specified locations.

13. End joints of boards are staggered. Fasteners are proper type and length, and installed at specified spacing. 14. Taping & Finishing o Temperature & ventilation requirements were met. o Joints were taped and compound applied in three coats. Joints feathered to a smooth even plane. o All fastener heads are covered with 3 coats of compound, each applied in a different direction. o Sanding is completed. 15. All cut edges and openings around pipes and fixtures are caulked. * 16. Walls are accepted and available to receive tile, paint, or wall covering. *Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

A-9

TILE INSTALLATION

Sheet

Project Name:

1

of

1

Report No.

Contract. No.:

Contractor:

Drawing No./Rev.:

Location: Contractor/ Date

Items Verified

CM/ Date **

1.

Tile color, size, patterns, shapes, and type are as approved. Master grade certificates are delivered with tile shipment.

2.

Pattern of layout is as approved and tile is installed as follows: o Tile joints are straight and true. o Tile surfaces are true to plane, level and plumb. o Tile corners are flush or level with adjacent tile. o Tile edges are on an even plane, smooth to touch. o Tile cuts are smooth without jagged or flaked edges. o Bonding is complete and sound. o Finished tile is free from pits, chips, cracks or scratches. *

3.

Grout as approved, uniform in color, tooled uniformly on cushion edged tiles, flush to top of square edged tiles, and smooth, without voids and is hard and durable.

4.

Finished tile is protected from damage and surface is cleaned of setting and grouting materials.

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

A-10

GLAZING

Sheet

Project Name:

1

of

2

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Contractor/ Date

Items Verified

CM/ Date **

1.

Types, thickness, quality, pattern, finish, etc. of glass are as required and glass is labeled or otherwise identified. Type, materials, and methods of glazing are as per approved by the Authority. Putty, glazing compound, tape, gasket, glazier points, screws, shims, separators, beads, special sections, etc. is as required.

2.

Surfaces to receive glass are dry, clean and properly prepared. Wood and steel rabbets and beads are primed before glazing. Lacquer and grease are removed from aluminum metals.

3.

Required clearance between glass and frames is provided. No alteration or attempt to alter size or edge of heat-strengthened, tempered, or insulating glass is made on job. Glazing blocks and shims are provided for proper positioning and setting as required.

*Witness Point **Hold Point Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

A-10

GLAZING

Sheet

Project Name:

2

of

2

Report No.

Contract: No.:

Contractor:

Drawing No./Rev.:

Location: Contractor/ Date

Items Verified 4.

Embedding requirements, such as putting and back-puttying, use of points, use of putty or compound, etc., are as required. Corrosion resistant fasteners are used. Glazing compound or sealant is applied in accordance with manufacturer's requirement, including proper rod stock material.

5.

Plastic panes are protected with covering. Covering is removed after installation where exposed to sunlight. Plastic panes are protected from paint, tar, plaster and solvents and cleaning is performed is strict accordance with manufacturer's recommendations.

6.

Sheet glass is set with draw horizontal unless otherwise required.

CM/ Date

Patterned glass is set in exterior opening with smooth side to exterior. Pattern of adjacent panes is consistent. 7.

After installation the glazed area is identified with signs hung from the frame. All glass is protected properly during construction.

8.

Cleaning of glass is performed properly without scratches, and all surfaces are free of labels, putty, compounds, paint, etc.

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECEIIST

A.-11

PERFORMED WALL SYSTEM

Sheet

Project Name:

1 of

2

Report No.

Contract No.:

Contractor:

Drawing No./Rev.:

Location: Contractor/ Date

Items Verified 1.

Preformed sidings and windows system were provided as indicated and in accordance with approved shop drawings.

2.

The type, grade, properties and size of the panel, wall studs and accessories are as specified in the specifications and drawings.

3.

Framing and panels are planed level, square, aligned and were erected as shown on the drawing.

4.

Panels that have been twisted, warped, bent or deformed were rejected.

5.

Metal flashing, coping, trim, fasteners and joints are of type and secured in accordance with the siding manufacturer's recommendations.

6.

Minor scratches in panels and trims were touch upped with paint that matched siding finish.

7.

Other verification performed.

NYPA/ Date *

*Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

A-12 APPLICATION OF PROTECTIVE COATINGS

Sheet 1 of 1

Project Name: Contract No.:

Contractor:

Drawing No./Rev.:

Location:

Items Verified

Contractor/Date

CM/Date **

1.

Paint Schedules are submitted and approved.

2.

Surface preparation meets manufacturer’s requirements.

3.

Primer applied in accordance with manufacturer’s instructions, within 6 hours of surface preparation and is overlapped at least 2 inches. Mill Thickness

4.

Primer application is within pot life of the primer.

5.

Primer is prepared for application of intermediate and top coats.

6.

Intermediate and top coat applied in accordance with manufacturer’s instruction. Intermediate Coat Mill Thickness Top Coat Mill Thickness

7.

Appearance of top coat is in accordance with manufacturers and contract requirements. *Witness Point **Hold Point Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

A-13 APPLICATION OF PROTECTIVE COATINGS

Sheet 1 of 1

Project Name: Contract No.:

Contractor:

Drawing No./Rev. Items Verified

Location: Contractor/Date

1.

Paint Schedules are submitted and approved.

2.

Surface preparation meets manufacturer’s requirements.

3.

Primer applied in accordance with manufacturer’s instructions.

CM/Date **

Mill Thickness 4.

Primer application is within pot life of the primer.

5.

Primer is prepared or application of top coat.

6.

Top coat applied in accordance with manufacturer’s instruction. Top Coat Mill Thickness

7.

Appearance of top coat is in accordance with manufacturers and contract requirements.

*Witness Point **Hold Point Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

A-14 APPUCAT1ON OF PROTECTIVE COATING — PIPE LINE

Sheet 1 of 2

Project Name Contract No.:

Contractor:

Drawing No./Rev.: Coat:

1.

Item: Location. Sta. Items Verified

Materials have been approved 1.1 1.2 1.3 1.4 1.5

Primer Coat Intermediate Coat Finish Thinner Cleaner

2.

Material storage is acceptable

3.

Application equipment method approved

4.

Surface Preparation 4.1 4.2

5.

Environmental Conditions are recorded and acceptable 5.1 5.2 5.3

6.

SSPC--SP6 Commercial Blast Cleaning SSPC—SP7 Brush—off Cleaning

Surface temperature Air temperature Relative Humidity/Dew point

Mixing 6.1

Stir until uniformly blended

7.

After cleaning, pipe is coated within the 24 hour time limit

8.

Application 8.1 8.2

Wet film thickness Dry film thickness (Final)

to Sta. Contractor/Date

CM/Date **

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

A-14 APPUCKI1ON OF PROTECTIVE COATING — PIPE LINE Project Name Contract No.:

Contractor:

Drawing No./Rev : Coat:

Item: Location. Sta.to Sta.

Items Verified 9.

Sheet 2 of 2

Contractor/Date

CM/Date

Inspection Equipment is calibrated and acceptable 9.1 9.2 9.3 9.4 9.5

Surface profile comparator Relative humidity meter Steel surface temperature meter Wet film thickness gauge Dry film thickness gauge

10. Inspection of painted surfaces is acceptable. 11. Clean up has been completed. 12. Protection of surrounding areas and ground is acceptable. *Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

A-15 Spray on Fireproofing

Sheet 1 of 1

Project Name: Contract No.:

Contractor:

Drawing No./Rev.: Coat:

Item:

Location. Sta.to Sta. Items Verified

Contractor/Date

CM/Date

13. Surfaces are free of oil, grease, and loose mill scale. Primed steel has been coated with approved pre—spray primer. Adhesive has been applied to decking without concrete. ** 14. All equipment, panels, material, etc., have been covered to protect the overspray. 15. Proper temperature and ventilation are provided. 16. Thickness and density per shop drawings to achieve specified fireproofing rating. 17. Testing Laboratory has been notified to verify density and thickness. 18. Fireproofing has been sealed after drying. *Witness Point **Hold Point Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

A-16 GYPSUM DRYWALL & PLASTERING INSTALLATION

Sheet 1 of 1

Project Name: Contract No.:

Contractor:

Drawing No./Rev.: Items Verified

Location: Contractor/Date

CM/Date **

19. Material types meet specifications and are installed at specified locations. * 20. Studs, furring and/or lathing complete and accepted. 21. End joints of boards are staggered. Fasteners are proper type and length, and installed at specified spacing. 22. Taping and Finishing o Temperature & ventilation requirements were met. o Joints were taped and compound applied in three coats. Joints feathered to a smooth even plane. o All fastener heads are covered with 3 coats of compound, each applied in a different direction. o Sanding is completed. 23. All cut edges and openings around pipes and fixtures are caulked. 24. Corner beads, expansion devices, casings, trim and other accessories are provided and properly installed. 25. Specified number and type of plaster coats installed and finished. 26. Walls are accepted and available to receive tile, paint, or wall covering. *Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Date Representative or Designee

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

Sheet 1of 1

A-17 GYPSUM DRYWALL FRAMING INSTALLATION Project Name: Contract No.: Drawing No./Rev.:

Contractor: Location:

Items Verified 27. Materials are galvanized where exposed to exterior and damp conditions and where otherwise required. 28. Stud spacing is as required. Studs are doubled—up at jambs. Special reinforcement and heavy gauge studs are provided as required. Stiffeners are provided where specified. 29. Studs are set to allow for vertical movement such as shrinkage, slab deflection, etc. Locations, layout and plumb are verified. 30. Studs are securely anchored to walls and columns and friction fit or fastened as required to securely anchored plates. Soundproofing, such as caulking beads, is provided at floors, etc., if required.

31. Anchorage, blocking, plates, etc., required for other equipment support and fastening are provided and installed. 32. Utilities are installed in walls, Permit inspection complete. 33. Connections and provisions are made at corners of adjoining surfaces of different metals. 34. Holes in metal studs in alignment. 35. Perimeter sealing or treatment is provided as required for sound and thermal isolation.

Contractor/Date

CM/Date

NEW YORK POWER AUTHORITY CONSTRUCTION CHECKLIST

36. Blocking, bracing, nailers, and back—up to attach wallboard are provided. Verify whether all edges of wallboard require continuous blocking. Provisions are made for required anchorage and support of other equipment. 37. Wood materials are sufficiently dry to avoid "nail popping" due to shrinkage. *Witness Point **Hold Point

Contractor Signature

Date

NYPA Senior Construction Site Representative or Designee

Date

Andrew M. Cuomo, Governor

Peter M. Rivera, Commissioner

New York Power Authority

Schedule Year Date Requested PRC#

Fiona Spencer, Procurement Agent 123 Main Street White Plains NY 10601

Location Project ID# Project Type

2013 through 2014 03/25/2014 2014002486

Niagara Power Plant Q14-5619FS Furnish, deliver and install components for Motor Generators

PREVAILING WAGE SCHEDULE FOR ARTICLE 8 PUBLIC WORK PROJECT Attached is the current schedule(s) of the prevailing wage rates and prevailing hourly supplements for the project referenced above. A unique Prevailing Wage Case Number (PRC#) has been assigned to the schedule(s) for your project. The schedule is effective from July 2013 through June 2014. All updates, corrections, posted on the 1st business day of each month, and future copies of the annual determination are available on the Department's website www.labor.state.ny.us. Updated PDF copies of your schedule can be accessed by entering your assigned PRC# at the proper location on the website. It is the responsibility of the contracting agency or its agent to annex and make part, the attached schedule, to the specifications for this project, when it is advertised for bids and /or to forward said schedules to the successful bidder(s), immediately upon receipt, in order to insure the proper payment of wages. Please refer to the "General Provisions of Laws Covering Workers on Public Work Contracts" provided with this schedule, for the specific details relating to other responsibilities of the Department of Jurisdiction. Upon completion or cancellation of this project, enter the required information and mail OR fax this form to the office shown at the bottom of this notice, OR fill out the electronic version via the NYSDOL website. NOTICE OF COMPLETION / CANCELLATION OF PROJECT Date Completed:

Date Cancelled:

Name & Title of Representative:

Phone: (518) 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]

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 in the performance of a public work contract not less than the prevailing rate of wage and supplements (fringe benefits) in the locality where the work is performed.

Responsibilities of the Department of Jurisdiction A Department of Jurisdiction (Contracting Agency) includes a state department, agency, board or commission: a county, city, town or village; a school district, board of education or board of cooperative educational services; a sewer, water, fire, improvement and other district corporation; a public benefit corporation; and a public authority awarding a public work contract. The Department of Jurisdiction (Contracting Agency) awarding a public work contract MUST obtain a Prevailing Rate Schedule listing the hourly rates of wages and supplements due the workers to be employed on a public work project. This schedule may be obtained by completing and forwarding a "Request for wage and Supplement Information" form (PW 39) to the Bureau of Public Work. The Prevailing Rate Schedule MUST be included in the specifications for the contract to be awarded and is deemed part of the public work contract. Upon the awarding of the contract, the law requires that the Department of Jurisdiction (Contracting Agency) furnish the following information to the Bureau: the name and address of the contractor, the date the contract was let and the approximate dollar value of the contract. To facilitate compliance with this provision of the Labor Law, a copy of the Department's "Notice of Contract Award" form (PW 16) is provided with the original Prevailing Rate Schedule. The Department of Jurisdiction (Contracting Agency) is required to notify the Bureau of the completion or cancellation of any public work project. The Department's PW 200 form is provided for that purpose. Both the PW 16 and PW 200 forms are available for completion online.

Hours No laborer, worker, or mechanic in the employ of a contractor or subcontractor engaged in the performance of any public work project shall be permitted to work more than eight hours in any day or more than five days in any week, except in cases of extraordinary emergency. The contractor and the Department of Jurisdiction (Contracting Agency) may apply to the Bureau of Public Work for a dispensation permitting workers to work additional hours or days per week on a particular public work project. There are very few exceptions to this rule. Complete information regarding these exceptions is available on the "4 Day / 10 Hour Work Schedule" form (PW 30R).

Wages and Supplements The wages and supplements to be paid and/or provided to laborers, workers, and mechanics employed on a public work project shall be not less than those listed in the current Prevailing Rate Schedule for the locality where the work is performed. If a prime contractor on a public work project has not been provided with a Prevailing Rate Schedule, the contractor must notify the Department of Jurisdiction (Contracting Agency) who in turn must request an original Prevailing Rate Schedule form the Bureau of Public Work. Requests may be submitted by: mail to NYSDOL, Bureau of Public Work, State Office Bldg. Campus, Bldg. 12, Rm. 130, Albany, NY 12240; Fax to Bureau of Public Work (518) 485-1870; or electronically at the NYSDOL website www.labor.state.ny.us. Upon receiving the original schedule, the Department of Jurisdiction (Contracting Agency) is REQUIRED to provide complete copies to all prime contractors who in turn MUST, by law, provide copies of all applicable county schedules to each subcontractor and obtain from each subcontractor, an affidavit certifying such schedules were received. If the original schedule expired, the contractor may obtain a copy of the new annual determination from the NYSDOL website www.labor.state.ny.us. The Commissioner of Labor makes an annual determination of the prevailing rates. This determination is in effect from July 1st through June 30th of the following year. The annual determination is available on the NYSDOL website www.labor.state.ny.us.

Payrolls and Payroll Records Every contractor and subcontractor MUST keep original payrolls or transcripts subscribed and affirmed as true under penalty of perjury. Payrolls must be maintained for at least three (3) years from the project's date of completion. At a minimum, payrolls must show the following information for each person employed on a public work project: Name, Address, Last 4 Digits of Social Security Number, Classification(s) in which the worker was employed, Hourly wage rate(s) paid, Supplements paid or provided, and Daily and weekly number of hours worked in each classification.

Every contractor and subcontractor shall submit to the Department of Jurisdiction (Contracting Agency), within thirty (30) days after issuance of its first payroll and every thirty (30) days thereafter, a transcript of the original payrolls, subscribed and affirmed as true under penalty of perjury. The Department of Jurisdiction (Contracting Agency) shall collect, review for facial validity, and maintain such payrolls. In addition, the Commissioner of Labor may require contractors to furnish, with ten (10) days of a request, payroll records sworn to as their validity and accuracy for public work and private work. Payroll records include, by are not limited to time cards, work description sheets, proof that supplements were provided, cancelled payroll checks and payrolls. Failure to provide the requested information within the allotted ten (10) days will result in the withholding of up to 25% of the contract, not to exceed $100,000.00. If the contractor or subcontractor does not maintain a place of business in New York State and the amount of the contract exceeds $25,000.00, payroll records and certifications must be kept on the project worksite. The prime contractor is responsible for any underpayments of prevailing wages or supplements by any subcontractor. All contractors or their subcontractors shall provide to their subcontractors a copy of the Prevailing Rate Schedule specified in the public work contract as well as any subsequently issued schedules. A failure to provide these schedules by a contractor or subcontractor is a violation of Article 8, Section 220-a of the Labor Law. All subcontractors engaged by a public work project contractor or its subcontractor, upon receipt of the original schedule and any subsequently issued schedules, shall provide to such contractor a verified statement attesting that the subcontractor has received the Prevailing Rate Schedule and will pay or provide the applicable rates of wages and supplements specified therein. (See NYS Labor Laws, Article 8 . Section 220-a).

Determination of Prevailing Wage and Supplement Rate Updates Applicable to All Counties The wages and supplements contained in the annual determination become effective July 1st whether or not the new determination has been received by a given contractor. Care should be taken to review the rates for obvious errors. Any corrections should be brought to the Department's attention immediately. It is the responsibility of the public work contractor to use the proper rates. If there is a question on the proper classification to be used, please call the district office located nearest the project. Any errors in the annual determination will be corrected and posted to the NYSDOL website on the first business day of each month. Contractors are responsible for paying these updated rates as well, retroactive to July 1st. When you review the schedule for a particular occupation, your attention should be directed to the dates above the column of rates. These are the dates for which a given set of rates is effective. To the extent possible, the Department posts rates in its possession that cover periods of time beyond the July 1st to June 30th time frame covered by a particular annual determination. Rates that extend beyond that instant time period are informational ONLY and may be updated in future annual determinations that actually cover the then appropriate July 1st to June 30th time period.

Withholding of Payments When a complaint is filed with the Commissioner of Labor alleging the failure of a contractor or subcontractor to pay or provide the prevailing wages or supplements, or when the Commissioner of Labor believes that unpaid wages or supplements may be due, payments on the public work contract shall be withheld from the prime contractor in a sufficient amount to satisfy the alleged unpaid wages and supplements, including interest and civil penalty, pending a final determination. When the Bureau of Public Work finds that a contractor or subcontractor on a public work project failed to pay or provide the requisite prevailing wages or supplements, the Bureau is authorized by Sections 220-b and 235.2 of the Labor Law to so notify the financial officer of the Department of Jurisdiction (Contracting Agency) that awarded the public work contract. Such officer MUST then withhold or cause to be withheld from any payment due the prime contractor on account of such contract the amount indicated by the Bureau as sufficient to satisfy the unpaid wages and supplements, including interest and any civil penalty that may be assessed by the Commissioner of Labor. The withholding continues until there is a final determination of the underpayment by the Commissioner of Labor or by the court in the event a legal proceeding is instituted for review of the determination of the Commissioner of Labor. The Department of Jurisdiction (Contracting Agency) shall comply with this order of the Commissioner of Labor or of the court with respect to the release of the funds so withheld.

Summary of Notice Posting Requirements The current Prevailing Rate Schedule must be posted in a prominent and accessible place on the site of the public work project. The prevailing wage schedule must be encased in, or constructed of, materials capable of withstanding adverse weather conditions and be titled "PREVAILING RATE OF WAGES" in letters no smaller than two (2) inches by two (2) inches. The "Public Work Project" notice must be posted at the beginning of the performance of every public work contract, on each job site.

Every employer providing workers. compensation insurance and disability benefits must post notices of such coverage in the format prescribed by the Workers. Compensation Board in a conspicuous place on the jobsite. Every employer subject to the NYS Human Rights Law must conspicuously post at its offices, places of employment, or employment training centers, notices furnished by the State Division of Human Rights. Employers liable for contributions under the Unemployment Insurance Law must conspicuously post on the jobsite notices furnished by the NYS Department of Labor.

Apprentices Employees cannot be paid apprentice rates unless they are individually registered in a program registered with the NYS Commissioner of Labor. The allowable ratio of apprentices to journeyworkers in any craft classification can be no greater than the statewide building trade ratios promulgated by the Department of Labor and included with the Prevailing Rate Schedule. An employee listed on a payroll as an apprentice who is not registered as above or is performing work outside the classification of work for which the apprentice is indentured, must be paid the prevailing journeyworker's wage rate for the classification of work the employee is actually performing. NYSDOL Labor Law, Article 8, Section 220-3, require that only apprentices individually registered with the NYS Department of Labor may be paid apprenticeship rates on a public work project. No other Federal or State Agency of office registers apprentices in New York State. Persons wishing to verify the apprentice registration of any person must do so in writing by mail, to the NYSDOL Office of Employability Development / Apprenticeship Training, State Office Bldg. Campus, Bldg. 12, Albany, NY 12240 or by Fax to NYSDOL Apprenticeship Training (518) 457-7154. All requests for verification must include the name and social security number of the person for whom the information is requested. The only conclusive proof of individual apprentice registration is written verification from the NYSDOL Apprenticeship Training Albany Central office. Neither Federal nor State Apprenticeship Training offices outside of Albany can provide conclusive registration information. It should be noted that the existence of a registered apprenticeship program is not conclusive proof that any person is registered in that program. Furthermore, the existence or possession of wallet cards, identification cards, or copies of state forms is not conclusive proof of the registration of any person as an apprentice.

Interest and Penalties In the event that an underpayment of wages and/or supplements is found:

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

- A Civil Penalty may also be assessed, not to exceed 25% of the total of wages, supplements, and interest due. Debarment Any contractor or subcontractor and/or its successor shall be ineligible to submit a bid on or be awarded any public work contract or subcontract with any state, municipal corporation or public body for a period of five (5) years when:

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

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

Criminal Sanctions Willful violations of the Prevailing Wage Law (Article 8 of the Labor Law) may be a felony punishable by fine or imprisonment of up to 15 years, or both.

Discrimination No employee or applicant for employment may be discriminated against on account of age, race, creed, color, national origin, sex, disability or marital status. No contractor, subcontractor nor any person acting on its behalf, shall by reason of race, creed, color, disability, sex or national origin discriminate against any citizen of the State of New York who is qualified and available to perform the work to which the employment relates (NYS Labor Law, Article 8, Section 220-e(a)). No contractor, subcontractor, nor any person acting on its behalf, shall in any manner, discriminate against or intimidate any employee on account of race, creed, color, disability, sex, or national origin (NYS Labor Law, Article 8, Section 220e(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 each calendar day during which such person was discriminated against or intimidated in violation of the provision of the contract (NYS Labor Law, Article 8, Section 220-e(c) ). The contract may be cancelled or terminated by the State or municipality. All monies due or to become due thereunder may be forfeited for a second or any subsequent violation of the terms or conditions of the anti-discrimination sections of the contract (NYS Labor Law, Article 8, Section 220-e(d) ). Every employer subject to the New York State Human Rights Law must conspicuously post at its offices, places of employment, or employment training centers notices furnished by the State Division of Human Rights.

Workers' Compensation In accordance with Section 142 of the State Finance Law, the contractor shall maintain coverage during the life of the contract for the benefit of such employees as required by the provisions of the New York State Workers' Compensation Law. A contractor who is awarded a public work contract must provide proof of workers' compensation coverage prior to being allowed to begin work. The insurance policy must be issued by a company authorized to provide workers' compensation coverage in New York State. Proof of coverage must be on form C-105.2 (Certificate of Workers' Compensation Insurance) and must name this agency as a certificate holder. If New York State coverage is added to an existing out-of-state policy, it can only be added to a policy from a company authorized to write workers' compensation coverage in this state. The coverage must be listed under item 3A of the information page. The contractor must maintain proof that subcontractors doing work covered under this contract secured and maintained a workers' compensation policy for all employees working in New York State. Every employer providing worker's compensation insurance and disability benefits must post notices of such coverage in the format prescribed by the Workers' Compensation Board in a conspicuous place on the jobsite.

Unemployment Insurance Employers liable for contributions under the Unemployment Insurance Law must conspicuously post on the jobsite notices furnished by the New York State Department of Labor.

Andrew M. Cuomo, Governor

Peter M. Rivera, Commissioner

New York Power Authority

Schedule Year Date Requested PRC#

Fiona Spencer, Procurement Agent 123 Main Street White Plains NY 10601

Location Project ID# Project Type

2013 through 2014 03/25/2014 2014002486

Niagara Power Plant Q14-5619FS Furnish, deliver and install components for Motor Generators

Notice of Contract Award New York State Labor Law, Article 8, Section 220.3a requires that certain information regarding the awarding of public work contracts, be furnished to the Commissioner of Labor. One "Notice of Contract Award" (PW 16, which may be photocopied), MUST be completed for EACH prime contractor on the above referenced project. Upon notifying the successful bidder(s) of this contract, enter the required information and mail OR fax this form to the office shown at the bottom of this notice, OR fill out the electronic version via the NYSDOL website. Contractor Information All information must be supplied Federal Employer Identification Number: Name: Address: aaa City:

State:

Amount of Contract:

$

Approximate Starting Date:

- - - - /- - - - /

Approximate Completion Date:

- - - - /- - - - /

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

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]

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 its relevance to State agencies and public benefit corporations engaged in construction or reconstruction contracts, maintenance and repair, and announces the recently-enacted increase to the percentage of the dollar value of such contracts that must be deposited into the Fund. This item also describes the roles of the following entities with respect to the Fund: -

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

2. Background and Statutory References: DOL uses the Fund to enforce the State's Labor Law as it relates to contracts for construction or reconstruction, maintenance and repair, as defined in subdivision two of Section 220 of the Labor Law. State agencies and public benefit corporations participating in such contracts are required to make payments to the Fund. Chapter 511 of the Laws of 1995 (as amended by Chapter 513 of the Laws of 1997, Chapter 655 of the Laws of 1999, Chapter 376 of the Laws of 2003 and Chapter 407 of the Laws of 2005) established the Fund.

3. Procedures and Agency Responsibilities: The Fund is supported by transfers and deposits based on the value of contracts for construction and reconstruction, maintenance and repair, as defined in subdivision two of Section 220 of the Labor Law, into which all State agencies and public benefit corporations enter. Chapter 407 of the Laws of 2005 increased the amount required to be provided to this fund to .10 of one-percent of the total cost of each such contract, to be calculated at the time agencies or public benefit corporations enter into a new contract or if a contract is amended. The provisions of this bill became effective August 2, 2005.

To all State Departments, Agency Heads and Public Benefit Corporations IMPORTANT NOTICE REGARDING PUBLIC WORK ENFORCEMENT FUND OSC will report to DOL on all construction-related ("D") contracts approved during the month, including contract amendments, and then DOL will bill agencies the appropriate assessment monthly. An agency may then make a determination if any of the billed contracts are exempt and so note on the bill submitted back to DOL. For any instance where an agency is unsure if a contract is or is not exempt, they can call the Bureau of Public Work at the number noted below for a determination. Payment by check or journal voucher is due to DOL within thirty days from the date of the billing. DOL will verify the amounts and forward them to OSC for processing. For those contracts which are not approved or administered by the Comptroller, monthly reports and payments for deposit into the Public Work Enforcement Fund must be provided to the Administrative Finance Bureau at the DOL within 30 days of the end of each month or on a payment schedule mutually agreed upon with DOL. Reports should contain the following information: -

-

Name and billing address of State agency or public benefit corporation; State agency or public benefit corporation contact and phone number; Name and address of contractor receiving the award; Contract number and effective dates; Contract amount and PWEF assessment charge (if contract amount has been amended, reflect increase or decrease to original contract and the adjustment in the PWEF charge); and Brief description of the work to be performed under each contract.

Checks and Journal Vouchers, payable to the "New York State Department of Labor" should be sent to: Department of Labor Administrative Finance Bureau-PWEF Unit Building 12, Room 464 State Office Campus Albany, NY 12240 Any questions regarding billing should be directed to NYSDOL's Administrative Finance Bureau-PWEF Unit at (518) 457-3624 and any questions regarding Public Work Contracts should 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)

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. (11.11)

New York State Department of Labor Bureau of Public Work

Attention Employees THIS IS A:

PUBLIC WORK PROJECT

If you are employed on this project as a worker, laborer, or mechanic you are entitled to receive the prevailing wage and supplements rate for the classification at which you are working. Chapter 629 of the Labor Laws of 2007:

These wages are set by law and must be posted at the work site. They can also be found at: 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) 568-5287

Patchogue Rochester Syracuse Utica White Plains

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

* For New York City government agency construction projects, please contact the Office of the NYC Comptroller at (212) 669-4443, or www.comptroller.nyc.gov – click on Bureau of Labor Law. Contractor Name: Project Location: PW 101 (10.12)

OSHA 10-hour Construction Safety and Health Course – S1537-A Effective July 18, 2008

This provision is an addition to the existing prevailing wage rate law, Labor Law §220, section 220-h. It requires that on all public work projects of at least $250,000.00, all laborers, workers and mechanics working on the site, be certified as having successfully completed the OSHA 10-hour construction safety and health course. It further requires that the advertised bids and contracts for every public work contract of at least $250,000.00, contain a provision of this requirement.

NOTE: The OSHA 10 Legislation only applies to workers

on a public work project that are required, under Article 8, to receive the prevailing wage.

(03.12)

Page 1 of 2

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

(03.12)

Page 2 of 2

Requir ements 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.

Page 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-Notice (03.11)

NYSDOL Bureau of Public Work

1 of 1

Instructions for Completing Form PW30R “Employer Registration for Use of 4 Day / 10 Hour Work Schedule” Before completing Form PW30R check to be sure … •

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



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



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

Instructions (Type or Print legibly): Contractor Information: •

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

PW30R-Instructions (03.11)

NYSDOL Bureau of Public Work

1 of 1

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

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.

Please Type or Print the Requested Information When completed …

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

Contractor Information Company Name:

FEIN:

Address: Zip Code:

State:

City: Phone Number

Fax Number:

Email Address:

Contact Person: Phone No:

Fax No:

Email:

Project Information Project PRC#:

Project Name/Type:

Exact Location of Project:

County:

(If you are Subcontractor)

Prime Contractor Name: 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***

Requestor Information Name: Title: PW-30R (02.14)

Date : 1 of 7

Job Classification Checklist (Place a checkmark by all classifications that will be using the 4/10 schedule) *** Do not write in any additional Classifications or Counties***

Job Classification

Tag #

Entire Counties

Carpenter-Building

276B-All

Allegany, Cattaraugus, Chautauqua

Carpenter-Building

276B-Cat

Cattaraugus, Erie

Carpenter - Building Carpenter-Building

276-B-DW-LIV Livingston, Monroe, Ontario, Wayne 276B-Gen

Genesee, Niagara, Orleans, Wyoming

276B-FL-Liv

Livingston, Monroe, Ontario, Wayne

Carpenter-Heavy&Highway

276HH-All

Allegany, Cattaraugus, Chautauqua

Carpenter-Heavy&Highway

276HH-All

Erie

Carpenter-Heavy&Highway

276HH-All

Genesee, Niagara, Orleans, Wyoming

Carpenter-Heavy&Highway

276HH-Liv

Livingston, Monroe, Ontario, Wayne

276R-All

Allegany, Cattaraugus, Chautauqua

Carpenter-Floor Layers

Carpenter-Residential Carpenter - Building

277B-CAY

Carpenter - Building

277B-CS

Allegany, Chemung, Cortland, Schuyler, Tompkins

Carpenter - Building

277 JLS

Jefferson, Lewis, St. Lawrence

Carpenter - Building

277 omh

Carpenter - Building

277 On

Onondaga

Carpenter - Building

277 Os

Oswego

Carpenter - Building/Heavy&Highway

277CDO

Wyoming

Herkimer, Madison, Oneida

Chenango, Delaware, Otsego Broome,Cortland, Schuyler, Tioga, Tompkins

277HH-BRO

Carpenter - Heavy/Highway

277-HH-CAY Cayuga, Seneca, Yates

277 oneida

Herkimer, Jefferson, Lewis, Madison, Oneida, Onondaga, Oswego, St. Lawrence

Carpenter - Building

291B-Alb

Albany, Fulton, Greene, Montgomery, Rensselaer, Schenectady, Schoharie

Carpenter - Building

291B-Cli

Clinton, Essex, Franklin

Carpenter - Building

291B-Ham

Carpenter - Building

291B-Sar

PW-30R (02.14)

Wyoming

Cayuga, Seneca, Yates

Carpenter - Heavy/Highway

Carpenter - Heavy/Highway

Check

Partial Counties Box

Hamilton, Warren, Washington Saratoga

NYSDOL Bureau of Public Work

2 of 7

Job Classification Checklist (Place a checkmark by all classifications that will be using the 4/10 schedule) *** Do not write in any additional Classifications or Counties***

Job Classification

Tag #

Entire Counties

Carpenter - Heavy&Highway

291HH-Sar

Saratoga

Carpenter - Heavy&Highway

291HH-Alb

Albany, Fulton, Greene, Montgomery, Rensselaer, Schenectady, Schoharie

Carpenter - Heavy&Highway

291HH-Alb

Clinton, Essex, Franklin, Hamilton, Warren, Washington

Carpenter - Building

276B-All

Partial Counties

Chautauqua

Allegany, Cattaraugus

Carpenter - Heavy&Highway

276HH-All

Allegany, Chautauqua

Cattaraugus

Carpenter - Heavy&Highway

276HH-All

Erie

Cattaraugus

Electrician

Electrician-Teledata Cable Splicer

Electrician Electrician Electrician Electrician Lineman

25m

Nassau, Suffolk

43

86

Cortland, Herkimer, Madison, Oneida, Onondaga, Oswego,

Cayuga, Chenango, Onondaga, Otsego, Tompkins, Wayne

Livingston, Monroe

Genesee, Ontario, Orleans, Wayne, Wyoming

840Teledata and 840 Z1 Cayuga

Onondaga, Ontario, Seneca, Wayne, Yates

Clinton, Essex, Franklin, Jefferson, Lewis, St. Lawrence

910

1049Line/Gas Nassau, Queens, Suffolk

Electrician Lineman

1249a

Electrical Lineman

1249a West

PW-30R (02.14)

Check Box

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 Westchester

NYSDOL Bureau of Public Work

3 of 7

Job Classification Checklist (Place a checkmark by all classifications that will be using the 4/10 schedule) *** Do not write in any additional Classifications or Counties***

Job Classification

Tag #

Entire Counties

1249LT

Electrical Lineman

1249REG8LT

Electrical Lineman

1249aWestLT Westchester

Columbia, Dutchess, Orange, Putnam, Rockland, Ulster

Elevator Constructor

138

Columbia, Dutchess, Greene, Orange, Putnam, Sullivan, Ulster

Elevator Constructor

14

Allegany, Cattaraugus, Chautauqua, Erie, Genesee, Niagara, Orleans, Wyoming

Elevator Constructor

27

Chemung, Livingston, Monroe, Ontario, Schuyler, Seneca, Steuben, Wayne, Yates

35

Albany, Clinton, Essex, Fulton, Hamiliton, Herkimer, Montgomery, Otsego, Rensselaer, Saratoga, Schenectady, Schoharie, Warren, Washington

Delaware, Rockland, Westchester

Elevator Constructor

62.1

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

Glazier

660r

Allegany, Cattaraugus, Chautaugua, Erie, Genesee, Niagara, Orleans, Wyoming

Glazier

660

Allegany, Cattaraugus, Chautaugua, Erie, Genesee, Niagara, Orleans, Wyoming

PW-30R (02.14)

Check Box

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

Electrical Lineman

Elevator Constructor

Partial Counties

NYSDOL Bureau of Public Work

4 of 7

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 #

Glazier

677.1

Glazier

677Z-2

Glazier

677z3

Glazier

677r.2

Insulator - Heat & Frost

Applicable Counties

Cayuga, Cortland, Herkimer, Madison, Oneida, Onondaga, Oswego Broome, Chemung, Chenango, Delaware, Otsego, Schuyler, Steuben, Tioga, Tompkins Cayuga, Cortland, Herkimer, Madison, Oneida, Onondaga, Oswego

30-Syracuse

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

621b

Allegany, Cattaraugus, Chautauqua

Laborer - Residential

621r

Allegany, Cattaraugus, Chautauqua

Mason-Building

3B-Z1

Genesee, Livingston, Monroe, Ontario, Seneca, Wayne, Wyoming, Yates

Mason-Building

3B-Bing-Z2

Broome, Chenango, Delaware, Otsego, Tioga

Mason-Building

3B-Jam-Z2

Allegany, Cattaraugus, Chautauqua

Mason-Building

3-Co-Z2

Allegany, Chemung, Schuyler, Steuben

Mason-Building

3B-Ith-Z2

Cortland, Tompkins

Mason-Building

3B-Z3

Cattaraugus, Erie, Niagara, Orleans

Mason-Building-Residential

3B-Z1R

Geneseo, Livingston, Monroe, Ontario, Seneca, Wayne, Wyoming, Yates

3B-Jam-Z2R

Allegany, Broome, Cattaraugus, Chemung, Chautauqua, Chenango, Cortland, Otsego, Delaware, Schuyler, Steuben, Tioga, Tompkins

PW-30R (02.14)

Check Box

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

Laborer - Building

Mason-Building-Residential

Partial Counties

NYSDOL Bureau of Public Work

Cattaraugus Cattaraugus

5 of 7

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 Mason-Building-Residential

Mason-Heavy Highway

Tag # 3B-Z3R

3h

Applicable Counties

Allegeny, Broome, Cattaraugus, Chemung, Chautauqua, Chenango, Cortland, Erie, Delaware, Genesee, Livingston, Monroe, Niagara, Ontario, Orleans, Otsego, Schuyler, Seneca, Steuben, Tioga, Tompkin, Wayne, Wyoming, Yates Genesee, Livingston, Monroe, Ontario, Seneca, Wayne, Wyoming, Yates

Mason-Tile Finisher

3TF-Z2

Allegeny, Broome, Cattaraugus, Chemung, Chautauqua, Chenango, Cortland, Delaware, Otsego, Schuyler, Steuben, Tioga, Tompkins

Mason-Tile Finisher

3TF-Z3

Cattaraugus, Erie, Niagara, Orleans

Mason-Tile Finisher

3TF-Z1R

Genesee, Livingston, Monroe, Ontario, Seneca, Wayne, Wyoming, Yates

Mason-Tile Finisher

3TF-Z2R

Allegany, Broome, Cattaraugus, Chenango, Chautauqua, Cortland, Delaware, Otsego, Schuyler, Steuben, Tioga, Tompkins

Mason-Tile Finisher

3TF-Z3R

Cattaraugus, Erie, Niagara, Orleans

Mason-Tile Setter

3TS-Z1

Genesee, Livingston, Monroe, Ontario, Seneca, Wayne, Wyoming, Yates

Mason-Tile Setter

3TS-Z2

Allegany, Broome, Cattaraugus, Chemung, Chautauqua, Chenango, Cortland, Delaware, Otsego, Schuyler, Steuben, Tioga, Tompkins

Mason Tile Setter

3TS-Z3

Cattaraugus, Erie, Niagara, Orleans

Mason-Tile Setter Residential

3TS-Z1R

Genesee, Livingston, Monroe, Ontario, Seneca, Wayne, Wyoming, Yates

Mason-Tile Setter Residential

3TS-Z2R

Allegany, Broome, Cattaraugus, Chemung, Chautauqua, Chenango, Cortland, Delaware, Otsego, Schuyler, Steuben, Tioga, Tompkins

Mason-Tile Setter Residential

3TS-Z3R

Cattaraugus, Erie, Niagara, Orleans

Mason - Building/Heavy&Highway Operating Engineer Heavy/Highway Operating Engineer Heavy& Highway Painter PW-30R (02.14)

780 137H/H

832H 150

Check Box

Cattaraugus, Erie, Niagara, Orleans

3TF-Z1

Mason-Tile Finisher

Partial Counties

Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk Putnam, Westchester

Dutchess

Allegany, Chemung, Genesee, Livingston, Monroe, Ontario, Schuyler, Steuben, Wayne, Genesee Yates Livingston, Monroe, Ontario, Wayne, Yates NYSDOL Bureau of Public Work

Livingston, Ontario

6 of 7

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

Painter

178 B

Broome, Chenango, Tioga

Painter

178 E

Chemung, Schuyler, Steuben

Painter

178 O

Painter

31

Delaware, Otsego Cayuga, Herkimer, Lewis, Madison, Oneida, Onondaga, Ontario, Oswego, Seneca

Painter

38.O

Painter Painter Sheetmetal Worker

Oswego

4-Jamestown Cattaraugus, Chautauqua

Steuben

Lewis, Ontario, Oswego Oswego

Cattaraugus, Chautauqua

Livingston, Monroe, Ontario, Seneca, Wayne, Yates

46

Teamsters-Heavy&Highway

294h/h

Teamsters-Heavy&Highway

317bhh

Teamsters-Heavy&Highway

693bhh

Broome, Chenango, Delaware, Otsego, Tioga

PW-30R (02.14)

Check Box

Allegany, Cattaraugus, Chautauqua, Erie, Cattaraugus, Chautauqua, Livingston, Genesee, Livingston, Niagara, Orleans, Steuben 4-Buf,Nia,Olean Steuben, Wyoming

Albany, Columbia, Fulton, Greene, Montgomery, Rensselaer, Saratoga, Schenectady, Schoharie, Warren, Washington Allegany, Cayuga, Cortland, Seneca, Steuben, Tompkins, Wayne,Yates

Teamsters-Building/Heavy&Highway

Partial Counties

456

Putnam, Westchester

NYSDOL Bureau of Public Work

7 of 7

Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Last Published on Mar 01 2014

Published by the New York State Department of Labor PRC Number 2014002486

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

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

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

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

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

Effective Dates When you review the schedule for a particular occupation, your attention should be directed to the dates above the column of rates. These are the dates for which a given set of rates is effective. The rate listed is valid until the next effective rate change or until the new annual determination which takes effect on July 1 of each year. All contractors and subcontractors are required to pay the current prevailing rates of wages and supplements. If you have any questions please contact the Bureau of Public Work or visit the New York State Department of Labor website (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 in place on the project before an Apprentice is allowed. Then three additional Journeyworkers are needed before a second Apprentice is allowed. The last ratio repeats indefinitely. Therefore, three more Journeyworkers must be present before a third Apprentice can be hired, and so on. Please call Apprentice Training Central Office at (518) 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 30

Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Last Published on Mar 01 2014

Published by the New York State Department of Labor PRC Number 2014002486

Electrician (Inside)

1:1,1:3

Elevator/Escalator Construction & Modernizer

1:1,1:2

Glazier

1:1,1:3

Insulation & Asbestos Worker

1:1,1:3

Iron Worker

1:1,1:4

Laborer

1:1,1:3

Mason

1:1,1:4

Millwright

1:1,1:4

Op Engineer

1:1,1:5

Painter

1:1,1:3

Plumber & Steamfitter

1:1,1:3

Roofer

1:1,1:2

Sheet Metal Worker

1:1,1:3

Sprinkler Fitter

1:1,1:2

If you have any questions concerning the attached schedule or would like additional information, please contact the nearest BUREAU of PUBLIC WORK District Office or write to: New York State Department of Labor Bureau of Public Work State Office Campus, Bldg. 12 Albany, NY 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 31

Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Last Published on Mar 01 2014

Published by the New York State Department of Labor PRC Number 2014002486 Niagara County

Niagara County General Construction Boilermaker

03/01/2014

JOB DESCRIPTION Boilermaker

DISTRICT 3

ENTIRE COUNTIES Allegany, Cattaraugus, Chautauqua, Chemung, Erie, Genesee, Livingston, Monroe, Niagara, Ontario, Orleans, Schuyler, Steuben, Wayne, Wyoming, Yates

WAGES Per hour: Boilermaker

07/01/2013

01/01/2014

$ 29.97

$ 30.25

01/01/2015 Additional $ 1.25

The wage rate will be 90% of the above for Maintenance work on boilers less than 100,000 pph.

SUPPLEMENTAL BENEFITS Per hour worked: $ 25.72**

$ 27.19****

OVERTIME PAY See (B, E, Q) on OVERTIME PAGE

HOLIDAY Paid: Overtime:

See (1) on HOLIDAY PAGE See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICES Wages per hour: 1000 hour terms at the following percentage of Journeyman's wage: 1st 2nd 3rd 4th 5th 65% 65% 70% 75% 80% Note - add $1.00 per hour to the wage rate for 1st through 6th term.

6th 85%

7th 90%

8th 95%

Supplemental Benefits per hour worked: 1st to 6th $ 24.72* $ 26.19*** 7th to 8th 25.72** 27.19**** * Note - $23.53 of this amount to be paid at the same premium as the wages. ** Note - $24.53 of this amount to be paid at the same premium as the wages. *** Note - $25.00 of this amount to be paid at the same premium as the wages. **** Note - $26.00 of this amount to be paid at the same premium as the wages. 3-7

Carpenter - Building

03/01/2014

JOB DESCRIPTION Carpenter - Building

DISTRICT 3

ENTIRE COUNTIES Genesee, Niagara, Orleans

PARTIAL COUNTIES Wyoming: Only the Townships of Arcade, Attica, Bennington, Covington, Eagle, Java, Middlebury, Orangeville, Sheldon and Wethersfield.

WAGES Per hour: Carpenter Floorlayer Certified Welder Hazardous Waste Worker* Diver-Dry Day Diver Tender Diver-Wet Day**

07/01/2013

06/01/2014 Additional $ 1.76 1.76 1.76 1.76 1.76 1.76 0.00

$ 29.40 29.40 30.40 30.90 30.40 30.40 61.25

* Hazardous sites requiring personal protective equipment. ** Diver rate applies to all hours worked on the day of dive. Depth pay for diver: 0' to 80' 81' to 100' 101' to 150' Page 32

no additional fee additional $0.50 per foot additional $0.75 per foot

Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Last Published on Mar 01 2014

Penetration pay:

Published by the New York State Department of Labor PRC Number 2014002486 Niagara County

151' and deeper

additional $1.25 per foot

0' to 50' 51' to 100' 101' and deeper

no additional fee additional $0.75 per foot additional $1.00 per foot

Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day. NOTE - In order to use the '4 Day/10 Hour Work Schedule,' you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project.

SUPPLEMENTAL BENEFITS Per hour: $ 22.70

OVERTIME PAY See (B, E, *E2, Q) on OVERTIME PAGE *Note - Saturday may be used as a make-up day at straight time when an employee has a unexcused absence during the week (applies only to those employees on a project that lost a day on that same project).

HOLIDAY Paid: Overtime:

See (1) on HOLIDAY PAGE See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICES Wages per hour: One year terms at the following percentage of Journeyman's wage: 1st 50%

2nd 60%

3rd 70%

4th 80%

Supplemental Benefits per hour: 1st $ 9.25

2nd $ 9.25

3rd $ 11.85

4th $ 11.85 3-276B-Gen

Carpenter - Building / Heavy&Highway

03/01/2014

JOB DESCRIPTION Carpenter - Building / Heavy&Highway

DISTRICT 1

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

WAGES Wages per hour: 07/01/2013 Carpenter - ONLY for Artificial Turf/Synthetic Sport Surface Installer

07/01/2014 An Additional

$ 27.96

$ 0.73*

Note - Does not include the operation of equipment. Please see Operating Engineers rates. (*)To be allocated at a later date.

SUPPLEMENTAL BENEFITS Per hour Paid: 07/01/2013 Journeyman

$ 18.14

OVERTIME PAY See (B, E, Q) on OVERTIME PAGE

HOLIDAY Paid: Overtime: Notes:

See (2, 17) on HOLIDAY PAGE See (5, 6, 16) on HOLIDAY PAGE

Page 33

Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Last Published on Mar 01 2014

Published by the New York State Department of Labor PRC Number 2014002486 Niagara County

When a holiday falls upon a Saturday, it shall be observed on the preceding Friday. Whan a holiday falls upon a Sunday, it shall be observed on the following Monday. An employee taking an unexcused day off the regularly scheduled day before or after a paid Holiday shall not receive Holiday pay.

REGISTERED APPRENTICES Wages per hour: One year terms at the following percentage of Journeyman's wage: 1st 2nd 3rd 4th 50% 60% 70% 80% Supplemental Benefits per hour paid: 07/01/2013 Carpenter 1st year term 2nd year term 3rd year term 4th year term

$ 9.29 9.29 11.89 11.89 1-42AtSS

Carpenter - Heavy&Highway

03/01/2014

JOB DESCRIPTION Carpenter - Heavy&Highway

DISTRICT 3

ENTIRE COUNTIES Genesee, Niagara, Orleans, Wyoming

WAGES Per hour: Building and Heavy Highway: Carpenter Certified Welder Diver-Dry Day Diver-Wet Day** Diver Tender Hazardous Material Worker* Piledriver Millwright Effluent & Slurry Diver-Wet Day

07/01/2013 $ 31.30 32.55 32.30 43.75 32.30 33.30 31.30 32.80 65.63

07/01/2014 Additional $ 1.76 1.76 1.76 2.00 1.76 1.76 1.76 1.76 0.00

* Hazardous sites requiring personal protective equipment. ** Diver rate applies to all hours worked on the day of dive. Depth pay for divers: 0' to 80' 81'to 100' 101' to 150' 151' and deeper Penetration pay:

0' to 50' 51' to 100' 101' to deeper

no additional fee additional $0.50 per foot additional $0.75 per foot additional $1.25 per foot no additional fee additional $0.75 per foot additional $1.00 per foot

Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day. NOTE - In order to use the '4 Day/10 Hour Work Schedule,' you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project.

SUPPLEMENTAL BENEFITS Per hour worked: Journeyman Pile Driver Diver (Wet Day Only)

$ 20.55 25.38 25.38

OVERTIME PAY See (B, E, Q) on OVERTIME PAGE

HOLIDAY Paid: Overtime:

See (2, 17) on HOLIDAY PAGE See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICES Page 34

Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Last Published on Mar 01 2014

Published by the New York State Department of Labor PRC Number 2014002486 Niagara County

Wages per hour: One year terms at the following percentage of Journeyman's wage: 1st 50%

2nd 60%

3rd 70%

4th 80%

Supplemental benefits per hour worked: 1st $ 9.25

2nd $9.25

3rd $ 11.85

4th $ 11.85 3-276HH-All

Electrician

03/01/2014

JOB DESCRIPTION Electrician

DISTRICT 3

ENTIRE COUNTIES Niagara

PARTIAL COUNTIES Orleans: Only the Townships of Albion, Barre, Carlton, Gaines, Ridgeway, Shelby and Yates.

WAGES Per hour:

07/01/2013

05/26/2014 Additional $ 1.40 1.40

Electrician* $ 31.43 Cable Splicer 34.57** * Includes teledata work. ** Note - Applies for taped splices and taped terminations on shielded cable 5KV and over; for taped splices and taped terminations on all cable over 15KV; for all lead cable splices and terminations; for manufactured, slip-on and kit type splices and terminations over 15KV. Work performed over 35' to 50' high - $0.45 shall be added to regular rate. Work performed over 50' high - $0.90 shall be added to regular rate. Work performed in tunnels over 25' deep or 75' long - $0.45 shall be added. Hazardous waste work - supplied air as in OSHA Class A - $4.00 additional. Hazardous waste work - as in OSHA Class B and C - $2.50 additional.

SUPPLEMENTAL BENEFITS Per hour worked: $ 22.59* * NOTE - add 3% of the posted straight time or applicable premium wage rate.

OVERTIME PAY See (B, E, Q) on OVERTIME PAGE Day after Thanksgiving is paid at 1 1/2 the hourly rate if worked.

HOLIDAY Paid: Overtime:

See (1) on HOLIDAY PAGE See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICES Wages per hour: Hour terms at the following percentage of Journeyman's wage: 0 to 1000 to 2000 to 3500 to 5000 to 6500 to 8000 40% 45% 50% 60% 70% 85% Supplemental benefits per hour worked: 0 to 2000 to 3500 to 5000 to 6500 to 8000 $ 9.84* $ 21.66* $ 21.83* $ 22.08* $ 22.34* * NOTE - add 3% of the posted straight time or applicable premium wage rate. 3-237

Elevator Constructor

03/01/2014

JOB DESCRIPTION Elevator Constructor

DISTRICT 3

ENTIRE COUNTIES Allegany, Cattaraugus, Chautauqua, Erie, Genesee, Niagara, Orleans, Wyoming

WAGES Per hour:

07/01/2013

01/01/2014 Page 35

01/01/2015

Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Last Published on Mar 01 2014

Elevator Constructor Helper

Published by the New York State Department of Labor PRC Number 2014002486 Niagara County

$ 43.49 30.44

$ 44.13 30.90

Additional $ 2.31 1.87

** IMPORTANT NOTICE - EFFECTIVE 04/01/2009 ** Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. NOTE - In order to use the '4 Day/10 Hour Work Schedule,' you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project.

SUPPLEMENTAL BENEFITS Per hour worked: $ 25.19* * Note - add 6% of regular hourly rate for all hours worked.

$ 26.79*

OVERTIME PAY See (D, O) on OVERTIME PAGE

HOLIDAY Paid: Overtime:

See (5, 6, 15, 16) on HOLIDAY PAGE See (5, 6, 15, 16) on HOLIDAY PAGE

REGISTERED APPRENTICES Wages per hour: One year terms at the following percentage of Journeyman's wage: 1st 55%

2nd 65%

3rd 70%

4th 80%

Supplemental benefits per hour worked: $ 25.19* * Note - add 6% of regular hourly rate for all hours worked.

$ 26.79* 3-14

Glazier

03/01/2014

JOB DESCRIPTION Glazier

DISTRICT 3

ENTIRE COUNTIES Allegany, Cattaraugus, Chautauqua, Erie, Genesee, Niagara, Orleans, Wyoming

WAGES Per hour: 07/01/2013 Glazier $ 25.45 Working off Suspended Scaffold (Swing Stage) 26.45 Maintenance 11.55* * Note - This rate to be used only for all repair and replacement work such as glass breakage, glass replacement, door repair and board ups. ** IMPORTANT NOTICE ** Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day. NOTE - In order to use the '4 Day/10 Hour Work Schedule,' you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project.

SUPPLEMENTAL BENEFITS Per hour worked: Journeymen Glazier Maintenance

$ 17.07 10.67

OVERTIME PAY See (B, E2, F, R) on OVERTIME PAGE

HOLIDAY Paid: Paid: Overtime:

See (1) on HOLIDAY PAGE for Glazier and Glazier Apprentices. See (5, 6) on HOLIDAY PAGE for Maintenance See (5, 6) on HOLIDAY PAGE.

REGISTERED APPRENTICES Wages per hour: Glazier: 1000 hour terms at the following percentage of Journeyman's wage:

Page 36

Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Last Published on Mar 01 2014

1st 40%

2nd 45%

3rd 50%

4th 55%

Published by the New York State Department of Labor PRC Number 2014002486 Niagara County

5th 60%

6th 70%

7th 80%

8th 90%

Supplemental benefits per hour worked: 1st & 2nd terms 3rd & 4th terms All other terms

$ 6.95 7.80 8.70 3-660

Insulator - Heat & Frost

03/01/2014

JOB DESCRIPTION Insulator - Heat & Frost

DISTRICT 3

ENTIRE COUNTIES Allegany, Cattaraugus, Chautauqua, Erie, Niagara, Wyoming

PARTIAL COUNTIES Genesee: Only the Townships of Alabama, Alexander, Darien, Oakfield and Pembroke.

WAGES Per Hour:

07/01/2013

Heat & Frost Insulator

$ 30.55

SUPPLEMENTAL BENEFITS Per hour worked: $ 19.09

OVERTIME PAY See (B, *E, **Q) on OVERTIME PAGE * Note - Double time after 10 hours on Saturday. ** Note - Triple time on Labor Day if WORKED.

HOLIDAY Paid: Overtime:

See (1) on HOLIDAY PAGE See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICES Wages per hour: One year terms at the following percentage of Journeyman's wage: 1st 50%

2nd 60%

3rd 70%

4th 80%

Supplemental Benefits per hour worked: 1st and 2nd All other terms

$ 14.79 19.09 3-4

Ironworker

03/01/2014

JOB DESCRIPTION Ironworker

DISTRICT 3

ENTIRE COUNTIES Niagara

PARTIAL COUNTIES Erie: Only that portion of the Township of Grand Island north of Whitehaven Road. Orleans: Only the Townships of Ridgeway, Shelby and Yates.

WAGES Per hour: Structural Ornamental Reinforcing Rigger & Mach. Mover Pre-Engineered Fence Erector Pre-Cast Erector Welder Window Erector

07/01/2013 $ 29.47 29.47 29.47 29.47 29.47 29.47 29.47 29.47 29.47

05/01/14 Additional $ 1.20 $ 1.20 $ 1.20 $ 1.20 $ 1.20 $ 1.20 $ 1.20 $ 1.20 $ 1.20 Page 37

Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Last Published on Mar 01 2014

Sheeter

Published by the New York State Department of Labor PRC Number 2014002486 Niagara County

32.37

$ 1.20

SUPPLEMENTAL BENEFITS Per hour worked: $ 23.08

OVERTIME PAY See (B, E, Q) on OVERTIME PAGE

HOLIDAY Paid: Overtime:

See (1) on HOLIDAY PAGE See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICES Wages per hour: One year terms at the following wage: 1st term 2nd term 3rd term 4th term

$ 16.00 18.00 20.00 22.00

Supplemental benefits per hour worked: 1st term 2nd term 3rd term 4th term

$ 9.50 15.59 16.46 17.33 3-9

Laborer - Building

03/01/2014

JOB DESCRIPTION Laborer - Building

DISTRICT 3

ENTIRE COUNTIES Niagara

WAGES GROUP 1: Basic. GROUP 2: Curb and Flatwork Formsetter not on structures, Gunnite Nozzlemen, Sand Blasters, Burning Torch, Operator of Concrete Saw. GROUP 3: Potman, Pipelayers, Pavment Breakers, Jack Hammer Operators, Barco Rammers, Chain Saw, Powder Monkey, Black Top Rakers, Scalers, Drill Helpers, Mortar Mixers, Men Working from Swing Scaffold, Bosun Chair, or suspended cage or bucket, Work in Caissons below 8 feet, Concrete Motor Buggy, Operators of Mechanical Tools. GROUP 4: Blasters, Grade Checkers. GROUP 5: Men Working with asbestos, hazardous waste or toxic material. GROUP 6: Wagon drill, Air Track. GROUP 7: Video Machine. GROUP 8: Supplied Air Respirators. GROUP 9: Laser Beam. Per hour:

07/01/2013

07/01/2014 07/01/2015 Additional Additional GROUP 1 $ 24.50 $ 1.75 $ 1.75 GROUP 2 25.10 1.75 1.75 GROUP 3 24.80 1.75 1.75 GROUP 4 26.95 1.75 1.75 GROUP 5 26.50 1.75 1.75 GROUP 6 25.50 1.75 1.75 GROUP 7 25.00 1.75 1.75 GROUP 8 29.50 1.75 1.75 GROUP 9 25.35 1.75 1.75 *May be more as the wage is a 10% premium applied to the Group 1 rate. The following premiums apply when shift work is mandated by the job specifications or by the contracting agency: Page 38

Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Last Published on Mar 01 2014

Published by the New York State Department of Labor PRC Number 2014002486 Niagara County

15% for work from 4:30 p.m. to 12:30 a.m. 20% for work from 12:30 a.m. to 8:00 a.m.

SUPPLEMENTAL BENEFITS Per hour worked: $ 30.31

OVERTIME PAY See (B, E, Q, V) on OVERTIME PAGE

HOLIDAY Paid: Overtime:

See (5, 6) on HOLIDAY PAGE See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICES Wages per hour: 1000 hour terms at the following percentage of basic Journeyman's wage: 1st 60%

2nd 70%

3rd 80%

4th 90%

Supplemental benefits per hour worked: $ 30.31 3-91b

Laborer - Heavy&Highway

03/01/2014

JOB DESCRIPTION Laborer - Heavy&Highway

DISTRICT 3

ENTIRE COUNTIES Niagara

WAGES Heavy/Highway & Sewer/Water Laborer: GROUP 1: Basic. GROUP 2: Blasters, Grade Checkers. GROUP 3: Curb and Flatwork Formsetter not on structures, Gunnite Nozzlemen, Tree Topper, Sand Blasters, Burning Torch, Operator of Concrete Saw and Utility Pile Driver. GROUP 4: Potman, Pipelayer, Pavement Breakers or Busters, Jack Hammer Operator, Video Machine, Barco Rammers, Chain Saw, Powder Monkey, Black Top Rakers, Scalers, Drill Helpers, Mortar Mixers, Men Working from Swinging Scaffold, Bosun Chair, Suspended Cage or Bucket, Work in Caissons below 8 ft, Concrete Motor Buggy, All other operators of Mechanical Tools, including Vibrators regardless of type of power and Boat men. GROUP 5: Chemical Waste Men Working With Hazardous Waste and Toxic materials as defined in Article VI, Section 2C or in areas of radioactive material and asbestos as specified in bidding documents and specifications. The removal of lead. GROUP 6: Welder, Wagon Drill, Air track Drill, Self Contained Drill. GROUP 7: Laser Beam. GROUP 8: Supplied Air Respirators. GROUP 9: Respirator required for busting. GROUP 10: Respirator reqired due to atomospheric conditions (excluding respirators required for hazardous waste, toxic materials, asbestos or lead abatement). Per hour: 07/01/2013 GROUP 1 GROUP 2 GROUP 3 GROUP 4 GROUP 5 GROUP 6

$ 24.50 26.95 25.10 24.80 26.50 25.50

07/01/2014 Additional $ 1.75 1.75 1.75 1.75 1.75 1.75 Page 39

07/01/2015 Additional $ 1.75 1.75 1.75 1.75 1.75 1.75

Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Last Published on Mar 01 2014

Published by the New York State Department of Labor PRC Number 2014002486 Niagara County

GROUP 7 25.35 1.75 1.75 GROUP 8 29.50 1.75 1.75 GROUP 9 25.00 1.75 1.75 GROUP 10 25.50 1.75 1.75 The following premiums apply when shift work is mandated by the job specifications or by the contracting agency: 15% for work from 4:30 p.m. to 12:30 a.m. 20% for work from 12:30 a.m. to 8:00 a.m.

SUPPLEMENTAL BENEFITS Per hour worked: $ 30.66

OVERTIME PAY See (B, E, Q, V) on OVERTIME PAGE

HOLIDAY Paid: Overtime:

See (5, 6) on HOLIDAY PAGE See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICES Wages per hour: 1000 hour terms at the following percentage of basic Journeyman's wage: 1st 60%

2nd 70%

3rd 80%

4th 90%

Supplemental benefits per hour worked: $ 30.66 3-91h/s

Laborer - Tunnel

03/01/2014

JOB DESCRIPTION Laborer - Tunnel

DISTRICT 3

ENTIRE COUNTIES Niagara

WAGES FREE AIR: GROUP 1: Mole Nipper, Powder Watchmen, Changehouse Attendant and Top Laborers GROUP 2: Tunnel Workers, Miners, Drill Runners, Maintenance Men, Conveyor Men, Safety Miner, Block Layers, Rod man, Caulkers, Powder Carriers, Miners Helpers, Chuck Tenders, Track Men, Nippers, Burners, Brake Men, Derail Men, Cable Men, Hosemen, Grout Men, Gravel Men, Form Men, Bottom Bell, Top Bell, Signal Men, Form Workers, Movers, Concrete Workers, Shaft Man and Tunnel Laborers. GROUP 3: Blasters, Welders, Steel Erectors, Piledrivers, Riggers, Cement Finishers and Ironmen. GROUP 4: Electricians. GROUP 5: Divers. GROUP 6: Diver Tender. Per hour:

07/01/2013

07/01/2014 07/01/2015 Additional Additional GROUP 1 $ 24.50 $ 1.75 $ 1.75 GROUP 2 28.18 1.75 1.75 GROUP 3 29.40 1.75 1.75 GROUP 4 30.63 1.75 1.75 GROUP 5 46.59 1.75 1.75 GROUP 6 26.59 1.75 1.75 *May be more as the wage is a premium applied to the Group 1 rate. The following premiums apply when shift work is mandated by the job specifications or by the contracting agency: 15% for work from 4:30 p.m. to 12:30 a.m. 20% for work from 12:30 a.m. to 8:00 a.m. Additional $1.00 per hr. for Top Laborers using an air spade, jackhammer or pavement breaker. Additional $ 0.75 per hr. for all employed at tunnel level in pipe jacking operations. For CAISSON, COFFERDAMS and CYLINDERS: See compressed air tunnel rates. Page 40

Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Last Published on Mar 01 2014

Published by the New York State Department of Labor PRC Number 2014002486 Niagara County

SUPPLEMENTAL BENEFITS Per hour worked: $ 30.66

OVERTIME PAY See (B, E, Q, V) on OVERTIME PAGE

HOLIDAY Paid: Overtime:

See (5, 6) on HOLIDAY PAGE See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICES Wages per hour: 1000 hour terms at the following percentage of GROUP 1 Journeyman's wage: 1st 60%

2nd 70%

3rd 80%

4th 90%

Supplemental benefits per hour worked: $ 30.66 3-91t/fa

Laborer - Tunnel

03/01/2014

JOB DESCRIPTION Laborer - Tunnel

DISTRICT 3

ENTIRE COUNTIES Niagara

WAGES COMPRESSED AIR: GROUP 1: Powder Watchmen, Changehouse Attendent and Top Laborers. GROUP 2: Blasters, Mucking Machine Operators. GROUP 3: All Tunnel Workers including Miners, Drill Runners, Iron Men, Maint. Men, Muck Men, Inside Mucklock Tender, Pumpmen, Electricians, Cement Finishers, Rodman, Caulkers, Carpenters, Hydraulic Men, Shield Drivers, Monorail Operators, Motormen, Conveyor Men, Safety Miners, Powdermen, Riggers, Miner's Helper, Chuck Tenders, Track Men, Nippers, Brakemen, Derail Men, Cable Men, Hose Men,Grout Men, Gravel Men, Form Workers, Concrete Workers and Tunnel Laborers. GROUP 4: Bottom Bell, Helpers, Mole Nippers per working shaft per shift up to and including two Moles. GROUP 5: Top Nipper. GROUP 6: Top Bell, Signal Men, Shaft Men, Outside Man, Lock Tender, Gauge Tender, Outside Muck Lock Tender. GROUP 7: Divers. GROUP 8: Diver Tenders. Per hour:

07/01/2013

07/01/2014 07/01/2015 Additional Additional GROUP 1 $ 24.50 $ 1.75 $ 1.75 GROUP 2 33.08 1.75 1.75 GROUP 3 31.85 1.75 1.75 GROUP 4 30.63 1.75 1.75 GROUP 5 29.40 1.75 1.75 GROUP 6 28.18 1.75 1.75 GROUP 7 46.59 1.75 1.75 GROUP 8 26.59 1.75 1.75 *May be more as the wage is a premium applied to the Group 1 rate. The following premiums apply when shift work is mandated by the job specifications or by the contracting agency: 15% for work from 4:30 p.m. to 12:30 a.m. 20% for work from 12:30 a.m. to 8:00 a.m. For degrees of pressure between 26lbs & 30lbs an additional $3.50 per hr. For degrees of pressure between 31lbs & 35lbs an additional $4.50 per hr. For degrees of pressure between 36lbs & 40lbs an additional $5.50 per hr. For degrees of pressure between 41lbs & over an additional $6.50 per hr. Page 41

Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Last Published on Mar 01 2014

Published by the New York State Department of Labor PRC Number 2014002486 Niagara County

Additional $1.00 per hr. for concrete handling in building of bulkheads for locks also men working in Caissons, Cofferdams and Cylinders under pressure. Additional $1.00 per hr. for Top Laborer using an air spade, jackhammer or pavement breaker.

SUPPLEMENTAL BENEFITS Per hour worked: $ 30.66

OVERTIME PAY See (B, E, Q, V) on OVERTIME PAGE

HOLIDAY Paid: Overtime:

See (5, 6) on HOLIDAY PAGE See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICES Wages per hour: 1000 hour terms at the following percentage of GROUP 1 Journneyman's wage: 1st 60%

2nd 70%

3rd 80%

4th 90%

Supplemental benefits per hour worked: $ 30.66 3-91t/ca

Lineman Electrician

03/01/2014

JOB DESCRIPTION Lineman Electrician

DISTRICT 6

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

WAGES Per hour: NOTE: Includes Teledata Work within ten (10) feet of High Voltage Transmission Lines Below rates applicable on all overhead and underground distribution and maintenance work, and all overhead and underground transmission line work and the installation of fiber optic cable where no other construction trades are or have been involved. (14.01.01) 07/01/2013 Lineman, Technician Crane, Crawler Backhoe Welder, Cable Splicer Digging Machine Operator Tractor Trailer Driver Groundman, Truck Driver Mechanic 1st Class Flagman

$44.12 44.12 44.12 39.71 37.50 35.30 35.30 26.47

05/05/2014 $45.51 45.51 45.51 40.96 38.68 36.41 36.41 27.31

05/04/2015 $46.90 46.90 46.90 42.21 39.87 37.52 37.52 28.14

Additional $1.00 per hour for entire crew when a helicopter is used. Below rates applicable on all electrical sub-stations, switching structures, fiber optic cable and all other work not defined as "Utility outside electrical work". (14.02.01-A) Lineman, Technician Crane, Crawler Backhoe Cable Splicer-Pipe Type Cable Cert. Welder-Pipe Type Cable Digging Machine Operator Tractor Trailer Driver Mechanic 1st Class Groundman, Truck Driver Flagman

$44.12 44.12 48.53 46.33 39.71 37.50 35.30 35.30 26.47

$45.51 45.51 50.06 47.79 40.96 38.68 36.41 36.41 27.31 Page 42

$46.90 46.90 51.59 49.25 42.21 39.87 37.52 37.52 28.14

Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Last Published on Mar 01 2014

Published by the New York State Department of Labor PRC Number 2014002486 Niagara County

Additional $1.00 per hour for entire crew when a helicopter is used. Below rates apply on switching structures, maintenance projects, railroad catenary install/maintenance third rail installation, bonding of rails and pipe type cable and installation of fiber optic cable. (14.02.01-B) Lineman, Technician, Welder Crane, Crawler Backhoe Digging Machine Operator Tractor Trailer Driver Groundman, Truck Driver Mechanic 1st Class Flagman Cert. Welder-Pipe Type Cable Cable Splicer-Pipe Type Cable

$45.40 45.40 40.86 38.59 36.32 36.32 27.24 47.67 49.94

$46.80 46.80 42.12 39.78 37.44 37.44 28.08 49.14 51.48

$48.20 48.20 43.38 40.97 38.56 38.56 28.92 50.61 53.02

Additional $1.00 per hour for entire crew when a helicopter is used. Below rates applicable on all overhead and underground transmission line work & fiber optic cable where other construction trades are or have been involved. This applies to transmission line work only, not other construction. (14.03.01) Lineman, Technician, Welder Crane, Crawler Backhoe Cable Splicer Digging Machine Operator Tractor Trailer Driver Groundman, Truck Driver Mechanic 1st Class Flagman

$46.62 46.62 46.62 41.96 39.63 37.30 37.30 27.97

$48.02 48.02 48.02 43.22 40.82 38.42 38.42 28.81

$49.41 49.41 49.41 44.47 42.00 39.53 39.53 29.65

Additional $1.00 per hour for entire crew when a helicopter is used. ** IMPORTANT NOTICE ** Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day. *Effective 05/06/2013, Tuesday thru Friday may be worked with no make-up day. NOTE - In order to use the '4 Day/10 Hour Work Schedule,' you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project.

SUPPLEMENTAL BENEFITS Per hour worked including holidays listed below: The following SUPPLEMENTAL BENEFITS apply to all classification categories of CONSTRUCTION, TRANSMISSION and DISTRIBUTION. $19.00 *plus 7.5% of hourly wage

$19.75 *plus 7.5% of hourly wage

$20.50 *plus 7.5% of hourly wage

*The 7.5% is based on the hourly wage paid, straight time rate or premium rate.

OVERTIME PAY See (B, E, Q,) on OVERTIME PAGE. *Note* Double time for all emergency work designated by the Dept. of Jurisdiction. NOTE: THE FOLLOWING RATES WILL APPLY ON ALL CONTRACTING AGENCY MANDATED MULTIPLE SHIFTS OF AT LEAST FIVE (5) DAYS DURATION WORKED BETWEEN THE HOURS LISTED BELOW: 1ST SHIFT 2ND SHIFT 3RD SHIFT

8:00 AM to 4:30 PM REGULAR RATE 4:30 PM to 1:00 AM REGULAR RATE PLUS 17.3 % 12:30 AM to 9:00 AM REGULAR RATE PLUS 31.4 %

HOLIDAY Paid Overtime

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

SUPPLEMENTS for holidays paid at straight time

REGISTERED APPRENTICES WAGES: 1000 hour terms at the following percentage of Journeyman's wage. Page 43

Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Last Published on Mar 01 2014

1st 60%

2nd 65%

3rd 70%

4th 75%

Published by the New York State Department of Labor PRC Number 2014002486 Niagara County

5th 80%

6th 85%

7th 90%

SUPPLEMENTAL BENEFITS: Same as Journeyman 6-1249a

Lineman Electrician - Teledata

03/01/2014

JOB DESCRIPTION Lineman Electrician - Teledata

DISTRICT 6

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

WAGES Per hour: FOR OUTSIDE WORK.

Cable Splicer Installer, Repairman Teledata Lineman Technician, Equipment Operator Groundman

07/01/2013

01/01/2014

$28.55 27.10 27.10 27.10 14.37

$29.12 27.64 27.64 27.64 14.66

NOTE: EXCLUDES Teledata work within ten (10) feet of High Voltage (600 volts and over) transmission lines. For this work please see LINEMAN.

SUPPLEMENTAL BENEFITS Per hour worked: $ 4.43 *plus 3% of wage paid

$ 4.43 *plus 3% of wage paid

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

OVERTIME PAY See (B, E, Q) on OVERTIME PAGE

HOLIDAY Paid: Overtime:

See (1) on HOLIDAY PAGE See (5, 6, 16) on HOLIDAY PAGE 6-1249LT - Teledata

Lineman Electrician - Traffic Signal Lighting

03/01/2014

JOB DESCRIPTION Lineman Electrician - Traffic Signal Lighting

DISTRICT 6

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

WAGES Lineman/Technician shall perform all overhead aerial work and make all electrical connections. A Groundman/Groundman Truck Driver shall: Build and set concrete forms, handle steel mesh, set footer cages, transport concrete in a wheelbarrow, hand or machine concrete vibrator, finish concrete footers, mix mortar, grout pole bases, cover and maintain footers while curing in cold weather, operate jack hammer, operate hand pavement breaker, a tamper, concrete and other motorized saws, as a drill helper, operate and maintain generators, water pumps, chain saws, sand blasting, operate mulching and seeding machine, air tools, electric tools, gas tools, load and unload materials, hand shovel and/or broom, prepare and pour mastic and other fillers, assist digger operator equipment operator in ground excavation and restoration, landscape work and painting. Only when assisting a lineman technician, a ground man/truck driver may install conduit, pipe, cables and equipment. A flagger's duties shall consist of traffic control only. Per hour: 07/01/2013

05/05/2014 Page 44

05/04/2015

05/02/2016

Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Last Published on Mar 01 2014

Published by the New York State Department of Labor PRC Number 2014002486 Niagara County

*Additional Lineman, Technician Crane, Crawler Backhoe Certified Welder Digging Machine Tractor Trailer Driver Groundman, Truck Driver Mechanic 1st Class Flagman

$39.19 39.19 41.15 35.27 33.31 31.35 31.35 23.51

$40.12 40.12 42.13 36.11 34.10 32.10 32.10 24.07

$41.04 41.04 43.09 36.94 34.88 32.83 32.83 24.62

$2.00 2.00 2.00 2.00 2.00 2.00 2.00 2.00

* To be allocated at a later date. Above rates applicable on all Lighting and Traffic Signal Systems with the installation, testing, operation, maintenance and repair of all traffic control and illumination projects, traffic monitoring systems, road weather information systems and the installation of Fiber Optic Cable. ** IMPORTANT NOTICE ** Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day. *Effective 05/06/2013, Tuesday thru Friday may be worked with no make-up day. NOTE - In order to use the '4 Day/10 Hour Work Schedule,' you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project.

SUPPLEMENTAL BENEFITS Per hour worked including holidays listed below: All classifications

$19.00 *plus 7.5% of hourly wage

$19.75 *plus 7.5% of hourly wage

$20.50 *plus 7.5% of hourly wage

*The 7.5% is based on the hourly wage paid, straight time rate or premium rate. Supplements paid at STRAIGHT TIME rate for holidays.

OVERTIME PAY See (B, E, Q) on OVERTIME PAGE. *Note* Double time for all emergency work designated by the Dept. of Jurisdiction NOTE: THE FOLLOWING RATES WILL APPLY ON ALL CONTRACTING AGENCY MANDATED MULTIPLE SHIFTS OF AT LEAST FIVE (5) DAYS DURATION WORKED BETWEEN THE HOURS LISTED BELOW: 1ST SHIFT 2ND SHIFT 3RD SHIFT

8:00 AM TO 4:30 PM REGULAR RATE 4:30 PM TO 1:00 AM REGULAR RATE PLUS 17.3% 12:30 AM TO 9:00 AM REGULAR RATE PLUS 31.4%

HOLIDAY Paid Overtime

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

REGISTERED APPRENTICES WAGES: 1000 hour terms at the following percentage of Journeyman's wage. 1st 60%

2nd 65%

3rd 70%

4th 75%

5th 80%

6th 85%

7th 90%

SUPPLEMENTAL BENEFITS: Same as Journeyman 6-1249a-LT

Lineman Electrician - Tree Trimmer

03/01/2014

JOB DESCRIPTION Lineman Electrician - Tree Trimmer

DISTRICT 6

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

WAGES Per hour:

Page 45

Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Last Published on Mar 01 2014

Published by the New York State Department of Labor PRC Number 2014002486 Niagara County

Applies to line clearance, tree work and right-of-way preparation on all new or existing energized overhead or underground electrical, telephone and CATV lines. This also would include stump removal near underground energized electrical lines, including telephone and CATV lines. 07/01/2013 Tree Trimmer Equipment Operator Mechanic Truck Driver Groundman Flag person

$ 22.08 19.48 19.48 16.46 13.51 9.62

SUPPLEMENTAL BENEFITS Per hour worked including holidays listed below: $ 8.30 *plus 3% of hourly wage * The 3% is based on the hourly wage paid, straight time rate or premium rate.

OVERTIME PAY See (B, E, Q) on OVERTIME PAGE

HOLIDAY Paid: Overtime:

See (5, 6, 8, 15, 16, 25) on HOLIDAY PAGE See (5, 6, 8, 15, 16, 25) on HOLIDAY PAGE 6-1249TT

Mason - Building

03/01/2014

JOB DESCRIPTION Mason - Building

DISTRICT 5

ENTIRE COUNTIES Erie, Niagara, Orleans

PARTIAL COUNTIES Cattaraugus: Only the Township of Perrysburg and the Village of Gowanda.

WAGES Per Hour:

Bricklayer Tuck Pointer Cement Mason* Plasterer* Stone Mason

07/01/2013

07/01/2014 Additional

07/01/2015 Additional

$ 30.56 30.56 30.56* 30.56* 30.56

$ 1.40 1.40 1.40* 1.40* 1.40

$ 1.40 1.40 1.40* 1.40* 1.40

* Applies only to Orleans County, all other areas have seperate rates. Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day. NOTE - In order to use the '4 Day/10 Hour Work Schedule,' you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project.

SUPPLEMENTAL BENEFITS Per hour worked: Journeyman

$ 20.82

OVERTIME PAY See (B, E, E2, Q) on OVERTIME PAGE

HOLIDAY Paid: Overtime:

See (1) on HOLIDAY PAGE See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICES Wages per hour: 1250 hour terms at the following wage: Page 46

Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Last Published on Mar 01 2014

1st $ 16.89

2nd $ 17.45

Published by the New York State Department of Labor PRC Number 2014002486 Niagara County

3rd $ 20.66

4th $ 24.42

3rd $ 15.93

4th $ 17.27

Supplemental benefits per hour worked: 1st $ 8.73

2nd $ 14.55

5-3B-Z3

Mason - Building

03/01/2014

JOB DESCRIPTION Mason - Building

DISTRICT 3

ENTIRE COUNTIES Erie, Niagara

PARTIAL COUNTIES Cattaraugus: Only the Township of Perrysburg and the Village of Gowanda.

WAGES Per hour:

07/01/2013

Plasterer $ 28.55 Additional $2.00/hr for work on swing stage over 20 feet.

SUPPLEMENTAL BENEFITS Per hour worked: $ 14.84

OVERTIME PAY Exterior work only See ( B, E, E2, Q ) on OVERTIME PAGE. All other work See ( B, E, Q ) on OVERTIME PAGE.

HOLIDAY Paid: Overtime:

See (1) on HOLIDAY PAGE See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICES Wages per hour: Hour terms at the following dollar amounts: 0 to 1000 to 2000 to 3000 to 4000 to 4700 to 5400 to 6000 $ 11.30 $ 12.30 $ 13.30 $ 14.30 $ 16.30 $ 17.30 $ 18.30 Supplemental benefits per hour worked: Hour terms at the following dollar amounts: 0 to 500 to 4700 to 5400 to 6000 $ 0.00 $ 2.00 $ 3.00 $ 4.00 3-9-Pltr

Mason - Building / Heavy&Highway

03/01/2014

JOB DESCRIPTION Mason - Building / Heavy&Highway

DISTRICT 3

ENTIRE COUNTIES Niagara

WAGES Per hour:

07/01/2013

07/01/2014 Additional Cement Mason $ 29.45 $ 1.20 Additional $0.25 per hr for Swing scaffold or exterior scaffold 42' or higher.

SUPPLEMENTAL BENEFITS Per hour paid: $ 25.42

OVERTIME PAY See (B, E, Q, V) on OVERTIME PAGE

HOLIDAY Paid: Overtime:

See (1) on HOLIDAY PAGE See (5, 6) on HOLIDAY PAGE Page 47

Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Last Published on Mar 01 2014

Published by the New York State Department of Labor PRC Number 2014002486 Niagara County

REGISTERED APPRENTICES Wages per hour: 750 hour terms at the following dollar amounts: 1st $ 12.65

2nd $ 13.65

3rd $ 14.65

4th $ 17.65

5th $ 19.65

6th $ 21.65

4th $ 12.37

5th $ 14.18

6th $ 17.05

Supplemental benefits per hour paid: 1st $ 5.26

2nd $ 7.88

3rd $ 9.43

3-111Niag

Mason - Heavy&Highway

03/01/2014

JOB DESCRIPTION Mason - Heavy&Highway

DISTRICT 5

ENTIRE COUNTIES Allegany, Broome, Chautauqua, Chemung, Chenango, Cortland, Delaware, Genesee, Livingston, Monroe, Ontario, Orleans, Otsego, Schuyler, Seneca, Steuben, Tioga, Tompkins, Wayne, Wyoming, Yates

PARTIAL COUNTIES Cattaraugus: Entire county except in the Township of Perrysburg and the Village of Gowanda only the Bricklayer classification applies. Erie: Only the Bricklayer classification applies. Niagara: Only the Bricklayer classification applies.

WAGES Per hour:

07/01/2013

06/01/2014 Additional

06/01/2015 Additional

$29.36 29.36

$1.26 1.26

$1.26 1.26

Cenment Mason Bricklayer

Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day. NOTE - In order to use the '4 Day/10 Hour Work Schedule,' you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project.g scaffold suspended from bridges.

SUPPLEMENTAL BENEFITS Per hour worked: Journeyman

$ 17.71

OVERTIME PAY See (B, E, E2, Q) on OVERTIME PAGE

HOLIDAY Paid: Overtime:

See (1) on HOLIDAY PAGE See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICES Wages per hour: 1500 hour terms at the following percentage of Journeyman's wage: 1st 50%

2nd 60%

3rd 70%

4th 80%

Supplemental benefits per hour worked: Appr. 1st term Appr. 2nd term to 4th term

$ 10.21 17.71 5-3h

Mason - Tile Finisher

03/01/2014

JOB DESCRIPTION Mason - Tile Finisher

DISTRICT 5

ENTIRE COUNTIES Erie, Niagara, Orleans

PARTIAL COUNTIES Cattaraugus: Only the Township of Perrysburg and the Village of Gowanda. Page 48

Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Last Published on Mar 01 2014

Published by the New York State Department of Labor PRC Number 2014002486 Niagara County

WAGES Per hour:

07/01/2013

Tile Finisher Marble, Slate, Terrazzo and Tile

$ 28.35

Mason Finisher

28.35

Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day. NOTE - In order to use the '4 Day/10 Hour Work Schedule,' you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project.

SUPPLEMENTAL BENEFITS Per hour worked:

$ 12.75

OVERTIME PAY See (B, E, E2, Q) on OVERTIME PAGE

HOLIDAY Paid: Overtime:

See (1) on HOLIDAY PAGE See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICES 1200 hours 1st and 2nd term and 1300 hours 3rd term at the following wages. 1st $ 14.89

2nd $ 17.37

3rd $ 23.31

2nd $ 7.23

3rd $ 9.54

Supplemental Benefits per hour worked: 1st $ 5.59

5-3TF - Z3

Mason - Tile Setter

03/01/2014

JOB DESCRIPTION Mason - Tile Setter

DISTRICT 5

ENTIRE COUNTIES Erie, Niagara, Orleans

PARTIAL COUNTIES Cattaraugus: Only in the Township of Perrysburg and the Village of Gowanda.

WAGES Per hour:

Tile Setter:

07/01/2013

07/01/2014 Additional

07/01/2015 Additional

$ 30.53

$ 1.40

$ 1.40

Marble, Slate, Terrazzo and Tile Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day. NOTE - In order to use the '4 Day/10 Hour Work Schedule,' you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project.

SUPPLEMENTAL BENEFITS Per hour worked:

$ 20.35

OVERTIME PAY See (B, E, E2, Q) on OVERTIME PAGE

HOLIDAY Paid: Overtime:

See (1) on HOLIDAY PAGE See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICES Wages per hour: 1250 hour terms at the following wage: 1st

2nd

3rd

4th Page 49

Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Last Published on Mar 01 2014

$ 16.53

$ 17.22

Published by the New York State Department of Labor PRC Number 2014002486 Niagara County

$ 20.35

$ 24.27

3rd $ 15.88

4th $ 17.02

Supplemental benefits per hour worked: 1st $ 8.83

2nd $ 14.52

5-3TS - Z3

Millwright

03/01/2014

JOB DESCRIPTION Millwright

DISTRICT 3

ENTIRE COUNTIES Genesee, Niagara, Orleans, Wyoming

WAGES Per hour:

07/01/2013

Millwright Certified Welder Hazardous Waste Work Air Supplied PPE

07/01/2014 Additional $ 1.51 1.51 1.51 1.51

$ 29.81 31.06 31.06 33.81

SUPPLEMENTAL BENEFITS Per hour Paid: $ 25.05

OVERTIME PAY See (B, E, *E2, Q) on OVERTIME PAGE *Or other condition beyond the employer's control, such as power failure, fire, or natural disaster.

HOLIDAY Paid: Overtime:

See (1) on HOLIDAY PAGE See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICES Wages per hour: 1300 hour terms at the following percentage of Journeyman's wage: 1st 60%

2nd 70%

3rd 80%

4th 90%

Supplemental Benefits per hour worked: 1st $ 9.40

2nd $ 20.36

3rd $ 21.92

4th $ 23.49 3-1163-Gen/Nia/Orl/Wyo

Operating Engineer - Building

03/01/2014

JOB DESCRIPTION Operating Engineer - Building

DISTRICT 3

ENTIRE COUNTIES Niagara

WAGES CLASS A1: Lattice boom cranes, and all other cranes over forty (40) ton capacity. (Additional long boom rate still applies when applicable.)

Page 50

Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Last Published on Mar 01 2014

Published by the New York State Department of Labor PRC Number 2014002486 Niagara County

CLASS A: All rollers used on finished blacktop, crane work shovels, derricks, steel erection, overhead or bridge cranes and clam buckets, trenchers, when excavation over six (6) feet in depth, back fillers, cable ways, drag lines, back hoes, pile-driving rigs, post drivers (except truck mounted post drivers), concrete mixers one (1) yard and over, tunnel mucking machines, and all tractors used in conjunction with scraper wagons, snow loader, all repair work on maintenance work under the supervision of a Master Mechanic, lubrication engineers, bulldozers, graders, blacktop spreaders, front and back loaders (except small types), power driven stone spreaders, portable stone crushers, and the following combination machines: Crawler or rubber tire tractors with blade or bucket and crane boom or hoe or shovel boom attached (except farm type crawler or rubber tire tractor unless used with hydraulic backhoe), compressor with paving breaker attached, graders with bulldozer blades, multiple drum hoists with air compressor when used simultaneously for more than one purpose and single drum hoist when used to hoist steel, power driver generator and compressor when used simultaneously and for any make of portable Concrete Batching Machine; automatic batch plant operator, concrete spreader operator and finishing machine operators, form puller, scraper, either double or single bowl; CMI grading machines, truck mounted concrete pump, self-propelled riding vibrators, hydraulic concrete joint hammers, Kolman loaders, concrete planners, mechanic, welder, Euclid Type Belt Loaders, Mechanical and Hydraulic pipe Pushing Machine, and all scoopmobiles, fork-lifts and hoists when lifting material an elevation higher than twenty-five (25) feet; Hydro Axe; Tree Bandit or similar Chipper; All Pavement Breakers except Hand Operated Pavement Breakers; Ingersol Rand LM 500 type Hydraulic Rock Drill; S-240 Lazer-Guided Screed. CLASS B: All elevators, material hoists, road rollers except on finished blacktop, Road Widener mounted on loader, tractors, pavement busters, trenchers excavating up to six (6) feet in depth, pumps over four (4) inches, concrete blowers, air compressors over one hundred sixty-five (165) cu. ft., compressors when used in banks of two (2) and not over three (3) (within a fifty (50) foot radius and if fuel is stored it will be stored within the same radius); gunite machine, winch tractors, locomotive, scoopmobiles, when used as a stationary hoist, or one used to lift material not in excess of twenty-five (25) feet, concrete pumps, conveyers, gas or diesel driven temporary light and power systems of twenty-five (25) kilowatt capacity or over, stone crushers and winch hoists mounted on trucks, all earth drills, LaTourneau turnatrailers, highlift hoists while used to lift material not over twenty-five (25) feet, gasoline heaters used in banks of two (2) and not over three (3) (within an area of one hundred (100) foot radius); and for two (2) but not over three (3) gasoline or diesel driven welding machines; trenchers on the back of a jeep, truck mounted post drivers, snow-go, small front or back loaders, bobcat type skid loader, small farm type crawler or rubber tire tractor with blade or bucket not to exceed one-half (1/2) yard capacity and single drum hoist for hoisting materials other than steel. Pug Machine, Pin Puller, self-propelled rollers not on finished blacktop and under seven (7) tons, or fork-lift while used to lift material not over twenty-five (25) feet. Parts room Engineer. CLASS C: Junior Engineer shall be employed as oilers or helpers on all cranes, shovels, draglines, erection machines, back hoes, all hydraulic and all lattice boom crawler cranes over eighty (80) ton capacity, and all lattice boom truck cranes over (60) ton capacity (except on rubber-tired or crawler all-terrain self-propelled hydraulic cranes, one seat operation of 80 tons or less), trenching machines which cut a trench over twenty-four (24) inches in width and in excess of a six (6) foot depth, all tractor-mounted concrete mixers one (1) yard or over, and portable batch machines. Junior Engineers shall be employed to operate pumps up to and including four (4) inches, compressors 165 cu. ft. per minute and under, gas or diesel driven temporary lighting or power systems of three (3) kilowatts in capacity up to twenty-five (25) kilowatts, and gas and electric vibrating machines. Shall assist in the placing of trucks. When there are three (3) or not in excess of six (6) oil fire heaters on a job. A Junior Engineer will be provided on rubberized equipment, when there is a separate cab to the house. Per hour:

07/01/2013

Master Mechanic $ 33.35 Asst Mast Mech 32.49 CLASS A1 33.37 CLASS A 31.77 CLASS B 30.18 CLASS C 26.46 Long Boom Rate (includes jib): over 100ft add 0.75/hr to base rate. over 200ft add 1.25/hr to base rate. over 300ft add 2.00/hr to base rate. Hazardous Waste add 2.50/hr to base rate. Full Air Apparatus add 4.00/hr to base rate.

07/01/2014 Additional $ 1.70 1.70 1.70 1.70 1.70 1.70

SUPPLEMENTAL BENEFITS Per hour worked: $ 24.90* *The half time portion of the overtime benefit is paid to the employee in wages.

OVERTIME PAY See (B, E, Q, W) on OVERTIME PAGE

HOLIDAY Paid: See (5, 20) on HOLIDAY PAGE Overtime: See (5, 6) on HOLIDAY PAGE Note - Holiday pay for the paid holidays listed is only required if the day is not worked.

REGISTERED APPRENTICES Wages per hour: Hour terms at the following percentage of Journeyman "B" wage: Page 51

07/01/2015 Additional $ 1.70 1.70 1.70 1.70 1.70 1.70

Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Last Published on Mar 01 2014

Published by the New York State Department of Labor PRC Number 2014002486 Niagara County

0 to 1000 to 2000 to 3000 to 4100 65% 70% 75% 80% Supplemental benefits per hour worked: $ 24.90* *The half time portion of the overtime benefit is paid to the employee in wages. 3-463b

Operating Engineer - Heavy&Highway

03/01/2014

JOB DESCRIPTION Operating Engineer - Heavy&Highway

DISTRICT 3

ENTIRE COUNTIES Niagara

WAGES CLASS A1: Lattice boom cranes, and all other cranes over forty (40) ton capacity. (Additional long boom rate still applies when applicable.) CLASS A: All repair work or maintenance work, Aggregate Plants (power), Asphalt Rollers, Asphalt Spreaders, Automatic Fine Grade Machines, Backfilling Machines, Backhoes / Excavators (all types), Ballast Regulator, Barges (All Powered Type), Batch Plants (Asphalt and Concrete, Automated and Non-Automated, Wet or Dry, Portable or Stationary), Bituminous Spreaders and Mixers, Boom Type Equipment (all), Boring Machines, Bulldozers, Bum Boats, Cableways, Cage Hoists, Cherry Pickers, CMI Grading Machines, Compressor (with paving breaker attached), Concrete Batching Machine (any make and portable), Concrete Curb and Gutter Machines, Concrete Curing Machines and Pumps, Concrete Finishing Machines including Tube Finishing Machines, Concrete Pavers including Slipform Pavers, Concrete Polishing Machine, Concrete Pumps (truck mounted), Concrete Spreader Machines, Concrete Spreaders including Placers, Crane (overhead or bridge cranes), Crane Operator (over 100 feet boom), Crane Operator (over 200 feet boom), Crane Operator (over 300 feet boom), Cranes (All) hydraulic & lattice - and all other cranes over forty (40) ton capacity, Crew Boats, Crushers including Portable Type, Decontamination of All Machines When Machine Needs to be Operated, Derricks, Draglines, Dredges, Drill Rigs, Drum Hoist (multiple with air compressor when used simultaneously for more than one purpose), Drum Hoist (single when used to hoist steel), Excavating Machines (all), Fabricating, Finishing Machine Operator, Fork-Lifts (lift higher than twenty-five (25) feet), Form Puller, Front End Loaders & Back Loaders, Gradalls, Graders (all types and sizes), Grading Machines (CMI), Hammers (Hydraulic Self-Propelled), Helicopter (Pilots, Communication, Signalmen, and Winch Operator), Hoist (which lift higher than twenty-five (25) feet), Hoist 1,2 or 3 Drums, Horizontal Directional Drill, Horizontal Directional Drill Locator, Hydraulic Concrete Joint Jammer, Hydraulic Dredges, Hydraulic Rock Drill (IngersollRand LM 500 type), Hydro-Demolition Blaster, Hydro Axe, Hydro Seeder (turret nozzle type - HEAVY HIGHWAY & TUNNEL ONLY), Hydro Spiker, Industrial Tractors, Loaders (All types and sizes), Lubrication Unit or Truck Operator, Mechanic, Milling Machines, Moles, Monorail Machines, Motorized Hydraulic Pin Pullers, Motorized Hydraulic Seeders, Mucking Machines, Pavement Breaker (self-propelled) Wertgen, PB-4 and similar type, Pile Driving Rigs, Pipe Pushing Machine (Mechanical & Hydraulic), Portable Stone Crushers, Power Augers, Power Driven Stone Spreaders, Power Form Tampers, Power Hydraulic Pipe Jack Machine or Similar Type Machine, Power Hydraulic Pumps (All), Power Hydraulic Rock Expander or Similar Type Machines, Power Material Hoppers, Power Plant/Houses, Power Posthole Diggers and Post Drivers, Rakes (Power) Self Propelled, Revinius Widener, Road Wideners, Robotic Remote Systems in Hazardous Environment (All operation and maintenance), Rotomill, Scraper (either single or double bowl), Screed Machine (vibratory, ride-on, laser-guided), Self Contained Drill (excluding track drill), Side Boom, Tie Extractor, Tie Handler, Tie Inserter, Tie Spacer when used as part of a Combination Machine, Tire Trucks and Tire Repair, Tower Crane (all), Tree Bandit (or similar chipper), Trenchers (excavation over four (4) feet in depth), Tug Boats - Marine Equipment (All Types Irrespective of Size and Motive Power), Tunnel Mucking Machines/Shovel, Turbo Jet Burner or Similar Equipment, Vibrators (self-propelled riding), Vibrator Compactor, Welder. CLASS B: Air Hoist (commonly known as air tugger when hoisting materials provided one (1) Engineer operates both machines and also provided the compressor and the tugger are not separated by more than one-hundred (100)feet), All Terrain Vehicle (with attachments/all wheel or track types/ customarily used by operating engineers/excluding transportation of workmen), Bobcat Loader or Forklift (which does not lift over twenty-five (25) feet), Blast or Rotary Drills (Truck Or Cat Mounted), Blowers For Burning Brush, Chip Machines and Stump Grinders, Churn Drills, Compressors (Irrespective of Type, Size, or Motive Power), Compressors (when used in banks of two (2) and not over three (3), within fifty (50) foot radius, if such is possible, but at least within a one hundred (100) foot radius, and if fuel is stored it will bewithin the same radius), Concrete Blowers, Concrete Breakers, Concrete Mixers (one (1) yard and over), Concrete Planer, Concrete Pumps/Stationary, Concrete Saws and/or Cutters (Self-Propelled), Conveyor Systems, Core Drill, Drill Doctor, Earth Drills/Core Drills (all), Elevators (all), Front and Back Loaders (under 1 yard capacity), Farm Tractors, Forklift (Irrespective of Size, Type or Motive Power), Gasoline Heaters, Generators, Grout Machines and Grout Pumps/Excluding Material Loading, Gunite Machines, Highlift Hoist (which does not lift over twenty-five (25) feet), Hoist/Winches 1-2-3 Drums (all), Hydraulic Concrete Joint Jammer, Jeep Trenchers, Jersey Spreaders, LeTourneau Turnatrailers, Locomotives (Irrespective of Size or Power), Mulching Machines, Parts Room Engineer, Pavement Busters, Pin Puller, Post Drivers, Power Brooms and Sweepers, Power Driven Generator and Compressor (when used simultaneously), Power Washers, Preventative Maintenance, Pug Machine, Pumps (All Types and Sizes, Irrespective of Motive Power or Material Being Pumped), Rock Bit Sharpeners (all Types), Rollers (all) except the finish blacktop roller, Rotary Tillers, Rotomills, Rubber Tire Tractor with blade or bucket (not to exceed one-half (1/2) yard capacity), Spudding Drills, Steam Jennys and Cleaners, Stone Crushers and Winch Hoists Mounted on Trucks, Strato Tower, Tapping Machines, Temporary Lighting (gas or diesel driven and power systems of twenty five (25) kilowatt capacity or over), Temporary Waste Water Treatment Plants, Trenchers (all - 4 ft. depth max.), Vacuum Truck, Welding Machines (all Types, Sizes, Irrespective of Motive Power), Well Drilling Machines, Winch Truck with "A" Frame.

Page 52

Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Last Published on Mar 01 2014

Published by the New York State Department of Labor PRC Number 2014002486 Niagara County

CLASS C: Junior Engineers shall be employed on rubberized equipment when there is a separate cab to the house, all gasoline, oil, electric, air or steam operated shovels, cranes, draglines, dredges, derrick boats, concrete pavers, (excluding stationary setup), pile drivers, gradalls, hydro-cranes, automated batch-plants (wet or dry mix plants), and shall drive truck cranes. All Tower Cranes irrespective of size. A road widener attachment for a front end loader shall require a junior engineer. Their duties shall be to assist the Engineer in oiling, greasing, and preparing all machines, giving signals when necessary and chaining of buckets and scale boxes. Per hour: 07/01/2013 Heavy/Highway, Sewer/Water: Master Mechanic $ 34.51 Asst Mast Mech 33.51 CLASS A1 34.74 CLASS A 32.74 CLASS B 31.03 CLASS C 26.83

07/01/2014 Additional $ 1.95 1.95 1.95 1.95 1.95 1.95

07/01/2015 Additional $ 1.95 1.95 1.95 1.95 1.95 1.95

$ 1.95 1.95 1.95 1.95 1.95 1.95

$ 1.95 1.95 1.95 1.95 1.95 1.95

Tunnel: Master Mechanic $ 36.04 Asst Mast Mech 35.06 CLASS A1 36.28 CLASS A 34.28 CLASS B 32.56 CLASS C 28.38 Long Boom Rate (includes jib): over 100ft add 1.00/hr to base rate. over 200ft add 1.50/hr to base rate. over 300ft add 2.00/hr to base rate. Hazardous Waste add 3.00/hr to base rate. Full Air Apparatus add 4.00/hr to base rate.

When shift work is mandated either in the job specification or by the contracting agency the following premiums apply: 1.00/hr for 2nd shift work. 1.50/hr for 3rd shift work.

SUPPLEMENTAL BENEFITS Per hour worked: $ 25.90* * The premium portion of the overtime benefits is paid to the employee in wages.

OVERTIME PAY See (B, E, Q, V) on OVERTIME PAGE

HOLIDAY Paid: Overtime:

See (5, 6) on HOLIDAY PAGE See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICES Wages per hour: Hour terms at the following percentage of Journeyman "B" wage: 0 to 1000 to 2000 to 3000 to 4100 65% 70% 75% 80% Supplemental benefits per hour worked: $ 25.90* * The premium portion of the overtime benefits is paid to the employee in wages. 3-463hh/sw/t

Operating Engineer - Marine Construction

03/01/2014

JOB DESCRIPTION Operating Engineer - Marine Construction

DISTRICT 4

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

WAGES Per Hour: Page 53

Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Last Published on Mar 01 2014

DREDGING OPERATIONS CLASS A Operator, Leverman, Lead Dredgeman

Published by the New York State Department of Labor PRC Number 2014002486 Niagara County

07/01/2013 $ 32.89

CLASS A1 Dozer,Front Loader Operator

To conform to Operating Engineer Prevailing Wage in locality where work is being performed including benefits.

CLASS B Spider/Spill Barge Operator, Tug Operator(over1000hp), OperatorII, Fill Placer, Derrick Operator, Engineer, Chief Mate, Electrician, Chief Welder, Maintenance Engineer

$ 28.49

Certified Welder, Boat Operator(licensed)

$ 26.84

CLASS C Drag Barge Operator, Steward, Mate, Assistant Fill Placer,

$ 26.14

Welder (please add)$ 0.06 Boat Operator

$ 25.29

CLASS D Shoreman, Deckhand, Rodman, Scowman, Cook, Messman, Porter/Janitor

$ 21.09

Oiler(please add)$ 0.09

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

All Classes A & B

07/01/2013 $ 8.45 plus 7% of straight time wage overtime hours add $ 0.63

All Class C

$ 8.10 plus 8% of straight time wage overtime hours add $ 0.48

All Class D

$ 7.85 plus 8% of straight time wage overtime hours add $ 0.33

OVERTIME PAY See (B, F, R) on OVERTIME PAGE

HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 8, 15, 26) on HOLIDAY PAGE 4-25a-MarConst

Operating Engineer - Survey Crew

03/01/2014

JOB DESCRIPTION Operating Engineer - Survey Crew

DISTRICT 6

ENTIRE COUNTIES Page 54

Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Last Published on Mar 01 2014

Published by the New York State Department of Labor PRC Number 2014002486 Niagara County

Albany, Allegany, Broome, Cayuga, Chemung, Chenango, Clinton, Columbia, Cortland, Essex, Franklin, Fulton, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Niagara, Oneida, Onondaga, Ontario, Oswego, Otsego, Rensselaer, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Tioga, Tompkins, Warren, Washington, Wayne, Yates

PARTIAL COUNTIES Dutchess: : The Northern portion of the county from the Northern 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 of Batavia

WAGES Per hour: SURVEY CLASSIFICATIONS: Party Chief- One who directs a survey party. Instrument person- One who runs the instrument and assists the Party Chief. Rod person- One who holds the rods and, in general, assists the Survey Party. 07/01/2013 Party Chief Instrument person Rod person

07/01/2014

$ 34.02 31.16 22.75

$ 35.49 32.53 23.83

07/01/2015 $ 36.53 33.46 24.46

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

SUPPLEMENTAL BENEFITS Per hour worked: Journeyman

$ 22.25

$ 22.75

$ 23.75

OVERTIME PAY See (B, E, Q) on OVERTIME PAGE

HOLIDAY Paid: Overtime:

See (5, 6) on HOLIDAY PAGE See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICES WAGES: One year or 1000 hour terms at the following wage rates. 07/01/2013 1st year 2nd year 3rd year

07/01/2014

$ 13.65 15.93 18.20

07/01/2015

$ 14.30 16.68 19.06

$ 14.68 17.12 19.57

$ 22.75

$ 23.75

SUPPLEMENTAL BENEFITS per hour worked: $ 22.25

6-545 D.H.H.

Operating Engineer - Survey Crew - Consulting Engineer JOB DESCRIPTION Operating Engineer - Survey Crew - Consulting Engineer

03/01/2014 DISTRICT 6

ENTIRE COUNTIES Albany, Allegany, Broome, Cayuga, Chemung, Chenango, Clinton, Columbia, Cortland, Essex, Franklin, Fulton, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Niagara, Oneida, Onondaga, Ontario, Oswego, Otsego, Rensselaer, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Tioga, Tompkins, Warren, Washington, Wayne, Yates

PARTIAL COUNTIES Dutchess: The northern portion of the county from the northern 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 lies within the City of Batavia.

WAGES Per hour: Feasibility and preliminary design surveying, line and grade surveying for inspection or supervision of construction Page 55

Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Last Published on Mar 01 2014

Published by the New York State Department of Labor PRC Number 2014002486 Niagara County

when performed under a Consulting Engineer Agreement. SURVEY CLASSIFICATIONS: Party Chief- One who directs a survey party. Instrument person- One who runs the instrument and assists the Party Chief. Rod person- One who holds the rods and in general, assists the Survey Party.

Party Chief Instrument person Rod person

07/01/2013

07/01/2014

07/01/2015

$34.02 31.16 22.75

$35.49 32.53 23.83

$36.53 33.46 24.46

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

SUPPLEMENTAL BENEFITS Per hour worked: $22.25

$22.75

$23.75

OVERTIME PAY See (B, E, Q) on OVERTIME PAGE

HOLIDAY Paid: Overtime:

See (5, 6) on HOLIDAY PAGE See (5, 6) on HOLIDAY PAGE 6-545 DCE

Painter

03/01/2014

JOB DESCRIPTION Painter

DISTRICT 3

ENTIRE COUNTIES Allegany, 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

WAGES Per hour: Bridge* Tunnel* Tank*

07/01/2013 $ 36.95 36.95 34.95

05/01/2014 Additional $ 2.00 2.00 2.00

05/01/2015 Additional $ 2.25 2.25 2.25

For Bridge Painting Contracts, ALL WORKERS on and off the bridge (including Flagmen) are to be paid Painter's Rate; the contract must be ONLY for Bridge Painting. Tank rate applies to indoor and outdoor tanks, tank towers, standpipes, digesters, waste water treatment tanks, chlorinator tanks, etc. Covers all types of tanks including but not limited to steel tanks, concrete tanks, fiberglass tanks, etc. * Note an additional $1.00 per hour is required when the contracting agency or project specification requires any shift to start prior to 6:00am or after 12:00 noon.

SUPPLEMENTAL BENEFITS Per hour worked: $ 22.00

OVERTIME PAY Exterior 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 is produced Monday through Friday when work was available to the employee.

HOLIDAY Paid: Overtime:

See (1) on HOLIDAY PAGE See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICES Wages per hour: 750 hour terms at the following percentage of Journeyman's wage rate: Page 56

Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Last Published on Mar 01 2014

1st 50%

2nd 55%

3rd 60%

4th 65%

Published by the New York State Department of Labor PRC Number 2014002486 Niagara County

5th 75%

6th 85%

Supplemental benefits per hour worked: 1st & 2nd terms 3rd & 4th terms 5th & 6th terms

$ 3.02 5.02 6.02 3-4-Bridge, Tunnel, Tank

Painter

03/01/2014

JOB DESCRIPTION Painter

DISTRICT 3

ENTIRE COUNTIES Allegany, Erie, Genesee, Niagara, Orleans, Wyoming

PARTIAL COUNTIES Cattaraugus: Entire County except the Townships of Conewango, Leon, Napoli, New Albion, Randolph and South Valley. Chautauqua: Only the Townships of Awkright, Dunkirk, Hanover, Pomfret, Portland, Sheridan and Villenova. Livingston: Only the Townships of North Dansville, Nunda, Ossian,Portage, Sparta, Spring Water and West Sparta. Steuben: Only the Townships of Avoca, Canisteo, Cohocton, Dansville,Fremont, Greenwood, Hartsville, Hornellsville, Howard, Jasper, Prattsburg, Pulteney, Troupsburg, Tuscarora, Urbana, Wayland, Wayne, Woodhull, West Union, Wheeler, and the City of Hornell.

WAGES Per hour:

07/01/2013

Basic Rate (Brush & Roll) Spray painting, wallcovering Abrasive and hyroblasting Taping/DryWall Finisher Skeleton Steel*

$ 25.00 25.25 25.25 25.50 25.75

05/01/2014 Additional $ 1.04 1.04 1.04 1.04 1.04

05/01/2015 Additional $ 1.09 1.09 1.09 1.09 1.09

* Skeleton Steel: No floors, walls or ceiling are constructed, including radio and television towers, flagpoles, smokestacks, cranes and the abatement of coatings with lead, asbestos and/or arsenic, etc. All work within the confines of a plant shall be paid the skeleton steel rate (except in-plant tank work (see Tank Rate)). ** IMPORTANT NOTICE - EFFECTIVE 04/01/2009 ** Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day. NOTE - In order to use the '4 Day/10 Hour Work Schedule,' you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project.

SUPPLEMENTAL BENEFITS Per hour worked: $ 20.24

OVERTIME PAY Exterior 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 is produced Monday through Friday when work was available to the employee.

HOLIDAY Paid: Overtime:

See (1) on HOLIDAY PAGE See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICES Wages per hour: Painter/Decorator: 750 hour terms at the following percentage of Journeyman's Basic wage rate: 1st 2nd 3rd 4th 5th 6th 7th 8th 50% 55% 60% 65% 70% 75% 80% 90% Taper/Drywall Finisher: 750 hour terms at the following percentage of Journeyman's Taper wage: 1st 2nd 3rd 4th 5th 6th 50% 55% 60% 65% 75% 85% Supplemental benefits per hour worked: Painter/Decorator and Taper/Drywall Finisher: 1st & 2nd terms

$ 2.02 Page 57

Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Last Published on Mar 01 2014

3rd & 4th terms All other terms

Published by the New York State Department of Labor PRC Number 2014002486 Niagara County

5.02 6.02 3-4-Buf, Nia, Olean

Painter - Metal Polisher

03/01/2014

JOB DESCRIPTION Painter - Metal Polisher

DISTRICT 9

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

WAGES 07/01/2013 Metal Polisher Metal Polisher** Metal Poilsher***

$ 27.15 $ 28.24 $ 30.65

**Note: Applies on New Construction & complete renovation *** Note: Applies when working on scaffolds over 34 feet.

SUPPLEMENTAL BENEFITS Per Hour:

07/01/2013

Journeyworker: All classification

$ 13.61

OVERTIME PAY See (B, E, E2, P, T) on OVERTIME PAGE

HOLIDAY Paid: Overtime:

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

REGISTERED APPRENTICES Wages per hour: One (1) year term at the following wage rates: 1st $11.00

2nd $12.50

3rd $15.50

Supplentals benefits: Per hour paid: 1st $ 9.94

2nd $10.31

3rd $10.51 9-8A/28A-MP

Plumber

03/01/2014

JOB DESCRIPTION Plumber

DISTRICT 3

ENTIRE COUNTIES Erie, Niagara, Wyoming

PARTIAL COUNTIES Allegany: Only the Townships of Allen, Angelica, Belfast, Caneadea, Centerville, Granger, Hume, New Hudson and Rushford Cattaraugus: Only the Townships of Ashford, Dayton, East Otto, Ellicottville, Farmersville, Franklinville, Freedom, Leon, Lyndon, Machias, Mansfield, New Albion, Otto, Perrysburg, Persia and Yorkshire. Chautauqua: Only the Townships of Arkwright, Charlotte, Cherry Creek, Dunkirk, Hanover, Pomfret, Portland, Ripley, Sheridan, Stockton, Villenova and Westfield. Genesee: Only the Townships of Alabama, Alexander, Batavia, Darien, Elba, Oakfield, Pembroke and the City of Batavia. Orleans: Only the Townships of Ridgeway, Shelby and Yates.

WAGES Per hour: Plumber Steamfitter

07/01/2013 $ 32.18* 32.18*

*Note - Add 10% (ten-percent) to wage when HAZMAT training is required or when OSHA compliant respirator protection is required.

SUPPLEMENTAL BENEFITS Page 58

Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Last Published on Mar 01 2014

Published by the New York State Department of Labor PRC Number 2014002486 Niagara County

Per hour worked: $ 21.05* * Note - $2.00 of this amount must be paid at the same premium as the wage.

OVERTIME PAY See (*B1, Q) on OVERTIME PAGE * 9th and 10th hour on Saturday to be paid at time and one half.

HOLIDAY Paid: Overtime:

See (1) on HOLIDAY PAGE See (5, 6, 16) on HOLIDAY PAGE

REGISTERED APPRENTICES Wages per hour: One year terms at the following percentage of Journeyman's wage: 1st 2nd 3rd 45% 55% 65% Add $1.00 per hour for Hazmat work.

4th 75%

5th 90%

Supplemental benefits per hour worked: $ 17.22* * Note - $2.00 of this amount must be paid at the same premium as the wage. 3-22-Buffalo, Niagara

Roofer

03/01/2014

JOB DESCRIPTION Roofer

DISTRICT 3

ENTIRE COUNTIES Erie, Genesee, Niagara, Orleans, Wyoming

WAGES Per hour:

07/01/2013

Asbestos Removal Slate, Tile Precast tile / slabs Crete / gypsum planks Damp and waterproofer Composition, spayers, Aspalt mastic, Steep roofers

$ 28.25 25.40 25.40 25.40 25.25 25.25 25.25 25.25

SUPPLEMENTAL BENEFITS Per hour worked: $ 18.95

OVERTIME PAY See (B, *E, **E2, Q) on OVERTIME PAGE * and ** Double time after 8 hours on Saturday.

HOLIDAY Paid: Overtime:

See (1) on HOLIDAY PAGE See (5, 6) on HOLIDAY PAGE

REGISTERED APPRENTICES Wages per hour: Hour terms at the following percentage of Journeyman's wage: 0 to 1000 to 2000 to 2500 to 3000 to 3500 to 4000 to 4500 50% 55% 60% 65% 70% 75% 80% Supplemental benefits per hour worked: 0 to 1000 to 2000 to 2500 to 3000 to 3500 to 4000 to 4500 $ 0.00 $ 9.50 $ 14.22 $ 14.73 $ 15.22 $ 15.72 $ 16.21 3-74

Sheetmetal Worker

03/01/2014 Page 59

Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Last Published on Mar 01 2014

Published by the New York State Department of Labor PRC Number 2014002486 Niagara County

JOB DESCRIPTION Sheetmetal Worker

DISTRICT 3

ENTIRE COUNTIES Erie, Genesee, Niagara, Orleans, Wyoming

WAGES Per hour:

07/01/2013 $ 32.50 Additional $0.50 per hour for work 30' above floor on boatswain chair. Additional $1.00 per hour for work in "Hot" areas of Atomic Laboratories.

SUPPLEMENTAL BENEFITS Per hour worked: $ 19.70* * Note - $14.27 of this amount must be paid at the same premium as the wage.

OVERTIME PAY See (B, E, Q) on OVERTIME PAGE

HOLIDAY Paid: Overtime:

See (1) on HOLIDAY PAGE See (5, 6, 16) on HOLIDAY PAGE

REGISTERED APPRENTICES Wages per hour: One year terms at the following wage: 1st term 2nd term 3rd term 4th term 5th term

$ 14.63 18.88 20.24 24.33 27.05

Supplemental benefits per hour: 1st term 2nd term 3rd term 4th term 5th term

$ 11.49 14.11 17.34 18.12 18.65

Note - $6.06 of this amount must be paid at the same premium as the wage. Note - $8.68 of this amount must be paid at the same premium as the wage. Note - $11.91 of this amount must be paid at the same premium as the wage. Note - $12.69 of this amount must be paid at the same premium as the wage. Note - $13.22 of this amount must be paid at the same premium as the wage. 3-71

Sprinkler Fitter

03/01/2014

JOB DESCRIPTION Sprinkler Fitter

DISTRICT 1

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

WAGES Per hour Sprinkler Fitter

07/01/2013 $ 29.83

SUPPLEMENTAL BENEFITS Per hour worked Journeyman

$ 20.52

OVERTIME PAY See (B, E, Q) on OVERTIME PAGE

HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6) on HOLIDAY PAGE Note: When a holiday falls on Sunday, the following Monday shall be considered a holiday and all work performed on either day shall be at the double time rate. When a holiday falls on Saturday, the preceding Friday shall be considered a holiday and all work performed on either day shall be at the double time rate.

REGISTERED APPRENTICES Wages per hour For Apprentices HIRED PRIOR TO 04/01/2010: Page 60

Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Last Published on Mar 01 2014

Published by the New York State Department of Labor PRC Number 2014002486 Niagara County

One Half Year terms at the following wage 1st $ 15.08

2nd $ 15.08

3rd $ 16.26

4th $ 17.77

5th $ 19.28

6th $ 20.79

7th $ 22.29

8th $ 23.80

9th $ 25.31

10th $ 26.82

5th $ 19.28

6th $ 20.79

7th $ 22.29

8th $ 23.80

9th $ 25.31

10th $ 26.82

Supplemental Benefits per hour worked 07/01/2013 1st & 2nd Terms $ 8.60 3rd Term 14.87 4th Term 14.91 5th Term 20.21 6th Term 20.25 7th Term 20.30 8th Term 20.34 9th Term 20.39 10th Term 20.43 For Apprentices HIRED ON OR AFTER 04/01/2010: One Half Year terms at the following wage 1st $ 13.57

2nd $ 15.08

3rd $ 16.26

4th $ 17.77

Supplemental Benefits per hour worked 07/01/2013 1st Term $ 8.56 2nd Term 8.60 3rd Term 14.87 4th Term 14.91 5th Term 15.46 6th Term 15.50 7th Term 15.55 8th Term 15.59 9th Term 15.64 10th Term 15.68 1-669

Teamster - Building / Heavy&Highway

03/01/2014

JOB DESCRIPTION Teamster - Building / Heavy&Highway

DISTRICT 3

ENTIRE COUNTIES Erie, Niagara

PARTIAL COUNTIES Genesee: Only in the Townships of Alabama, Darien and Pembroke. Orleans: Only the Townships of Ridgeway, Shelby and Yates. Wyoming: Only in the Townships of Arcade, Bennington, Java and Sheldon.

WAGES GROUP 1: Warehousemen, Yardmen, Truck Helpers, Pickups, Panel Trucks, Flatboy Material Trucks (straight jobs), Single Axle Dump Trucks, Dumpsters, Material Checkers and Receivers, Greasers, Truck Tiremen, Mechanics Helpers and Parts Chasers. GROUP 2: Tandems and Batch Trucks, Mechanics, Dispatcher. GROUP 3: Semi-Trailers, Low-Boy Trucks, Asphalt Distributor Trucks and Agitator, Mixer Trucks and dumpcrete type vehicles, Truck Mechanic, Fuel Trucks GROUP 4: Specialized Earth Moving Equipment, Euclid type, or similar off-highway, where not self-loading, Straddle (Ross) Carrier, and self -contained concrete mobile truck. GROUP 5: Off-highway Tandem Back-Dump, Twin Engine Equipment and Double-Hitched Equipment where not self-loading.

Per hour: 07/01/2013 07/01/2014 07/01/2015 All GROUPS $ 32.61 $ 33.96 $ 35.30 Add $2.00 when required to use personal protection when performing hazardous waste removal work. Page 61

Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Last Published on Mar 01 2014

Published by the New York State Department of Labor PRC Number 2014002486 Niagara County

An additional $1.00 per hour is required when a single irregular work shift starting any time from 5:00PM to 1:00AM is mandated either in the job specification or by the contracting agency.

SUPPLEMENTAL BENEFITS Per hour worked: $ 10.63* $ 10.98* *Note - Only $ 4.85 per hour needs to be paid for overtime hours.

$ 11.34*

OVERTIME PAY See (B, G, P) on OVERTIME PAGE

HOLIDAY Paid: Overtime:

See (5, 6) on HOLIDAY PAGE See (5, 6) on HOLIDAY PAGE 3-449

Teamster - Building / Heavy&Highway

03/01/2014

JOB DESCRIPTION Teamster - Building / Heavy&Highway

DISTRICT 3

ENTIRE COUNTIES Erie, Niagara

PARTIAL COUNTIES Genesee: Only in the Townships of Alabama, Darin and Pembroke. Orleans: Only the Townships of Ridgeway, Shelby and Yates. Wyoming: Only in the Townships of Arcade, Bennington, Java and Sheldon.

WAGES Per hour: Dump Truck Operator

07/01/2013 $ 18.00

07/01/2014 $ 18.45

07/01/2015 $ 18.95

SUPPLEMENTAL BENEFITS Per hour worked: $ 1.59

OVERTIME PAY See (B, J) on OVERTIME PAGE Note - Time and one half shall be paid for work in excess of five (5) days per week.

HOLIDAY Paid: Overtime:

See (5, 6) on HOLIDAY PAGE See (5, 6) on HOLIDAY PAGE 3-449d-DT

Welder

03/01/2014

JOB DESCRIPTION Welder

DISTRICT 1

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

WAGES Per hour Welder

07/01/2013 (To be paid the same rate of the mechanic performing the work)

OVERTIME PAY HOLIDAY 1-As Per Trade

Page 62

Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Last Published on Mar 01 2014

Published by the New York State Department of Labor PRC Number 2014002486

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

( B1 )

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

(A )

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

( AA )

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

( E3 )

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

(B )

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

( S1 )

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

( E5 )

Double time after 8 hours on Saturdays

( B2 )

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

(C )

Double the hourly rate after 7 hours per day

( C1 )

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

(D )

Double the hourly rate after 8 hours per day

( D1 )

Double the hourly rate after 9 hours per day

(E )

Time and one half of the hourly rate on Saturday

( E1 )

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

( E2 )

Saturday may be used as a make-up day at straight time when a day is lost during that week due to inclement weather

( E4 )

Saturday and Sunday may be used as a make-up day at straight time when a day is lost during that week due to inclement weather

(F )

Time and one half of the hourly rate on Saturday and Sunday

(G )

Time and one half of the hourly rate on Saturday and Holidays

(H )

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

(I )

Time and one half of the hourly rate on Sunday

(J )

Time and one half of the hourly rate on Sunday and Holidays

(K )

Time and one half of the hourly rate on Holidays

(L )

Double the hourly rate on Saturday

(M )

Double the hourly rate on Saturday and Sunday

(N )

Double the hourly rate on Saturday and Holidays

(O )

Double the hourly rate on Saturday, Sunday, and Holidays

(P )

Double the hourly rate on Sunday

(Q )

Double the hourly rate on Sunday and Holidays

(R )

Double the hourly rate on Holidays

(S )

Two and one half times the hourly rate for Holidays, if worked Page 63

Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Last Published on Mar 01 2014

Published by the New York State Department of Labor PRC Number 2014002486

(T )

Triple the hourly rate for Holidays, if worked

(U )

Four times the hourly rate for Holidays, if worked

(V )

Including benefits at SAME PREMIUM as shown for overtime

(W )

Time and one half for benefits on all overtime hours.

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

Page 64

Prevailing Wage Rates for 07/01/2013 - 06/30/2014 Last Published on Mar 01 2014

Published by the New York State Department of Labor PRC Number 2014002486

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

(1)

None

(2)

Labor Day

(3)

Memorial Day and Labor Day

(4)

Memorial Day and July 4th

(5)

Memorial Day, July 4th, and Labor Day

(6)

New Year's, Thanksgiving, and Christmas

(7)

Lincoln's Birthday, Washington's Birthday, and Veterans Day

(8)

Good Friday

(9)

Lincoln's Birthday

( 10 )

Washington's Birthday

( 11 )

Columbus Day

( 12 )

Election Day

( 13 )

Presidential Election Day

( 14 )

1/2 Day on Presidential Election Day

( 15 )

Veterans Day

( 16 )

Day after Thanksgiving

( 17 )

July 4th

( 18 )

1/2 Day before Christmas

( 19 )

1/2 Day before New Years

( 20 )

Thanksgiving

( 21 )

New Year's Day

( 22 )

Christmas

( 23 )

Day before Christmas

( 24 )

Day before New Year's

( 25 )

Presidents' Day

( 26 )

Martin Luther King, Jr. Day

( 27 )

Memorial Day

Page 65

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

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

Submitted By:

Contracting Agency

(Check Only One)

Architect or Engineering Firm

Public Work District Office

Date:

A. Public Work Contract to be let by: (Enter Data Pertaining to Contracting/Public Agency) 1. Name and complete address

(Check if new or change)

2. NY State Units (see Item 5)

01 DOT

04 State University Construction Fund 05 Mental Hygiene Facilities Corp.

12 County 13 Other Non-N.Y. State

02 OGS

03 Dormitory Authority

Telephone: ( E-Mail:

)

Fax: (

)

check if new or change) 3. SEND REPLY TO ( Name and complete address:

07 City 08 Local School District 09 Special Local District, i.e., Fire, Sewer, Water District 1O Village 11 Town

(Describe)

06 OTHER N.Y. STATE UNIT

4. SERVICE REQUIRED. Check appropriate box and provide project information. New Schedule of Wages and Supplements. APPROXIMATE BID DATE :

Additional Occupation and/or Redetermination

Telephone:( E-Mail:

Fax: (

)

)

PRC NUMBER ISSUED PREVIOUSLY FOR

OFFICE USE ONLY

THIS PROJECT :

B. PROJECT PARTICULARS 5.

6.

Project Title Description of Work

Location of Project: Location on Site Route No/Street Address

Village or City

Contract Identification Number

Town

Note: For NYS units, the OSC Contract No.

County

7. Nature of Project - Check One: 1. New Building 2. Addition to Existing Structure 3. Heavy and Highway Construction (New and Repair) 4. New Sewer or Waterline 5. Other New Construction (Explain) 6. Other Reconstruction, Maintenance, Repair or Alteration

7. Demolition 8. Building Service Contract

8.

OCCUPATION FOR PROJECT :

Construction (Building, Heavy Highway/Sewer/Water) Tunnel Residential Landscape Maintenance Elevator maintenance Exterminators, Fumigators Fire Safety Director, NYC Only

9. Has this project been reviewed for compliance with the Wicks Law involving separate bidding? 10. Name and Title of Requester

PW-39 (04.11)

Signature SEE PAGE TWO FOR LAWS RELATING TO PUBLIC WORK CONTRACTS

Guards, Watchmen Janitors, Porters, Cleaners, Elevator Operators Moving furniture and equipment Trash and refuse removal Window cleaners Other (Describe)

YES

NO

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

LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT

Under Article 8 and Article 9 of the NYS Labor Law, a contractor, sub-contractor and/or its successor shall be debarred and ineligible to submit a bid on or be awarded any public work or public building service contract/sub-contract with the state, any municipal corporation or public body for a period of five (5) years from the date of debarment when: • Two (2) final determinations have been rendered within any consecutive six-year (6) period determining that such contractor, sub-contractor and/or its successor has WILLFULLY

failed

to

pay

the

prevailing

wage

and/or

supplements

• One (1) final determination involves falsification of payroll records or the kickback of wages and/or supplements NOTE: The agency issuing the determination and providing the information, is denoted under the heading ‘Fiscal Officer’. DOL = NYS Dept. of Labor; NYC = New York City Comptroller's Office; AG = NYS Attorney General’s Office; DA = County District Attorney’s Office. A list of those barred from bidding, or being awarded, any public work contract or subcontract with the State, under section 141-b of the Workers' Compensation Law, may be obtained at the following link, on the NYS DOL Website: https://dbr.labor.state.ny.us/EDList/searchPage.do

NYSDOL Bureau of Public Work Debarment List

03/11/2014

Article 8 AGENCY

Fiscal Officer

DOL

DOL

DOL

NYC

DOL

DOL

DOL

DOL

DOL

NYC

DOL

FEIN

ADDRESS

DEBARMENT START DATE

DEBARMENT END DATE

4618 FOSTER AVE LLC

C/O KAHAN & KAHAN 225 BROADWAY-SUITE 715NEW YORK NY 10007

02/05/2013

02/05/2018

A & T IRON WORKS INC

25 CLIFF STREET NEW ROCHELLE NY 10801

12/21/2009

12/21/2014

A ULIANO & SON LTD

22 GRIFFEN COURT MILLER PLACE NY 11746

10/26/2010

10/26/2015

A ULIANO CONSTRUCTION

22 GRIFFEN COURT MILLER PLACE NY 11746

10/26/2010

10/26/2015

*****5804

AAR/CO ELECTRIC INC

5902 AVENUE N BROOKLYN NY 11234

03/20/2009

03/20/2014

NYC

*****4486

ABBEY PAINTING CORP

21107 28TH AVENUE BAYSIDE NY 11360

07/02/2012

07/02/2017

DOL

DOL

*****9095

ABDO TILE CO

6179 EAST MOLLOY ROAD EAST SYRACUSE NY 13057

06/25/2010

07/02/2017

DOL

DOL

*****9095

ABDO TILE COMPANY

6179 EAST MOLLOY ROAD EAST SYRACUSE NY 13057

06/25/2010

07/02/2017

DOL

DOL

*****8488

ABELCRAFT OF NEW YORK CORP

640 ASHFORD AVENUE ARDSLEY NY 10502

08/27/2013

08/27/2018

DOL

DOL

*****1219

ABSOLUTE GENERAL CONTRACTING INC

1229 AVENUE U BROOKLYN NY 11229

01/28/2013

01/28/2018

DOL

DOL

*****4539

ACCOMPLISHED WALL SYSTEMS INC

112 OSCAWANA HEIGHTS ROAD PUTNAM VALLEY NY 10542

08/27/2013

08/27/2018

DOL

DOL

ADAM A CEMERYS

2718 CURRY ROAD SCHENECTADY NY 12303

07/08/2010

07/08/2015

DOL

DOL

ADAM'S FLOOR COVERING LLC

2718 CURRY ROAD SCHENECTADY NY 12303

07/08/2010

02/15/2017

DOL

DOL

ADESUWA UWUIGBE

P O BOX 21-1022 BROOKLYN NY 11221

05/16/2012

05/16/2017

DOL

NYC

ADRIANA SELA

247 48TH STREET BROOKLYN NY 11220

02/05/2014

02/05/2019

DOL

DOL

AFFORDABLE PAINTING PLUS

367 GREEVES ROAD NEW HAMPTON NY 10958

10/01/2010

10/01/2015

DOL

DOL

AGG MASONRY INC

160 72ND ST - SUITE 721 BROOKLYN NY 11209

03/19/2013

03/19/2018

DOL

DOL

ALBERT CASEY

43-28 54TH STREET WOODSIDE NY 11377

07/01/2011

07/01/2016

DOL

DOL

ALEJANDRO MATOS

C/O SEVEN STAR ELECTRICAL 23-24 STEINWAY STREETASTORIA NY 11105

06/27/2011

06/27/2016

DOL

DOL

ALISHER KARIMOV

C/O AGG MASONRY INC 7105 3RD AVENUEBROOKLYN NY 11209

03/19/2013

03/19/2018

DOL

DOL

*****8740

ALLSTATE ENVIRONMENTAL CORP

C/O JOSE MONTAS 27 BUTLER PLACEYONKERS NY 10710

03/18/2011

03/15/2017

DOL

DOL

*****8534

ALPHA INTERIORS INC

513 ACORN STREET/ SUITE C DEER PARK NY 11729

05/27/2010

05/27/2015

DOL

DOL

*****4274

AMERICAN STEEL MECHANICAL INC

693 PAINTER STREET MEDIA PA 19063

02/20/2013

02/20/2018

DOL

NYC

ANDERSON LOPEZ

670 SOUTHERN BLVD BRONX NY 10455

06/14/2011

06/14/2016

DOL

DOL

ANDREW DIPAUL

C/O CONSOLIDATED INDUSTRI 2051 ROUTE 44/55MODENA NY 12548

12/11/2012

12/11/2017

DOL

NYC

ANDRZEJ WROBEL

24 CONGRESS LANE SOUTH RIVER NJ 08882

05/01/2013

05/01/2018

DOL

AG

ANTHONY BRANCA

700 SUMMER STREET STAMFORD CT

11/24/2009

11/24/2014

DOL

DA

ANTHONY CARDINALE

58-48 59TH STREET MASPETH NY 11378

05/16/2012

05/16/2017

DOL

DOL

ANTHONY POSELLA

30 GLEN HOLLOW ROCHESTER NY 14622

10/19/2009

10/19/2014

DOL

DOL

ANTHONY TAORMINA

215 MCCORMICK DRIVE BOHEMIA NY 11716

05/20/2009

05/20/2014

DOL

DOL

ANTHONY ULIANO

22 GRIFFEN COURT MILLER PLACE NY 11746

10/26/2010

10/26/2015

DOL

DOL

*****3020

APCO CONTRACTING CORP

24 SOUTH MARYLAND AVENUE PORT WASHINGTON NY 11050

09/24/2012

09/24/2017

DOL

AG

*****0194

APPLIED CONSTRUCTION INC

46 RUGBY ROAD WESTBURY NY 11590

11/20/2013

11/20/2018

*****0711

*****7584

*****2538

EMPLOYER NAME

EMPLOYER DBA NAME

C/O COLONIAL ROOFING COMPANY INC

Page 1 of 12

NYSDOL Bureau of Public Work Debarment List

03/11/2014

Article 8 DOL

DOL

*****8688

ARC MECHANICAL CORP

215 MCCORMICK DRIVE BOHEMIA NY 11716

05/20/2009

05/20/2014

DOL

NYC

ARIE BAR

5902 AVENUE N BROOKLYN NY 11234

03/20/2009

03/20/2014

DOL

DOL

*****9336

ARTIERI SPECIALTIES LLC

107 STEVENS STREET LOCKPORT NY 14094

11/04/2009

11/04/2014

DOL

DOL

*****3953

ASCPAPE LANDSCAPE & CONSTRUCTION CORP

634 ROUTE 303 BLAUVELT NY 10913

07/26/2012

11/19/2018

DOL

DOL

*****2534

B & B CONCRETE CONTRACTORS INC

55 OLD TURNPIKE ROAD SUITE 612NANUET NY 10954

02/04/2011

02/04/2016

DOL

NYC

BASIL ROMEO

243-03 137TH AVENUE ROSEDALE NY 11422

03/25/2010

03/25/2015

DOL

DOL

BEDELL CONTRACTING CORP

2 TINA LANE HOPEWELL JUNCTION NY 12533

01/06/2012

01/06/2017

DOL

DOL

BENNY VIGLIOTTI

C/O LUVIN CONSTRUCTION CO P O BOX 357CARLE PLACE NY 11514

03/15/2010

03/15/2015

DOL

DOL

BEST ROOFING OF NEW JERSEY LLC

30 MIDLAND AVENUE WALLINGTON NJ 07057

11/05/2010

11/05/2015

DOL

DOL

BEVERLY F WILLIAMS

1238 PRESIDENT STREET BROOKLYN NY 11225

11/18/2013

11/18/2018

DOL

DOL

BIAGIO CANTISANI

200 FERRIS AVENUE WHITE PLAINS NY 10603

12/04/2009

05/04/2017

DOL

NYC

BOSPHORUS CONSTRUCTION CORPORATION

3817 KINGS HIGHWAY-STE 1D BROOKLYN NY 11234

06/30/2010

06/30/2015

DOL

DOL

BRIAN HOXIE

2219 VALLEY DRIVE SYRACUSE NY 13207

12/04/2009

12/04/2014

DOL

DOL

BROOKS BROTHERS PAINTING

200 BUELL ROAD, SUITE C10 ROCHESTER NY 14624

09/24/2013

09/24/2018

DOL

DOL

CANTISANI & ASSOCIATES LTD

442 FERRIS AVENUE WHITE PLAINS NY 10603

12/04/2009

05/04/2017

DOL

DOL

CANTISANI HOLDING LLC

220 FERRIS AVENUE WHITE PLAINS NY 10603

05/04/2012

05/04/2017

DOL

DOL

*****1143

CARMODY BUILDING CORP

442 ARMONK ROAD MOUNT KISCO NY 10549

05/04/2012

05/04/2017

DOL

DOL

*****3368

CARMODY CONCRETE CORP

442 ARMONK ROAD MOUNT KISCO NY 10549

12/04/2009

05/04/2017

DOL

DOL

CARMODY CONTRACTING CORP

220 FERRIS AVENUE WHITE PLAINS NY 10603

05/04/2012

05/04/2017

DOL

DOL

CARMODY CONTRACTING INC

220 FERRIS AVENUE WHITE PLAINS NY 10603

05/04/2012

05/04/2017

DOL

DOL

CARMODY ENTERPRISES LTD

220 FERRIS AVENUE WHITE PLAINS NY 10603

12/04/2009

05/04/2017

DOL

DOL

*****3812

CARMODY INC

442 ARMONK ROAD MOUNT KISCO NY 10549

12/04/2009

05/04/2017

DOL

DOL

*****3812

CARMODY INDUSTRIES INC

442 FERRIS AVENUE WHITE PLAINS NY 10603

05/04/2012

05/04/2017

DOL

DOL

CARMODY MAINTENANCE CORP

105 KISCO AVENUE MOUNT KISCO NY 10549

05/04/2012

05/04/2017

DOL

DOL

*****0324

CARMODY MASONRY CORP

442 ARMONK ROAD MOUNT KISKO NY 10549

12/04/2009

05/04/2017

DOL

DOL

*****3812

CARMODY"2" INC

220 FERRIS AVENUE WHITE PLAINS NY 10603

12/04/2009

05/04/2017

DOL

DOL

*****9721

CATENARY CONSTRUCTION CORP

112 HUDSON AVENUE ROCHESTER NY 14605

02/14/2006

10/20/2014

DOL

DOL

*****1683

CATONE CONSTRUCTION COMPANY INC

294 ALPINE ROAD ROCHESTER NY 14423

03/09/2012

03/09/2017

DOL

DOL

CATONE ENTERPRISES INC

225 DAKOTA STREET ROCHESTER NY 14423

03/09/2012

03/09/2017

DOL

DOL

*****8530

CAZ CONTRACTING CORP

37-11 35TH AVENUE LONG ISLAND CITY NY 11101

08/26/2013

08/26/2018

DOL

DOL

*****7924

CBI CONTRACTING INCORPORATED

2081 JACKSON AVENUE COPIAGUE NY 11726

06/03/2010

06/03/2015

DOL

DOL

*****5556

CERTIFIED INSTALLERS INC

113 N MAPLE AVENUE GREENSBURG PA 15601

02/21/2013

02/21/2018

DOL

DOL

CHARLES OKRASKI

67 WARD ROAD SALT POINT NY 12578

01/21/2011

01/21/2016

DOL

DOL

CHARLES RIBAUDO

513 ACORN ST - SUITE C DEER PARK NY 11729

05/27/2010

05/27/2015

DOL

DOL

CHAUCEY BROOKS

200 BUELL ROAD, SUITE C10 ROCHESTER NY 14624

09/24/2013

09/24/2018

DOL

DOL

61 WILLET ST - SUITE 14 PASSAIC NJ 07055

12/03/2009

02/23/2017

*****2294

*****6999

*****8377

*****9643

*****6215

*****1416

SWITZER SALES

BROOKS BROTHERS PAINTING

CHEROMINO CONTROL GROUP LLC

Page 2 of 12

NYSDOL Bureau of Public Work Debarment List

03/11/2014

Article 8 DOL

DOL

CHRIS SAVOURY

44 THIELLS-MT IVY ROAD POMONA NY 10970

10/14/2011

10/14/2016

DOL

DOL

CHRIST R PAPAS

C/O TRAC CONSTRUCTION INC 9091 ERIE ROADANGOLA NY 14006

02/03/2011

02/03/2016

DOL

DOL

CHRISTOF PREZBYL

2 TINA LANE HOPEWELL JUNCTION NY 12533

01/06/2012

01/06/2017

DOL

DOL

CITY GENERAL BUILDERS INC

131 MELROSE STREET BROOKLYN NY 11206

03/02/2010

03/02/2015

DOL

DOL

*****7086

CITY GENERAL IRON WORKS INC

131 MELROSE STREET BROOKLYN NY 11206

03/02/2010

03/02/2015

DOL

DOL

*****3360

CITY LIMITS GROUP INC

2279 HOLLERS AVENUE BRONX NY 10475

01/07/2014

01/07/2019

DOL

NYC

*****1768

COFIRE PAVING CORPORATION

120-30 28TH AVENUE FLUSHING NY 11354

01/14/2011

01/14/2016

DOL

NYC

*****2905

COLONIAL ROOFING COMPANY INC

247 48TH STREET BROOKLYN NY 11220

02/05/2014

02/05/2019

DOL

NYC

*****3182

COLORTECH INC

5990 58TH AVENUE MASPETH NY 11378

11/18/2013

11/18/2018

DOL

DOL

*****8342

CONKLIN PORTFOLIO LLC

60 COLONIAL ROAD STILLWATER NY 12170

02/15/2011

02/15/2016

DOL

DOL

*****4175

CONSOLIDATED INDUSTRIAL SERVICES INC

2051 ROUTE 44/55 MODENA NY 12548

12/11/2012

01/28/2018

DOL

DOL

CONSTANTINOS ZERVAS

37-11 35TH AVENUE LONG ISLAND CITY NY 11101

08/26/2013

08/26/2018

DOL

DOL

*****5740

CORTLAND GLASS COMPANY INC

336 TOMPKINS STREET CORTLAND NY 13045

10/21/2010

07/15/2016

DOL

DOL

*****1804

CUSTOM GARDEN LANDSCAPING INC

283 NORTH MIDDLETOWN ROAD PEARL RIVER NY 10965

09/28/2009

09/28/2014

DOL

DOL

*****9453

D & D MASON CONTRACTORS INC

158-11 96TH STREET HOWARD BEACH NY 11414

06/25/2009

06/25/2014

DOL

DOL

*****0810

D & G PAINTING & DECORATING INC

53 LITTLE COLLABAR ROAD MONTGOMERY NY 12549

04/19/2012

04/19/2017

DOL

DOL

DANIEL CELLUCCI ELECTRIC

17 SALISBURY STREET GRAFTON MA 01519

06/02/2010

06/02/2015

DOL

DOL

17 SALISBURY STREET GRAFTON MA 01519

06/02/2010

06/02/2015

DOL

DOL

DARREN MAYDWELL

115 LEWIS STREET YONKERS NY 10703

05/12/2009

05/12/2014

DOL

DOL

DEAN ROBBINS III

212 OXFORD WAY SCHENECTADY NY 12309

12/11/2012

09/16/2018

DOL

DOL

*****2311

DELCON CONSTRUCTION CORP

220 WHITE PLAINS ROAD TARRYTOWN NY 10591

08/27/2009

08/27/2014

DOL

DOL

*****1446

DELTA CONTRACTING PAINTING AND DECORATING INC

437 SUNRISE HIGHWAY WEST BABYLON NY 11707

08/12/2013

08/12/2018

DOL

DOL

*****3538

DELTA CONTRACTING PAINTING AND DESIGN INC

75 MCCULLOCH DRIVE DIX HILLS NY 11746

10/19/2010

08/12/2018

DOL

DOL

DEMETRIOS KOUTSOURAS

530 BEECH STREET NEW HYDE PARK NY 11040

07/02/2012

07/02/2017

DOL

DOL

*****9868

DESANTIS ENTERPRISES

161 OSWEGO RIVER ROAD PHOENIX NY 13135

09/24/2013

11/18/2018

DOL

NYC

*****8234

DEWATERS PLUMBING AND HEATING LLC

30 COLUMBUS CIRCLE EASTCHESTER NY 10709

08/21/2012

08/21/2017

DOL

DOL

DIANE DEAVER

731 WARWICK TURNPIKE HEWITT NJ 07421

06/25/2012

12/11/2017

DOL

DOL

DONALD NOWAK

10 GABY LANE CHEEKTOWAGA NY 14227

10/15/2009

10/15/2014

DOL

DOL

DORIS SKODA

C/O APCO CONTRACTING CORP 24 SOUTH MARYLAND AVENUEPORT WASHINGTON NY 11050

09/24/2012

09/24/2017

DOL

DOL

DRAGOLJUB RADOJEVIC

12/03/2009

07/09/2015

*****7129

DANIEL T CELLUCCI

DANIEL CELLUCCI ELECTRIC

61 WILLET ST - SUITE 14

PASSAIC NJ 07055

DOL

DOL

*****5840

DYNA CONTRACTING INC

363 88TH STREET BROOKLYN NY 11209

11/18/2013

11/18/2018

DOL

NYC

*****6176

E N E L ELECTRICAL CORP

1107 MCDONALD AVENUE BROOKLYN NY 11230

07/30/2010

07/30/2015

DOL

DOL

EARL GALBREATH

640 ASHFORD AVENUE ARDSLEY NY 10502

08/27/2013

08/27/2018

DOL

DOL

EAST COAST DRYWALL INC

1238 PRESIDENT STREET BROOKLYN NY 11225

11/18/2013

11/18/2018

*****1496

Page 3 of 12

NYSDOL Bureau of Public Work Debarment List

03/11/2014

Article 8 DOL

DOL

*****8011

ECOA CLEANING CONTRACTORS INC

P O BOX 21-1022 BROOKLYN NY 11221

05/16/2012

05/16/2017

DOL

NYC

*****8074

ECONOMY IRON WORKS INC

670 SOUTHERN BLVD BRONX NY 10455

06/14/2011

06/14/2016

DOL

DOL

EDWARD L GAUTHIER

C/O IMPERIAL MASONRY REST 141 ARGONNE DRIVEKENMORE NY 14217

10/03/2012

10/03/2017

DOL

NYC

EL TREBOL SPECIAL CLEANING INC

95-26 76TH STREET OZONE PARK NY 11416

10/12/2011

10/12/2016

DOL

DOL

ELIZABETH RAMADANI

C/O RAMADA CONSTRUCTION 80 SAVO LOOPSTATEN ISLAND NY 10309

01/07/2014

01/07/2019

DOL

DOL

ELLEN DESANTIS

161 OSWEGO RIVER ROAD PHOENIX NY 13135

09/24/2013

11/18/2018

DOL

DOL

EMES HEATING & PLUMBING CONTR

5 EMES LANE MONSEY NY 10952

01/20/2002

01/20/3002

DOL

DOL

EMPIRE CONCRETE SERVICES LLC

101 SULLYS TRAIL/SUITE 20 PITTSFORD NY 14534

11/18/2013

01/07/2019

DOL

DOL

*****0511

EMPIRE CONCRETE SYSTEMS LLC

101 SULLYS TRAIL/ SUITE 2 PITTSFORD NY 14534

11/18/2013

01/07/2019

DOL

DOL

*****2353

EMPIRE CONSTRUCTORS LLC

101 SULLYS TRAIL/SUITE 20 PITTSFORD NY 14534

11/18/2013

01/07/2019

DOL

DOL

EMPIRE PRECAST LLC

101 SULLYS TRAIL/SUITE 20 PITTSFORD NY 14534

11/18/2013

01/07/2019

DOL

DOL

ENHANCED DATA COM INC

75 SHERBROOK ROAD NORTH BABYLON NY 11704

07/01/2010

07/01/2015

DOL

DOL

ERIKA BARNETT

253 BEACH BREEZE LANE UNIT BARVERNE NY 11692

02/05/2013

02/05/2018

DOL

DOL

ESTEVES & FRAGA CONSTRUCTION CO INC

986 MADISON AVENUE PATERSON NJ 07501

01/03/2013

01/03/2018

DOL

DOL

ESTEVES & FRAGA INC

986 MADISON AVENUE PATERSON NJ 07501

01/03/2013

01/03/2018

DOL

DOL

EVELIO ELLEDIAS

114 PEARL STREET PORT CHESTER NY 10573

08/15/2012

08/15/2017

DOL

DOL

F KALAFATIS

2279 HOLLERS AVENUE BRONX NY 10475

01/07/2014

01/07/2019

DOL

DOL

FANTASTIC PAINTING

493 LANSING ROAD FULTONVILLE NY 12072

11/18/2013

11/18/2018

DOL

DOL

*****0768

FISHER CONCRETE INC

741 WELSH ROAD JAVA CENTER NY 14082

04/08/2009

04/08/2014

DOL

DOL

*****5867

FJM-FERRO INC

6820 14TH AVENUE BROOKLYN NY 11219

10/27/2011

10/27/2016

DOL

DOL

*****1311

FLOZ-ON PAINTING & DECORATING INC

12 DUNDERBERG ROAD TOMKINS NY 10986

10/16/2013

10/16/2018

DOL

DOL

*****8961

FLOZ-ON PAINTING INC

12 DUNDERBERG ROAD TOMKINS NY 10986

10/16/2013

10/16/2018

DOL

DOL

FMS

4 LEGHORN COURT NEW YORK NY 11746

11/28/2012

11/28/2017

DOL

DOL

FORTH SPORT FLOORS INC

P O BOX 74 EAST GREENBUSH NY 12061

02/28/2012

10/01/2017

DOL

DOL

FRAN MICELI

2279 HOLLERS AVENUE BRONX NY 10475

01/07/2014

01/07/2019

DOL

DOL

FRANCES KALAFATIS

2279 HOLLERS AVENUE BRONX NY 10475

01/07/2014

01/07/2019

DOL

DOL

FRANCES KALAFATIS-MICELI

2279 HOLLERS AVENUE BRONX NY 10475

01/07/2014

01/07/2019

DOL

NYC

FRANK ACOCELLA

68 GAYLORD ROAD SCARSDALE NY 10583

02/10/2011

02/10/2016

DOL

DOL

FRANK J MERCANDO

134 MURRAY AVENUE YONKERS NY 10704

12/11/2009

12/11/2014

DOL

DOL

FRANK MICELI JR

19 CLIFF STREET NEW ROCHELLE NY 10801

10/16/2013

10/16/2018

DOL

DOL

FRANK MICELI JR CONTRACTING INC

19 CLIFF STREET NEW ROCHELLE NY 10801

10/16/2013

10/16/2018

DOL

DOL

FRANK ORTIZ

75 SHERBROOK ROAD NORTH BABYLON NY 11704

07/01/2010

07/01/2015

DOL

DOL

FRED ABDO

6179 EAST MOLLOY ROAD EAST SYRACUSE NY 13057

06/25/2010

07/02/2017

DOL

DOL

13915 VILLAGE LANE RIVERVIEW MI 48192

02/05/2010

02/05/2015

*****6260

*****0780

*****6101

*****8067

*****1321

*****9202

DESANTIS ENTERPRISES

C/O FRANK MICELI JR CONTRACTIN G INC

ABDO TILE COMPANY AKA ABDO TILE CO

G & M PAINTING ENTERPRISES INC

Page 4 of 12

NYSDOL Bureau of Public Work Debarment List

03/11/2014

Article 8 DOL

DOL

DOL

DOL

DOL

GARY MCDOWELL

76 PLEASANT STREET WELLSVILLE NY 14895

06/11/2013

06/11/2018

GBE CONTRACTING CORPORATION

12-14 UTOPIA PARKWAY WHITESTONE NY 11357

02/10/2010

02/10/2015

NYC

GELSOMINA TASSONE

25 CLIFF STREET NEW ROCHELLE NY 10801

06/15/2010

06/15/2015

DOL

DOL

GEORGE A PATTI III

P O BOX 772 JAMESTOWN NY 14701

08/13/2010

08/13/2015

DOL

NYC

GEORGE LUCEY

150 KINGS STREET BROOKLYN NY 11231

01/19/1998

01/19/2998

DOL

DOL

GEORGE SHINAS

12-14 UTOPIA PARKWAY WHITESTONE NY 11357

02/10/2010

02/10/2015

DOL

DOL

GERALD A POLLOCK

336 TOMPKINS STREET CORTLAND NY 13045

06/29/2010

07/15/2016

DOL

DOL

GERALD F POLUCH JR

2085 BRIGHTON HENRIETTA TOWN LINE ROADROCHESTER NY 14623

11/04/2010

11/04/2015

DOL

DOL

*****1075

GLOBAL TANK CONSTRUCTION LLC

P O BOX 1238 SALINA OK 74365

11/28/2012

11/28/2017

DOL

DOL

*****0878

GM CONSTRUCTION & LAWN CARE SERVICE

76 PLEASANT STREET WELLSVILLE NY 14895

06/11/2013

06/11/2018

DOL

DOL

*****0090

GOLDS FLOORING INSTALLATIONS INC

25 HAMILTON ROAD MONTICELLO NY 12701

10/16/2013

10/16/2018

DOL

DOL

*****4013

GR GRATES CONSTRUCTION CORPORATION

63 IRONWOOD ROAD UTICA NY 13520

06/14/2010

06/14/2015

DOL

DOL

GRATES MERCHANT NANNA INC

63 IRONWOOD ROAD UTICA NY 13520

06/14/2010

06/15/2015

DOL

DOL

GREGG G GRATES

63 IRONWOOD ROAD UTICA NY 13520

06/14/2010

06/14/2015

DOL

DOL

GRETCHEN SULLIVAN

P O BOX 130 CRETE IL 60417

11/10/2011

11/10/2016

DOL

DOL

*****9985

GROUND LEVEL CONSTRUCTION

10 GABY LANE CHEEKTOWAGA NY 14227

10/15/2009

10/15/2014

DOL

DOL

*****7735

GRYF CONSTRUCTION INC

394 SPOTSWOOD-ENGLISH RD MONROE NJ 08831

08/08/2011

08/08/2016

DOL

DOL

*****9456

GUILLO CONTRACTING CORP

P O BOX 229 CALVERTON NY 11933

07/08/2013

07/08/2018

DOL

DOL

GUS PAPASTEFANOU

C/O D & G PAINTING & DECO 53 LITTLE COLLABAR ROADMONTGOMERY NY 12549

04/19/2012

04/19/2017

DOL

DOL

H.H. RAUH CONSTRUCTION, LLC

2930 RT. 394 ASHVILLE NY 14710

01/14/2011

01/14/2016

DOL

DOL

H.H. RAUH CONTRACTING CO., LLC

2930 RT. 394 ASHVILLE NY 14710

01/14/2011

01/14/2016

DOL

DOL

H.H. RAUH PAVING, INC.

7 WEST 1ST ST. LAKEWOOD NY 14750

01/14/2011

01/14/2016

DOL

DOL

HALSSAM FOSTOK

5 HANSEN PLACE WAYNE NJ 07470

09/18/2013

09/18/2018

DOL

AG

*****9918

HARA ELECTRIC CORP

2461 47TH STREET ASTORIA NY 11103

09/26/2013

09/26/2018

DOL

DOL

*****5405

HARD LINE CONTRACTING INC

89 EDISON AVENUE MOUNT VERNON NY 10550

10/28/2011

10/28/2016

DOL

DOL

HI-TECH CONTRACTING CORP

114 PEARL STREET PORT CHESTER NY 10573

08/15/2012

08/15/2017

DOL

DOL

*****4331

HIDDEN VALLEY EXCAVATING INC

225 SEYMOUR STREET FREDONIA NY 14063

02/08/2011

02/08/2016

DOL

DOL

*****9893

HOXIE'S PAINTING CO INC

2219 VALLEY DRIVE SYRACUSE NY 13207

12/04/2009

12/04/2014

DOL

DOL

*****6429

IDM ENTERPRISES INC

60 OUTWATER LANE GARFIELD NJ 07026

05/09/2009

05/09/2014

DOL

DOL

*****8426

IMPERIAL MASONRY RESTORATION INC

141 ARGONNE DRIVE KENMORE NY 14217

10/03/2012

10/03/2017

DOL

DOL

*****7561

INDUS GENERAL CONSTRUCTION

33-04 91ST STREET JACKSON HEIGHTS NY 11372

04/28/2010

04/28/2015

DOL

DA

*****1958

IRON HORSE ONE INC

10 ROSWELL AVENUE OCEANSIDE NY 11572

09/30/2010

09/30/2015

DOL

DOL

ISABEL FRAGA

C/O THREE FRIENDS CONSTR 986 MADISON AVENUEPATERSON NJ 07501

01/03/2013

01/03/2018

DOL

DOL

IVAN D MARKOVSKI

60 OUTWATER LANE GARFIELD NJ 07026

05/09/2009

05/09/2014

*****6826

*****2499

GM CONSTRUCTI ON & LAWN CARE SERVICE

Page 5 of 12

NYSDOL Bureau of Public Work Debarment List

03/11/2014

Article 8 DOL

DOL

J & N LEASING AND BUILDING MATERIALS

154 EAST BOSTON POST ROAD MAMARONECK NY 10543

08/11/2009

08/11/2014

DOL

DOL

*****7598

J M RICH LLC

P O BOX 268 STILLWATER NY 12170

09/16/2013

10/16/2018

DOL

DOL

*****1584

J M TRI STATE TRUCKING INC

140 ARMSTRONG AVENUE SYRACUSE NY 13209

10/21/2009

10/21/2014

DOL

DOL

J N RICH LLC

P O BOX 268 STILLWATER NY 12170

09/16/2013

10/16/2018

DOL

DOL

J TECH CONSTRUCTION

PO BOX 64782 ROCHESTER NY 14624

09/24/2012

09/24/2017

DOL

DOL

J THE HANDYMAN

09/24/2012

09/24/2017

DOL

DOL

JACQUELINE HOWE

C/O FLOZ-ON PAINTING INC 12 DUNDERBERG ROADTOMKINS NY 10986

10/16/2013

10/16/2018

DOL

DOL

*****8627

JAG I LLC

635 LUZERNE ROAD QUEENSBURY NY 12804

09/16/2013

09/16/2018

DOL

DOL

*****2868

JAG INDUSTRIES INC

175 BROAD ST - SUITE 320 GLENS FALLS NY 12801

09/16/2013

09/16/2018

DOL

DOL

JAMES BOYCE

C/O EMPIRE CONCRETE SYST 101 SULLYS TRAIL/SUITE 20PITTSFORD NY 14534

11/18/2013

01/07/2019

DOL

DOL

JAMES SICKAU

3090 SHIRLEY ROAD NORTH COLLINS NY 14111

04/19/2011

12/30/2016

DOL

DOL

JAMES WALSH

89 EDISON AVENUE MOUNT VERNON NY 10550

10/28/2011

10/28/2016

DOL

DOL

JASON M RICH

P O BOX 268 STILLWATER NY 12170

09/16/2013

10/16/2018

DOL

DOL

JAY PRESUTTI

C/O CONSOLIDATED INDUSTRI 2051 ROUTE 44/55MODENA NY 12548

01/28/2013

01/28/2018

DOL

DOL

JEFFREY A NANNA

502 WOODBURNE DRIVE UTICA NY 13502

06/14/2010

06/14/2015

DOL

DOL

JEFFREY ARTIERI

107 STEVENS STREET LOCKPORT NY 14094

11/04/2009

11/04/2014

DOL

DOL

JERALD HOWE

C/O FLOZ-ON PAINTING INC 12 DUNDERBERG ROADTOMKINS NY 10986

10/16/2013

10/16/2018

DOL

NYC

JERRY DEWATERS

30 COLUMBUS CIRCLE EASTCHESTER NY 10709

08/21/2012

08/21/2017

DOL

DOL

JOHN BUONADONNA

283 NORTH MIDDLETOWN ROAD PEARL RIVER NY 10965

09/28/2009

09/28/2014

DOL

DOL

JOHN CATONE

C/O CATONE CONSTRUCTION 294 ALPINE ROADROCHESTER NY 14612

03/09/2012

03/09/2017

DOL

DOL

JOHN DESCUL

437 SUNRISE HIGHWAYA WEST BABYLON NY 11704

08/12/2013

08/12/2018

DOL

NYC

JOHN DITURI

1107 MCDONALD AVENUE BROOKLYN NY 11230

07/30/2010

07/30/2015

DOL

NYC

JOHN FICARELLI

120-30 28TH AVENUE FLUSHING NY 11354

01/14/2011

01/14/2016

DOL

DOL

JOHN H LEE

67 WILER ROAD HILTON NY 14468

01/28/2013

01/28/2018

DOL

DOL

JOHN JIULIANNI

222 GAINSBORG AVENUE E WEST HARRISON NY 10604

05/10/2010

05/10/2015

DOL

DOL

*****1749

JOHN LEE QUALITY PAVING

67 WILER ROAD HILTON NY 14468

01/28/2013

01/28/2018

DOL

DOL

*****2701

JOHN SMYKLA

AFFORDABLE PAINTING PLUS

367 GREEVES ROAD NEW HAMPTON NY 10958

10/01/2010

10/01/2015

DOL

DOL

*****9368

JORGE I DELEON

J TECH CONSTRUCTI ON

PO BOX 64782 ROCHESTER NY 14624

09/24/2012

09/24/2017

DOL

DOL

JORGE OUVINA

344 SOUNDVIEW LANE COLLEGE POINT NY 11356

11/22/2011

11/22/2016

DOL

DOL

JOSE MONTAS

27 BUTLER PLACE YONKERS NY 10710

03/18/2011

03/15/2017

DOL

DOL

JOSEPH CASUCCI

6820 14TH AVENUE BROOKLYN NY 11219

10/27/2011

10/27/2016

DOL

DOL

JOSEPH MARTONE

112 OSCAWANA HEIGHTS ROAD PUTNAM VALLEY NY 10542

08/27/2013

08/27/2018

DOL

DOL

JOSEPH MONETTE

C/O JOHN MONETTE 140 ARMSTRONG AVENUESYRACUSE NY 13209

10/21/2009

10/21/2014

*****9368

JOHN LEE QUALITY PAVING

Page 6 of 12

NYSDOL Bureau of Public Work Debarment List

03/11/2014

Article 8 DOL

DOL

JOYA MUSCOLINO

10 ST CHARLES STREET THORNWOOD NY 10594

09/03/2013

09/03/2018

DOL

DOL

JUBCO SITE DEVELOPMENT LLC

462 LAKEVIEW AVENUE VALHALLA NY 10595

12/16/2013

12/16/2018

DOL

DOL

JULIUS AND GITA BEHREND

5 EMES LANE MONSEY NY 10952

11/20/2002

11/20/3002

DOL

DOL

K NELSON SACKOOR

16 JOY DRIVE NEW HYDE PARK NY 11040

01/05/2010

01/05/2015

DOL

NYC

KAMIL OZTURK

3715 KINGS HWY - STE 1D BROOKLYN NY 11234

06/30/2010

06/30/2015

DOL

DOL

KAREN HARTMAN

C/O GUILLO CONTRACTING P O BOX 229CALVERTON NY 11933

07/08/2013

07/08/2018

DOL

NYC

KATHLEEN SELA

247 48TH STREET BROOKLYN NY 11220

02/05/2014

02/05/2019

DOL

DOL

KEITH SCHEPIS

C/O KJS HAULING AND HOME 95 MAPLE AVENUENEW CITY NY 10956

04/15/2013

04/15/2018

DOL

DOL

KEN DEAVER

731 WARWICK TURNPIKE HEWITT NJ 07421

06/25/2012

12/11/2017

DOL

DOL

*****5941

KINGSVIEW ENTERPRISES INC

7 W FIRST STREET P O BOX 2LAKEWOOD NY 14750

01/14/2011

01/14/2016

DOL

DOL

*****2463

KJS HAULING AND HOME IMPROVEMENT INC

95 MAPLE AVENUE NEW CITY NY 10956

04/15/2013

04/15/2018

DOL

AG

KOSTAS "GUS" ANDRIKOPOULOS

2461 47TH STREET ASTORIA NY 11103

09/26/2013

09/26/2018

DOL

DOL

KRZYSZTOF PRXYBYL

2 TINA LANE HOPEWELL JUNCTION NY 12533

01/06/2012

01/06/2017

DOL

DOL

*****6033

KUSNIR CONSTRUCTION

2677 ANAWALK ROAD KATONAH NY 10536

08/03/2012

08/03/2017

DOL

DOL

*****0526

LAGUARDIA CONSTRUCTION CORP

47-40 48TH STREET WOODSIDE NY 11377

07/01/2011

07/01/2016

DOL

NYC

*****8816

LAKE CONSTRUCTION AND DEVELOPMENT CORPORATION

150 KINGS STREET BROOKLYN NY 11231

08/19/1998

08/19/2998

DOL

DOL

*****9628

LANCET ARCH INC

112 HUDSON AVENUE ROCHESTER NY 14605

02/14/2006

10/19/2014

DOL

DOL

LANCET SPECIALTY CONTRACTING CORP

C/O CATENARY CONSTRUCTION 112 HUDSON AVENUEROCHESTER NY 14605

10/19/2009

10/19/2014

DOL

DOL

LARRY DOMINGUEZ

114 PEARL STREET PORT CHESTER NY 10573

08/15/2012

08/15/2017

DOL

DOL

LAURA A. GAUTHIER

C/O IMPERIAL MASONRY REST 141 ARGONNE DRIVEKENMORE NY 14217

10/03/2012

10/03/2017

DOL

DOL

LAURI MARTONE

112 OSCAWANA HEIGHTS ROAD PUTNAM VALLEY NY 10542

08/27/2013

08/27/2018

DOL

DOL

*****0597

LEED INDUSTRIES CORP

114 PEART STREET PORT CHESTER NY 10573

08/15/2012

08/15/2017

DOL

DOL

*****7907

LEEMA EXCAVATING INC

140 ARMSTRONG AVENUE SYRACUSE NY 13209

10/21/2009

10/21/2014

DOL

AG

LEONID FRIDMAN

APT 5 200 BRIGHTON, 15TH STBROOKLYN NY 11235

01/23/2013

01/23/2019

DOL

DOL

LINPHILL ELECTRICAL CONTRACTORS INC

523 SOUTH 10TH AVENUE MOUNT VERNON NY 10553

01/07/2011

04/15/2018

DOL

DOL

LINVAL BROWN

523 SOUTH 10TH AVENUE MOUNT VERNON NY 10553

01/07/2011

04/15/2018

DOL

DOL

*****5171

LUVIN CONSTRUCTION CORP

P O BOX 357 CARLE PLACE NY 11514

03/15/2010

03/15/2015

DOL

NYC

*****2850

M A 2 FLAGS CONTRACTING CORP

25-18 100TH STREET EAST ELMHURST NY 11369

08/21/2013

08/21/2018

DOL

DOL

MANUEL ESTEVES

55 OLD TURNPIKE ROAD SUITE 612NANUET NY 10954

02/04/2011

02/04/2016

DOL

NYC

MANUEL P TOBIO

150 KINGS STREET BROOKLYN NY 14444

08/19/1998

08/19/2998

DOL

NYC

MANUEL TOBIO

150 KINGS STREET BROOKLYN NY 11231

08/19/1998

08/19/2998

DOL

DOL

MAR CONTRACTING CORP

620 COMMERCE STREET THORNWOOD NY 10594

09/24/2012

09/24/2017

*****4340

*****8453

C/O COLONIAL ROOFING COMPANY INC

HI-TECH CONTRACTIN G CORP

Page 7 of 12

NYSDOL Bureau of Public Work Debarment List

03/11/2014

Article 8 DOL

DOL

MARGARET FORTH

P O BOX 74 EAST GREENBUSH NY 12061

02/28/2012

10/01/2017

DOL

DOL

MARIA ESTEVES AKA MARIA MARTINS

C/O THREE FRIENDS CONSTR 986 MADISON AVENUEPATERSON NJ 07501

01/03/2013

01/03/2018

DOL

DOL

MARIA MARTINS AKA MARIA ESTEVES

C/O THREE FRIENDS CONSTR 986 MADISON AVENUEPATERSON NJ 07501

01/03/2013

01/03/2018

DOL

DOL

MARIO LUIS

31 DURANT AVENUE BETHEL CT 06801

07/02/2012

07/02/2017

DOL

DOL

MARIO R ECHEVERRIA JR

588 MEACHAM AVE-SUITE 103 ELMONT NY 11003

08/24/2010

08/24/2015

DOL

DOL

MARK LINDSLEY

355 COUNTY ROUTE 8 FULTON NY 13069

08/08/2009

08/14/2014

DOL

DOL

*****5533

MARQUISE CONSTRUCTION & DEVELOPMENT CORP

10 ST CHARLES STREET THORNWOOD NY 10594

09/03/2013

09/03/2018

DOL

DOL

*****8810

MARQUISE CONSTRUCTION ASSOCIATES INC

20 BOSWELL ROAD PUTNAM VALLEY NY 10579

09/03/2013

09/03/2018

DOL

DOL

*****1134

MARQUISE CONSTRUCTION CORP

10 ST CHARLES STREET THORNWOOD NY 10594

09/03/2013

09/03/2018

DOL

NYC

*****4314

MASCON RESTORATION INC

129-06 18TH AVENUE COLLEGE POINT NY 11356

02/09/2012

02/09/2017

DOL

NYC

*****4314

MASCON RESTORATION LLC

129-06 18TH AVENUE COLLEGE POINT NY 11356

02/09/2012

02/09/2017

DOL

DOL

*****0845

MASONRY CONSTRUCTION INC

442 ARMONK ROAD MOUNT KISCO NY 10549

12/04/2009

05/04/2017

DOL

DOL

*****3333

MASONRY INDUSTRIES INC

442 ARMONK ROAD MOUNT KISKO NY 10549

12/04/2009

05/04/2017

DOL

DOL

*****4638

MATSOS CONTRACTING CORPORATION

12-14 UTOPIA PARKWAY WHITESTONE NY 11357

02/10/2010

02/10/2015

DOL

AG

*****9970

MAY CONSTRUCTION CO INC

700 SUMMER STREET STAMFORD CT

11/24/2009

11/24/2014

DOL

DOL

*****9857

MBL CONTRACTING CORPORATION

2620 ST RAYMOND AVENUE BRONX NY 10461

08/30/2011

08/30/2016

DOL

DOL

MCI CONSTRUCTION INC

975 OLD MEDFORD AVENUE FARMINGDALE NY 11738

08/24/2009

08/24/2014

DOL

DOL

*****9028

MCINTOSH INTERIORS LLC

8531 AVENUE B BROOKLYN NY 11236

02/05/2013

02/05/2018

DOL

DOL

*****5936

MCSI ADVANCED AV SOLUTIONS LLC

2085 BRIGHTON HENRIETTA TOWN LINE ROADROCHESTER NY 14623

11/04/2010

11/04/2015

DOL

DOL

*****4259

MERCANDO CONTRACTING CO INC

134 MURRAY AVENUE YONKERS NY 10704

12/11/2009

12/11/2014

DOL

DOL

*****0327

MERCANDO INDUSTRIES LLC

134 MURRAY AVENUE YONKERS NY 10704

12/11/2009

12/11/2014

DOL

DOL

*****9198

MICHAEL CZECHOWICZ

37-11 35TH AVENUE-2ND FL LONG ISLAND CITY NY 11101

01/08/2013

01/08/2018

DOL

DOL

06/19/2013

06/19/2018

OCTAGON CO

MICHAEL F LEARY JR 3813 SNOWDEN HILL ROADNEW HARTFORD NY 13413

DOL

DOL

MICHAEL F LEARY JR METAL STUD & DRYWALL

3813 SNOWDEN HILL ROAD NEW HARTFORD NY 13413

06/19/2013

06/19/2018

DOL

DOL

MICHAEL KTISTAKIS

363 88TH STREET BROOKLYN NY 11209

11/18/2013

11/18/2018

DOL

DOL

2677 ANAWALK ROAD KATONAH NY 10536

08/03/2012

08/03/2017

DOL

DOL

MICHAEL MARGOLIN

4 LEGHORN COURT NEW YORK NY 11746

11/28/2012

11/28/2017

DOL

DOL

MICHELLE L BARBER

635 LUZERNE ROAD QUEENSBURY NY 12804

09/16/2013

09/16/2018

DOL

DOL

MIDLAND CONSTRUCTION OF CEDAR LAKE INC

13216 CALUMET AVENUE CEDAR LAKE IL 46303

11/10/2011

11/10/2016

DOL

NYC

MIGUEL ACOSTA

25-18 100TH STREET EAST ELMHURST NY 11369

08/21/2013

08/21/2018

DOL

DOL

MILLENNIUM PAINTING INC

67 WARD ROAD SALT POINT NY 12578

01/21/2011

01/21/2016

DOL

AG

MOHAMMAD RIAZ

46 RUGBY ROAD WESTBURY NY 11590

11/20/2013

11/20/2018

DOL

NYC

MOHAMMAD SELIM

73-12 35TH AVE - APT F63 JACKSON HEIGHTS NY 11372

03/04/2010

03/04/2015

DOL

DA

MOHAMMED SALEEM

768 LYDIG AVENUE BRONX NY 10462

08/18/2009

05/25/2015

DOL

NYC

MONDOL CONSTRUCTION INC

11-27 30TH DRIVE LONG ISLAND CITY NY 11102

05/25/2011

05/25/2016

*****6033

*****2635

*****5517

*****2690

MICHAEL KUSNIR

KUSNIR CONSTRUCTI ON

Page 8 of 12

NYSDOL Bureau of Public Work Debarment List

03/11/2014

Article 8 DOL

DOL

MORTON LEVITIN

3506 BAYFIELD BOULEVARD OCEANSIDE NY 11572

08/30/2011

08/30/2016

DOL

DOL

MOUNTAIN'S AIR INC

2471 OCEAN AVENUE- STE 7A BROOKLYN NY 11229

09/24/2012

09/24/2017

DOL

NYC

MUHAMMAD ZULFIQAR

129-06 18TH AVENUE COLLEGE POINT NY 11356

02/09/2012

02/09/2017

DOL

DOL

MUNICIPAL MILLING & MIX-INPLACE

9091 ERIE ROAD ANGOLA NY 14006

02/03/2011

02/03/2016

DOL

DOL

MURRAY FORTH

P O BOX 74 EAST GREENBUSH NY 12061

02/28/2012

10/01/2017

DOL

DA

MUTUAL OF AMERICAL GENERAL CONSTRUCTION & MANAGEMENT CORP

768 LYDIG AVENUE BRONX NY 10462

08/18/2009

05/25/2015

DOL

DOL

MUZAFFAR HUSSAIN

C/O ABSOLUTE GENERAL CONT 1129 AVENUE UBROOKLYN NY 11229

01/28/2013

01/28/2018

DOL

DOL

N PICCO AND SONS CONTRACTING INC

154 EAST BOSTON POST ROAD MAMARONECK NY 10543

08/11/2009

08/11/2014

DOL

DOL

NAT PICCO

154 EAST BOSTON POST ROAD MAMARONECK NY 10543

08/22/2009

08/22/2014

DOL

DA

NEW YORK INSULATION INC

58-48 59TH STREET MASPETH NY 11378

05/16/2012

05/16/2017

DOL

DOL

NICHOLAS DEGREGORY JR

1698 ROUTE 9 GLENS FALLS NY 12801

05/23/2013

05/23/2018

DOL

DOL

NICOLE SPELLMAN

2081 JACKSON AVENUE COPIAGUE NY 11726

06/03/2010

06/03/2015

DOL

DOL

NIKOLAS PSAREAS

656 N WELLWOOD AVE/STE C LINDENHURST NY 11757

09/01/2011

09/01/2016

DOL

DOL

NJ DEGREGORY & COMPANY

1698 ROUTE 9 GLENS FALLS NY 12801

05/23/2013

05/23/2018

DOL

DOL

NJ DEGREGORY & SONS CONSTRUCTION

1698 ROUTE 9 GLENS FALLS NY 12801

05/23/2013

05/23/2018

DOL

DOL

OCTAGON CO

37-11 35TH AVENUE-2ND FL LONG ISLAND CITY NY 11101

01/08/2013

01/08/2018

DOL

DOL

OKBY ELSAYED

1541 EAST 56TH STREET BROOKLYN NY 11234

05/04/2012

05/04/2017

DOL

NYC

OLIVER HOLGUIN

95-26 76TH STREET OZONE PARK NY 11416

10/12/2011

10/12/2016

DOL

DOL

PASCARELLA & SONS

459 EVERDALE AVENUE WEST ISLIP NY 11759

01/10/2010

01/10/2015

DOL

DOL

PAUL VERNA

C/O AMERICAN STEEL MECHA 693 PAINTER STREETMEDIA PA 19063

02/20/2013

02/20/2018

DOL

DOL

PEDRO RINCON

131 MELROSE STREET BROOKLYN NY 11206

03/02/2010

03/02/2015

DOL

DOL

PERFORM CONCRETE INC

31 DURANT AVENUE BETHEL CT 06801

07/02/2012

07/02/2017

DOL

DOL

PETER J LANDI

249 MAIN STREET EASTCHESTER NY 10709

10/05/2009

10/05/2014

DOL

DOL

PETER J LANDI INC

249 MAIN STREET EASTCHESTER NY 10709

10/05/2009

10/05/2014

DOL

NYC

PETER LUSTIG

30 COLUMBUS CIRCLE EASTCHESTER NY 10709

08/21/2012

08/21/2017

DOL

NYC

PETER TRITARIS

5990 58TH AVENUE MASPETH NY 11378

11/18/2013

11/18/2018

DOL

DOL

PHOENIX ELECTRICIANS COMPANY INC

540 BROADWAY P O BOX 22222ALBANY NY 12201

03/09/2010

03/09/2015

DOL

DOL

PRECISION DEVELOPMENT CORP

115 LEWIS STREET YONKERS NY 10703

05/12/2009

05/12/2014

DOL

DOL

*****7914

PRECISION SITE DEVELOPMENT INC

89 EDISON AVENUE MOUNT VERNON NY 10550

10/28/2011

10/28/2016

DOL

DOL

*****6895

PROLINE CONCRETE OF WNY INC

3090 SHIRLEY ROAD NORTH COLLINS NY 14111

04/19/2011

12/30/2016

DOL

DOL

*****0015

RAMADA CONSTRUCTION CORP

80 SAVO LOOP STATEN ISLAND NY 10309

01/07/2014

01/07/2019

DOL

DOL

RAMON BONILLA

938 E 232ND STREET #2 BRONX NY 10466

05/25/2010

05/25/2015

DOL

DOL

RAW POWER ELECTRIC CORP

3 PARK PLACE MIDDLETOWN NY 10940

09/16/2013

09/16/2018

DOL

DOL

REBECCA THORNE

113 N MAPLE AVENUE GREENSBURG PA 15601

02/21/2013

02/21/2018

*****2737

*****2357

*****9642

*****6988

*****5279

*****9198

*****5226

*****9569

*****7229

*****1136

*****2633

NJ DEGREGORY & COMPANY

Page 9 of 12

NYSDOL Bureau of Public Work Debarment List

03/11/2014

Article 8 DOL

DOL

REVOLUTIONARY FLOORS LLC

P O BOX 268 STILLWATER NY 12170

09/16/2013

10/16/2018

DOL

DOL

RHINO CONCRETE LLC

101 SULLYS TRAIL/SUITE 20 PITTSFORD NY 14534

11/18/2013

01/07/2019

DOL

NYC

RISINGTECH INC

243-03 137TH AVENUE ROSEDALE NY 11422

03/25/2010

03/25/2015

DOL

DOL

ROBBYE BISSESAR

89-51 SPRINGFIELD BLVD QUEENS VILLAGE NY 11427

01/11/2003

01/11/3003

DOL

NYC

ROBERT FICARELLI

120-30 28TH AVENUE FLUSHING NY 11354

01/14/2011

01/14/2016

DOL

DOL

ROBERT L EVANS

128A NORTH STAMFORD ROAD STAMFORD CT 06903

05/23/2013

05/23/2018

DOL

DOL

ROCCO ESPOSITO

C/O ROCMAR CONTRACTING CO 620 COMMERCE STREETTHORNWOOD NY 10594

09/24/2012

09/24/2017

DOL

DOL

ROCMAR CONSTRUCTION CORP

620 COMMERCE STREET THORNWOOD NY 10594

09/24/2012

09/24/2017

DOL

DOL

*****7083

ROCMAR CONTRACTING CORP

620 COMMERCE STREET THORNWOOD NY 10594

09/24/2012

09/24/2017

DOL

DOL

*****9025

ROJO MECHANICAL LLC

938 E 232ND STREET #2 BRONX NY 10466

05/25/2010

05/25/2015

DOL

DOL

ROMEO WARREN

C/O RAW POWER ELECTR CORP 3 PARK PLACEMIDDLETOWN NY 10940

09/16/2013

09/16/2018

DOL

DOL

ROSE PAINTING CORP

222 GAINSBORG AVENUE EAST WEST HARRISON NY 10604

05/10/2010

05/10/2015

DOL

DOL

ROSEANNE CANTISANI

11 TATAMUCK ROAD POUND RIDGE NY 10576

05/04/2012

05/04/2017

DOL

NYC

ROSS J HOLLAND

120-30 28TH AVENUE FLUSHING NY 11354

01/14/2011

01/14/2016

DOL

DOL

ROSS J MUSCOLINO

10 ST CHARLES STREET THORNWOOD NY 10594

09/03/2013

09/03/2018

DOL

DOL

S & M CONTRACTING LLC

30 MIDLAND AVENUE WALLINGTON NJ 07057

11/05/2010

11/05/2015

DOL

DOL

S & S ELECTRIC

235 BROADWAY SCHENECTADY NY 12306

06/19/2013

06/19/2018

DOL

DOL

*****2585

S B WATERPROOFING INC

SUITE #3R 2167 CONEY ISLAND AVENUEBROOKLYN NY 11223

11/04/2009

11/04/2014

DOL

DOL

*****4923

SCHENLEY CONSTRUCTION INC

731 WARWICK TURNPIKE HEWITT NJ 07421

06/25/2012

12/11/2017

DOL

DOL

SCOTT LEONARD

P O BOX 1238 SALINA OK 74365

11/28/2012

11/28/2017

DOL

DOL

SEAKCO CONSTRUCTION COMPANY LLC

128A NORTH STAMFORD ROAD STAMFORD CT 06903

05/23/2013

05/23/2018

DOL

DOL

*****9030

SEAKCO NEW YORK LLC

128A NORTH STAMFORD ROAD STAMFORD CT 06903

05/23/2013

05/23/2018

DOL

NYC

*****4020

SERVI-TEK ELEVATOR CORP

2546 EAST TREMONT AVENUE BRONX NY 10461

06/04/2009

06/04/2014

DOL

DOL

*****3540

SEVEN STAR ELECTRICAL CONTRACTING CORP

23-24 STEINWAY STREET ASTORIA NY 11105

06/27/2011

06/27/2016

DOL

DOL

SEVEN STAR ELECTRICAL INC

C/O THEONI ATHANASIADIS 1023 COMMACK ROADDIX HILLS NY 11746

06/27/2011

06/27/2016

DOL

NYC

SHAFIQUL ISLAM

11-27 30TH DRIVE LONG ISLAND CITY NY 11102

05/25/2011

05/25/2016

DOL

NYC

SHAHZAD ALAM

21107 28TH AVE BAYSIDE NY 11360

07/02/2012

07/02/2017

DOL

DOL

SHAIKF YOUSUF

C/O INDUS GENERAL CONST 33-04 91ST STREETJACKSON HEIGHTS NY 11372

04/28/2010

04/28/2015

DOL

DOL

*****0256

SIERRA ERECTORS INC

79 MADISON AVE - FL 17 NEW YORK NY 10016

04/16/2009

04/16/2014

DOL

DOL

*****0415

SIGNAL CONSTRUCTION LLC

199 GRIDER STREET BUFFALO NY 14215

11/14/2006

02/25/2015

DOL

DOL

*****8469

SIGNATURE PAVING AND SEALCOATING

P O BOX 772 JAMESTOWN NY 14701

08/13/2010

08/13/2015

DOL

DOL

*****8469

SIGNATURE SEALCOATING AND STRIPING SERVICE

345 LIVINGSTON AVENUE P O BOX 772JAMESTOWN NY 14702

04/04/2007

08/13/2015

*****6978

*****5905

GLOBAL TANK CONSTRUCTI ON LLC

SEAKCO CONSTRUCTI ON COMPANY

Page 10 of 12

NYSDOL Bureau of Public Work Debarment List

03/11/2014

Article 8 DOL

DOL

*****6904

SIGNING STAR LIMITED LIABILITY COMPANY

5 HANSEN PLACE WAYNE NJ 07470

09/18/2013

09/18/2018

DOL

DOL

*****0667

SNEEM CONSTRUCTION INC

43-22 42ND STREET SUNNYSIDE NY 11104

07/01/2011

07/01/2016

DOL

DOL

SPASOJE DOBRIC

61 WILLET STREET - SUITE PASSAIC NJ 07055

07/09/2010

02/23/2017

DOL

DOL

SPORTSCRAFTERS INC

113 N MAPLE AVENUE GREENSBURG PA 15601

02/21/2013

02/21/2018

DOL

DOL

*****3539

SPOTLESS CONTRACTING

44 THIELLS-MT IVY ROAD POMONA NY 10970

10/14/2011

10/14/2016

DOL

DOL

*****3496

STAR INTERNATIONAL INC

89-51 SPRINGFIELD BLVD QUEENS VILLAGE NY 11427

08/11/2003

08/11/3003

DOL

DOL

STEFANIE MCKENNA

30 MIDLAND AVENUE WALLINGTON NJ 07057

11/05/2010

11/05/2015

DOL

DOL

STEPHEN BIANCHI

462 LAKEVIEW AVENUE VALHALLA NY 10595

12/16/2013

12/16/2018

DOL

DOL

STEPHEON SHELDON

493 LANSING ROAD FULTONVILLE NY 12072

11/18/2013

11/18/2018

DOL

DOL

STEVEN CONKLIN

60 COLONIAL ROAD STILLWATER NY 12170

02/15/2011

02/15/2016

DOL

DOL

STS CONSTRUCTION OF WNY

893 EAGLE STREET BUFFALO NY 14210

06/09/2009

06/09/2014

DOL

DOL

STUART CHAITIN

634 ROUTE 303 BLAUVET NY 10913

07/26/2012

11/19/2018

DOL

DOL

DOL

DOL

DOL

DOL

DOL

DOL

DOL

DOL

DOL

DOL

DOL

DOL

DOL

DOL

DOL

*****4081

*****3210

IMPACT INDUSTRIAL SERVICES INC

FANTASTIC PAINTING

SUPER SWEEP

FMS

4 LEGHORN COURT NEW YORK NY 11746

11/28/2012

11/28/2017

SUZANNE G GOLD

C/O GOLDS FLOORING INSTALLATION S INC

25 HAMILTON ROAD MONTICELLO NY 12701

10/16/2013

10/16/2018

T D CONTRACTORS CORP

TD CONTRACTOR S INC

113 N MAPLE AVENUE GREENSBURG PA 15601

02/21/2013

02/21/2018

T D CONTRACTORS INC

113 N MAPLE AVENUE GREENSBURG PA 15601

02/21/2013

02/21/2018

THE J OUVINA GROUP LLC

344 SOUNDVIEW LANE COLLEGE POINT NY 11356

11/22/2011

11/22/2016

THE THORNE GROUP INC

113 N MAPLE AVENUE GREENSBURG PA 15601

02/21/2013

02/21/2018

*****2070

THE UNIVERSAL GROUP OF NEW YORK INC

212 OXFORD WAY SCHENECTADY NY 12309

12/11/2012

09/16/2018

*****9243

THE WELCOME MAT PROPERTY MANAGEMENT LLC

P O BOX 268 STILLWATER NY 12170

09/16/2013

10/16/2018

DOL

THEONI ATHANASIADIS

C/O SEVEN STAR ELECTRICAL 23-24 STEINWAY STREETASTORIA NY 11105

06/27/2011

06/27/2016

DOL

DOL

THOMAS ASCHMONEIT

79 MADISON AVENUE - FL 17 NEW YORK NY 10016

04/16/2009

04/16/2014

DOL

DOL

THOMAS DEMARTINO

158-11 96TH STREET HOWARD BEACH NY 11414

06/25/2009

06/25/2014

DOL

DOL

THOMAS DESANTIS

161 OSWEGO RIVER ROAD PHOENIX NY 13135

09/24/2013

11/18/2018

DOL

NYC

THOMAS SCARINCI

130-43 92ND AVENUE RICHMOND HILLS NY 11418

11/27/2013

11/27/2018

DOL

DOL

THOMAS TERRANOVA

13 NEW ROAD/SUITE 1 NEWBURGH NY 12550

11/15/2010

11/15/2015

DOL

DOL

*****2734

THREE FRIENDS CONSTRUCTION CORP

986 MADISON AVENUE PATERSON NJ 07501

01/03/2013

01/03/2018

DOL

NYC

*****6253

THUNDER BROTHERS CORP

24 CONGRESS LANE SOUTH RIVER NJ 08882

05/01/2013

05/01/2018

DOL

DOL

TIMOTHY F BARBER

635 LUZERNE ROAD QUEENSBURY NY 12804

09/16/2013

09/16/2018

DOL

NYC

TIMOTHY O'SULLIVAN

C/O SNEEM CONSTRUCTION 4322 42ND STREETSUNNYSIDE NY 11104

07/01/2011

07/01/2016

DOL

DOL

TIMOTHY P SUCH

893 EAGLE STREET BUFFALO NY 14210

06/09/2009

06/09/2014

DOL

NYC

TM MECHANICAL CORP

130-43 92ND AVENUE RICHMOND HILLS NY 11418

11/27/2013

11/27/2018

DOL

DOL

TNT DEMOLITION AND ENVIRONMENTAL INC

355 COUNTY ROUTE 8 FULTON NY 13069

08/08/2009

08/19/2014

DOL

DOL

*****3315

TOTAL DOOR SUPPLY & INSTALLATION INC

16 JOY DRIVE NEW HYDE PPARK NY 11040

01/05/2010

01/05/2015

DOL

DOL

*****3315

TOTAL DOOR SUPPLY & INSTALLATION INC

16 JOY DRIVE NEW HYDE PPARK NY 11040

01/05/2010

01/05/2015

*****9676

*****4293

*****1523

DESANTIS ENTERPRISES

Page 11 of 12

NYSDOL Bureau of Public Work Debarment List

03/11/2014

Article 8 DOL

DOL

*****8176

TOURO CONTRACTING CORP

1541 EAST 56TH STREET BROOKLYN NY 11234

05/04/2012

05/04/2017

DOL

DOL

*****2357

TRAC CONSTRUCTION INC

9091 ERIE ROAD ANGOLA NY 14006

02/03/2011

02/03/2016

DOL

DOL

TRI STATE TRUCKING INC

140 ARMSTRONG AVENUE SYRACUSE NY 13209

10/21/2009

10/21/2014

DOL

DOL

*****5213

TRIAD PAINTING CO INC

656 N WELLWOOD AVE/STE C LINDENHURST NY 11757

09/01/2011

09/01/2016

DOL

DOL

*****4294

TWT CONSTRUCTION COMPANY INC

13 NEW ROAD/SUITE 1 NEWBURGH NY 12550

11/15/2010

11/15/2015

DOL

DOL

ULIANO AND SONS INC

22 GRIFFEN COURT MILLER PLACE NY 11746

10/26/2010

10/26/2015

DOL

DOL

*****1504

VALLEY VIEW LANDSCAPING AND SITE DEVELOPMENT LLC

470 AURORA STREET LANDSCASTER NY 14086

10/29/2009

10/29/2014

DOL

DOL

*****0854

VANESSA CONSTRUCTION INC

588 MEACHAM AVE/STE 103 ELMONT NY 11003

08/24/2010

08/24/2015

DOL

NYC

247 48TH STREET BROOKLYN NY 11220

02/05/2014

02/05/2019

DOL

DOL

VEZANDIO CONTRACTING CORP

530 BEECH STREET NEW HYDE PARK NY 11040

07/02/2012

07/02/2017

DOL

NYC

VICK CONSTRUCTION

21 DAREWOOD LANE VALLEY STREAM NY 11581

12/31/2013

12/31/2018

DOL

NYC

VICKRAM MANGRU

21 DAREWOOD LANE VALLEY STREAM NY 11581

12/31/2013

12/31/2018

DOL

NYC

VISHAL CONSTRUCTION INC

73-12 35TH AVE - APT F63 JACKSON HEIGHTS NY 11272

03/04/2010

03/04/2015

DOL

DOL

WASSIM ISSA

470 AURORA STREET LANDSCASTER NY 14086

10/29/2009

10/29/2014

DOL

DOL

WESLEY J STAROBA

206 TALLY HO COURT SCHENECTADY NY 12303

06/19/2013

06/19/2018

DOL

DOL

*****0078

WESLEY J STAROBA INC

235 BROADWAY SCHENECTADY NY 12306

06/19/2013

06/19/2018

DOL

DOL

*****7617

WHITE PLAINS CARPENTRY CORP

P O BOX 309 WHITE PLAINS NY 10603

12/04/2009

05/04/2017

DOL

DOL

WILLIAM SCRIVENS

30 MIDLAND AVENUE WALLINGTON NJ 07057

11/05/2010

11/05/2015

DOL

DOL

WILLIAM THORNE

113 N MAPLE AVENUE GREENSBURG PA 15601

02/21/2013

02/21/2018

DOL

DOL

WILLIAM W FARMER JR

112 HUDSON AVENUE ROCHESTER NY 14605

10/19/2009

10/19/2014

DOL

NYC

XAVIER CONTRACTING LLC

68 GAYLORD ROAD SCARSDALE NY 10583

02/10/2011

02/10/2016

DOL

AG

YULY ARONSON

700 SUMMER STREET STAMFORD CT

11/24/2009

11/24/2014

DOL

DOL

YURIY IVANIN

C/O MOUNTAIN'S AIR INC 2471 OCEAN AVENUE-STE 7ABROOKLYN NY 11229

09/24/2012

09/24/2017

VEAP SELA

*****3270

*****9936

*****5498

MUNICIPAL MILLING & MIX -IN- PLACE

C/O COLONIAL ROOFING COMPANY INC

VICK CONSTRUCTI ON

S&S ELECTRIC

Page 12 of 12