Loading...
HomeMy WebLinkAboutEntrance Road Rehabilitation Project NEW YORK STATE DEPARTMENT OF LABOR Bureau of Public Work -Debarment List 2019 AC 150/5370-1OH ASTM G153 Standard Practice for Operating Enclosed Carbon Arc Light Apparatus for Exposure of Nonmetallic Materials ASTM G154 Standard Practice for Operating Fluorescent Ultraviolet (UV) Lamp Apparatus for Exposure of Nonmetallic Materials ASTM G155 Standard Practice for Operating Xenon Arc Light Apparatus for Exposure of Nonmetallic Materials Federal Specifications (FED SPEC) FED SPEC RR-F-191/3 Fencing, Wire and Post, Metal (Chain-Link Fence Posts, Top Rails and Braces) FED SPEC RR-F-191/4 Fencing, Wire and Post, Metal(Chain-Link Fence Accessories) FAA Standard FAA-STD-019 Lightning and Surge Protection, Grounding, Bonding and Shielding Requirements for Facilities and Electronic Equipment FAA Orders 5300.38 AIP Handbook END OF ITEM F-162 Item F-162 Chain-Link Fence TS F-162-6 F SO CBCl 0 l!� COMPANIESO CONTRACT D I o� �co UNV , FORT E TR TI F AIRPORT NTRANC ROAD R ABI ITATION QUANTITIES FOR CANVAS OF BIDS ITEM FAA NO SPEC DESCRIPTION QUANTITY UNITS I AB T Fl D AIRPORT 1 C-105 MOBILIZATION (8% MAX) 1 LS 2 C-106 SAFETY, SECURITY AND MAINTENANCE OF TRAFFIC 1 LS 3 P-152 UNCLASSIFIED EXCAVATION 625 CY 4 P-209 SEPARATION GEOTEXTILE 1,500 SY OB8 5 P-214 CRUSHED AGGREGATE BASE COURSE 500 CY 6 P-403 BITUMINOUS SURFACE COURSE 450 TON 7 P-603 BITUMINOUS TACK COAT 75 GAL TOWN OF SOUTHOLD 8 P-605 JOINT SEALING 900 LF 9 D-751 DRAINAGE STRUCTURES TO BE CLEANED 5 EACH 10 D-751 CONCRETE GUTTERS TO BE CLEANED WI81LF FISHERS ISLAND, NEWYORK 11 F-162 24-FOOT DOUBLE SWING GATE 1 1 EACH FAA AIP PROJECT NO.: 3-36-0029-023-18 (D) 3-36-0029-XXX-20 (C) NYSDOT PIN: 0913.23 (D) 0913.XX (C) C&S PROJECT: 211.019.001 0 MAY 2020 0 0 I04 N CONNECTICUT I RHODE ISLANDBID DOCUMENTS t DRAWING LIST co SHEET NO. SHEET NAME GI-001 TITLE SHEET - GI-002 GENERAL NOTES, LEGEND, ABBREVIATIONS & SITE PLAN ���� �5 J�0in g F ELIZABETH ISLAND GC-101 GENERAL AND CONSTRUCTION SAFETY PHASING PLAN * ��� CG-101 GRADING PLAN & PROFILE ' w ° FIELD BLOCK ISLAND CG-102 DRAINAGE IMPROVEMENT PLAN � 1\ W LONG ISLAND SOUND AIRPORT CG-501 ENTRANCE ROAD TYPICAL SECTION & DETAILS �A��FESSI01� r 0 a L a I TO THE BEST OF OUR KNOWLEDGE,INFORMATION AND BELIEF c THE PLANS AND SPECIFICATIONS FOR THIS PROJECT ARE IN LONG ISLAND COMPLIANCE WITH THE NEW YORK STATE ENERGY CONSERVATION CONSTRUCTION CODE AND THE BUILDING CODE OF NEW YORK STATE 0 x N NO ALTERATION PERMITTED HEREON EXCEPT AS PROVIDED ATLANTIC OCEAN UNDER SECTION 7209 SUBDIVISION 2 OF THE NEW YORK 0 STATE EDUCATION LAW aZ M Mf~ I I N ^ 0> LOCATION MAP N m a G1=001 o/ Copyright 2 3 4 —R— EXISTING AIRPORT PROPERTY LINE EXISTING EDGE OF WATER EXISTING EDGE OF WOODS Cl EXISTING CONIFEROUS TREE COS COMPANIES EXISTING DECIDUOUS TREE • ••••••••• 19 ••••••••• EXISTING CONTOUR LINE 1. THESE DRAWINGS HAVE BEEN PREPARED,IN PART,BASED UPON RECORD DRAWINGS AND/OR CAD FILES FURNISHED BY OTHERS. WHILE THIS INFORMATION IS BELIEVED TO BE RELIABLE,THOSE UTILIZING THE C&S Engineers Inc. — —24"RCP— — EXISTING DRAINAGE LINE INFORMATION ON THESE DRAWINGS ARE ADVISED TO OBTAIN INDEPENDENT VERIFICATION OF ITS ACCURACY BEFORE USING IT FOR ANY PURPOSE. ��P`��' 499 COI. Eileen Collins Blvd. — — 6"UD — — EXISTING UNDERDRAIN �\�\S�� Syracuse, New York 13212 Phone: 315-455-2000 0 C EXISTING UNDERDRAIN CLEANOUT 2. EXISTING UTILITIES WERE TAKEN FROM PLANS OF RECORD&TOPOGRAPHIC SURVEY. THEY HAVE BEEN UP Fax. 315-455-9667 SHOWN TO THE EXTENT KNOWN AND ARE OFFERED IN GOOD FAITH SOLELY FOR INFORMATIONAL www.cscos.com ®CB 91 EXISTING CATCH BASIN PURPOSES. THEY MAY NOT REFLECT ACTUAL LOCATIONS AND MAY NOT BE INCLUSIVE. IT IS THE CONTRACTOR'S RESPONSIBILITY TO LOCATE ALL UTILITIES PRIOR TO THE START OF CONSTRUCTION. EPQ\ @DMH EXISTING DRAINAGE MANHOLE ti EXISTING HEADWALL 3. THE ACTUAL LOCATION AND ELEVATION OF ALL UTILITIES SHALL BE FIELD VERIFIED BY THE / ti OF NEW CONTRACTOR PRIOR TO THE START OF CONSTRUCTION. NS J. Hp 10 u EXISTING PIPE END SECTION C� —W-6" EXISTING WATER LINE 4. IN THE EVENT OF DAMAGE TO EXISTING UTILITIES OR CABLES CAUSED BY THE CONTRACTOR'S r, . CONSTRUCTION OPERATIONS,THE ENGINEER AND OWNER SHALL BE NOTIFIED IMMEDIATELY. UP/ w AD\ EXISTING HYDRANT � ®WV EXISTING WATER VALVE 5. THE CONTRACTOR SHALL REPAIR ALL DAMAGE TO UTILITIES OR CABLES CAUSED BY THE CONTRACTOR'S lj �p 0820 1\ w�Cti CONSTRUCTION OPERATIONS,AS DIRECTED BY THE ENGINEER,IMMEDIATELY AND AT THE ���FES S 10' � 12 AN EXISTING SANITARY LINE CONTRACTOR'S SOLE EXPENSE. / @SMH EXISTING SANITARY MANHOLE 6. ALL AREAS DISTURBED AS A RESULT OF THE CONTRACTOR'S STAGING AND CONSTRUCTION — OHE — — — —OHE — EXISTING OVERHEAD ELECTRIC LINE OPERATIONS SHALL BE RESTORED EQUAL TO OR BETTER THAN ORIGINAL CONDITION AT THE / �``0` SU(/lyo CONTRACTOR'S SOLE EXPENSE. `'� '7 SUP EXISTING UTILITY POLE � �� lO 7. ALL DIRT,DUST,STONES AND LOOSE DEBRIS SHALL BE CONTINUOUSLY REMOVED FROM ALL PAVED / UP EXISTING GUY WIRE AND ANCHOR SURFACES DURING THIS CONTRACT. ® EXISTING BOLLARD OR POST / • �O �- EXISTING SINGLE POST TRAFFIC SIGN 8. THE CONTRACTOR SHALL RECONSTRUCT AND MAINTAIN EXISTING ACCESS ROADS AS REQUIRED FOR � COI' ACCESS TO THE WORK AREAS,PARTICULARLY WHISTLER AVE.&THE VEHICLE PARKING LOT. �/ U n EXISTING DOUBLE POST TRAFFIC SIGN / PROPOSED WORK LIMITS 9. ALL OF THE CONTRACTOR'S OPERATIONS SHALL REMAIN ON AIRPORT PROPERTY AT ALL TIMES.UNDER � oIR-2 EXISTING SURVEY BASELINE POINT NO CIRCUMSTANCES WILL THE CONTRACTOR BE ALLOWED ON ADJACENT PROPERTY. EXISTING SURVEY CONTROL POINT 10. THIS CONTRACT DOES NOT ALLOW FOR PRICE INCREASES DUE TO ESCALATION IN COST OF UNIT BID O EXISTING BENCHMARK LOCATION ITEMS. THE CONTRACTOR SHALL TAKE THIS INTO CONSIDERATION WHEN PREPARING UNIT PRICES FOR +BM BID. 443 PROPOSED CONTOUR LINE CD UP 443.2 PROPOSED INTERMEDIATE CONTOUR LINE 11. ALL SPOIL SHALL BE DISPOSED OF OFF-SITE AT THE CONTRACTORS EXPENSE. M J H to 443.2 PROPOSED SPOT ELEVATION 12. ITEMS OF SPECIFIC MANUFACTURE SHALL BE INSTALLED IN STRICT ACCORDANCE WITH AIRPORT DRIVE o�� _ m MANUFACTURER'S PRINTED INSTRUCTIONS AND OR MANUFACTURER'S REPRESENTATIVE DIRECTIONS. _ _ — _ O Q Q PROPOSED HMA PAVEMENT 0 — CLW J 0 13. THE CONTRACTOR'S SPECIAL ATTENTION IS DIRECTED TO THE PROTECTION OF EXISTING PAVED _ / MUNICIPAL ROADS LEADING TO THE PROJECT SITE FROM DAMAGE CAUSED BY CONSTRUCTION VEHICLE j O _ a = EXISTING CONCRETE ACTIVITY.DAMAGE CAUSED BY THE CONTRACTOR'S CONSTRUCTION VEHICLES TO LOCAL AND/OR r \ / 8 a a PAVEMENT TO REMAIN AIRPORT ROADS AND PARKING AREAS DURING THE COURSE OF CONSTRUCTION SHALL BE REPAIRED AT r _ CI Q = W THE CONTRACTOR'S SOLE EXPENSE. J O O W ———————— WORK AREA LIMITS I \ \ / Z � — � \ \ UP � SPOIL AREA (n 14. SURVEY AND MAPPING BASED ON FIELD INSTRUMENT TOPOGRAPHIC SURVEY BY THEW ASSOCIATES, \ \ J — — — \ .. CONTRACTOR'S STAGING AREA CANTON,NEW YORK,FEBRUARY.2020. \ \� / — — — — //� _ _ \ P JI I = WC) Z 0 CONTRACTOR'S HAUL ROUTE y Uj Z Z J m in N H 0U) Z cc 3 UP _ \ W W W PROPOSED 24 DOUBLE _ — \ 3= SWING GATE ITEM F-162 m Cn SEE DETAIL B3/CG-501 O U. LEGEND GENERAL NOTES o SCALE:NOT TO SCALE �� SCALE:NOT TO SCALE UP Q m / AUTO FP \ PARKING -Ile LOT , t \\ \ AIRFIELD j y i \\ i MARK DATE DESCRIPTION o \\ \ LIGHTING \ i CFP o VAULT \ REVISIONS o, ABAN.-ABANDONED PC-POINT OF CURVATURE \ \ i / PROJECT NO: 211,019.001 m APPROX.-APPROXIMATE PCC-PORTLAND CEMENT CONCRETE PAVEMENT ASPH.-ASPHALT PI-POINT OF INTERSECTION p� DATE: MAY 2020 t BASELINE f� PROPERTY LINE AIRPORT ENTRANCE ROAD CENTERLINE ALIGNMENT \\ y / �oF gP 0 BLDG.-BUILDING PT-POINT OF TANGENCY \\ AIRCRAFT \ ! DRAWN BY: J. POTTER BM-BENCH MARK PVI-POINT OF VERTICAL INTERSECTION STATION NORTHING EASTING \ \\ m � TIE-DOWN � ' PROPOSED SIDEWALK, ITEM DESIGNED BY: J. POTTER c �-CENTERLINE PVC-POINT OF CURVATURE(VERTICAL CURVE) POB: 0+00 402,737.54 1,525,873.29 \ �\� APRON E! CIP-CAST IRON PIPE PVC-POLYVINYL CHLORIDE PIPE i i / 402.1273 PAID FOR UNDER ITEM TANGENT LENGTH:429.17' y i \\ SP 5\ CHECKED BY: J. DOLAN C CMP-CORRUGATED METAL PIPE PVT-POINT OF TANGENCY(VERTICAL CURVE) i \\ P-403. SEE DETAIL C2 &C31CG-501 wok ���� CONC.-CONCRETE R-RADIUS PC: 4+29.17 402,344.86 1,526,046.44 \ i INNOALTERATION PERMITTED HEREON V- CSP-CORRUGATED STEEL PIPE RCP-REINFORCED CONCRETE PIPE i \ i EXCEPT AS PROVIDED UNDER SECTION a DIA.-DIAMETER ROFA-RUNWAY OBJECT FREE AREA PI: 402,310.27 1,526,061.69 , \ / Sp. 7209 SUBDIVISION 2 OF THE NEW YORK L_ EAPL-EXISTING AIRPORT PROPERTY LINE RSA-RUNWAY SAFETY AREA PT: 4+99.19 402,301.96 1,526,098.56 \\ i i EDUCATION LAW ELEV.-ELEVATION ROW-RIGHT OF WAY RADIUS:75' \\ \ 9f\ p _1A /1 A FND.-FOUNDATION RPZ-RUNWAY PROTECTION ZONE LENGTH:70.02' \\ �9\ �oF - �7 HP-HIGH POINT RT-RIGHT rn INV.-INVERT RW-RUNWAY POE: 6+18.08 402,275.79 1,526,214.53 o LT-LEFT SHDR.-SHOULDER TANGENT LENGTH: 118.89' / \ \ \ / \ - GENERALNOTES, LP-LOW POINT SICPP-SMOOTH INTERIOR CORRUGATED i MAX.-MAXIMUM POLYETHYLENE PIPE i \ / o MIN.-MINIMUM STA.-STATION LEGEND, 5 MISC.-MISCELLANEOUS TOFA-TAXIWAY OBJECT FREE AREA NA-NOT APPLICABLE TSA-TAXIWAY SAFETY AREA N OFA-OBJECT FREE AREA TW-TAXIWAY _ _ \\ O / \ Q� o / ABBREVIATIONS & SITE PLAN LL_ O.C.-ON CENTER TYP.-TYPICAL 0 o PAV'T.-PAVEMENT UD-UNDERDRAIN ��/ y �cni 3 INN 04 a. \�= 100 ly G1m002 ABBREVIATIONS HORIZONTAL ALIGNMENT SITE PLAN AlSCALE:NOT TO SCALE �� SCALE:NOT TO SCALE �� SCALE:NOT TO SCALE SHEET 2 OF 6 3 (� Copyright 2 3 4 0 co ROAD O o WORK AHEAD , - C&S Engineers, Inc. RETROREFLECTIVE BAND - 499 COI. Eileen Collins Blvd.Syracuse, New York 13212 RETROREFLECTIVE CONES, SEE CW20-1 kP� DETAIL C1, THIS SHEET " " Phone: -455- 667 315-455-9667 (TYP.) (36 x 36 ) / Fax. 315 PAID FOR UNDER ITEM C-106 www.cscos.com x N Q c W C \ UP Or NE NS J.Cl \ \ w + \ \\ ESSIOtP BM-3 \ \ CONTRACTOR'S ACCESS \\ \\ UP// QF S0 r TO WORK AREA RETROREFLECTIVE CONE DETAIL SCALE:NOT TO SCALE CONSTRUCTION SIGN (TYP.). / \\ \ ti� 1 • COQ IONS, SEE DETAIL B1 THIS SHEET. SIGN NOTES: PAID FOR UNDER ITEM C-106 \ \ 1. ALL SIGNS SHALL BE IN ACCORDANCE WITH ' \ / ROAD \ THE NEW YORK STATE MANUAL ON UNIFORM \ Z TRAFFIC CONTROL DEVICES(MUTCD). WORK WORK AREA UP \ \ ROAD WORK AHEAD, AHEAD ' \ (36"x 36")cw2o-1 � \ \ CONTRACTOR'S STAGING & 0 EMPLOYEE PARKING AREA jj ROAD CW20-1 WORK (36"X 36") \ AHEAD i CD \ \\ Z W O 0 EXISTING ROAD z / ' I U\f�' Q 5'(MIN.) �, TEMPORARY I \ � z SIGN BASE INS \ - - - _ - - - - Q O W ow s\ Cf)_ - - _ - - - - w 0LU LU Z 0 > k LU 0- \ _ _ �_ LLI LL. o uui=uui= I i /IR-3 / / HIT Z W J Z Za EXISTING GRADE \ I Q 0 +BM' UP SPOIL AREA, HEIGHT LIMIT N Z ~ � J LIU PJ I i I OF SPOIL PILE TO BE8FEET LU _ o I 0 CONTRACTOR SHALL INSTALL ` I I 0 LL "ROAD WORK AHEAD" SIGN DETAIL NEW GATE, ITEM F-162, SEE I o B1 DETAIL B3/CG-501 0 SCALE:NOT TO SCALE UP 04 MARK DATE DESCRIPTION UP REVISIONS o CONTROL POINTS �pFP +BM-1 gP PROJECT NO: 211.019.001 DATE: MAY 2020 o NUMBER NORTHING FASTING ELEV.: \ AUTO 0.� o I y DRAWN BY: J. POTTER 1 401,644.28 1,525,815.74 4.97 / PARKING gP 2 402,566.73 1,525,247.45 38.39 \� / ' �/ LOT DESIGNED BY: ,J. POTTER `c 3 402,376.04 1,526,128.34 19.71 4 402,733.72 1,525,924.42 18.50 (D CHECKED BY: J. DOLAN NO ALTERATION PERMITTED HEREON n / / SP EXCEPT AS PROVIDED UNDER SECTION _ _ 7209 SUBDIVISION 2 OF THE NEW YORK a \y / / ' — \ I / �pFP �gP �p� EDUCATION LAW A BENCHMARKS AIRCRAFT / v / - TIE-DOWN o 0 NUMBER NORTHING EASTING ELEV.: \ APRON / 01 402,183.63 1,526,209.61 6.96 y / - / / - \\ pF P 951>1 GENERALAND r 2 402,341.22 1,525,992.56 20.58 % 3 402,680.95 1,525,788.19 20.34 / / / / , pFQ CONSTRUCTION O / SAFETY E0 -� SSP \\�p��\ PHASING PLAN N N pkP \ \ N v � � / \ / ' FLAP \ \\ P - GCml 01 50 0 50 100FT. Al SURVEY CONTROL A2 GENERAL PLAN 50 SCALE:NOT TO SCALE SCALE: 1"=120' SHEET 3 OF 6 2 3 Copyright 4 I � ev:. / I C:) 4 N 402,733.72' 20"DECIDUOUS TREE \ : E.1,525,924.42' I Elev:18.50' 1 Desc.CIRS D � ICl Q 1 i I I �I I ' I � / N:402,573.29' S ` ) I I 0 E.1,526,015.93' I Elev: NS R /^ Cp 2O I O vJ Desc.NS POL C&S Engineers, Inc. 499 Col. Eileen Collins Blvd. 30" E IDUOUSITREE SAWCUT rl U •� �I II \\ /ll // / j ,o / , Syracuse, New York 13212 / p I N: 402,735.42 625CY UNCLASSIFIED O � � � �I /I �\ / / // / / � � // //� � , Phone: 315-455-2000 CBS 1 E: 1,525,902.33 c� i I 11 / l l I / /// / / Fax- www cscos96om 67 KEYING DETAIL, 1 \ EXCAVATION P-152 SEE N: 402 462.24 / \ Catch Basin `" NI I I I I I \ / / / / A4/CG-501 1 \ Rim Elevation 17.94 W SECTION, Al/CG-501 2"CHERRY W E- 1,525,991.27 �I SAWCUT 1 No grate,full of debris Drainage Manhole 10"CHERRY Drainage Manhole ,,b \ N Rim Elevation 19.26 I N: 402,372.60 I Rim Elevation 18.06 1 \ KEYING DETAIL / C ® \ Heavy silt inverts inaccessible 6 M13) Top of Debiris Elevation=10.31' O O A4/CG-501 cA� 7' I E: 1,526,044.87 I I �1 Cr OHE OHE OHE OHE �I I / / / / // �Q�oS J. N: 402 723.72 E: 1,525,875.97 ,� _ W. .45 In 7. 1 nvert Ina _ _ _ _ 1s _ _ _ _v. � v. 16. — v — — — — T. — — — — Drainage Manhole — Rim Elevation 19.13 / 192 192 I 19.a s.z s— +00 I 1+00 �I AIRPORT ENTRANCE ROAD - 4+0 / /// // / 10 II 19.219.2 I 18.6 1 19 19.4 �OFESSIO�A�ti a6 ` // / 88 19 -4--19z 19 I 18.8 18.8 _ - - - -USE F I - / Drainage Man .J hole •o / Manhole W� I-� T v� �—�yVr. �. W W �/ �2im�-�I�.�tion �/1/ W ✓ / O �/r n 18.34 , �o V I — �� / N: 402 368.16 Electric Manhole \ 4 Rim Elevation 18.91 E: 1,526,032.76 N \ I giRAo CVo I KEYING DETAIL, / CD �� RToRi ti Go �� C4/CG-501 I / PROPOSED BITUMIN US N I \ N. 402 439.92 ASPHALT PAVEMENT, 1 0 / I E: 1,525,987.28 , ^' I SAWCUTLLJ / I I i A / '` • �O ~ 4"ELM SEE SECTION, Al/C@-501 1, x I� �\ ' o I N: 402,363.73 Catch Basin 36"MAPLE Rim Elevation 17.95 ^` \ I�� l Q) �\ E: 1,526,020.64 \ No grate,full of debris W 12"CHE I \ 4 SAWCUT L O/b \ N: 402 713.75 J� \ \ �� J E: 1,525,853.51 ;� J` ✓� 1 t ry / I I 1 l (i) CD \� 0 Q D 1 I / / / // — �; p /'Y� / I �� / / I ` ` . o SAWCUT 0 pC w O // /// // ��`� \ \ i -13- �� moo• / / I 1 \� o t C. N: 402,251.48 a _ I I �� / // 1 \ I a i , \ \ \ \ •C V / / I 1 I o E: 1,525,982.06 H I � a '8 a W a� • / 1 \ / I I W 0 Z 7 ooa / 11 11 \ \ ,�¢, �¢� / / I II I ! ► I �� Cr) W W N: 402 245.72 rL 8' KEYING DETAIL, Z V 0 Z / A4/CG-501 1",_ Q E: 1525,969.12 Z Z W J LID M Ch cc �� .? \ \ \\ \✓/ j I / I j SAWCUT N H Cn \\ \\ \\ I �1 II I N: 402,242.42 SAWCUT J W ~ �O \ \\ \\\ E: 1,525,955.08 N: 402,239.97 W W b �D� \ \\ \\ �/ / 1 1 / I 1 / E: 1,525,956.17 Z 1 Cr) I I B GRADING P LAN 20 20 0 20 40FT. 0 SCALE:1"=20' N f/1 m m 35 35 m j MARK DATE DESCRIPTION REVISIONS PROJECT NO: 211.019.001 c m 30 30 DATE: MAY 2020 L=100.00' L=50.00' 0E=0.11' E=0.12' DRAWN BY: J. POTTER K=114.93 K=26.17 DESIGNED BY: ,J. POTTER c CHECKED BY: J. DOLAN w 25 0 25 NO ALTERATION PERMITTED HEREON 0 o m o 0 o N cl�co o 0 0 o v LO co o ~ o N N o EXCEPT AS PROVIDED UNDER SECTION CD o C a r° o 0 6i � a' + a' o� N �' N 7209 SUBDIVISION 2 OF THE NEW YORK a LU o w >LU > J `' w M > EDUCATION LAW q W U W d W d W r tZ > J W d W d W W 0 20 a w _ 0.21% 20 0 1.08% -1.70% T GRADING PLAN O 15 15 & PROFILE E0 _ _ _ cn 3 _ M O co 6 Lq � o00 oo o c6 W °o a' m a' m a' m d' aD M eD °° � C6 10 10 N - 0+00 1+00 2+00 3+00 4+00 4+50 N N� CG-101 5 0 5 10FT. 20 0 20 40FT. U_ Al ENTRANCE ROAD PROFILE SCALE:1"=20'HORIZONTAL,1"=5'VERTICAL 5 20' SHEET 4 OF 6 Copyright Jv� Elev:. 4 Desc.CIRo N:402,733.72' 20"DECIDUOUS TREE E.1,525,924.42' Cl EI- Des CIRS Desc.CIRS S7 • A o 6 ,t0 VJ 1 N:402,573.29' I EXISTING CONCRETE GUTTER TO / D EEEI­I1 19..80'26,01 3'NSR -^ (1^J o vJ Desc.NS OL .(� ` 1 BE CLEANED, (TYP.) ITEM D-751 .� O` 1 C&S Engineers Inc. 30" E IDUOUSTREE EXISTING DRAINAGE STRUCTURE 1 499 Col. Eileen Collins Blvd. Q) o TO BE CLEANED OF ALL SILT AND v 0`� �I 1 Syracuse New York 13212 0 0 0C V Phone- 315-455-2000 DEBRIS, (TYP.) ITEM D-751 �1 1 c>3 _ 1 1 ° Fax' 315-455-9667 \ Catch Basin -�-. NI 1 www.cscos.com Rim Elevation 17.94I � '17.9412"CHERRY I� � \ No grate,full of debris L� I W Drainage Manhole 10"CHERRY 1 Drainage Manhole Q� Rim Elevation 19.26 y.r 1 1 Rim Elevation 18.06 Heavy silt inverts inaccessible T Top of Debiris Elevation=10.31' / U I Or NEW ('c\\ � OHE OHE OHE OHE DMH-1 VCP_ _ _ nv_7_4 7.40 12" VCP Brick Tunnel Invert Inaccessib H-3 6 VCP I v. 10.6 1 v.. 11_15_ _ _ _Inv.. 16. r r D in a eManhole � � - - - - - - - - - - - - - - - - - - - - - - - - - - - - - � W - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - R Elevation 19.13 I 6„ VCP DMH-5 CBS +00 1+00 DMH-2 2+00 AIRPORT ENTRANCE ROAD 3�$8 DMH-4 � l - I - -h - .I � . - " - " - " - "i - " - " - " " - " - " - "i "I dA �. os2oti w � rn� I ��FEs s io�Ati I � I - - - -DQE 3 Y Drainage Manhole \� ` SU Manhole - yy°� 2im,_ motion V (� on 18.34 W w w w �/�/ (Vv1 �sy y Electric Manhole Rim Elevation 18.91 All, EXISTING CONCRETE GUTTER TO o / /� ° \F Q • COQ 4"ELM BE CLEANED, (TYP.) ITEM D-751 O � '� x I o \ FF=7.52 D�V Catch Basin 36"MAPLE •` -0 / \ `O�1\ •1� Ngrate,Elevfull fdeb n� \ �O / \ 6 No rate,full of debris `[J � / 12"CHER�� /LL. a � \ 1x SJ I m \ o Z � o ;� CIO O CID r�a CD Z Q) LLJ rl r �� o � h� � 2x w 0 O j8 a� . � �� W O 0 z o a) ° ° - OC W W LL C.) O a W Z Z j NOTES: ��° `a� m Ch 1. ALL DEBRIS AND SILT TO BE REMOVED FROM DRAINAGE MANHOLES �Q) N O 0) AND DISPOSED OFF-SITE. Z J W W 2. ALL DEBRIS AND SILT TO BE REMOVED FROM CONCRETE GUTTERS W o �D� AND DISPOSED OFF-SITE. Cn O LL B� DRAINAGE IMPROVEMENT PLAN 20 20 o Zo 40FT. IM o SCALE:1"=20' 04 m m m j MARK DATE DESCRIPTION REVISIONS \ ' ¢ PROJECT No: 211.019.001 m STRUCTURE NO. NORTHING EASTING RIM ELEV.: INV.ELEV.: ACTION s '4 r r j DATE: MAY 2020 DMH-1 402,725.02 1,525,886.18 18.34 7.45(N)8"VCP CLEAN AND REMOVE DEBRIS = _ °o r DRAWN BY: J. POTTER U 7.40(S)12"VCP 1 0 14.80(W) DESIGNED BY J POTTER J. DOLAN yam' ',h C �� f� ` r ^K CHECKED BY: w 14.80(E) --`__'=``-- _ _ -_ .� x,: _- - e NO ALTERATION PERMITTED HEREON czi ''°" L "� EXCEPT AS PROVIDED UNDER SECTION L DHM 2 402,601.71 1,525,940.72 19.13 9(N) CLEAN AND REMOVE DEBRIS 7209 SUBDIVISION 2 OF THE NEW YORK 9.15(W)12"VCP , ZN � s � b e EDUCATION LAW o DHM-3 402,541.16 o 1,525,967.49 19.27 10(S) CLEAN AND REMOVE DEBRIS _. DHM-4 402 423.58 1 526 019.84 18.74 10.65 N 6"VCP CLEAN AND REMOVE DEBRIS o O N 10.65E 12"VCPf s f` r _. a "" � " t g - .. DRAINAGE9 p 11.15(S)6"VCP 31 - - IMPROVEMENT o DHM-5 402,370.85 1,526,042.98 18.06 16.05(N)6 VCP CLEAN AND REMOVE DEBRIS r . y- 0 15.05(E)6"STEEL _ « a, ., - � " _ :, c :: PLAN r3 M O ri I I N N N� CG-1 02 A2 DRAINAGE TABLE A3 CONCRETE GUTTERS #1 A4 CONCRETE GUTTERS #2 SCALE:NOT TO SCALE SCALE:NOT TO SCALE SCALE:NOT TO SCALE SHEET 5 OF 6 Copyright 1 PROPOSED24'DOUBLE + SWING GATE,ITEM F-162, SEE DETAIL B3/CG-501 w z w B co Q x 0- AUTO PARKING Uj CSw + LOT Of p� 3 SEE CONSTRUCTION (D z PROPOSED • MPANIES JOINT DETAIL A3,THIS SHEET o o0 ITEM TACKP-03T SPG FINISHED PSe�P� PER BITUMINOUS NYSDOT ITEM ACE COURSE 73,PAID EXISTING GRADE GRADE C&S Engineers, Inc. FOR UNDER P-403 499 Col. Eileen Collins Blvd. BITUMINOUS SURFACE Syracuse, New York 13212 EXISTING COURSE PER NYSDOT Phone:315-455-2000 N PCC PAVEMENT ITEM 402.1273,PAID Fax: 315-455-9667 C FOR UNDER P-403 www.cscos.com C EXISTING Okr I�D I�D O SUBBASE COURSE 3 N OF NE4; g = _ _ 1 CRUSHED AGGREGATE �S J. Ho���� 11111=11111= CRUSHED AGGREGATE =11111- BASE COURSE,ITEM P-214 BASE COURSE,ITEM P-214 =11111=11111= =11111=11111= r" SEPARATION 1 _ w GEOTEXTILE,ITEM-209 _11111= w EXISTING SUBBASE d moo. 082oti� COURSE TO BE REMOVED SUBGRADE ��OFESSIOt A SEPARATION GEOTEXTILE,ITEM-209 SO�ryo CzSIDEWALK LAYOUT DETAIL ASPHALT SIDEWALK DETAIL KEYING DETAIL SCALE:NOT TO SCALE �� ��SCALE:NOT TO SCALE SCALE:NOT TO SCALE A4UNT`1,�� 318"RED BORDER RED LETTERS SECURITY SIGN,SEE RED BACKGROUNDDETAIL B2,THIS SHEET 2'-6" WHITE BACKGROUND Z N N � 24'-0" BALL CAP 0 N ^ _ d - N ME TRICTED A EA Q O O WHITE LETTERS 4"DIA.GATE POSTS(TYP.) EEP OUT � O RESTR CTED AREA KEEP OUT � m O N RIZED PERSONNELAUTHORIZE PERSONNELND vEwcLEs oNLvIn VEHICLES ONLY WELD ALL JOINTS _RS WILL BE PROSECUTED - �" W 0 0 � N � 0 2"MESH,#9 WIRE 60 B (ALUMINUM COATED) RED LETTERS �, � WHITE BACKGROUND 318" HITE MARGIN 15/8"O.D.STEEL PIPE J Q W O I z 2"O.D.STEEL PIPE W0 0 U) U. U NOTES: GRADEif = W O Z 1. SECURITY SIGNS SHALL BE INSTALLED ON THE NON-SECURE SIDE OF THE SECURITY FENCE WITH a ~ Z Z 24"ALUMINUM OR RUSTPROOF STEEL FENCE MOUNTING BRACKETS AND GALVANIZED NUTS AND W J BOLTS. ^ o a q m Q v 2. TOP OF SIGN SHALL BE 2'FROM TOP OF PROPOSED SECURITY GATE. ° z Q 0 0 Cn ;E_ a SEMISELF-DRAINING ° a CONCRETE N Z 3. SIGNS SHALL CONFORM IN SIZE,APPEARANCE AND REFLECTORIZATION TO THE REQUIREMENTS ° CENTER STOP a OF THE MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES(MUTCD). NOTE: L J W W "�12" 'R 4. SIGNS SHALL BE INCLUDED IN THE COST OF THE GATE,ITEM F-162. PADLOCK TO BE FURNISHED WITH GATE BY 18 DIA. 18 o CONTRACTOR.COORDINATE TYPE WITH DIA. DIA. Cn OWNERS EXISTING KEY SYSTEM. 0 U.U B2 SECURITY SIGN DETAIL B3 DOUBLE SWING GATE DETAIL o SCALE:NOT TO SCALE SCALE:NOT TO SCALE Q 04 m m EXISTING CONCRETE v=i GUTTER AND CURB TO cn z MARK DATE DESCRIPTION o REMAIN IN-PLACE,(TYP OF 2) w LU REVISIONS SAWCUT PAVEMENT FULL Uj v, AIRPORT DRIVE(WIDTH: 12',TYP.) AIRPORT ENTRANCE ROAD(WIDTH:22',TYP.) SEE CONSTRUCTION o DEPTH PRIOR TO REMOVAL PROJECT NO: 211.019.001 m JOINT DETAIL A3,THIS SHEET "' DATE: MAY 2020 BITUMINOUS SURFACE COURSE FINISHED $ PER NYSDOT ITEM 402.1273,PAID 12" GRADE DRAWN BY: J. POTTER DESIGNED BY: BITUMINOUS SURFACE COURSE PRP EXISTING GRADE ED FOR UNDER P-403 JOINT SEALING FILLER, MIN. PER NYSDOT ITEM 402.1273,PAID TACK COAT, SAWCUT PRIOR ITEM P-603 JOINT TO BE SEALED ALONG TO SEALING JOINT 112" E! FOR UNDER P-403 ASTM D-6690,TYPE II OR TYPE III ,f. POTTER BITUMINOUS SURFACE � EXISTING I GUTTER IN-PLACE,(TYP OF EXISTING �, COURSE PER NYSDOT CHECKED BY: J. DOLAN w BOTH SIDES),(SEE DETAIL A3 �� TURF _ C" BITUMINOUS ITEM 4021273PAID NO ALTERATION PERMITTED HEREON THIS SHEET PAVEMENT . , EXCEPT AS PROVIDED UNDER SECTION c c, n VARIES VARIES_ N M FOR UNDER P-403 7209 SUBDIVISION 2 OF THE NEW YORK :it /� EDUCATION LAW A PAVEMENT PROPOSED EXISTING PROPOSED A O O O O O O O O O O O O � SUBBASE TACK COAT, 0 o COURSE �• 3P-603N ENTRANCE � ITEM CRUSHED AGGREGATE Ict _ BITUMINOUS =IIIIIIIIIIIIIII= ROAD TYPICAL � � � � � � � � � � � � � � � � � � � � PAVEMENT BASE COURSE,ITEM P-214 O O�O�O�O�O �O�O�O O�O�O�O�O 0�0�0�0�0 -11111=11111= =IIIIII,i 11111= 518"BACKER ROD, -11111= 0000000000 0 00000 000000000 0000000° SECTION & cn o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o ASTM D-5249,TYPE 1 EXISTING BITUMINOUS wo PAVEMENT AND SUBBASE PAVING JOINT COURSE TO BE REMOVED SUBGRADE DETAILS Q.3 SEPARATION M o EXISTING PAVEMENT SECTION GEOTEXTILE,ITEM-209 SEPARATION TO BE REMOVED,ITEM P-152 CRUSHED AGGREGATE _ BASE COURSE,ITEM P-214 GEOTEXTILE,ITEM P-209 o � O N N CG-501 Al PROPOSED PAVEMENT SECTION A3 CONSTRUCTION JOINT DETAIL A4 [ KEYING DETAIL SCALE:NOT TO SCALE SCALE:NOT TO SCALE SCALE:NOT TO SCALE SHEET 6 OF 6 4 Copyright PROPOSAL FOR CONSTRUCTION OF THE AIRPORT ENTRANCE ROAD REHABILITATION AT ELIZABETH FIELD AIRPORT FISHERS ISLAND TOWN OF SOUTHOLD, NEW YORK TO: Southold Town Clerk's Office 53095 Route 25 Southold,New York 11971 The undersigned, as bidder, hereby declares that he/she has examined the site of the work and informed himself/herself fully in regard to all conditions pertaining to the place where the work is to be done; that he/she has examined and read the Contract Documents and Contract Drawings for the work and all addenda relative thereto furnished prior to the opening of bids; that he/she has satisfied himself/herself relative to the work to be performed. The bidder understands that the advertisement, located in the front of these Contract Documents, contains the location and a description of the proposed construction,as well as indicates the place, date, and time of the proposal opening; information about a Pre-Bid conference, if scheduled, is contained in the advertisement;a listing of estimated quantities is located in the front of these Contract Documents;the time in which the work must be completed shall be in accordance with the subsection titled FAILURE TO COMPLETE ON TIME of Section 80. If the bidder considers that the time to complete the work is inadequate,they should not submit a bid. The bidder understands the quantities for bid items listed on the proposal sheets are estimated quantities only for the purpose of comparing bids; any difference between these estimated quantities and actual quantities required for construction shall not be taken as a basis for claims by the Contractor for extra compensation; compensation will be based upon the unit prices and actual construction quantities. The bidder understands that the description under each item,being briefly stated, implies, although it does not mention, all incidentals and that the prices stated are intended to cover all such work, materials and incidentals as constitute bidder's obligations as described in the specifications and any details not specifically mentioned, but evidently included in the Contract shall be compensated for in the item which most logically includes it. The bidder understands that proposal guaranty shall be in the form of a bid bond in the amount of five percent (5%) of this bid in accordance with the subsection titled BID GUARANTEE of Section 20; the proposal guaranty shall become the property of the Owner in the event the Contract and bond(s) are not executed within the time above set forth, as liquidated damages for the delay and additional expense to the Owner caused thereby. The bidder agrees that upon receipt of written notice of the acceptance of this proposal,bidder will execute the Contract attached within 15 days and deliver a Surety Bond or Bonds as required by the subsection titled REQUIREMENTS OF CONTRACT BONDS OF Section 30.The bidder further agrees to commence construction with an adequate work force, plant and equipment on the date stated in the written notice to proceed and will progress therewith to its completion within the time stated, and in accordance with this Contract and Specification. 2018 PROPOSAL-1 ELIZABETH FIELD AIRPORT - FISHERS ISLAND AIRPORT ENTRANCE ROAD IMPROVEMENTS ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL BASE BID 1 C-105 MOBILIZATION (8+/-) 1 LS 2 C-106 SAFETY, SECURITY AND MAINTENANCE OF TRAFFIC 1 LS 3 P-152 UNCLASSIFIED EXCAVATION 625 CY 4 P-209 SEPARATION GEOTEXTILE 1,500 SY 5 P-214 CRUSHED AGGREGATE BASE COURSE 500 CY 6 P-403 BITUMINOUS SURFACE COURSE 275 TON 7 P-603 BITUMINOUS TACK COAT 75 GAL PROPOSAL-2 ELIZABETH FIELD AIRPORT - FISHERS ISLAND AIRPORT ENTRANCE ROAD IMPROVEMENTS ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL 8 P-605 JOINT SEALING 900 LF 9 D-751 DRAINAGE STRUCTURES TO BE CLEANED 5 EACH 10 D-751 CONCRETE GUTTERS TO BE CLEANED 810 LF 11 F-162 24-FOOT DOUBLE SWING GATE 1 EACH TOTAL CONTRACT PROPOSAL-3 Elizabeth Field Airport Airport Entrance Road Rehabilitation The bidder states that this proposal is based upon prevailing wages in Suffolk County,NY and in no case are wages considered less than those predetermined by the State and Federal Departments of Labor, schedules of which are contained in the Contract Documents. The bidder proposes and agrees, if this Proposal is accepted, to contract in the form of contract specified with the Town of Southold/Fishers Island Ferry District (Owner), to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation and labor necessary to complete the construction of the Airport Entrance Road Rehabilitation project in full and complete accordance with the shown, noted, described and reasonably intended requirements of the Contract Documents and Contract Drawings,to the full and entire satisfaction of the above said Owner,with a definite understanding that no money will be allowed for extra work except as set forth in the attached Contract Documents, for the unit prices listed for each item. BIDDER,IF AN INDIVIDUAL: BY: (Printed Name) (Signature) COMPANY NAME: ADDRESS: PHONE NO: DATE: 2018 PROPOSAL-4 Elizabeth Field Airport Airport Entrance Road Rehabilitation BIDDER,IF A PARTNERSHIP (GIVE NAMES AND ADDRESSES OF EACH PARTNER): BY: (Printed Name) (Signature) COMPANY NAME: ADDRESS: PHONE NO: DATE: PARTNER'S PARTNER'S NAME: NAME: BUSINESS BUSINESS ADDRESS: ADDRESS: PARTNER'S PARTNER'S NAME: NAME: BUSINESS BUSINESS ADDRESS: ADDRESS: 2018 PROPOSAL-5 Elizabeth Field Airport Airport Entrance Road Rehabilitation BIDDER,IF A CORPORATION: BY: (Printed Name &Title) (Signature) CORPORATION NAME: ADDRESS: (SEAL) STATE OF CORPORATION CHARTER: PHONE NO: DATE: PRESIDENT'S NAME: BUSINESS ADDRESS: SECRETARY'S TREASURER'S NAME: NAME: BUSINESS BUSINESS ADDRESS: ADDRESS: 2018 PROPOSAL-6 Elizabeth Field Airport Airport Entrance Road Rehabilitation ATTACHMENTS TO PROPOSAL BIDDER and his/her surety, where appropriate, have completed and executed the attached documents, which are identified below. Non-Collusive Bidding Certificate Resolution for Corporate Bidders Buy American Certification Certifications: - Certification of Non-Segregated Facilities - Debarment& Suspension Certification - Lobbying and Influencing Federal Employees - Certification of Offeror/Bidder Regarding Tax Delinquency and Felony Convictions - Trade Restriction Bidder's Statement of Previous Contracts Subject to EEO Clause as Described in Section 70-21 Certification for Receipt of Addenda Statement of Surety's Intent Iranian Energy Sector Divestment Statement Certification of Compliance with the Iran Divestment Act Disadvantaged Business Enterprise (DBE) and Small Business Element(SBE) Statement Bidder's List Collection Form (Bidder's Information) Bidder's List Collection Form (Subcontractor's Information) Safety Plan Compliance Document(SPCD) Certification 2018 PROPOSAL-7 Elizabeth Field Airport Airport Entrance Road Rehabilitation NON-COLLUSIVE BIDDING CERTIFICATE The Signer of this Bid declares: A. That he/she has carefully examined the annexed form of the Agreement and Contract. B. Pursuant to Section 103-d of the General Municipal Law, by submission of this Bid, each Bidder and each person signing on behalf of any Bidder certifies, and in the case of a joint Bid each party thereto certifies as to its own organization,under penalty of perjury,that to the best of knowledge and belief: 1. The prices in this Bid have been arrived at independently without collusion, consultation, communication or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other Bidder or with any competitor; 2. Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the Bidder, and will not knowingly be disclosed by the Bidder prior to opening, directly or indirectly,to any other Bidder or to any competitor; and 3. No attempt has been made or will be made by the Bidder to induce any other person, partnership or corporation to submit or not to submit a Bid for the purpose of restricting competition. I hereby affirm under the penalties of perjury that the foregoing statement is true. Affix Seal BIDDER: if Principal is Corporation BY: TITLE: STATE OF NEW YORK) SS: COUNTY OF ) On the day of 20 ,before me personally came to me known,who,being by me duly sworn, did swear and affirm that he/she resides at ;that he/she is the of the Bidder herein and signs the foregoing Non-Collusive Certification on behalf of such Bidder; that he/she executed the foregoing Non-Collusive Certification;and that,to the best of his knowledge and belief, the statement made in the foregoing Non-Collusive Certification is true. NOTARY PUBLIC MY COMMISSION EXPIRES: (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-8 Elizabeth Field Airport Airport Entrance Road Rehabilitation RESOLUTION FOR CORPORATE BIDDERS RESOLVED,that be authorized (Name of Officer) to sign and submit the bid or proposal of this corporation for the following project: Airport Entrance Road Rehabilitation and to include in such bid or proposal the certificate as to non-collusion required by section one hundred three-d of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or misstatements in such certificate this corporate bidder shall be liable under penalties of perjury. The foregoing is a true and correct copy of the resolution adopted by Corporation at a meeting of its Board of Directors held on the day of_, 20 (Secretary) (Seal) (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-9 Elizabeth Field Airport Airport Entrance Road Rehabilitation BUY AMERICAN CERTIFICATION The Contractor agrees to comply with 49 USC § 50101, which provides that Federal funds may not be obligated unless all steel and manufactured goods used in AIP funded projects are produced in the United States,unless the Federal Aviation Administration has issued a waiver for the product;the product is listed as an Excepted Article,Material Or Supply in Federal Acquisition Regulation subpart 25.108;or is included in the FAA Nationwide Buy American Waivers Issued list. A bidder or offeror must complete and submit the Buy America certification included herein with their bid or offer. The Owner will reject as nonresponsive any bid or offer that does not include a completed Certificate of Buy American Compliance. CERTIFICATE OF BUY AMERICAN COMPLIANCE FOR TOTAL FACILITY As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this certification statement with its proposal. The bidder or offeror must indicate how it intends to comply with 49 USC § 50101 by selecting one of the following certification statements. These statements are mutually exclusive. Bidder must select one or the other (i.e. not both) by inserting a checkmark (✓) or the letter"X". ❑ Bidder or offeror hereby certifies that it will comply with 49 USC. 50101 by: a) Only installing steel and manufactured products produced in the United States; or b) Installing manufactured products for which the FAA has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing; or c) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting this certification statement,the bidder or offeror agrees: 1. To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. 2. To faithfully comply with providing US domestic products. 3. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. ❑ The bidder or offeror hereby certifies it cannot comply with the 100%Buy American Preferences of 49 USC § 50101(a) but may qualify for either a Type 3 or Type 4 waiver under 49 USC § 50101(b). By selecting this certification statement,the apparent bidder or offeror with the apparent low bid agrees: 1. To submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that support the type of waiver being requested. 2. That failure to submit the required documentation within the specified timeframe is cause for a non-responsive determination that may result in rejection of the proposal. 3. To faithfully comply with providing US domestic products at or above the approved US domestic content percentage as approved by the FAA. 4. To furnish US domestic product for any waiver request that the FAA rejects. 5. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. 2018 PROPOSAL-10 Elizabeth Field Airport Airport Entrance Road Rehabilitation Required Documentation Type 3 Waiver-The cost of components and subcomponents produced in the United States is more than 60%of the cost of all components and subcomponents of the "facility". The required documentation for a Type 3 Waiver is: a) Listing of all manufactured products that are not comprised of 100% US domestic content (Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108;products of unknown origin must be considered as non-domestic products in their entirety) b) Cost of non-domestic components and subcomponents,excluding labor costs associated with final assembly and installation at project location. c) Percentage of non-domestic component and subcomponent cost as compared to total "facility" component and subcomponent costs, excluding labor costs associated with final assembly and installation at project location. Type 4 Waiver — Total cost of project using US domestic source product exceeds the total project cost using non-domestic product by 25%. The required documentation for a Type 4 Waiver is: a) Detailed cost information for total project using US domestic product b) Detailed cost information for total project using non-domestic product False Statements: Per 49 USC §47126,this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false,fictitious or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code. Date Signature Company Name Title (Buy American form(s) must be completed and submitted with the Proposal.) 2018 PROPOSAL-11 Elizabeth Field Airport Airport Entrance Road Rehabilitation CERTIFICATIONS BIDDER'S NAME: ADDRESS: TELEPHONE NO.: FAX NO. IRS EMPLOYER IDENTIFICATION NUMBER: NOTICE OF NONSEGREGATED FACILITIES REQUIREMENT Notice to Prospective Federally Assisted Construction Contractors 1. A Certification of Non-segregated Facilities shall be submitted prior to the award of a federally assisted construction contract exceeding $10,000, which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving federally-assisted construction contract awards exceeding$10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. 3. The penalty for making false statements in offers is prescribed in 18 U.S.C. § 1001. Notice to Prospective Subcontractors of Requirements for Certification of Non-Segregated Facilities 1. A Certification of Non-segregated Facilities shall be submitted prior to the award of a subcontract exceeding $10,000,which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving subcontract awards exceeding$10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. 3. The penalty for making false statements in offers is prescribed in 18 U.S.C. § 1001. CERTIFICATION OF NON-SEGREGATED FACILITIES The federally-assisted construction contractor certifies that she or he does not maintain or provide, for his employees, any segregated facilities at any of his establishments and that she or he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally-assisted construction contractor certifies that she or he will not maintain or provide, for his employees, segregated facilities at any of his establishments and that she or he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The federally-assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms, and washrooms, restaurants and other eating areas,time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and 2018 PROPOSAL-12 Elizabeth Field Airport Airport Entrance Road Rehabilitation housing facilities provided for employees which are segregated by explicit directives or are, in fact, segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The federally-assisted construction contractor agrees that (except where she or he has obtained identical certifications from proposed subcontractors for specific time periods) she or he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that she or he will retain such certifications in his files. CERTIFICATION OF OFFEROR/BIDDER REGARDING DEBARMENT By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. CERTIFICATION OF LOWER TIER CONTRACTORS REGARDING DEBARMENT The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a "covered transaction", must verify each lower tier participant of a "covered transaction" under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: http://www.sam.gov 2. Collecting a certification statement similar to the Certificate Regarding Debarment and Suspension (Bidder or Offeror), above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract If the FAA later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies,including suspension and debarment of the non-compliant participant. CERTIFICATION REGARDING LOBBYING The bidder or offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief,that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation,renewal,amendment,or modification of any Federal contract,grant,loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in 2018 PROPOSAL-13 Elizabeth Field Airport Airport Entrance Road Rehabilitation connection with this Federal contract,grant, loan, or cooperative agreement,the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than $100,000 for each such failure. CERTIFICATION OF OFFERER/BIDDER REGARDING TAX DELINQUENCY AND FELONY CONVICTIONS The Contractor must complete the following two certification statements. The Contractor must indicate its current status as it relates to tax delinquency and felony conviction by inserting a checkmark or"X"in the space followingthe applicable response. The Contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification in all lower tier subcontracts. Certifications: 1) The Contractor represents that it is (__)is not(__) a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. 2) The Contractor represents that itis( )is not( )a corporation that was convicted of a criminal violation under any Federal law within the preceding 24 months. Note: If a Contractor responds in the affirmative to either of the above representations,the Contractor is ineligible to receive an award unless the sponsor has received notification from the agency suspension and debarment official (SDO)that the SDO has considered suspension or debarment and determined that further action is not required to protect the Government's interests. The Contractor therefore must provide information to the owner about its tax liability or conviction to the Owner,who will then notify the FAA Airports District Office, which will then notify the agency's SDO to facilitate completion of the required considerations before award decisions are made. Term Definitions Felony conviction: Felony conviction means a conviction within the preceding twenty four(24)months of a felony criminal violation under any Federal law and includes conviction of an offense defined in a section of the U.S. code that specifically classifies the offense as a felony and conviction of an offense that is classified as a felony under 18 U.S.C. § 3559. 2018 PROPOSAL-14 Elizabeth Field Airport Airport Entrance Road Rehabilitation Tax Delinquency: A tax delinquency is any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. TRADE RESTRICTION CERTIFICATION By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract,the Offeror- a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S.firms as published by the Office of the United States Trade Representative (U.S.T.R.); b. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the U.S.T.R; and c. has not entered into any subcontract for any product to be used on the Federal on the project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the U.S.T.R. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false,fictitious,or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17,no contract shall be awarded to an Offeror or subcontractor: (1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the U.S.T.R. or (2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such U.S.T.R. list or (3) who incorporates in the public works project any product of a foreign country on such U.S.T.R. list; Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render,in good faith,the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 2018 PROPOSAL-15 Elizabeth Field Airport Airport Entrance Road Rehabilitation The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in in all lower tier subcontracts. The contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by U.S.T.R, unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification,the Federal Aviation Administration may direct through the Owner cancellation ofthe contract or subcontract for default at no cost to the Owner or the FAA. Printed Name &Title: Signature: Date: (These certifications must be completed and submitted with the Proposal.) 2018 PROPOSAL-16 Elizabeth Field Airport Airport Entrance Road Rehabilitation BIDDER'S STATEMENT OF PREVIOUS CONTRACTS SUBJECT TO EEO CLAUSE AS DESCRIBED IN SECTION 70-21 The Bidder shall complete the following statement by checking the appropriate boxes. The Bidder has has not participated in a previous contract subject to the Equal Opportunity Clause prescribed by Executive Order 11246, as amended, of September 24, 1965. The Bidder has has not submitted all compliance reports in connection with any such contract due under the applicable filing requirements; and that representations indicating submission of required compliance reports signed by proposed subcontractors will be obtained prior to award of subcontracts. If the Bidder has participated in a previous contract subject to the Equal Opportunity Clause and has not submitted compliance reports due under applicable filing requirements, the Bidder shall submit a compliance report on Standard Form 100, "Employee Information Report EEO-1", attached to this proposal. CERTIFICATION FOR RECEIPT OF ADDENDA Receipt of the following Addenda is acknowledged: ADDENDUM NO.: DATED: ADDENDUM NO.: DATED: ADDENDUM NO.: DATED: (Firm or Corporation Making Bid) (Signature of Authorized Person) P.O. Address: Dated: (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-17 Elizabeth Field Airport Airport Entrance Road Rehabilitation STATEMENT OF SURETY'S INTENT TO: Town of Southold We have reviewed the bid of (Contractor) of (Address) for the Airport Entrance Road Rehabilitation project for which bids will be received on: (Bid Opening Date) and wish to advise that should this Bid of the Contractor be accepted and the Contract awarded to him,it is our present intention to become surety on the performance bond and labor and material bond required by the Contract. Any arrangement for the bonds required by the Contract is a matter between the Contractor and ourselves and we assure no liability to you or third parties if for any reason we do not execute the requisite bonds. We are duly authorized to do business in the State of New York. ATTEST: Surety's Authorized Signature(s) (Corporate seal,if any. If no seal,write "No Seal" across this place and sign.) ATTACH PROPOSAL GUARANTEE ATTACH POWER OF ATTORNEY (This form must be complete and submitted with the Proposal. Copies of this form may be filled out and attached to this page.) 2018 PROPOSAL-18 Elizabeth Field Airport Airport Entrance Road Rehabilitation IRANIAN ENERGY SECTOR DIVESTMENT STATEMENT 1. Contractor/Proposer hereby represents that said Contractor/Proposer is in compliance with New York State General Municipal Law Section 103-g entitled "Iranian Energy Sector Divestment", in that said Contractor/Proposer has not: (a) Provided goods or services of $20 Million or more in the energy sector of Iran including but not limited to the provision of 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) Acted as a financial institution and extended $20 Million or more in credit to another person for forty-five days or more, if that person's intent was to use the credit to provide goods or services in the energy sector in Iran. 2. Any Contractor/Proposer who has undertaken any of the above and is identified on a list created pursuant to Section 165-a (3)(b) of the New York State Finance Law as a person engaging in investment activities in Iran, shall not be deemed a responsible bidder pursuant to Section 103 of the New York State General Municipal Law. 3. Except as otherwise specifically provided herein, every Contractor/Proposer submitting a bid/proposal in response to this Request for Bids/Request for Proposals must certify and affirm the following under penalties of perjury: (a) `By submission of this bid, each bidder and each person signing on behalf of any bidder certifies,and in the case of a joint bid,each parry thereto certifies as to its own organization,under penalty of perjury,that to the best of its knowledge and belief,that each bidder is not on the list created pursuant to NYS Finance Law Section 165-a (3)(b)." 4. Except as otherwise specifically provided herein,any Bid/Proposal that is submitted without having complied with subdivision (a) above, shall not be considered for award. In any case where the Bidder/Proposer cannot make the certification as set forth in subdivision (a) above, the Bidder/Proposer shall so state and shall furnish with the bid a signed statement setting forth in detail the reasons therefore. The Owner reserves its rights, in accordance with General Municipal Law Section 103-g to award the Bid/Proposal to any Bidder/Proposer who cannot make the certification, on a case-by-case basis under the following circumstances: (1) The investment activities in Iran were made before April 12, 2012, the investment activities in Iran have not been expanded or renewed after April 12, 2012, and the Bidder/Proposer has adopted, publicized and is implementing a formal plan to cease the investment activities in Iran and to refrain from engaging in any new investments in Iran; or (2) The Owner has made a determination that the goods or services are necessary for the Owner to perform its functions and that, absent such an exemption,the Owner would be unable to obtain the goods or services for which the Bid/Proposal is offered. Such determination shall be made by the Owner in writing and shall be a public document. 5. Bidder or Proposer shall sign and notarize the attached "Certification of Compliance with the Iran Divestment Act" form with your proposal. 2018 PROPOSAL-19 Elizabeth Field Airport Airport Entrance Road Rehabilitation CERTIFICATION OF COMPLIANCE WITH THE IRAN DIVESTMENT ACT As a result of the Iran Divestment Act of 2012 (the "Act"), Chapter 1 of the 2012 Laws of New York, a new provision has been added to State Finance Law(SFL) § 165-a and New York General Municipal Law § 103-g,both effective April 12,2012. Under the Act,the Commissioner of the Office of General Services (OGS) will be developing a list of"persons"who are engaged in "investment activities in Iran" (both are defined terms in the law) (the "Prohibited Entities List"). Pursuant to SFL § 165-a(3)(b),the initial list is expected to be issued no later than 120 days after the Act's effective date at which time it will be posted on the OGS website. By submitting a bid in response to this solicitation or by assuming the responsibility of a Contract awarded hereunder,each Bidder/Contractor,any person signing on behalf of any Bidder/Contractor and any assignee or subcontractor and, in the case of a joint bid, each party thereto, certifies, under penalty of perjury,that once the Prohibited Entities List is posted on the OGS website,that to the best of its knowledge and belief, that each Bidder/Contractor and any subcontractor or assignee is not identified on the Prohibited Entities List created pursuant to SFL § 165-a(3)(b). Additionally, Bidder/Contractor is advised that once the Prohibited Entities List is posted on the OGS Website, any Bidder/Contractor seeking to renew or extend a Contract or assume the responsibility of a Contract awarded in response to this solicitation must certify at the time the Contract is renewed, extended or assigned that it is not included on the Prohibited Entities List. During the term of the Contract, should the Owner receive information that a Bidder/Contractor is in violation of the above-referenced certification,the Owner will offer the person or entity an opportunity to respond. If the person or entity fails to demonstrate that he/she/it has ceased engagement in the investment which is in violation of the Act within 90 days after the determination of such violation, then the Owner shall take such action as may be appropriate including, but not limited to, imposing sanctions, seeking compliance, recovering damages or declaring the Bidder/Contractor in default. The Owner reserves the right to reject any bid or request for assignment for a Bidder/Contractor that appears on the Prohibited Entities List prior to the award of a contract and to pursue a responsibility review with respect to any Bidder/Contractor that is awarded a contract and subsequently appears on the Prohibited Entities List. 1, being duly sworn, deposes and says that he/she is the of the Corporation and that neither the Bidder/Contractor nor any proposed subcontractor is identified on the Prohibited Entities List. SIGNED SWORN to before me this day of 20 Notary Public: (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-20 Elizabeth Field Airport Airport Entrance Road Rehabilitation DISADVANTAGED BUSINESS ENTERPRISE (DBE) STATEMENT The requirements of 49 CFR Part 26, Regulations of the U.S. Department of Transportation, apply to this contract. It is the policy of the Sponsor to practice nondiscrimination based on race,color, sex,or national origin in the award or performance of this contract. DISADVANTAGED BUSINESS ENTERPRISE: The requirements of 49 CFR Part 26, Regulations of the U.S. Department of Transportation, apply to this contract. It is the policy of the Sponsor to practice nondiscrimination based on race,color, sex,or national origin in the award or performance of this contract. All firms qualifying under this solicitation are encouraged to submit proposals. Award of this contract will be conditioned upon satisfying the DBE requirements of this contract. These requirements apply to all bidders, including those who qualify as a DBE. An overall DBE goal of 2.63 percent will be utilized for this contract. The bidder shall make good faith efforts, as defined in Appendix A, 49 CFR Part 26,to meet the contract goal for DBE participation in the performance of this contract. Excerpts from 49 CFR Part 26 are included in Section 70-21.13. As a matter of responsibility,within 5 days after the opening of bids,all Bidders or Offerors shall submit the "Contractor's DBE Plan", and"DBE Letter of Intent Forms"from each of the DBE firms the Bidder or Offeror intends to use. If the DBE goal is not met, Bidder or Offeror shall include documentation of good faith efforts with its DBE Plan. The Contractor's DBE Plan Form and DBE Letter Of Intent Form are located in Section 200. The website for the Unified Certification Program directory in the state of New York is: http://www.nysucp.net/. CERTIFICATION OF BIDDER/OFFEROR: The undersigned Bidder or Offeror will satisfy the DBE requirements of these specifications in the following manner(please check the appropriate space): The Bidder or Offeror is committed to meeting or exceeding the DBE utilization goal stated above on this contract. The Bidder or Offeror, is unable to meet the DBE utilization goal stated above. However, we are committed to a minimum of % DBE utilization on this contract, and include documentation demonstrating good faith efforts. SMALL BUSINESS PARTICIPATION: This Contract does not have a Small Business Element(SBE) set-aside. IRS Number: Signature and Title 2018 PROPOSAL-21 Elizabeth Field Airport Airport Entrance Road Rehabilitation BIDDER'S LIST COLLECTION FORM (Bidder's Information) The sponsor is required by CFR Title 49, Subtitle A, Part 26, Subpart A, Section 26.11 to collect the following information from the bidder. As such, it is the responsibility of the bidder to complete the following information as a condition of submitting a proposal for this project. The sponsor will consider incomplete information to be an irregular proposal. Airport Name: Elizabeth Field Airport AIP No. 3-36-0029-023-2018 Project Name: Airport Entrance Road Rehabilitation Bidder's Information Firm Street Address, DBE/Non Firm Name City, State,Zip Code, DBE Age of Firm Annual Gross Phone No. Status Receipts ❑ Less than 1 year ❑ Less than$500K ❑ 1-3 years ❑ $500K-$1M ❑ DBE ❑ 4-7 years ❑ $142M ❑ Non-DBE ❑ 8-10 years ❑ $2-$5M ❑ More than 10 yrs. ❑ More than$5M (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-22 Elizabeth Field Airport Airport Entrance Road Rehabilitation BIDDER'S LIST COLLECTION FORM (Subcontractor's Information) The sponsor is required by CFR Title 49, Subtitle A, Part 26, Subpart A, Section 26.11 to collect the following information from each subcontractor submitting a quote,bid or proposal to the bidder. As such, it is the responsibility of the bidder to complete the following information as a condition of submitting a proposal for this project. The sponsor will consider incomplete information to be an irregular proposal. Please note that the information requested below must be filled out for each quote received by the bidder, regardless of DBE status. For example, if the bidder requests quotes from three contractors for electrical work, the information requested below must filled out for the three subcontractors. It is important to note that providing the information does not commit the bidder to using any one of the three subcontractors in the work. Airport Name: Elizabeth Field Airport AIP No. 3-36-0029-023-2018 Project Name: Airport Entrance Road Rehabilitation Subcontractor's Information Firm Street Address, DBE/Non Firm Name City, State,Zip Code, DBE Age of Firm Annual Gross Phone No. Status Receipts ❑ Less than 1 year ❑ Less than$500K ❑ DBE ❑ 1-3 years ❑ $500K-$1M 114-7 years 11 $1-$2M 11 Non-DBE ❑ 8-10 years ❑ $2-$5M ❑ More than 10 yrs. ❑ More than$5M ❑ Less than 1 year ❑ Less than$500K ❑ DBE ❑ 1-3 years ❑ $500K-$1M ❑ Non-DBE ❑ 4-7 years ❑ $142M ❑ 8-10 years ❑ $2-$5M ❑ More than 10 yrs. ❑ More than$5M ❑ Less than 1 year ❑ Less than$500K ❑ DBE ❑ 1-3 years ❑ $500K-$1M ❑ Non-DBE ❑ 4-7 years ❑ $142M ❑ 8-10 years ❑ $2-$5M ❑ More than 10 yrs. ❑ More than$5M 2018 PROPOSAL-23 Elizabeth Field Airport Airport Entrance Road Rehabilitation Firm Street Address, DBE/Non Firm Name City, State,Zip Code, DBE Age of Firm Annual Gross Phone No. Status Receipts ❑ Less than 1 year ❑ Less than$500K ❑ DBE ❑ 1-3 years ❑ $500K-$1M ❑ Non-DBE ❑ 4-7 years ❑ $142M ❑ 8-10 years ❑ $2-$5M ❑ More than 10 yrs. ❑ More than$5M ❑ Less than 1 year ❑ Less than$500K ❑ DBE ❑ 1-3 years ❑ $500K-$1M ❑ Non-DBE ❑ 4-7 years ❑ $142M ❑ 8-10 years ❑ $2-$5M ❑ More than 10 yrs. ❑ More than$5M ❑ Less than 1 year ❑ Less than$500K ❑ DBE ❑ 1-3 years ❑ $500K-$1M 114-7 years 11 $1-$2M 11 Non-DBE ❑ 8-10 years ❑ $2-$5M ❑ More than 10 yrs. ❑ More than$5M ❑ Less than 1 year ❑ Less than$500K ❑ DBE ❑ 1-3 years ❑ $500K-$1M ❑ Non-DBE ❑ 4-7 years ❑ $142M ❑ 8-10 years ❑ $2-$5M ❑ More than 10 yrs. ❑ More than$5M (Copy this form and submit with your original proposal if more space is needed.) (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-24 Elizabeth Field Airport Airport Entrance Road Rehabilitation SAFETY PLAN COMPLIANCE DOCUMENT (SPCD) CERTIFICATION Project Location: Project Name: Contractor's Official Name: Contact Person: Telephone: Street Address: City: State: Zip: Certification Statement: I certify that I have reviewed the General and Construction Safety and Phasing Plan(CSPP)included in the Contract Drawings section of the Contract Documents and if awarded this Contract, I will abide by its requirements as presented in the Contract Drawings. I certify that I have read the Safety Plan Compliance Document(SPCD)included in the Contract Documents and if awarded this Contract, I will abide by its requirements as written; I certify that I will provide the information required in the SPCD prior to the start of construction work, if awarded this Contract, and that I will provide any additional information requested by the Owner. Printed Name of Signer Signature Title Date END OF PROPOSAL 2018 PROPOSAL-25