Loading...
HomeMy WebLinkAboutFishers Island Sidewalk Improvements SCOTT A.:RWSSELL . �'� °?4 MICHAEL M. COLLINS, P.E. SUPERVISOR TOWN ENGINEER CM TOWN HALL - 53095 MAIN ROAD y TOWN OF SOUTHOLD,NEW YORK 11971 Tel. (631)-765—1560 «• ^, Fax. (631)-765—9015 9 (�J MIC 1'1Af:L C01.1.9NSIPTOWN.S01)T1-1(.![.D:NY.1>ti OFFICE OF THE ENGINEER TOWN OF SOUTHOLD October 14, 2022 John Burke Southold Town Hall PO Box 1179 Southold, NY 11971 RE . ` Fishers Island Sidewalk Improvements - Release of Mattern Construction Inc. Maintenance Bond Dear Mr. Burke: The Town of Southold contracted with Mattern Construction Inc. to construct the Sidewalk Improvements on Fishers Island. The one-year maintenance period has now elapsed and there are no known defects that require repair or replacement due to faulty material or workmanship. Therefore, the Maintenance Bond provided by Mattern Construction Inc. for the construction contract should be released at this time. Should you have any questions or require further information, please do not hesitate to contact me at (631) 765-1560. Very truly yours, Michael M. Collins, RE-.: Town Engineer cc: Daniel J. Goodwin, Superintendent of Highways ELIZABETH A.NEVILLE,MMC �� �,�, Town Hall,53095 Main Road TOWN CLERK ® P.O.Box 1179 C Southold,New York 11971 REGISTRAR OF VITAL STATISTICS %b-O ® Fax(631)765-6145 MARRIAGE OFFICER '�° ®� Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER �o,{ �►� www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD June 8, 2021 Mr. George Mattern Mattern Construction Inc 26M Bushnell Hollow Road Baltic, CT 06330 Dear Mr. Mattern: Congratulations. At the regular Town Board meeting held on May 18, 2021, the Town Board accepted the bid of Mattern Construction for Fishers Island Sidewalk Improvements. A certified copy of the resolution is enclosed. The bond is being returned to you. Thank you for your bid. Very truly yours, u Lynda M Rudder Deputy Town Clerk Ens. Southold Town Board - Letter Board Meeting of May 18, 2021 SU RESOLUTION 2021-399 Item# 5.23 �3 ADOPTED DOC ID: 17044 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2021-399 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON MAY 18, 2021: RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Mattern Construction Inc. in the amount of$546,475.00 for the construction of the Fishers Island Sidewalk Improvements; and be it further RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs Supervisor Scott A. Russell to execute an Agreement between the Town of Southold and Mattem Construction Inc. in the total amount of$546,475.00, subject to the approval of the Town Attorney. Elizabeth A.Neville Southold Town Clerk RESULT: ADOPTED (UNANIMOUS] MOVER: Robert Ghosio, Councilman SECONDER:Louisa P. Evans, Justice AYES: Sarah E. Nappa, Jill Doherty, Robert Ghosio, Louisa P. Evans ABSENT: James Dinizio Jr, Scott A. Russell Generated Mav l 9. 2021 Page 39 a BID BOND CONTRACTOR: SURETY: A Texas Corporation (.Name:legarstatarairdaddress) Great Midwest Insurance Company Mattern Construction, Inc. p y 26M Bushnell Hollow Rd 800 Lessner Rd, Ste 600 Baltic CT 06330 Houston, TX 77024 This document has important fffmn legal stmtrts and ad ) legal conscquences. Consultation 1 own of Southold with an attorney iseneaurisea 53095 Main Road with respect to its completion or Southold, NY 11971 modification. BOND AMOUNT: Five Percent of Bid Amount 'Any singular refsretxeto (5% of bid) Conttaactor.Surety,Owner or other party shaD be considered PROJECT: Fisher's Island Sidewalk Replacement plural whereapph'cable. (Name,loeationoraddress,andProjectnamber,lfany) The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material fmlished in the prosecution thereof-, or(2)pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be nu[I and void,otherwise to retrain in full force and effect. The Surety hereby waives any notice 6f an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety'shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. - When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project,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 thatthi&Bond shall e cSustrued as a statutory bond and not as a common Iaw bond. Signed a sea 13th day of May 2021 Mattern Construction, Inc. (Witness) (Principal) (Sean t (Title) Great Midwest Insurance Company (Witness) (Surety) real) (Title) Michlbel F1. Metayer Attorney-in-fact This Document conforms to the AL4 Document A310nt—2010 1 � a State of Connecticut ) } ss: County of Hartford ) On May 13, 2021 , before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Michael F. Metayer known to me to be Attorney-in-Fact of Great Midwest Insurance Company the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above. My Commission Expires 10/31/23 Notary P bl,it-, Lisa M. Kurtz POWER OF ATTORNEY Great Midwest Insurance Company KNOW ALL MEN BY THESE PRESENTS,that GREAT MIDWEST INSURANCE COMPANY,a Texas Corporation,with its principal office in Houston,TX,does hereby constitute and appoint: MICHAEL F. METAYER, LISA KURTZ,ANNE SHATTUCK its true and lawful Attorneys)-In-Fact to make, execute, seal and deliver for, and on its behalf as surety, any and all bonds, undertakings or other writings obligatory in nature of a bond. This authority is made under and by the authority of a resolution which was passed by the Board of Directors of GREAT MIDWEST INSURANCE COMPANY,on the 1st day of October,2018 as follows- Resolved, that the President, or any officer, be and hereby is, authorized to appoint and empower any representative of the Company or other person or persons as Attorney-In-Fact to execute on behalf of the Company any bonds, undertakings,policies,contracts of indemnity or other writings obligatory in nature of a bond not to exceed Ten Million dollars($10,000,000.00),which the Company might execute through its duly elected officers, and affix the seal of the Company thereto. Any said execution of such documents by an Attorney-In-Fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company.Any Attorney-In-Fact,so appointed, may be removed in the Company's sole discretion and the authority so granted may be revoked as specified in the Power of Attorney. Resolved,that the signature of the President and the seal of the Company may be affixed by facsimile on any power of attorney granted, and the signature of the Secretary, and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company.Any such power so executed and sealed and certificate so executed and sealed shall,with respect to any bond of undertaking to which it is attached,continue to be valid and binding on the Company. IN WITNESS THEREOF, GREAT MIDWEST INSURANCE COMPANY, has caused this instrument to be signed by its President, and its Corporate Seal to be affixed this 11th day of February,2021. GREAT MIDWEST INSURANCE COMPANY CORPORATESEAI � BY Mark W.Haushill �s coRPOR� President ACKNOWLEDGEMENT On this 11th day of February, 2021, before me, personally came Mark W. Haushill to me known,who being duly sworn, did depose and say that he is the President of GREAT MIDWEST INSURANCE COMPANY,the corporation described in and which executed the above instrument; that he executed said instrument on behalf of the corporation by authority of his office under the By-laws of said corporation. �N 71t CHRISTINA B15NOA _Notary Public,State of Texas BY Comm.Fxpiies 04-14-2025 Christina Bishop Notary ID 13,1090468 Notary Public CERTIFICATE I,the undersigned, Secretary of GREAT MIDWEST INSURANCE COMPANY,A Texas Insurance Company, DO HEREBY CERTIFY that the original Power of Attorney of which the foregoing is a true and correct copy,is in full force and effect and has not been revoked and the resolutions as set forth are now in force.Signed and Sealed at Houston,TX this 1 3th Day of May 1 ,021 a5t"ZNSUgq�,c�, CORPO MTESEX BY Leslie K.Shaunty CORP OR Secretary "WARNING:Any person who knowip9ly and with intent to defraud any insurance company or other person,files and application for insurance of claim containing any maternally false information, or conceals for the purpose of misleading, information concerning any fact material thereto, commits a fraudulent insurance act,which is a crime and subjects such person to criminal and civil penalties. W #I Great Midwest Insurance Company Statutory Balance Sheet as of December 31,2019 (in thousands) Assets Liabiities,Capital and Surplus Cash and Invested Assets: Liabilities: Cash and Short-term Investments $ 48,772 Loss and Loss Expense Reserves $ 64,093 Bonds 75,068 Unearned Premium 8,959 Common Stocks 26,524 Ceded Reinsurance Premium 1,549 Mortgage Loans 8,181 Other Liabilities 4,584 Other Invested Assets 10,672 Total Cash and Invested Assets 169,217 Total Liabilities 79,185 Other Assets: Capital and Surplus: Premium Receivables 6,068 Common Stock 4,550 Reinsurance Recoverable 9,154 Gross Paid In&Contributed Capital 123,893 Tax Assets 6,005 Unassigned Funds(Surplus) 934 Other Assets 18,118 Total Other Assets 39,345 Total Capital and Surplus 129,377 Total Assets $ 208,562 Total Liabilities,Capital and Surplus $ 208.562 CERTIFICATION 1,Peter B.Smith,President of Great Midwest Insurance npany,hereby certify that the foregoing is a full,true and correct copy of the Balance Sheet of said nhpany,as of De nber 31,2019. Signature , IN WITNESS WHEREOF,I have hereunto set my hand and affixed the seal of said Company in Houston,Texas this day of MAQ 2020. STATE OF TEXAS COUNTY OF HARRISS F 1/ On this�day of I Y,IAKh 2020,before me, a Notary Public,personall}• appeared,Peter B.Smith,who provided to me on the asis of satisfactory evidence to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument and the person(s),or the entity upon behalf of which the person(s)acted,executed the instrument. I certify under PENALTY of PERJURY under the laws of the State of Texas that the foregoing paragraph is true and Witness my hand and official ,seal. Signature a4U "`r' k- A"— Signature of Notary Public EA- AMELIA R NORMAN N otary I`D,#123989/6/8�4ires September 19,20 st Town of Southold ".Fishers Island Sidewalk Improvements 'PROPOSAL PACKAGE j • j it BID OPENS May 13, 2021 .REMINDER iv i VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! (Do 1*,,,1'ot­ Sign the Contract Agreement. It is included only for informational purposes and will be signed by the successful bidder after award of contract.) All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid pack-age! ! ! Thank you! Proposal Package 1 of 11 1� BIDDER'S CHECK LIST 1 Your response to our above referenced bid will be considered unresponsive and will be rejected if i the following forms are not included at the time of the.bid opening. Notarized Affidavit of Non-Collusion as required by NYS Law. ! A Bid Deposit in the amount of Five Percent of Bid Price as required in the Invitation to Bid. f s As per specifications,the Town of Southold requires a current insurance ! certificate,with the Town of Southold listed as additional insured,to be on 'file in the'Purchasing Department. You will be given ten(10)business days ' from notice of award to supply this form or the bid will be rescinded. f I 3 Vendor Information Sheet and Address Record Form. Assumed Name Certification. ® Bidder's Qualification Statement. i NOTE: Please do NOT sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of the contract. I i 3 I � i i ) Proposal Package 2 of 11 ! I ! i � f 3i i . I ' VEND+ORNAME: Mattern Construction, Inc. VENDOR INFORMATION SHEET TYPE OF ENTITY-CORP. X PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID ft: 06-1302300 � s OR SOCIAL SECURITY#: DATE OF ORGANIZATION:" 1987 IF APPLICABLE: DATE FILED: August 1987 ! I STATE FILED: CT If,a non-publicly owned Corporation: i CORPORATION NAME: LIST PRINCIPAL STOCKHOLDERS: (5%ofoutstanding shares) j s ' LIST OFFICERS AND DIRECTORS: I , NAME TITLE George Mattern President Eric Mattern Vice President ( E � I ( sararaaa..r.rr,r.raaaa.aa■■■■a■a..a■a.■..r..U...ar r a■a. If a partnership:, .PARTNERSHIP NAME; LIST PARTNERS NAMES: I i Proposal package? ,.r,-T I i ' 4 I i f� i .f ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: Mattern Construction, Inc. ; ADDRESS: 26M Bushnell Hollow Road ; �l Baltic CT 06330 CONTACT: 'George Mattern TELEPHONE: 860-887-1998 FAX: 860-886-8091. E-MAIL•: georgem(d-)matternconstruction.com ONLY of different MAIL PURCHASE ORDER TO: � ADDRESS'. i TELEPHONE: FAX: i CONTACT: _nr,n rr ' I ONLY if different- I MAIL PAYNI-1ENVT TO: ! 3 ADDRESS: ` I TELEPHONE: - FAX: CONTACT: E 1VfAIL: � i i Proposal Package 4 of I I i • • i VENDOR NAME: Matt ern Construction, Inc. ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy of the certificate required to be fled j , f under the New York general business law must be attached. ASSUMED Mattern Construction, Inc. k NAME: � i If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation,,or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership,by one of i the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Purchasing Agent. j The submission of`this constitutes a certification that no Town Officer has any interest therein. (Note: In the event'that any Town Officer has any such interest, the`full nature thereof sho?--- disclosed below. It is not forbidden that individuals working for the,Town of Southold or oincr municipality bid on contracts only that such interest be revealed when they,do bid.) ' I ; i i i INSURANCE STATEMENT Bidder agrees as follows-please mark appropriate box: Insurance Certificate as requested is attached I i I certify that I•can supply insurance as specified if awarded the bid ! Insurance Certificate filed on n/a DATE 4 FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY-.BIDDER. ? ' AUTHORIZED SIGNATURE i 0 ! Proposal Package 5.of 11 r � I f ! _ 3 { Fi i FI i� AFFIDAVIT OF NON-CULLUSION ; I hereby attest that I am the person responsible,within my firm for the final decision as to,the j prices(s)arid amount of this bid or,if not,that I have written authorization, enclosed herewith, 11-6111' { that person to rnake the statements set out below on his,or her behalf and on behalf of my firth, I further,attest that: i 1. The price(s) and amount of this bid have been arrived at independently, without consultation, I communication or agreement for the, purpose of restricting competition with any other contractor,bidder or potential bidder. ; 2. Neither the price(s),nor the,amount of this bid,have,been disclosed to any other firm 'or person who is a'bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or pers,.,, refrain from bidding-on this project, or to submit a bid higher than the bid of this--firm, or any `y intentionally Iiigh or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in,good faith and not pursuant to any agreement or discussion with, 1 or inducement from any Firm or person to submit a complementary bid. j 6. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or t i anything of value to any firm or person, whether in connection with this or any other project, in j consideration for an agreement.or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. ? i 6. My firm'has not accepted or been promised any subcontract or agreement regarding the .i.,,, materials or services to any firm or person, and has not been promised or paid cash or anything } of value by any firm or person, whether in connection with this or any project, in consideration i for,my firm's"submitting a complementary bid,or agreeing to'do,so, on this project, 7. 1 have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this C project and have been advised by each'of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion;act or.other conduct-inconsistent with any of the statements and representations made in this affidavit. The person s'anin �/Jbpi��d,�under the penalties of perjury,affirms the truth thereof. i SIVURN TO BEFORE ME THIS i Signature&Company Position _George Matte_rn President DAY OF zna 11 Type Name&Company Position i Mattern Construction, Inc. - I Company Nar e NOTARY PUBLIC�_.. Data Sinned My Commission Expires fib.288-qDQ(e i 06-1302300 __ Federal I.D.dumber Proposal Package 6 of 11 ' 4 i f i 3it 1 tt� I i THE PROPOSAL FORM f it Fishers Island Sidewalk Improvements Mattern Construction, Inc. VENDOR NAME: , i ; VENDOR ADDRESS: 26M Bushnell Hollow Road i Baltic CT 06330 TELEPHONE NUMBER: 860-887-1998 FAX: 860-886-8091 The undersigned bidder has carefully examined the Contract Documents and will provide all I necessary labor, materials; equipment and incidentals as necessary and called for in the said f Contract'Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer,at the prices listed on the attached Bid Proposal Form. ! _ I If the bidder is an individual, the bid must he 'signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by i I resolution of the board,of directors, and in such case,a copy of the resolution,must,be attached; if a partnership, by one of the partners or other person authorized by a writing 'signed'by at least one general partner and submitted with the bid documents. t The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the Ml nature thereof should be � disclosed'below. It is snot forbidden that individuals working for the Town of Southold or other municipalities bid on contracts,but only that such interest be revealed when they do bid.) i The undersigned hereby acknowledges receipt of the following Addenda(if none were issued please i i Write N/A below): 'Addendum No. Dated n/a I Proposal Package 7 of 11 s Fishers Island Sidewalk Imnrovemerits Itemized Proposal for: Town of Southold ITEM NO. ESTIMATED DESCRIPTION OF ITEM UNIT BID PRICE• EXTENDED ANiOU T BID QUANTITY (Fill in Unit PriceNN'ritten in Words) DOLLARS GENTS DOLLARS CENTS Clearing and GrubUng t 88,000.00 no ter eighty eighty thousand dollars and no cents 88,000.00 no Its Dollars Gents Saw Cut Pavement 2 1,300 for six dollars and no cents 6.00 no $7,800.00 no ILF Dollars Cents Concrete Sidewalk • 3 705 for one hundred fifty two dollars and no cents t$Y 152.00 no 107,160.00 no Dollars Cents Concrete Sidewalk with Monolithic Curb 4 515 154.00 no 79,310.00 no for one hundred fifty four dollars and no cents /SY Dollars Cents Concrete-Driveway Apion 5 140 for one hundred ninety dollars and no cents tsY 190.00 no $26,600.00 no Dollars Cents Concrete Ramp - 6 55 two hundred forty four dollars and no cents 244.00 no $13,420.00 no for 1SY Dollars Cents S Subbase for Concrete Sidewalk 7 1,415 15.00 no_ 21,225.00 no for fifteen dollars and no cents FGY - ? Dollars "enis ,<j 4 K Residential Walk Repair/Reconstfuc �n for twenty two thousand five hundred dollars and no cenW. 22,500.00 no 22,500.00 no Dollars-- Fishers Island Sidewalk Improvements- Itemized Proposal for. Town of Southold ITEM NO. ESTIMATED DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED.AMOUNT BID QUANTITY- (Fill In Unit Price Wrillen in Words) DOLLARS CENTS DOLLARS ( CENTS Bituminous Driveway 65.00 91 155 sixty five dollars and no cents no $10,075.00 no for ISY Dollars Cents Subbase for Bituminous Driveway 10 155 fifteen dollars and no cents 15.00 - ror ISY ,no $2325.00 no Dollars Cents Roadway Pavement Repair It 105 fifty five dollars and no cents 55.00 no $5,775.00 no for ISY boilers Cents Subbase for Roadway Pavement Repair 105 fifteen dollars and no cents 15.00 no $1575.00 no for ISY Dollars Cents Pavement Markings 13 1 fifteen thousand dollars and no cents 15,000.00 no 15,000.00 no for /LS Dollars Cents Loam,&Seed 14 1 -forty five thousand dollars and no cents 45,000.00 no 45,000.00 no for ILS Dollars Cents Root Barrier is 92 fifty five dollars add no cents 55.00 no 5060.00 no far- _ _. ILF ll Doars Ce is _j _ Silt Fence q 1s `' 400 twelve dollars and no cents 12.00 no $4,800.00 no for !LF Proposal Package 9 of 1i Fishers Island Sidewalk Improvements Itemized Proposal for: Town of Southold ITEM NO, ESTIMATED DESCRIPTION OF ITEM UNIT 810 PRICE EXTENDED AMOUNT BID QUAN i ITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS Catch Basin Inlet Protection 17' 3- for four hundred fifty dollars and no cents 1EA 450.00 no $1350.00 no Dollars Cents Concrete Washout Pit 1s fifteen hundred dollars and no cents 1500.00 no 1500.00 no for 1EA Dollars Cents Adjust Fire Hydrant 19 2 fifteen hundred dollars and no cents 1,500.00 no 3,000.00 no for 1EA Dollars Cents Maintenance&Protection of Traffic 20 for eighty five thousand dollars and no cents BLS 85,000.00 no 85,000.00 no Dollars Cents TOTAL BASE BID Items(Add All Items) five hundred fourty-six thousand four hundred seventy five dollars and no cents $546,475.00 Dollars Cents (Numerically) WRRTEN 114 WORDS ASSUME: -Sidewalk Items shall,include removal&disposal of Existing Sidewalk•and Preparation of Subgrade and the•appiication of required Concrete Seater Concrete Ramp Item shall Include Detectable Warning Panel(s) --Pavement Items shall include removal'&disposal of Existing Pavement and Preparation of Subgrade -Root Barrier Item shall-include the services of a Licensed Arborist and all required Root Pruning- -All required Earthwork shall be considered incidental to the,project and shall be'Included in the cost of the Bid Items. Contractor shall be responsible for providing suitable fill to prepare s•ibgrade and/or removal&disposal of surplus material as required -Silt Fence,Catch Bass};'inlet Protection&Concr fe Washout Pit Items shall include installation;main, nance throughout co�itruction,removal and site restoration NOTE:The Town of Southold re:laves the right to Increase.decrease,or eliminate in its entirety any or all item-''prior to or after award of the bid. -.�---- } t� , t� i AUTHORIZED SIGNATURE• PRINT NAME George Mattern ,t TITLE President t DATE May 13, 2021 i ACKNOWLEDGMENT STATE OF , COUNTY OF 11h ss,:�pQ�l�`C_y C� f � t On the I day of in the year 2021 before me,the uiidersigned,-persowal; appeared, ✓� ,personally known,to me or proved to me on the basis of satisfactory evicYnce to,be the individuals) Vhose name(s)'is (are) subscribed to the within instrument and acknowledged to me that he she/they executed the. same in his er/their capacity(ies),and that bypber/their signature(s).on the,instrument,the individual(s),.or the person upon behalf of which the individuals) acted,executed the instrument. It NFIRY PUBLIC I _.r nor'" Expirtl 28, I • Is f ' 1 f ' i f Proposal Package 11 of 11 � t I ' r 4 d ;l 1 ,y 1sg Town of Southold BIDDERS OTI ALIFICATION STATE,-M 'NT i .t The signatory-of this questionnaire certifies under oath the truth and correctness of all,statenients j and of all answers to interrogatories hereinafter made. :j SUBMITTED BY George Mattern A Corporation ; Mattern Construction A Partnership or Entity FIRM NAME: An Individual PRINCIPAL OFFICE: I 26M Bushnell Hollow Road Baltic CT 860-887-1998 i� ii PRINCIPAL OFFICERS: _ BACKGROUIVI) i TITLE NAME ADDRESS PROFESSION/TRADE, George Mattern/President 4 Eric MatternNice President � I ; i 1. How manyyears has your organization been in business under its present business name? - - i 34 years } 2: You°normally perform what.percent of the work with your own forces? 70 % List trades that you organization normally performs below: l • €i sitework,concrete,'excavation and backfill,erosion control,bituminous prep,loaming , I ( 3. Have you ever failed to complete any work awarded to you? .If so,note where and why., no d � 4. Are4bere any claims,judgments,arbitration proceedings or suits pending,or outstanding } �against your firm-or its officers?If yes,please provide details. i no 4zS-1 I i i i C � i S. Has your firm requested arbitration or filed any lawsuits with regard.to construction contracts within,the last five years?If yes,please provide details_ no � 6. List the major construction projects your organization has underway at this date: I � f Name of.' Engineer/ Project Owner Architect Contract Percent Scheduled I Name Telephone# Telephone 4, Amount Com lete Completion , E F see attachment t i � i! i � r 7. List five major projects you organization has.completed in the past five years: Name of Engineer/ Work Done ? Project Owner Architect Contract Date of With Own Forges Naive Telephone# Telephone# Amount Completion %of Work I 3 � i see attachment I 1 I f I I i , Q&2 - ! i „ I ! i ij S. List the construction experience,of the principal individuals of your�organization (particularly the anticipated project supervisors): `! II Present Type of Work ;I Position Years of For Which In What Individual's Name Of Office Experience. Responsible CaDacitvI f see attachment } 3 �I t� I� y � f 13 9, Do you have,or can you obtain,sufficient labor and,equipment to commence work when 'required and,complete the work within the Contract Time? , yes i If 10.,Bank References: 'Chelsea Groton Bank-156 Willimantic Road Baltic CT 06330 860-823-4930 ! I � I � 11. Trade Association Membership, i � li II 12. Has your firm-ever been investigated by the New York State Department ofLaboe.for 1 prevailing wage rate violations?lfyes,.when?What was the outcome of the � investigation? 1 no QS-3 • i , f I ` ! I if it ! �13. Attach current state of financial conditions showing assets,-liabilities and-net worth. ` Failure-to attach the required documentation may be considered non-responsive on the E part ofthe Bidder and may result'in rejection of the,Bidder's Proposal. Contact Controller Julie Lane for detailed Financials ' I STATE OF C� C� ) zss; I aMA _C_ cr COUNTY OF +� being duly s orn pos a �says thathe is the of ✓` uCe'� -MLrc�nn"raetor and that f E answers to the•foregoing questions and all statements therein contained are trite and correct, j (Signature of person who signed bid), ' Wro-rn to before me this I day of Maki 2021 :Notary Public ' Commission Expi tion Date: a E f E( 13 t t I 1 i QSW4 CONTRACT!'AGREEmgNt THIS AGREEMENT made°this day of Two Thousand and j Eighteen by and between the Town of Southold,party of the first,part(hereinafter called the Owner), and , party of the second part(hereinafter called Contractor), WITNESSETH: That for and in consideration of the premises and the agreements herein contained, and the paymonts herein provided to be made, the parties hereto agree as follows: � i it FIRST: The Contractor shall perform.all labor, and furnish all the materials, equipment, ! 3 tools, and implements and will well and faithfully perform and complete the entire work associated with the Fishers Island Sidewalk improvements. { AS DESCRIBED IN THE Contract Documents made and prepared by the Town of .� Southold, and as set forth in the Contractor's Bid dated , and in strict and entire -conformity, and in accordance with the 'Notice to Bidders, InstMetibns IV Bidders, Proposal Form (Bid), Perforinance Bond, Conditions of Contract, General Conditions,,Detailed Specifications, Contract Drawings, Addenda, and this Agreement, hereto annexed and made a part hereof,, and hereinafter collectively referred to, as i "Contract Documents". SECOND: In Consideration of the Contractor performing,this Contract in the manner herein stated and as stated in the Contract Documents, the Owner promises and agrees to' pay or cause to be paid to the Contractor the sums of money mentioned in said Contract ' Documents in the•manner and under the conditions therein provided. I I 1 E THIRD: .The Contractor covenants and agrees that, anything in this Contract or in the Contract Documents to be contrary notwithstanding, or regardless of any matter, thing, } contingency,of condition (unforeseen or otherwise, present or f ituree, the Contractor shall ( 1 not be entitled to receive any additional or further sums of money than the amounts in said Contract Documents provided; and the failure of the Owner or its agents to insist , upon strict performance of any of the terms, covenants, agreements, provisions or, ' ! conditions in 'this Agreement or in -the Contract Documents, on any one or more ! j instances, shall not be construed.as a waiver or relinquislunent for the fitture of any such terms, covenants; agreements; provisions- and conditions,and the same shall be aid remain in full force and effect with power and authority on the part of the Owner L enforce the same or cause the same to be enforced at any time, without prejudice to any other,rights which the,Owner inay have against the Contactor under this Agreement or 1 the Contract Documents. ' A-1 � I 3' i Terms used in the Agreement which are defined in Article 1 of the General Conditions ' shall have the meanings indicated in the general Conditions. Neither Owner nor Contractor shall,Without the prior written consent of the other, assign or sublet in whole or part his interest under any of the Contact Documents; and, I j specifically, Contractor shall not assign any monies due or to become clue'without the prior written consent of the Owner. I i ' Owner and Contractor.each binds himself, his partners, successors, assigns and legal representatives of the other party hereto in respect to all covenants, agreements and obligations contained in the Contract Documents. The Contract Documents constitute the entire agreement between Owner and Contractor and may only be altered, amended or•repealed by a duly executed written instrument signed by both parties. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and ' year first above written. Total Bid Written in Words Dollars $ i Written in Figures f j lj TOWN OF SOUTHOLD CONTRACTOR I BY By i Scott A.Russell,Supervisor a • k TITLE • f BY i Town Attorney (CORPORATE SEAL) A-2 f - n ! ;s 'i J ACKNOWLEDGMENT,- STATE „ 1 OF NEW YORK, COUNTY Or On the day of in the year 2021 before me,the,undersigned, it personally appeared, ,personally.known to me or proved to me on the basis of satisfactory evidence to be the individual(s)whose name(s) is (are),subscribed to the within instrument and.acknowledged to me-that he/she/they executed the same hi his/her/their capacity(ies),and that byhis/herltheir signature(s)on the instrument, the individual(s),'or the person upon behalf of which the individual(s), i# acted,executed the instrument. I J S NOTARY PUBLIC E i ! • i � i � STATE OF NEW YORK, COUNTY OF l � On the day of in the year 2021 before me,the-undersigned, personally appeared; ,personally larown to me or proved tome on the basis,of satisfactory evidence to be the individual(s)whose natpe(s) 1 9 is (are) subscribed to the within instrument and acknowledged tome that he/she/they E executed the same in his/her/their capacity(ies),and that by his/het/theix signature(s),on the instrument,the individual(s),or the person upon behalf of which the individuals) acted, executed the instrument. I • I ' • � i NOTARY l'USLIC � ) I , A-3 ..w,s. I a I t State of Connecticut r Department of Ad.m, iistrative Services ,Construction Contractor Prequalification Program This certifies Mattern Construction, Inc. 26M Bushnell Hollow Road, Baltic, CT 06330 As a Prequalification Construction Contractor. February 7, 2021 through February 6, 2022 CONTACT INFORMATION Effective Date Aggregate Work Capacity(AWC) Single Limit(SL) Classifications Name: Eric Mattern 2/7/2021 $8,000,000.00 $4,000,000.00 GENERAL BUILDING Phone: 8608228457-ext.21 Fax: 8608868091 CONSTRUCTION (GROUP C) Email:. ericm@matternconstruction.co m Name: George J. Mattern - Phone: (860)822-8457 ext. 11 - Fax: (860)886-8091 - Email: georgem @ mattern construction .com This certificate p_r� k 1 �s q,;�lifies the named coit�any to bid.It is not a statement of the Contractor's capacity it)..erfotm a specific prn�_-,ct.That responsibility lies with the awarding authority, • Company Licenses/k:gistrations:It is the•tiaontractoes responsibility to update their license information by editing their electronic application.Licenses are confirmed by the Department ofAdministralive Services(DAS)'at the time of initial application and at each renewal. For information regarding the )AS CoahwloLaequalificationPtogram-visit-htip:/lpoRal.ct.gov/dasprequal-or-c-aILM6-0)-713424°- Page 1 of 2 -- Printed_V4f3()311Y f) . Name Julie Lane Classification Name Description Phone: (860)822-8457 ext. 18 GENERAL i UILDING The undertaking of general contracts for the -onstruction of buildings i.e. Fax: 860 886-8091 •i CONSTRU( PION (GROUP C) new construction, renovation, rehabilitation :)Iteration,addition,etc.The Email: juliel@matternconstruction.co contract must include a variety of constructit:n practices and supervision of m a minimum of three sub-trades. Includes buildings that are truly custom, requiring extensive detailing,or that have large amounts of integrated scientific or complex mechanical/electrical equipment in orderforthem to function. Examples include hospitals, chemistry buildings,special collections buildings, historic preservation to a landmark structure, and/or anyother structure that is truly one of a kind within the State's inventory.Note:If you are prequalified for General Building Construction under Group C,you are automatically prequalified for Group A and Group B.Also if you are prequalified for General Building Group C you will automatically be prequalified for General Trades.Note: For the purposes of DAS Construction Contractor Prequalification,contractors in this classification are not required to be registered as a major contractor with the Department of Consumer Protection. However,there may be specific projects within this classification that require a major contractor registration from the Department of Consumer Protection.Projects that are threshold buildings may require a Major Contractor Registration. xe .. This certificate prequalifies theamed company to 1 id.It is not a statement of the Contractors capacity to perform a s cific project.Tha: -ssponsibility lies with the awarding authority. 4 Company Licenses/Registratiou.-It is the Contractors responsibility to update their license information by editing the ii electronic application.Licenses are confirmed by the Department of Administrative Services(DAS)at the time of initial application and at each renewal. For information regarding the DAS Contractor Prcqualification Pro m visit htlpW eta—ct oyLdas re uaLor--call &60 Page 2 A 2 �?P g P 4 ( )_2L3�280_ — -- - -�3inted=2/9�202�1-i-1;03:59-AM IF W-i �> L M111 !„� fl GENERAL CONTRACTING/CONSTRUCTION MANAGEMENT 26M Bushnell Hollow Road, Baltic, CT 06330 Phone: (860) 887-1998 Fax: (860) 886-8091 www.mafternconstruction.com Trade References Chase Building Supply (860) 928-2747 90,Somers Turnpike, RT 171, PO Box 489 Woodstock, CT 06281 k �. Geer Sand & Gravel (860) 376-5321 852 Voluntown Rd Jewett City, CT 06351 Jolley Concrete (860) 774-9066 463 Putnam Rd. Danielson, CT 06239 Killingly Building Products (860)774-9621 49 Putnam Pike (Rt 12) Dayville, CT 06241 Superior East(Superior Products Network) (866)462-3278 251 West Thames Street Norwich, CT 06360 UBS Waterford (United Building Supply) (860)443-5341 45 Richards Grove Rd. Waterford, CT 06375 AN AFFIRMATIVE ACTION AND EQUAL OPPORTUNITY EMPLOYER Page 1 of 1 MATrERN CONSTRUCTION , JNC. GENERAL CONTRACTING,/CONSTRUCTION MANAGEMENT I 26M Bushnell Hollow Road, Baltic, CT 06330 Phone: (860) 887-1998 Fax: (860) 886-8091 www.maftemconstruction.com `I Similar Projects: .I " 1. Job: Shetucket Village Phase 2 and 3 Owner: Sprague Housing Authority Project Manager:Tim Gallimore Superintendent: Rodney Young Final Construction Cost: $1,811,000.00 Job Description:This job consisted of a complete renovation of two, eight unit housing facilities, including complete electrical-and HVAC renovations,trade coordination, and field supervision. - F 2. Job: BST Systems, Inc. Lab Addition/Office Renovations Owner:Town of Plainfield Project Manager:Tim Gallimore Superintendent: Bob Mackenzie Final Construction Cost: $677,300.00 Job Description:This job consists of constructing a new lab addition and' �) complete renovation of existing office space.This includes installation of ne-l-, electrical and HVAC as well as renovating existing electrical and HVAC,trade coordination and field supervision. 3. Willimantic Waste Paper Truck Maintenance Facility Owner: Willimantic Waste Paper Company Project Manager: Eric Mattern I Superintendent: Rodney Young Final Construction Cost: $2,800,000.00 Job Description:This job consists of complete construction of a new truck maintenance facility, including new HVAC and electrical systems,trade coordination, and field supervision. AN AFFIRMATIVE ACTION EQUAL OPPORTUNITY EMPLOYER ^ r 1 - IERIC MATT ERN � 52 Natchaug Dr_, Glastonbury, CT 06033 0: (860)822-8457/C:(860)303-49z 8 20xv,xsushnelI Hollow Rd.,Baltic, CT 06330 0 ericm@matternconstruction.com �I -_ 'P.ROFESSIONAL.:EXPERIENC I MATTERN CONSTRUCTION,INC_ 6/2017—PRESENT ,f Vice President/Project Manager Company Vice President/ Manage commercial construction projects LIBERTY MUTUAL INSURANCE,BOSTON,MA I 1/2016-5/2017 I Assistant Director,Industry Lead—Hospitality&ReaI Estate I Product management and Hospitality/Real Estate industry liaison I LIBERTY MUTUAL INSURANCE,BOSTON,MA 1/2015-1/2016 j c"-arvising Underwriter—Multinational Practice Production underwriter for foreign casualty&supervisor of small underwriting team. I LIBERTY MUTUAL INSURANCE,ROCKY HILL,CT 5/2013—]I2015 Senior Commercial 11 Underwriter Production underwriter for Small Commercial accounts LIBERTY MUTUAL INSURANCE,ROCKY HILL,CT 6/2 0 09—5/20 13; , Inland Marine Underwriter Production underwriter for book of Builder's Risk, Contractors Equipment, etc. MATTERN CONSTRUCTION,INC. I 20012008;5/2008-6/2009 II Field Laborer/Carpenter's Helper General labor reporting to Field Superintendent/Lead Carpenter kbtc'ATION;-P.R,OF'ESSIONALDESIGNATIONS&z " UNIVERSITY OF CONNECTICUT,STORRS, CT l BachSl -,llf Arts in Economics,5/2008 Minor in Business Administration,5/2008 DESIGNATIONS Chartered Property Casualty Underwriter(CPCU)2/2016 Cores Risk and Insurance Specialist(CRIS)5/2013 Associate in Underwriting(AU)3/2010 II �I ' 1 t RODNEY D. YOUNG •� 579 Squaw Rock Road.' I Moosup, CT 06354 (860)564-3489 j QUALIFICATIONS - I Dependable and dedicated employee j .Versatile and experienced I Able to prioritize workload and meet deadlines .Skilled in cooperating with subcontractors from different trades Able to represent the company with professionalism and confidence I i SPECIAL SKILLS I Concrete Construction - Foundations, Sidewalks, Slabs, Curbing,Steps Wood Construction I - Framing, Sheathing, Decking, Siding, Shingles,Windows, Doors, Sheetrock Metal Building Construction - Red Iron, Gutters, Downspouts, Decking Siding, Skylights, Roofs Finish Carpentry Windows, Doors, Stairways, Baseboards, Moldings i _ I I EXPERIENCE Job Superintendent/Project Manger i i - Running jobs ranging from$40,000 to$2,000,000 i . Estimator Estimated for 7 years with jobs ranging from$18,000 to$2,000,000 fEDUCATION 1981-1985 Harvard H. Ellis Regional Technical School—Danielson, CT Carpentry Major, National Honor Society 1990-1991 Thames Valley State Technical a Colle —Norwich Civil Engineering Major g CT 1993-1994 Central Connecticut College—New Britian, CT i I General Courses—Teaching at a trade school EMPLOYEMENT HISTORY 1997-Present Mattem Construction Inc. Job Superintendent 1996-1997 Sterling Construction j Project Manager,Job Superintendent, Estimator i � 1993-1995 Mattem Construction Inc. Job Superintendent 1985-1993 N. Grondahl &Sons IProject Manager I ' I i f c o I MII!t'ncom!tucllon,lnc 1 Work prarest t Praaeled'- Costs Canlraat - t - - -- 1 _ Conlrac - Bllled -- Total To Date Earned BIII EXo pof.r _ pr,f• g r s Job Name P11co To Data Costs 2/2812021 To Data Costs EXo pra.pram pie!!14 -cwp, 1 2 1 7058 DEEP•Paucheu 123 902.50 123 902.50 BO 367.05 80 357.05 123 952.50 - 43 616.46 64% 100% s 7068 IDn dom of the Hawk i BOO 0DD.00 173 384.26 1,450,000.00 331 628.05 365 824.94 192 440.60 M DOO= 10% 23'/, 1e 7956 Sung sIda Odd a 1 259 040'OD 1209 040.80 1 000 00D.0o 1,103,634.40 1,390,411.59 180 562.79 259 048.00 26% 11011. 11 7071 Vista Ufa Phase 0.5 Renovallon 300 970.69 272 587.95 308 921.40 192 384.08 238 799.64 33 768.41 7-0 049.29 247 03'/, _ 12 7077 Intend Road U.0 2 075 213.14 2 767 66MS 2,350,000.00 2,247,665.43 2,749,604.98 17 676.20 525 213.14 22'% 96% 11 7965 SlonetvaIIA lay 360 011.00 127 107.42 234 437.00 160 922.23 231782.32 104 85d.90 125 674.OD 64% 04% 1t 0000 AHEPA Window Re lacemenl 133 034.11 133 834.11 98 517.16 99 303.64 133 646.04 287.27 34 316.98 34% 100'% 1s 8082 M 5110 River Homes 646 247.00 609 600.04 546 000.00 440100.50 621 931.11 12 251.07 101247.00 19s/, 81% 1s 8094 DEEP Groton 47 762,2o 28 352.00 3B ODO.00 1B 113.28 23 402.69 6 949.41 8,762.20 221% 49'% 17 8095 Norwich FD Windows 72 693.07 11077.76 61 OOD.00 37 608.84 44,764.53 33 676.77 11 693.87 19% 62% it 8101 PlainfliHolmbef otcharP0 Coll - 192808.19 386460 171167.00 1DD370.89 113051.10 109198.60 2164IA9 13% 69% 1s 8104 HoalsIn Orchard 75464.00 76464.00 8450D.00 54020.57 48243.89 27220.11 9036.00 -11Y. 64% 20 8169 Beals Ina 325,347.00 28704.60 276000.00 27329.00 32333.34 - 6628.84 60347.00 16'/c 10'% ' 21 BI68 SalYallonArm Cam ConnfllPhasell 989605.0D 714659.2D 640000.00 492128.43 76D923.5B 46364.33 349665.00 65% 77% 11 8170 Aeadam of the Hol Famll Re airs 2020 66 300.00 58 380.00 46,000.D0 35 230.09 43 109.64 13 19o.36 10380.00 23% 77% 21 8172 Oshoum Ccrrecllonal Showerfloor 9662.00 9652.00 5,000.00 4 201.91 8 119.77 (1.642. 4.662.00 93'/, 84% 21 8163 JeWell City Fire Department 43.450.24 44 710.24 34 760.19 29.181.19 38 451.49 (8.256.75) 8,690.05 26% 84% 21 8188 Arrlenlum CRU Freezer Room Ca at 5026.80 5.026.80 2238.80 2,297.30 5,150.15 131.35 2 7BB.a0 125'/, 103% 29 8223 Vocaluros Slorafronl 68655.14 68655.14 67788.65 67708.65 68655.14 10868.49 19% 1DO% 11 8224 The Plan[Grou 241 444.00 49100.110 ,206 GOD.00 41306.77 40,413.94 666.06 35 444.00 171 20'/, 23 8260 pfilerRoverChemhetRenovallon 189.780.77 16000D.DD 6341.20 8335.38 6.335.36 29760.77 19% 3./ 30 9,698.035.65 •6,417,542.48 7.849,697.24 5,551,769.06 6,995,386.31 S82,643.83 3,849,338.41 It Costs In Estes 69124263 71 BMIn sln Frcess IOB 59580 D � ' 11 Net Costs In Ex 68 6438] l i Complete Jobs Customer Name Job Description ntractAmou Completion II Date Ifs Bethsaida'Kate Blair Flora O'Neil Reno I I i Town of Chaplin N/A 9/30/2018 p _ North Bear Bridge N/A 8/1/2018 Gilmore Holdings Real Estate Mohegan.Sun N/A 11/31/17 Archeological Museum N/A 8/1/2018 Construction Uconn Kellogg Dairy N/A 5/30/2018 AllstateI � stair Town- f Columbia Village Hill Road-Concrete Repair N/A TBD I UCONN Granite Cladding N/A 8/30/2018 UCONN I Wadsworth Museum Reno N/A 1/8/2020 I Ping Fan Realty Golden Palace Reno N/A 11/30/2018 State of CT:DEEP Columbia Mono Pond ' N/A 6/75/2019 i Jean Alison 7/9 Pratt St Porch N/A- 10/35/2019 State of CT:DOT North Stonington Bridge \ N/A 9/30/2019 R.H.White Groton Concrete Repair N/A 12/7/2018 Yantic Firehouse Phase 1 Site/Exterior Stairs N/A 10/4/2019 CMECC Office Reno N/A 1/14/2019 St Thomas Aquinas Church Chapel Stairs N/A 12/15/2018 BST Systems 2019 Addition N/A 9/20/2019 NFAAlumni French Doors N/A 10/30/2019 I' P CC Stru ctu ra Is Misc Labor 2019 N/A TBD G&E Mattern Maintenance 2019 N/A 12/31/2019 Long-RdalRiverlands Maintenance 2019 N/A 12/31/2019 Roundhill LLC Maintenance 2019 N/A 1213 1/2 0 19 Stockhouse LLC Maintenance 2019 N/A 12/31/2019 � A.ECom Pfizer 2019 Contract Labor N/A 12/31/2019 'state or CT:DEEP Gillette's Castle Scaffolding N/A 4/30/2020 State of CT:DOT Sterling Bridge Cedar Swamp Brook N/A 10/15/2019 ' UCONN Avery Point Bldg 29 Bathroom Reno N/A 9/6/2019 i State of CT:DOT Plainfield Bridge#05454 N/A 10/30/2019 ;I vViAimantic Waste Rogers Road Landfill Building N/A TBD BSTSystems Battery'Cabinets N/A TBD UCONN QSR Dining Buildout N/A 8/23/2019 Residential M Shapiro Garden Tub Enclosure N/A TBD - Carl Holte 2020 Repairs TBD TBD Pinnacle Logistics Truck Yard N/A 8/9/2019 Town of Enfield Barnard School Roof N/A 1/10/2019 Salvation Army Camp Connn Cabins N/A 4/30/2020 CMEEC New Concrete Stairs&Railing N/A TBD ' l Hall Communication WILT Tower Base N/A 10/4/2019 American Systems Office Reno N/A 3/9/2020 _ ABC Ashland Manor-(3) Repairs N/A TBD i Town of Glastonbury Fire Co#2-Roof N/A TBD i I I 1 Upper Blackstone Clean Water Canopy Replacement $57,000.00 TBD Pfizer Building 260 Sailboat N/A TBD I !AECom Pfizer Building 257 Door $12,190.00 TBD i State of CT:DEEP Boating Signs $22,168.00 TBD I Dollar General Floor Plan N/A TBD I Capitol Property Cove View Towers Misc T+M -TB D AECom Pfizer 100 l Machine Relocation $4,319.00 TBD State of CT:DEEP Harkness T&M Ceiling Repair N/A TBD !Norwich Public Utilities Occum Power Station II $4,924.00 12/24/2019 The Salvation Army DHQ Parking Lot Repair $21,000.00 TBD Southeast CT Eye Care LLC Office Fit Out $640,000.00 TBD Robert Pion Deck Replacements $31,895.00 4/1/2020 Phoenix Construction Column Repair $18,836.00 TBD RH White Lebanon Temp Enclosure TBD TBD State of CT:DEEP Goodwin Center Siding/Reno $15,804.00 4/2/2020 ' Pfizer CRU Office Carpet $4,784.00 TBD Capitol Property Groton Landing Decks $14,980.00 TBD f+cCnrn Pfizer i � B200 Ceiling Painting $28,317.00 1/18/2020 G&E Mattern Maintenance 2020 N/A TBD Long Tidal Riverlands Maintenance 2020 ' N/A TBD Mid Clean 2020 N/A TBD Matquip 2020 N/A TBD Mattern Farm 2020 N/A TBD Roundhill LLC Maintenance 2020 N/A TBD Stockhouse.LLC Maintenance 2020 N/A TBD Vine Enterprises Mattern Employee Billing 2020 N/A TBD Vine Enterprises, Mattern Administration Billing 2020 N/A TBD R.H.White Groton Facility 2020 N/A TBD All Records Storage 2020 TBD TBD AECom 2020 Contract Labor T&M 12/31/2020 Foxwoods Resort Casino Fast Track Cafe $18,973.00 2/6/2020 Janco Burger King Roof Rehab $391,927.00 ASAP Residential M Shapiro Spring 2020 TBD TBD C Pfizer B200 Fitness Center Carpet Replacem $11,797.00 TBD Manson Youth Institution NET Building Roof Repair $1,764.00 TBD �I General Dynamics Slab Cut/Trench TBD TBD li Dynamics IT Concrete Curb TBD TBD I Town of Canterbury Little River Bridge Repair $91,000.00 TBD j Pfizer CRU Mothering Room Conversion $75,000.00 TBD Pfizer B220 Office Upgrades (Mothering Roc $137,500.00 10/16/2020 r :-:te Killingly Spring 2020 TBD TBD Pfizer B200 Fitness Center Wallpaper Remo '$13,332.00 TBD � Don Wood, Garage Pit Infill $2,847.75 TBD Backus Hospital P Expansion Joint Gasket $1,250.00 TBD � -��-• Residential Bissell Misc.Repairs T&M TBD f' ARC/Eastern CT Norwich Roof 2020 TBD TBD Town of Scotland Bridge Abutments i $17,768.00 TBD i i I ' I 11 � i Backus Hospital I P Air Filter Machine Rental $9,900.00 TBD II Grodsky Mechanical 6156 Lab 198 Humidity Control(Conci $5,913.00 TBD Manson Youth Institution Roof Repairs $1,919.00 TBD Grodsky Mechanical Pfizer B220 Lab 143G Isolator(MiscTi $7,700-00 TBD DEEP Airline Trail Resurfacing $18,095.00 10/27 2020 f:�sl�EicialAllison Pratt Ave Gutters TBD TBD Residential Miller Misc Repairs TBD TBD i Russel Holmberg Holmberg Building Repair+Doors BSTS;�stems $62,742.00 1/18/2021 2020 Fire Damage $59,950.00 7/1/2021 LCC Yantic Firehouse Ledyard Church Kitchen Move TBD TBD Garage Expansion ' $782,193.00 TBD � Phoenix Construction Lift Rental $1,157.00 TBD Town of Norwich Greeneville Dam 2020 $143,108.00 TBD Residential Sackowitz Deck/Roof repair TBD TBD General Dynamics IT Reception Bathroom Painting $1,545.00 TBD Pfizer Explosion Relief Panel Repair $10,827.00 TBD Norwalk Community College Roof Test Cuts $758.34 TBD Gales Ferry-Fire Department Fire Department Drainage $93,265.00 Done Residential Wesolek Webber Roof Repairs $19,195-00 TBD General Dynamics IT Concrete Berm Removal $2,973.00 TBD One Way Development USCG Johnson Exchange Excavation $8,575.00 TBD GDIT Electronic Area Door $7,000.00 10/27/20210 fi David Jones House Repair TBD 1/12/2021 �Reliance Health Stair Nosing Repair TBD TBD Waterford Red Barn Roof Replacement $32,637-00 11/6/2020 US Foods Roof ladder TBD TBD Acad of Hory Family Damage Repairs TBD 11/16/2020 Osbourn Correction Shower Renovations TBD 11/5/2020 f1Gei Catch Basins 2020 TBD TBD Norwalk Community College Roof Repairs TBD TBD Pfizer B274 Mothering Room $24,384.00 2/28/2021 Franklin Congregational Church Side Door Replacement(only door) $2,390.00 11/2/2020 Jewett City Fire Department Brick Column Repair TBD 12/24/2020 GDIT Foundation Anchors &Overhead Dooi $4,248.00 TBD Pfizer CRU Freezer Room Flooring $5,026.00 12/28/2020 Pfizer Flag Pole Mods $2,987.00 TBD Pfizer B220 Janitors Closet Renovation $13,308.00 TBD GDIT Plumbing $7,500.00 TBD ` Pfizer Miscellaneous Painting(Display Painti $11,383.79 TBD I US Foods (Providence) Railing Repair TBD TBD Pfizer Mail Room Carpet $4,098.00 12/28/2020 State of CT DOS Ellignton Roof TBD TBD _•:5-:. I Surplus Unlimited Concrete Deck Infill TBD TBD Ch:4cpRi,ildingSupply Roof Panels TBD TBD I GDIT Shear Machine Anchor Bolts TBD TBD ' Norwich Community Devel_ 77-91 Main St. TBD TBD V i STATE OF ' CONNECTICUT DEPARTMENT OF CONSUMER PROTECTION -;;-' T 's is your registration certificate for your records. Such registration shall be shown to an pe son on request_Do not attempt to make any changes or alter this certificate in an way- Thisr e y interested sferable. y JT gt:'Questions regarding this registration can.be emailed to the Occupational&Professional Lice asing tCe ion at dcn_occuvationalvrofessionalC�ct ov_ effort to be more efficient and Go Green, the,department asks that ou kee y p your email information with ou' o current to receive correspondence. You can update your email address or print a duplicate certificate by log' 9 in o you`Lc I,oaut with your User Id and Password at www.elicense_ct gov_ I� •' g address: Email on file to be used for receiving all notices from this office: TTERN CONSTRUCTION INC 2 M BUSHNELL HOLLOW RD juUel@,mattemconstmction.com B11 TIC, CT 06330-1424 i - iS'•�,`' c@f ~� ii y3`r .-vy •n9,. •r -`j 1 , -.-. I -. ��1} Gt �•/�% a I C, + '.` •' '�G�^ ~ 'vV;rl�i'..Z It M-A n vb• +•Q7513 r` �'•J• `�C�ti•t+. STATE OF CONNECTICUT + DEPARTMENT OF CONSUMER PROTECTION r r I w I Be it known that i >- MATTERN CONSTRUCTION INC USHN.EL` - TIOLLOW RD ]310 'tiq--CT 0.6330=1424 ►. has satisfied the qualifications required bylaw.and is hereby registered as a " '�✓""' `'�'y ` MAJOR-CONTRACTOR -_ ` I Registration #: MCO.0902135 b t f Effective Date: - 07/01/1020 E7�:...�:on Date: 06 3= � . .. � / 0/2021 W; fi. _ )e ' online at Nnmrelicense_et. ov Michelle seagull,Commissioner y= ��I� t:�rn , �«�.�.g,, • ((+tea;, _•�..••� >` Q1R..IS.'�`•' jy xN,• 7 pry/ � �µ�TJJ(�� M� ,� � s- y �fN ti�'.I:s ��1,����1' �.?_ •. {W'.i4 J �J'i� .•7•'C "�•�YN�w� I'• '�' 'O�i�ySL��, �P i�.-7�M1 �j'�! , ' �3 L `+i{>',','q' ,+p,•' 4; l .Q. J, i .�n•I�j�S 91 rf�fIt'•v' F ,g ,Jr� � :.I,�wJ., ,,�, ,Gh�,• ;[r'i yo���rp;�7x'd • •r t, �1"�. .rpL�w;.•7'},•'��i 1n�' ,{� n�`C �``��',�- .��p,,+ ',.�`.•,f'+`.Lya'w* ` ''C�..�I '1 N 'ya �`��..�.�'►7:w'� �. `, '+.l�rr4d�,� ��r.�� �'mr'� a ' �' • Ja •.r�, u.�u2t:, .i�Jw: :.�•• .o'�'�.. � JJ il• �i � _ r BALTI'C ,CT'; 063 , s� tL , ,Mr sue, Oy 1424E G�i ,\},{i�as4� �.•'' .,I `rh.��L +'7,� "`, '� �'„^. �'. I.,:r ;�', i�e�• 1��,.E� psf ' ,�"'�yY ,?3pa• �,I , % '�fi? �I,r�� 'y���� 4� � ;t� c.z��;S t f till; 'hi .��'r,��r`I Irok4u" . : � .'i�:� . d,,15 � I, ,GV Q�wt{ a' `Itiyp'•�6ry�Q '9� LJ�}( i 4' �1''�'*�hn 0^ S L�l 6:♦ 'il'.�IsIfN+• 3"l�i�'-.CYNU'I�^ a , '� � � �r ^1.. 44�0.'• �,i ��i•Lw'y�'��• F,�'�. Iy'�4�J `h °�' n` I �saualificaoecniid l} ,� 'a`Mny is here �F1i1� as II I ell ��i{I, J f ,k+r�'i�.S� ;iyL �ti v. };':W r w,c ••4 q.'�[�p'�:+�yl � L1 '4:�:'� n• .I� �. Fyn+Gj u gip,, I �.L� �a ��i4 �'� � , ;,�,:• ; •�,<<�Jp^.�Y�'� c� ' PRO{pp, ry,I +0. � L ����;�NT'° �• � •,�� � , ,; �;��; .,,,y '�w � ul:Y`+ �: 4', u;�1.�. . ... .. t"•,Jy,�G` �: ,-�?r?jr,?:•,'.;,i,'�r 'r"'',,.'•'a � 1 •' '• � �j r .'r�'^ P��f�'q�„*Md'. ��i� ,L,,,,�i��,a '.i ?4�151 ���,�f.Y. �7',.L•'J}.1�ti•�J�1.r T7'' •,��:f O�:W^�8.��' 14� `j,��� :�,�^f�Y e.�a'�•1't,;J II;�:Y t 1 �11 � „INr, '�Ri;��}}rti �.r'i.7 ,�pI,, 1{ �� n• � s A 1 �''+�'fiJ �l ��, y{. I P�°,� �ai�l M�''i ��!.�^"., Id I�n'r J'.i,'. •e,.'}], :[�. ' ,�L�I' ,1 . JCa,LV"'�h b I�I i' �'� .,.,'� p�+�. ,�df"^rF ,�„}�. ^ F��•' 4� :'0ftr ti'L`�i'; 7�, 9t�' h..iL`J' I^.,•.?7wP7' n 1p�.�•• ��t10 �{�rp� F q uLLT'�, ',,,�"'ttt11` �'�^ :L>; ,��cy I°IN .1iN'@' Y"t' � . '��"' .�I •e:i d;��,�<<�,�'�.o ..+er�1T''�'' °x'.a-���q1�'� "r^y'1• �"J,�'1'�i'��'�`. �y�f�;�',� °•�2, 'S' ''i�k•'t�'%;� �I�� '�,.V'�,+i tr,'rt�^w-,Ly�f 5 ,t,_,�'��'+a4'. ^^'c.' U A5J}; •.e�,d^J 'W,7,','y . a� .6f —•+47 ' �1 R•, t �• ` I„P• ::tiJ.., �'*, 'Ypw,j V I,u IIroS'•a w4 i � �.� ^Jlr� r I .. _ ecfiv., ,�'• I rlr' 'ry rr,xS rGl, �plsly5.'• �d; y"�'� +"�P, mp ''yti� 'i7�• °' w t�^(7• tl�''� I I `'r A �a r{': r 'q�,,J,',r01%' '�' }'"w' �I.•tl �':i3.L�� I o1�,'�',` 'i �'r 4 �A� J'Y� _ ��1,:1'^�`t •+� T I'I:'t ':�I.'! :1.C1��. a, T 1-0: r� J 6r^ •,� d y �'r, ,I+ '. 1• '','�,y '�4 �t' ..�Jt Michelle Seagull,Comm• beer - I I I I II I - it I ,I a 1 I • I CORD® I I CERTIFICATE OF LIA131LITY INSURANCE DATE(MMIDDIYYYn� THIS CERTIFICATE IS ISSUED AS qATION 12/3 D/2D2 0 CERTIFICATE DOES NOT AFFIRMATNELLY OR NEGATIVELY AMEND,ONLYEXTEND OR ALTER THE COVERAGE AFFORDED AND CO :ERS D RIGHTS UPON THE BY THE POLi EIS BELOW- THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED R ,•'iC�oc��fATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the o1i If SUBROGATION IS WANED,subject to the terms-and conditions of the policy, I p ry(ies)must have ADDITIONAL INSURED provisions GY be a,ldorsedi this certificate does not confer rights to the certificate holder in lieu of such endo,rsement(s)1iC1�may require an endorsement A statement on ODUCER Y=es A ea CONTACT i J cy, Inc_ - Norwich NAME., Sheri ring, CIC Con--=ers Ave PHONE (,�(o p. (860) 886-5498 (C Nal (8601 859 507J. Orwich CT 06360 E-MAIL ADDRESS: skin Obyznesa en -com , INSURERS AFFORDING COVERAGE NALC R It URED INSURERA:Cincinnati Insurance Cc an tt_._ZL. _=Uction, Iac INSURERS:}3iscox Inc. I i BLr .:oilow Rd INSURERC: I Y tic CT 06330 INSURERD:, c'M� asi INSURER E: OVERA GES INsuRERF- � CERTIFICATE NUMBER:Cert In 23407 REVISION NUMBER: 1CXCLTHIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD USIONSAND NDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS ERTIF�� -----'{BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,, CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER MINLIDDYF MINUDD DCP LIMITS g COMMERCIAL GENERAL LIABILITY CLAIMS-MADE a EACH OCCURRENCE S 1,000,006, OCCUR EPP0600477 01/01 2021 O1 Ol 2022 DAMA T' RENTED / / / PREMISES Ea occurrence S 100,000 MED EXP(Any one person) S 10,0 0 0 G_•;, _ ".;ATEUMITAPPUESPER: PERSONAL&ADV INJURY S 1,000,000 ECT LOC f GENERAL POLICY a S 2,060,000 OTHER PRODUCTS-COMP/OP AGG _ __: :D,004 Ili AUTOMOSILEUABILITY S ' COMBINED SINGLE LIMIT ANYAvro Ea accident s 1,000,000 OWNED EPP0600477 Ol/01/202101/01/2022 BODILY INJURY(Per person) S AUTOS ONLY, X SAUT OESUL ED BODILY INJURY(Per accident) S 'x HIRED NON-0WNED I AUTOS ONLY % AUTOS ONLY PROPERTY DAMAGE Peracddent S 7C UMBRELLAIJAB g S OCCUR EPP0600477 01/0l/2021 01/01/2022' EYCESS UAB CLAIMS-MADE EACH OCCURRENCE S 5,0 0 0,0 0 0 dEDJ ' RETENTIONS AGGREGATE S 5,000,00d WORY,-RS COMPENSATION, S AND L:*c-.--'UABIUTY EFTC0600482 S PER OTH- OFFICE PRfErOR/PgRTNERIEXECUTIVE YIN 01/01/2021 01/01/2022 STATUTE ER OFF(CERJM, 9EROCCLUDED7 a N/A (rvt:•r.,,,,--Z-v %!H) EL EACH ACCIDENT' S 1,000,0 0 0 Ir yes"tiescnbe under EL DISEASE-EA EMPLOYEE S 1,000,00d DE SCRIP TION OF OPERATIONS below EL DISEASE-POUCYLIMIT S 1,000,000 Equipment Floater EPP0600477 Prc s1 Liability 01/01/2021 01/01/2022 Leased/Rented S TlNE4690282 25,000 01/01/2023.01/01/2022 Contractors SCR1P710NOFOPERgTONS/LO cOATLONSrVEHI Pollution S 1,000,00 LF.S(ACOItD9o1 AdddonatRemarksSeheCule,mayDeathchedlfmorespacelsrequired) ' \ I I ERTIFICATE HOLDER _ CANCELLATION - i SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORt R aTFORPDIT=ON ONLY THE EXPIRATION DATE THEREOF, NOTICE WILL SE DEL+vERED !N �7yl NOT ALTER ACCORDANCE Wrr!-I THE POLICY pROVISIONS- AUTHORQEDREPRESENTATNE A� 1988-20 ORD 25 1'2ri�Rtn3) The ACORD name and Pogo are registered marks of ACORDORD CORPORATION- All rights reserv'd.• N . ,.., Page 1 of 1 9 w 4 Form w-9 Request for Taxpayer (Rev.October2018) Identification Number and Certification Give Form to the Department ofthaTreasury requester.Do not Internal Revenue Service ►Go to www,irs gov/ForrnW9 for instructions and the latest information. 1 Name(as shown on your lncoma tax return).Name is required on thls line;do not leave this fine blank Send to the IRS. 1 Mattetn Construction,Inc. _ 1 2 Business name/dfsregarded entity name,if different from above 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1.Check following seven boxes, only one of the 4 Exemptions(codes apply only to a 1-3 certain entities,not individuals see ' instructions on page 3): Indivi-member le proprietor or C Corporation ❑S Corporation single-member LLC ❑ Partnership ❑Trust/estate Q.o Exempt payee code(if any) ❑ Limited liability company.Enterthe tax classification(C=C corporation,S=S corporation,P=Partnership)►o ;z Note:Check the appropriate box in the line above for the tax classification of the single-member owner. Do not check c LLC if the LLC is classified as a single-member LLC that Is disregarded from the owner unless the owner of the LLC Is Exemption from FATCA reporting IL another LLC that is not disregarded from the owner for U.S.federal tax purposes.Otherwise,a single-member LLC that is disregarded from the owner should check the appropriate box for the tax classification of its owner. code(if any) tot ❑ Other(see instructions)► I m 5 Address(number,street and apt or suite no.)See instructions, (AppPos roa«•^�marnrarnedw1S1d•the use �M Bushnell Hollow Road Requester's name and address(optional) City,state,and Zit,code Baltic,CT 06330 i 7 Ust account numbar(s)here(optional I . - Taxpayer Identification Number(TIN) Enter your TiN in the appropriate box The TIN provided must match the name given on line 1 to avoid Social security number backup withholding.For individuals,this is generally your social security number(SSN).However,for a resident alien,sole ploer ,i or disregarded entity,see the instructions hav for Part I,later For other —FTM = entities,it is your employer identification number(EIN).If you do not have a number,see How to get a TIN,later. or Note:If the account is in more than one name,seethe instructions for line 1.Also see What Name and E=7 mployer identification number Number To Give the Requester for guidelines on whose number to enter. 1 0 6 - T 3o z 3 a (D - Certification i Under penalties of perjury,I certify that: _ 1.The number shown on this form is my correct taxpayer identification number(or 1 am waiting for a number to be issued to me);and 2.1 am not subject to backup withholding because:(a)1 am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue n PRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding;and 3.1 am a U.S.citizen or other U.S.person(defined below);and 4.The FATCA code(s)entered on this form(f any)indicating that I am exempt from FATCA reporting is correct. Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid, , acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement(IRA),and generally,payments other than interest and dividends,you are not required to sign the certification,but you must provide your correct TIN.See the instructions for Part 11,later. I $1 qi7_,r r Signature of I�2re"'i "U.S.person! Form 1099-DIV( ►Date General Instructions j • dividends,including those from stocks or mutual Section references are to the Internal Revenue Code unless otherwise funds) noted. •Form 1099-MISC(various types of income,prizes,awards,or gross Future developments.For the latest information about developments proceeds) related to Form W-9 and its instructions,such as legislation enacted •Form 1099-B(stock or mutual fund sales and certain other 9 after they were published,go to www.frs.gov/FormW9. transactions by brokers) i Purpose of Form •Form 1099-S(proceeds from real estate transactions) •Form 1099-K(merchant card and third party network transactions) An individual or entity(Form W-9 requester)who is required to file an •Form 1098(home mortgage interest),1098-E(student loan interest), information return with the IRS must obtain your correct taxpayer 1098-T(tuition) I identification number(TIN)which may be your social security number(SSN),individual taxpayer identification number(MN),adoption. •Form 1099-C(canceled debt) taxpayer Identification number(ATIN),or employer Identification number •Form 1099 A(acquisition or abandonment of secured property)�w l (EIN),to report on an information return the amount paid to you,or other Use Form W-9 only If you are a U.S.person(including a rerty) amount reportable on an information return.Examples of information alien),to provide your correct TIN. returns include,but are not limited to,the following. •turns include, NT"(Interest earned or paid) ifyou do not return Form W-9 to the requester with a TIN,you might be subject to backup withholding.See What is backup withholding, later. Cat No.10231X Form W-9(Rev.10-2018) PUBLISHER'S CERTIFICATE State of Connecticut County of New London, ss. New London ,- 892567 LEGAL NOTICE Personally appeared before the undersigned, a Notary Y INVITATION TO BID Public within and for said County and State, Matt Suraci, i- NOTICE ISHEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND Legal Advertising Clerk, of The Day Publishing Company REQUESTED FOR THE FOLLOWING-s,; Classifieds dept, a newspaper published at New London, 9j BID NAME: "FISHERS ISLANDSIDEWALKREPLACEMENT;'' County of New London, state of Connecticut who being duly 1 Definite spenficahons'maybeobtained'at the Southold TownChidesOfficehegmnmg April 22,2021 sworn, states on oath, that the Order of Notice in the case PLACE OF OPENINGS: DATE OF OPENINGS: y TIMEOF OPENINGS:' c Of TOWN OF SOUTHOLD May 13,202f�'-��'„ -_ 2:00 PM''' ' TOWN CLERKS OFFICE - _ i 53095 MAIN ROAD } SOUTHOLD,MY 11971 yV � 892567 LEGAL NOTICE INVITATION TO BID ! CONTACT PERSON Michael Collins,PE NOTICE IS HEREBY GI. � - Town of Southold,631-765-1560 I VENDORS MUST SUBMIT BIDS IN SEALED ENVELOPES > j PLEASE PRINT ON THE FACE OF ENVELOPE " 1)NAME fi ADDRESS OF BIDDER 2)BID NAME BID MUST BE ACCOMPANIED BY A 5%BID SECURITY. A true copy of which is hereunto annexed, was 1 It is the bidder's'responstbility to'read the attached Bid Specifications,Instructions,to Bidders,anb` published in said newspaper in its issue(s)of General Conchhons,,wluch outline bidding rules of the Town of Southold. Upon submission of bid,it is understood that the bidder has,read,fully understands and will comply with said GENERAL CONDITIONS 04/22/2021 and specification requirements ' i The Town of Southold requires that this document be returned intact and that it be filled out completely. Please do not remove any pages from this bid package and make a:copy,of the bid document for your Cust: SOUTHOLD TOWN OF/TOWN CLE `+ _ records ,r Ad#: d00892567 A non-mandatary pre-bidders conference will be held at 1.00PM on April 30,'2021 a'the site located_ on is6rs Island,"New York', r•1 `r'? -; d".1!, i a r -� _, `; The io*n of Sduthold welcomes and en�oureges mmondy andivo'men=owned businesses to part- ke, in the bidding profess` Subscribed and sworn to before me This Friday, April 23, 2021 Notary Public My commission expires case ues4°" oxau c�BfRal 47 Eugene O'Neill Drive New London,CT 06320 860-442-2200 www.theday.com Classified Advertising Proof Order Number: d00892567 Elizabeth Neville SOUTHOLD TOWN OPTOWN CLERK ATTN•TOWN CLERK 53095 MAIN ROAD PO BOX 1179 SOUTHHOLD,NY 11971-0959 631-765-1800 Title:The Day I Class:Public Notices 010 Start date:4/22/2021 1 Stop date:4/22/2021 Insertions: 1 I Lines:0 ag Title:Day Website I Class:Public Notices 010 Start date:4/22/2021 1 Stop date:4/22/2021 1 Insertions: 1 I Lines:0 ag Title:Digital-Legal I Class:Public Notices 010 Start date:4/22/2021 1 Stop date:4/22/2021 1 Insertions: 1 I Lines:0 ag A preview of your ad will appear between the two solid lines. , LEGAL NOTICE 892567 INVITATION TO BID NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND REQUESTED FOR THE FOLLOWING: BID NAME: "FISHERS ISLAND SIDEWALK REPLACEMENT" Definite specifications may be obtained at the Southold Town Clerk's Office beginning April 22,2021 PLACE OF OPENINGS: DATE OF OPENINGS: TIME OF OPENINGS: TOWN OF SOUTHOLD May 13,2021 2:00 PM TOWN CLERKS OFFICE 53095 MAIN ROAD SOUTHOLD,NY 11971 CONTACT PERSON: Michael Collins,P.E. Town of Southold,631.765.1560 VENDORS MUST SUBMIT BIDS IN SEALED ENVELOPES. PLEASE PRINT ON THE FACE OF ENVELOPE. 1)NAME&ADDRESS OF BIDDER 2)BID NAME BID MUST BE ACCOMPANIED BY A 5%BID SECURITY. It is the bidder's responsibility to read the attached Bid Specifications,Instructions to Bidders,and General Conditions,which outline bidding rules of the Town of Southold. Upon submission of bid,it is understood that the bidder has read,fully understands and will comply with said GENERAL CONDITIONS and specification requirements. The Town of Southold requires that this document be returned intact and that it be filled out completely. Please do not remove any pages from this bid package and make a copy of the bid document for your records A non-mandatory pre-bidder's conference will be held at 1:00PM on April 30,2021 at the site located on Fishers Island,New York. The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. Total Order Price: $435.05 Please call your ad representative by 3PM today with any ad changes. Salesperson: Matt Suraci I Printed on: 4/19/2021 Telephone: 860-701-4276 1 Fax: 860-442-5443 Email: Legal@theday.com TOWN OF SOUTHOLD FISHERS ISLAND SIDEWALK IMPROVEMENTS CONSTRUCTION SPECIFICATIONS SOUTHOLD, SUFFOLK COUNTY,NEW YORK FQt 94 jrr Prepared By: TOWN OF SOUTHOLD Engineering Department 53095 Main Road Southold, New York 11971 April22, 2021 (631) 765-1560 TOWN OF SOUTHOLD 53095 MAIN ROAD, SOUTHOLD, NEW YORK 11971 PHONE: 631-765-1560 / FAX: 631-765-9015 INVITATION TO BID NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND REQUESTED FOR THE FOLLOWING: BID NAME: "FISHERS ISLAND SIDEWALK REPLACEMENT" Definite specifications may be obtained at the Southold Town Clerk's Office beginning April 22, 2021 PLACE OF OPENINGS: DATE OF OPENINGS: TIME OF OPENINGS: TOWN OF SOUTHOLD May 13, 2021 2:00 PM TOWN CLERKS OFFICE 53095 MAIN ROAD SOUTHOLD, NY 11971 CONTACT PERSON: Michael Collins, P.E. Town of Southold, 631-765-1560 VENDORS MUST SUBMIT BIDS IN SEALED ENVELOPES. PLEASE PRINT ON THE FACE OF ENVELOPE: 1)NAME &ADDRESS OF BIDDER 2) BID NAME BID MUST BE ACCOMPANIED BY A 5 % BID SECURITY. It is the bidder's responsibility to read the attached Bid Specifications, Instructions to Bidders, and General Conditions, which outline bidding rules of the Town of Southold. Upon submission of bid, it is understood that the bidder has read, fully understands and will comply with said GENERAL CONDITIONS and specification requirements. The Town of Southold requires that this document be returned intact and that it be filled out completely. Please do not remove any pages from this bid package and make a copy of the bid document for your records. A non-mandatory pre-bidder's conference will be held at 1:00PM on April 30, 2021 at the site located on Fishers Island,New York. The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. TABLE OF CONTENTS TOWN OF SOUTHOLD FISHERS ISLAND SIDEWALK IMPROVEMENTS Title Page ------ Invitation to Bid ------ Table of Contents ------ Instructions to Bidders IB-1 thru I13-6 Standard Insurance Requirements SIR 1 thru SIR 3 General Conditions GC-1 thru GC-12 Conditions of Contract CC-1 thru CC-18 Proposal Form Package Pages 1 — 11 Qualification of Bidders QS-1 thru QS-4 Contract Agreement A-1 thru A-3 NYS Wage Rates ------ Technical Specifications Contract Drawings INSTRUCTIONS TO BIDDERS INDEX 1. Receipt and Opening of Bids 2. Form,Preparation and Presentation of Proposal 3. Bid Security 4. Qualifications of Bidders 5. Rejection of Bids 6. Bidders Responsibility 7. Construction Terms and Conditions 8. Security for Faithful Performance and Maintenance 9. Bid Reservations 10. Non-Collusive Statement 11. Addenda and Interpretations 12. Method of Award 13. Single Price Bid Analysis 14. Municipal Exempt Status 15. Labor Law 16. Wage Rates 17. Insurance Required by the Town of Southold 18. Quantities IB - 1 INSTRUCTIONS TO BIDDERS 1. RECEIPT AND OPENING OF BIDS The Town of Southold invites bids on the forms herein provided for the Fishers Island Sidewalk Improvements at Fishers Island, New York. Sealed bids shall be received by the office of the Southold Town Clerk, 53095 Route 25 Southold, New York 11971, no later than 2:00 P.M. prevailing time on Thursday, May 131h, 2021, at which time they will be opened and publicly read aloud. All bids received after the time stated for the opening in the Notice to Bidders may not be considered and will be returned unopened to the bidder. The bidder assumes the risk of any delay in the mail or in the handling of the mail by employees of the Town. Whether sent by mail or by means of personal delivery, the bidder assumes responsibility for having his bid deposited on time at the place specified. Faxed bids will not be accepted. 2. FORM,PREPARATION AND PRESENTATION OF PROPOSAL The Proposal Form as issued by the Town shall be completely filled in, in black ink or typed on the original bid form. No photocopies will be accepted. All blank spaces for bid prices must be filled in, in both words and figures, with a total or gross sum for which the bid is made. All lines must have an indication of the bidder's response whether it be "0", "N/A", "No Charge", or a dollar figure. All lines must be filled in to indicate bidder's acknowledgement of the request. Bids that do not have all applicable lines filled in on the bid proposal form may be disqualified as a non-responsive bid. We cannot assume there is "no charge" when lines are left empty. Bids that contain any omission, erasure, alteration, addition or items not called for in the itemized bid form or that contain irregularities of any kind will not be accepted. In case of discrepancy between the unit price and total amount bid for any item, the unit price, as expressed in words, shall govern. The following two items will automatically render a bid unacceptable to the Town of Southold: a. Failure to sign bid proposal page. b. Failure to include necessary bid security deposit(as required). It shall be fully understood that any deviations from the inclusion of the above items will be grounds to see the bid as non-compliant and will not be considered for award. 3. BID SECURITY (a) The Bid must be accompanied by a certified check on a solvent bank or trust company with its principal place of business in New York State, or an acceptable bid bond, in an amount equal to not less than five percent (5%) of the total amount bid, made payable to the Town of Southold (herein identified as Owner), as assurance that the bid is made in good faith. The certified checks or bid bonds of unsuccessful bidders will be returned after execution of the Contract between the Owner and the successful bidder; the certified check or bid bond of the successful bidder will be retained until filing and approval of the Performance Bond and until the completion of ten percent(10%)of the work under the Contract. IB -2 INSTRUCTION', TO BIDDERS (b) The successful bidder, upon his failure or refusal to execute and deliver the Contract and bonds required within ten (10) days after the date of notice of the acceptance of his bid, shall forfeit to the Owner, as liquidated damages for such failure or refusal, the security he deposited with his bid. 4. QUALIFICATIONS OF BIDDERS (a) Forms for qualifications of bidders, giving evidence of sufficient facilities, equipment, experience and financial ability to insure completion of the work are provided with the bid specification package, and shall be filled out by the contractor and returned with the bid submission. (b) Information contained in any statement of financial ability shall be not more than thirty days old at the time of submission. (c) The Town reserves the right to make such investigation as it may deem necessary or advisable to determine any bidder's ability to do the work, and the bidder shall furnish to the .Town, on request, all data and information pertinent thereto. The Town reserves the right to reject any bid if such investigation fails to satisfy the Town that the bidder is fully qualified to do the work. Financial instability of a bidder may be cause for non-award. 5. REJECTION OF BIDS (a) The TOWN BOARD reserves the right to reject any bid if the evidence submitted in the qualifications statement or an investigation of such bidder fails to satisfy the TOWN BOARD that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. Conditional bids will be considered informal and will be rejected. (b)The TOWN BOARD reserves the right to reject any and all bids, in whole or in part,to waive any informality in any or all bids, and to accept the bid or part thereof which it deems most favorable to the Town after all bids have been examined and/or checked. 6., BIDDERS RESPONSIBILITY (a) Bidders are cautioned not to submit bids until after having inspected the site of the proposed improvement and having made themselves familiar with local conditions. The attention of persons intending to submit bids is specifically called to the paragraph of the Contract which debars a Contractor from pleading misunderstanding or deception because of estimates or quantities, character, location or other conditions surrounding the same. Special attention is called to the notes on the Plans or in the itemized form of bid, which are made a part of this Contract, which may alter or revise the Specifications for the particular contract. (b) No representation is made as to the existence or nonexistence of groundwater, which may in any way impede the work, proposed to be accomplished. Each bidder shall fully inform himself as to groundwater and sub-surface conditions prior to submitting his bid. (c) The submission of a bid will be construed to mean that the bidder is fully informed as to the 113 - 3 -INSTRUCTIONS TO BIDDERS extent, cost, and character of the materials, labor, and equipment required to complete the proposed job in accordance with the Plans and Specifications, including all other expenses incidental thereto. (d) Bidders must examine the Plans and Specifications and exercise their own judgment as to the nature and amount of the whole of the work to be done, and for the bid prices, must assume all risks of variance by whomsoever made in computation or statement of amounts or quantities necessary to fully complete-the work in strict compliance with the Contract Documents. (e) The Bidder shall assume all risks and responsibility and shall complete the work in whatever material and under whatever conditions he may encounter or create, without extra cost to the Town. (f)No pleas of ignorance or misunderstanding of conditions that exist or that may hereafter exist, or of conditions or difficulties that may be encountered in the execution of the work under this Contract, as a result of failure to make the necessary examinations and investigations, will be to fulfill in every detail all of the requirements of the Contract Documents, or will be accepted as a basis for any claims whatsoever for extra compensation,or for an extension of time. 7. CONSTRUCTION TERMS AND CONDITIONS The successful bidder is warned that the work specified in the Conditions of Contract, together with the Instructions to Bidders, Proposal Form, General Conditions, Plans, Specifications and instructions of the Engineer or his duly authorized representative will be rigidly enforced. 8. SECURITY FOR FAITHFUL PERFORMANCE AND MAINTENANCE The successful bidder shall be required to execute a Performance Bond equal to one hundred percent (100%) of the amount bid, such bonds to be executed by a New York licensed insurance carrier/surety company with an A rating or better from A.M. Best & Co. and acceptable to the Owner; or bonds secured by collateral; or securities approved by the Owner. The Performance Bond shall be written so as to remain in full force and effect as a maintenance bond for a period of not less than one(1)year after the date of final acceptance of the work. The successful bidder,upon failure to execute and deliver the bonds required within ten(10) days after the date of notice of award, shall forfeit to the Owner, as liquidated damages for such failure or refusal,the security deposited with his bid, and he will be liable for and he agrees to pay to the Owner on demand, the difference between the price bid and the price for which such contract shall subsequently be re-let including the cost of such re-letting less the amount of such deposit. No plea of mistake in such accepted bid shall be available to the bidder for recovery of his deposit or as a defense to any action upon accepted bid unless said mistake can be proven by documentary evidence acceptable to the Town. After approval of the bonds and execution of the Contract and after ten (10) percent of the work has been completed,the bid security accompanying the bid will be returned. IB -4 INSTRUCTIONS TO BIDDERS 9. BID RESERVATIONS Bids submitted shall remain in effect for forty-five (45) days past the date of bid opening. This period may be extended, for the benefit of the Town, by mutual agreement between the Bidder and the Purchasing Agent. 10. NON-COLLUSIVE STATEMENT The form of non-collusion bidding certification contained in the proposal package must be executed by the Bidder and submitted with the proposal. The submission of this statement certifies that 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. 11. ADDENDA AND INTERPRETATIONS Every request for information or interpretation of the Contract Documents or Drawings must be addressed in writing to the Town Engineering Department of Southold 53095 Main Road Southold, New York 11971 (fax) 631-765-9015, and to be given any consideration, must be received at least five (5) days prior to the date fixed for the opening of bids. Any such interpretations or supplemental instructions will be in the form of written addenda, and will be mailed or faxed to all prospective bidders. The failure of any bidder to receive any such addenda will not relieve the bidder of any obligation under his bid as submitted. Any addenda so issued shall become part of the Contract Documents. 12. METHOD OF AWARD The bid will be awarded to the lowest responsive;, responsible bidder, as will best promote the public interest, taking into consideration the reliability of the bidder, the quality of the materials, equipment,or supplies to be furnished, and conformity with the specifications. 13. SINGLE PRICE BID ANALYSIS In the event a single bid is received, the Town will conduct a price analysis of the bid price prior to the award of the contract. 14.MUNICIPAL EXEMPT STATUS The Town is exempt from the payment of Federal, State and local taxes. Taxes must not be included in proposal prices. 15. LABOR LAW The Contractor and each and every subcontractor performing work at the site of the project to which this Contract relates shall comply with the applicable provisions of the Labor Law, as amended, of the State of New York. 113 - 5 INSTRUCTIONS TO BIDDERS Attention is called to certain provisions of the Labor Law, as set forth in the Conditions of Contract, Paragraph 11,which are hereby referred to and made a part hereof. 16. WAGE RATES The rates of wages determined by the New York State Industrial Commissioner pursuant to the Labor Law, which shall be paid on this project, are set forth herein following the Instructions to Bidders. Contractors and subcontractors are required to submit to the Town, within thirty days after issuance of the first payroll, and every thirty days thereafter, a transcript of the original payroll records, subscribed and affirmed as true under the penalties of perjury. 17. INSURANCE REQUIRED BY THE TOWN OF SOUTHOLD The successful bidder will be required to procure and pay for the following types of insurance, as set forth in more detail herein following the Instructions to Bidders in the Standard Insurance Requirements section. (a) Comprehensive Automobile Policy (b) Comprehensive General Liability (c) Excess/Umbrella Insurance (d) Owner's and Contractor's Protective Liability (e) Workmen's Compensation Insurance (f) Disability Insurance and Unemployment Insurance 18. QUANTITIES Any quantities set forth in the bid specifications are approximations only. No guarantee is made for any quantities stated. Payment shall be on the basis of actual quantities supplied or the actual work done at the unit prices quoted. IB - 6 STANDARD INSURANCE REQUIREMENTS TOWN OF SOUTHOLD CONTRACT )INSURANCE REQUIREMENTS INSURANCE IDENTIFICATION: THE BID NUMBER IS TO APPEAR ON ALL INSURANCE CERTIFICATES INDEPENDENT CONTRACTOR: The Corporation/Contractor/Agency/Consultant, is an independent contractor and covenants and agrees that it, its agents, servants and/or employees will neither hold itself/themselves out as, nor claim to be an employee, servant or agent of the TOWN OF SOUTHOLD, and that it, its agents and employees will not make claim, demand or application to or for any right or privilege applicable to an officer or employee of the TOWN OF SOUTHOLD including, but not limited to Worker's Compensation coverage, Unemployment Insurance benefits, Social Security coverage or retirement membership or credit. INSURANCE: Contractor/vendor shall not commence work under this contract until he has obtained all insurance required under the following paragraphs; and the Town of Southold has approved such insurance. WORKERS' COMPENSATION: Contractor/vendor shall take out and maintain during the life of this contract, such insurance as will protect both the owner and the contractor from claims under worker's compensation acts and amendments thereto and from any other claims for property damage and for personal injury including death, which may arise from operations under this contract, whether such operations by contractor or by any other party directly or indirectly employed by the contractor. Copy of Certificate to be provided to the Town of Southold. DISABILITY INSURANCE & UNEMPLOYMENT INSURANCE: Contractor/vendor shall take out and maintain during the entire term of the contract any disability benefits and unemployment insurance as required by law. Copy of Certificate to be provided to the Town of Southold. GENERAL LIABILITY INSURANCE: The contractor/vendor shall take out and maintain during the life of the contract, such bodily injury liability and property damage liability insurance as shall protect him and the Town from claims for damages for bodily injury including accidental death, as well as from claims for property damage which may arise from operations under this contract,whether such operations be by himself or by any subcontractor or by anyone directly or indirectly employed by either of them. It shall be the responsibility of the contractor/vendor to maintain such insurance in amounts sufficient to fully protect himself and the Town, but in no instance shall amounts be less than those set forth below. These amounts are specified only to establish the minimum coverage acceptable. Bodily injury liability and property damage liability insurance in an amount not less than $1,000,000 (one million dollars) for damages on account of any one accident, and in an amount of not less than$1,000,000 (one million dollars) on account of all accidents (general aggregate). EXCESS/UMBRELLA INSURANCE: The contractor/vendor shall take out and maintain during the life of the project an excess/ umbrella insurance policy in an amount of not less than $2,000,000 (Two million dollars) each occurrence and aggregate. SIR- 1 STANDARD INSURANCE REQUIREMENTS OTHER CONDITIONS OF COMMERCIAL GENERAL LIABILITY INSURANCE: 1. Coverage shall be written on commercial general liability form. 2. Coverage shall include: A. Contractual liability B. Independent contractors C. Products and completed operations AUTOMOBILE LIABILITY INSURANCE: Automobile bodily injury liability and property damage liability insurance shall be provided by the contractor/vendor with a minimum combined single limit(CSL) of$1,000,000(one million dollars). OTHER CONDITIONS OF AUTOMOBILE LIABILITY INSURANCE: 1. Coverage shall include: A. All owned vehicles B. Hired car and non-ownership liability coverage C. Statutory no-fault coverage OWNERS & CONTRACTORS PROTECTIVE LIABILITY: An OCP Policy shall be required by the Town of Southold in limits of $1,000,000 combined single limit, each occurrence, $1,000,000 General Aggregate. This insurance must fully cover the legal liability of the specific farm owner, as Owner, NAMING THE FARM OWNER AND TOWN OF SOUTHOLD AS INSURED. The contractor shall furnish the Town with the original insurance policy. ADDITIONAL CONDITIONS OF INSURANCE: 1. Contractor/vendor shall submit copies of any or all required insurance policies as and when requested by the Town. 2. If any of the contractor's/vendor's policies of insurance are cancelled or not renewed during the life of the contract, immediate notice of cancellation of non-renewal shall be delivered to the Town no less than 10 days prior to the date and time of cancellation or non-renewal. CERTIFICATE OF INSURANCE: The contractor/vendor-shall file with the Town of Southold prior to commencing work under this contract, a certificate of insurance. 1. Certificate of insurance shall include: A. Name and address of insured B. Issue date of certificate C. Insurance company name D. Type of coverage in effect E. Policy number F. Inception and expiration dates of policies included G. Limits of liability for all policies on certificate. included on certificate SIR- 2 STANDARD INSURANCE REQUIREMENTS Description of operations/locations/etc. Box must include the statement: "THE TOWN OF SOUTHOLD IS LISTED AS ADDITIONAL INSURED" CERTIFICATE HOLDER SHALL BE LISTED AS: TOWN OF SOUTHOLD 53095 MAIN ROAD SOUTHOLD,NY ,11971 = 2. If the contractor's/vendor's insurance policies should be non-renewed, cancelled or expire during the life of the contact, the Town shall be provided with a new certificate indicating the replacement policy information as requested above. Thirty days (30) prior written notice to the Town of Southold for cancellation is applicable. SIR - 3 GENERAL CONDITIONS INDEX l. Definitions of Terms 2. Standards of Workmanship 3. Samples 4. Manufactured Materials 5. Laboratory 6. Shop Drawings 7.' Permits 8. Plans and Specifications 9. Cutting, Patching and Digging 10. Errors, Omissions and Discrepancies 11. Temporary Office&Toilet 12. Proper Method of Work and Proper Materials 13. Inspection 14. Waiver 15. Water and Electric Power 16. Machinery and Equipment 17. Maintenance 18. Schedule of Operations 19. Right to Use Work 20. Notice of Warning '21. Warning Signs 22. Accident Prevention 23. Damages 24. Maintenance of Traffic 25. Final Site Cleaning 26. Protection of Land Markers,Trees, Shrubs, and Property 27. Protection of Utilities 28. No Damages for Delay 29. Record Keeping 30. Subcontractors and Suppliers 31. Penal Law GC - 1 GENERAL CONDITIONS 1. DEFINITIONS OF TERMS: Whenever the following words and expressions are used in the Specifications,it is understood that they have the meaning defined below: PLANS: All official drawings or reproductions of drawings pertaining to the work or to any structure connected therewith. SPECIFICATIONS: The body of directions, requirements, descriptions, etc. contained in this document, together with all documents of any description and agreements made (or to be made) pertaining to the methods or manner of performing the work and/or to the quantities and quality of materials to be furnished and accepted under this Contract. OWNER: Shall mean Town Board, Town of Southold. ENGINEER (ARCHITECT): the Owner and/or duly authorized representative to represent the Owner in the execution of the work covered by the consultants and assistants engaged by the Owner and the Engineer to the extent of the particular duties entrusted to them. CONTRACT: Collectively, the Contract executed by the Owner and the Contractor, Notice to Bidders, Instructions to Bidders, Proposal Form, Conditions of Contract, General Conditions, Special Conditions, Specifications, Construction Drawings, Addenda, Performance Bonds, and all supplemental agreements made or to be made. CONTRACTOR: The parry of the second part hereto, whether corporation, firm or individual, or any combination thereof, and successor, personal representatives, executors, administrators and assigns, and any person, firm or corporation who or which shall at any time be substituted in place of the second part under this Contract. INSPECTOR: An authorized representative of the Owner or his Engineer assigned to make any and all necessary inspections of the work performed and the materials furnished by the Contract. MATERIALS: Any approved materials acceptable to the Engineer and conforming to the requirements of these Specifications. WORK: All of the work proposed to be accomplished at the site of the project, and all such other work as is in any manner required to accomplish the complete project. This includes all plant, labor, materials, supplies, equipment and other facilities and acts necessary or proper or incidental to the carrying out and completion of the terms of this Contract. The term "work performed" shall be construed to include the material delivered to and suitably stored at the site of the project. 2. STANDARDS OF WORKMANSHIP: The apparent silence of the Specifications as to any detail or an apparent omission from them of a detailed description concerning any work to be done and materials to be furnished shall be regarded as meaning that only the best general practice observed in the latest current construction work is to prevail and that only material and workmanship of first quality is to be used in this connection and all interpretations of these Specifications shall be made upon this basis. GC - 2 GENERAL CONDITIONS 3. SAMPLES: The Contractor shall furnish for approval, all samples as directed. The work shall be in accordance with approved samples. Samples shall be submitted in ample time so as to prevent delay in fabrication or ordering of materials, allowing for a reasonable time for the Engineer to consider the samples submitted and, if necessary,to permit a resubmission of samples to the Engineer until approval is given. Work and material shall be furnished and executed in accordance with approved samples, in every aspect. Each sample shall be labeled, bearing material, name and quality, Contractor's name, date and other pertinent data. Unless otherwise specified, samples shall be in duplicate and of adequate size to show quality, type, color, range and finish and texture of material. Materials shall not be ordered until approval is received in writing from Engineer. 4. MANUFACTURED MATERIALS: Where several materials are specified by name, the Engineer shall have the right, before execution of the Contract,to require any and all bidders to state the materials upon which they based their bid. Where any materials are specified by name or trade name, or by catalog number of a company or companies, the Contractor shall furnish the article mentioned unless approval of the Engineer is obtained in writing for a substitution. Should Contractor desire to substitute another material for one or more specified by name, he shall apply in writing for such permission and state credit or extra involved. He shall also provide supporting data and samples for Engineer's consideration. Unless particularly specified otherwise, all manufactured articles, materials and equipment shall be applied, assembled, installed, connected, erected, used, cleaned and conditioned as directed by the manufacturer and including the necessary preparation to properly install the work. Where reference is made to manufacturer's directions, the Contractor shall submit such directions to the Engineer as required. The materials used in construction shall be disposed. as not to endanger the work, and so that full access may at all times be had to partly completed work and structures and they shall be so disposed as to cause no injury to those having access to the work or any of the units. All labor shall be performed in the best and most workmanlike manner by mechanics skilled in their respective trades. Standards of work required throughout shall be of such grades as will bring first- class results only. The type of labor employed by the Contractor shall be such as will insure the uninterrupted continuity of the entire work, without conflict of any kind. 5. LABORATORY: Laboratories shall be designated by the Engineer for testing the materials to be used under the Contract. Where tests are made by other than the designated laboratories, two certified copies showing correctly the chemical analysis and physical tests shall be furnished to the Engineer. 6. SHOP DRAWINGS: The Contractor shall submit to the Engineer six (6) copies of all shop drawings and schedules and no work shall be fabricated until his approval has been given. All shop drawings submitted to the Engineer must be in English, and must bear the Contractor's stamp of approval evidencing that the drawings have been checked. GC - 3 GENERAL CONDITIONS The Contractor will make any corrections in the drawings required by the Engineer and will file with the Engineer four corrected copies. Approval by the Engineer of such drawings or schedules shall not relieve the Contractor from responsibility for (a) errors of any sort in shop or setting drawings or schedules; or (b) deviations from Plans and Specifications unless the Contractor, at the time of submission of said drawings and schedules, has given notice to the Engineer of any such deviations. 7. PERMITS: 7.1 Municipal: All work in connection with the installation of pipes or other underground structures of a like nature either within or without the limits of the highway, shall follow all the provisions as contained herein together with the provisions, as they apply, of the Highway Law (Town Code) with all subsequent changes, additions or corrections thereto. A. The Contractor shall obtain from the Building Department a certificate of occupancy, whenever the scope of work of the Contract provides for the construction of a building or structure, or for modification or alteration of a building or structure, so that a certificate of occupancy, or a revised certificate of occupancy is required under state and/or local law. The Owner shall be responsible for obtaining the building permit and permit(s)pre-requisite thereto, including but not limited to the following, unless Contractor is specifically required to obtain the same pursuant to other provisions of this document: (1) Building permit (2) Fire prevention permit (3) Health Department/Applicatiori to construct a) Sanitary system including SPDES permit b) Hazardous materials storage The following additional permits when required under law shall also be obtained by the Owner: (1) NYSDEC permits) (2) Town Division of Environmental Protection (3) Suffolk County Farmland Committee (4) U.S. Army Corp of Engineers The Contractor shall give all notices, and comply with all laws, ordinances, rules, regulations and conditions of the permits, bearing on the conduct of the work as drawn and specified, and shall be responsible for acquisition of all pertinent information necessary for such compliance. The Contractor shall be responsible for: (1) Coordinating all building department and other department and agency inspections and approvals, (2) Obtaining U.L. approvals, (3) Health Department inspections and approvals, (4) Obtaining final certificate of occupancy. On projects involving multiple contracts, it shall be the responsibility of the "General Contractor"to GC -4 GENERAL CONDITIONS coordinate with the building department and other agencies and to obtain the certificate of occupancy. It shall be the responsibility of the mechanical contractors (prime contractors other than the G.C.) to coordinate inspections and approvals of that part of the project, which falls within the scope of their contract with the G.C., and/or as may be appropriate, directly with the approving agency. In the event that one or more of the contractors on a multi-contract project fails to perform the work in a timely manner, thereby causing undue delay in the completion of the project, and the issuance of the certificate of occupancy, the owner shall in that event, have the option to exercise "The owners right to stop work or terminate contract" as provided for in the conditions of the contract. B. Pipes and Underground Structures: All work in connection with the installation of pipes or other underground structures of a like nature either within or without the limits of the highway, shall follow all the provisions, as they apply, of the Highway Law As per Town Code Standards)with all subsequent changes, additions or corrections thereto. C. Any work to be performed within the Town Highway right-of-way will require a Town Highway Department road-opening permit. Obtaining of the permit and subsequent release/approval shall be the responsibility of the Contractor. Acceptance of the contractor's performance bond in lieu of the Contractors road-opening bond shall be at the option of the Highway Department. 7.2 Suffolk County: All permits required for opening County roads and making connections with County drains will be obtained by the Owner. A copy of the permit, which must be kept on the job at all times, will be supplied to the Contractor. The Contractor will not be permitted to open any County road or make any connection to any County drain until he has been supplied with this permit. (a) Department of Public Works All permits required for opening County roads and making connections with County drains, will be obtained by the Owner. A Copy of the permit, which must be kept on the job at all times, will be supplied to the Contractor. The Contractor will not be permitted to open any County road or make any connection to any County drain until he has been supplied with this permit. The Contractor shall be responsible for conformance to all conditions of the permit and for the subsequent release/approval. (b) Department of Health Services: The Contractor shall be responsible for obtaining approvals pursuant to Health Department permits described in paragraph 7.1 A. GC - 5 GENERAL CONDITIONS 7.3 State of New York: The Contractor shall obtain all necessary New York State highway permits whenever the Contract requires any work to be done within or upon existing State highway right-of- ways. These permits shall be obtained from the District Office in Hauppauge prior to the performance of the work. Upon application for the permit, the Contractor will be required to supply the following: (1) Three (3) copies of a sketch or print showing description and location of the proposed work. The Engineer will supply these prints to the Contractor. (2) Contingent liability insurance for the State (in addition to his own liability insurance) shall be furnished in amounts and manner as required by the State of New York. The contingent protective liability and completed operations liability insurance policy to cover: "The people of the State of New York and/or the Superintendent of Public Works covering liability arising with respect to all operations through highway permits by permittee or by anyone acting by, through or for the permittee, including omissions and supervisory acts of the State", in the amount of personal injury(including death) and property damage as required. 8. PLANS AND SPECIFICATIONS: The Contractor will be furnished with five sets of Plans and Specifications giving all the details and dimensions necessary for carrying out the work. One copy of Plans and Specifications furnished to the Contractor must be kept constantly on the site. Anything shown on the Plans and not mentioned in the Specifications or mentioned in the Specifications and not shown on the Plans and all the work and materials necessary for the completion of the work according to the intent and meaning of the Contract shall be furnished, performed and done as if the same were both mentioned in the Specifications and shown on the Drawings. Any conflict or inconsistency between the Plans and Specifications, or any discrepancy between the figures and scale of Drawings, shall be submitted by the Contractor to the Engineer, whose decision thereon shall be conclusive. In the event the meaning of any portion of the Specifications or Drawings or any supplementary drawings or instructions of the Engineer is doubtful, the same shall be understood to call for the best type of construction,both as to materials and workmanship,which reasonably can be interpreted. All materials and workmanship must be strictly in accordance with the Specifications. The Plans show approximate size, arrangement and location of the proposed work. The Engineer will give base lines, grades, shapes and dimensions and the Contractor shall construct the work exactly in accordance with such instructions of the Engineer subject, however, to change as provided for under the headings "Changes and Alterations" and "Compensation to be Paid to the Contractor". Additional copies of Plans and Specifications,when requested, will be furnished to the Contractor at cost of reproduction. The Contractor shall furnish to each of the subcontractors and materialmen such copies of the Contract Documents as may be required for their work. GC - 6 GENERAL CONDITIONS 9. CUTTING, PATCHING AND DIGGING: The Contractor shall do all cutting, fitting or patching of his work that may be required to make its several parts come together properly and fit it to receive or be received by work of other contractors shown upon or reasonably implied by Drawings and Specifications for the completed structure, and he shall make good after them as Engineer may direct. Any cost caused by defective or ill-timed work shall be borne by the parry responsible therefor. The Contractor shall not endanger any work by cutting, digging or otherwise, and shall not cut or alter the work of any other contractor save with the consent of the Engineer. 10. ERRORS,OMISSIONS AND DISCREPANCIES: a) If any errors, omissions or discrepancies appear in the drawings, Specifications or other documents, the Contractor shall, within ten days from receiving such Drawings, Specifications or documents, notify the Engineer in writing of such errors or omissions. In the event of the Contractor's failing to give such notice, he will be held responsible for the results of any such errors or omissions and the cost of rectifying the same. b) If, in the opinion of the Contractor, any work is shown on Drawings, or details, or is specified in such a manner as will make it impossible to produce a first class piece of work, or should discrepancies appear between the Drawings and/or Specifications, he shall refer the same to the Engineer for interpretation before proceeding with the work. If the Contractor fails to make such references to the Engineer, no excuse will thereafter be entertained for failure to carry out the work in satisfactory manner as directed. c) Should a conflict occur in or between the Drawings and Specifications and/or existing conditions, the Contractor shall be deemed to have estimated on the more expensive way of doing the work, unless he shall have asked for and obtained a decision in writing from the Engineer, before the submission of bids, as to which method or material will produce the results to the best interest of the Town. 11. TEMPORARY OFFICE & TOILET: The Contractor shall provide an office trailer for use by the town and its representatives. The trailer shall be climate controlled and have a clean plan table, desk and chair provided inside. The Contractor shall provide and maintain a sanitary temporary toilet where directed by the Engineer. The temporary toilet shall be enclosed and weatherproof and kept in a sanitary condition at all times. Upon removal of the temporary outside toilet,the vault shall be disinfected,filled and all evidence of the toilet removed from the site. 12. PROPER METHOD OF WORK AND PROPER MATERIALS: The Engineer shall have the power in general to direct the order and sequence of the work, which shall be such as to permit the entire work under this Contract to be begun and to proceed as rapidly as possible and such as to bring the several parts of the work to a successful completion at about the same time. If at any time before the commencement or during; the progress of the work the materials and appliances used or to be used appear to the Engineer as insufficient or improper for assuring the GC - 7 GENERAL CONDITIONS quality of the work required, or the required rate of progress, he may order the Contractor to increase their efficiency or to improve their character, and the failure of the Engineer to demand any increase of such efficiency or improvement shall not release the Contractor from his obligation to secure the quality of work or the rate of progress specified. During freezing or inclement weather, no work shall be done except such as can be done satisfactorily and in a manner to secure first-class construction throughout. All work shall be done in such a manner as will properly protect and support existing permanent structures,pipe lines, etc. 13. INSPECTION: Inspectors shall be authorized to inspect all work done on materials furnished. Such inspections may extend to all parts of the work and to the preparation or manufacture of the materials to be used. In case of any dispute arising between the Contractor and the Inspector as to materials furnished or the manner of performing the work, the Inspector shall have the authority to reject material or suspend the work until the question at issue shall be referred to and decided by the Engineer. The Inspector shall not be authorized to revoke, alter, enlarge, relax or release any requirements of these Specifications, nor to approve or accept any portion of the work, nor to issue instruction contrary to the Plans and Specifications. The Inspector shall in no case act as foreman or perform other duties for the Contractor or interfere with the management of the work by the latter. Any advice, which the Inspector may give the Contractor, shall in no way be construed as binding the Engineer nor the Owner in any way nor releasing the Contractor from the fulfillment of the terms of the Contract. The Contractor shall be conclusively presumed to be acquainted with all existing conditions and to guarantee that all work and materials shall, upon final completion of the work, be turned over to the Owner in a complete and perfect condition and he shall be responsible for the proper care, maintenance and protection of all work and material until his entire Contract is completed and all work and materials found in good condition and accepted. The Contractor will be held responsible for the entire work until completed and accepted by the Engineer and the Owner. The Contractor shall, at all times,provide the Owners,Engineer, assistants and inspectors under him with necessary facilities for determining both on the work and at the places of manufacture, that all work being performed and all materials being manufactured are strictly in accord with the Contract. Until acceptance of work by the Owner, the Contractor shall be responsible for all damages to the work including action of the elements or any other cause whatsoever. The Contractor shall continuously and adequately protect the work against damage from any cause. 14. WAIVER: Neither the inspection by the Owner or Engineer or any part of their employees nor any order, measurement or certificate by the Engineer nor any order by the Owner for the payment of any money nor any payment for or acceptance of, the whole or any part of the work by the Engineer or the Owner nor any extension of time nor any possession taken by the Owner or its employees shall operate as a waiver of any provision of this Contract or of any power herein reserved to the Owner or any right to damages herein provided; nor shall any waiver of any breach of the Contract constitute a waiver of any subsequent breach. Any remedy provided in this Contract shall be construed as cumulative; that is in addition to each and every remedy herein provided. GC - 8 GENERAL CONDITIONS 15. WATER AND ELECTRIC POWER: All water and electric power supply for construction purposes must be provided by the Contractor. The cost shall be borne by the Contractor. 16. MACHINERY AND EQUIPMENT: All machinery, equipment, trucks and vehicles used in the prosecution of the work or in connection therewith, shall at all times be in proper working condition. The Contractor shall be responsible for curtailing noise, smoke, fumes or any other nuisance resulting from his operations. He shall, upon written notification from the Engineer, make any repairs, replacements, adjustments, additions, and furnish mufflers when necessary to fulfill these requirements. 17. MAINTENANCE: If, within one year from the date of issuance of the Final Certificate, any portion of the work shall,in the opinion of the Owner, require repairing,replacing, or rebuilding,the Contractor shall start such repairs within five (5) days after the receipt of notice from the Owner, and if the Contractor shall fail or neglect to start such repairs within the said five (5) days, the Owner may employ such other person or persons as they deem proper to make such repairs and pay the expense thereof out of any sum retained by there, provided nothing herein contained shall limit the liability of the Contractor or his Surety to the Owner for nonperformance of the Contractor's obligations at any time. 18. SCHEDULE OF OPERATIONS: Within 5 days after the signing of the Contract, the Contractor shall submit a proposed program of operations, showing clearly how he proposes to conduct the work so as to bring about the completion of his work within the time limit specified. This program shall outline the proposed sequence of operations, the rates of progress and the dates when his work will be sufficiently advanced to permit the installation of work under this Contract. 19. RIGHT TO USE WORK: The Owner may enter upon and use the whole or any portion of the work, which may be in condition to use any time previous to its final acceptance by the Owner. Such use shall not constitute or be evidence of acceptance by the Owner or the Engineer of the whole or any part of the material furnished or work performed under the Contract. 20. NOTICE OF WARNING: If the Contractor shall fail to make prompt payment to persons supplying labor or materials for the work, or refs tse or fail to supply enough properly skilled workmen or proper materials or refuse or fail to prosecute the work or any part thereof with such diligence as will insure its completion within the period herein specified (or any duly authorized extension thereof) or fail to complete the work within said period or fail or refuse to regard laws, ordinances, codes, instructions of the Engineer, then the Engineer shall forward by registered mail to the Contractor, at the address given in the Contract, a Notice of Warning, and in the event the Contractor fails to comply with said Notice of Warning within five(5)days from receipt thereof,the Owner shall have the right to terminate the Contract. 21. WARNING SIGNS: Contractor shall provide and maintain proper luminous warning and detour signs where directed by the Engineer. Obstructions such as stored materials, equipment and excavations shall be marked with not less than two lights, which shall be not more than 4 feet apart. All lights shall be kept burning from one-half hour before sunset to until one-half hour after sunrise. GC - 9 GENERAL CONDITIONS 22. ACCIDENT PREVENTION: During the performance of the work, the Contractor shall exercise all reasonable precautions for the protection of persons and property. The safety provisions of applicable laws, building and construction codes shall be observed. Machinery, equipment and all other physical hazards shall be guarded in accordance with the safety provisions of the Manual of Accident Prevention in Construction published by the Associated General Contractors of America to the extent that such provisions are not inconsistent with Federal, State or Municipal laws or regulations. If any operation, practice or condition is deemed by the Engineer to be unsafe, he shall notify the Contractor in writing to take corrective action. Where, in the opinion of the Engineer, any operation, practice or condition shall be promptly discontinued and before the affected part of the work is resumed, remedial action taken. The Owner reserves the right to remedy any neglect on the part of Contractor as regards the protection of the work which may come to its attention, after 24 hours'notice in writing; except that in cases of emergency it shall have the right to remedy any neglect without notice, and in either case to deduct the cost of such remedy from money due the Contractor. Nothing in the foregoing paragraphs shall be construed as relieving the Contractor from full responsibility at all times for safe prosecution of the work. 23. DAMAGES: The Contractor shall pay and make good all losses or damages arising out of any cause connected with the Contract and shall indemnify and save harmless the Owner from any and all claims and any and all liability or responsibility of every nature and kind for any loss, damage or injury which may be brought against the Owner or any of its officers or agents, by reason of, or connected with the work or materials furnished under the Contract and shall pay all costs and expenses of every kind, character, and nature whatever, occurring upon or arising out of the Contract. 24. MAINTENANCE OF TRAFFIC: All work under this Contract is to be completed within the time indicated in the Contract Agreement or as extended by the Owner. If in the meantime it should become necessary, because of the lateness of the season, or any other reason to stop the work, the Contractor shall at his own expense, open proper drainage ditches, erect temporary structures where necessary, prepare the roads so there will be minimum interference with traffic, set up and maintain a competent organization as directed by the Engineer, to keep the highways in first class condition for traffic, and take every precaution to prevent any damage or unreasonable deterioration of the work during the time it is closed. 25. FINAL SITE CLEARING: Before final payment will be approved, the Contractor shall prepare the construction areas as follows: All basins, manholes and pipe as constructed shall be cleaned free from accumulated construction dirt, silt, form work, etc., and all proper restoration as called for in the items of the Specifications shall be complete in every detail. The Contractor shall clean all construction areas free from accumulated forms, excavation fill, construction materials and construction shanties. All areas shall be completed in every detail and shall be broom cleaned from excess dirt and materials. GC - 10 GENERAL CONDITIONS 26. PROTECTION OF LAND MARKERS, TREES, SHRUBS, AND PROPERTY: Wherever in the conduct of the work, a monument marking a point of public or private survey is encountered or brought to view by excavation, the fact shall at once be communicated to the Engineer. In no case shall the Contractor remove the same until the location for resetting shall have been made by the Engineer. All monuments or land markings exposed to view when the work is first undertaken shall be carefully preserved and the greatest care exercised to prevent injury to or disturbance of position of the same. The unit price of all items shall include the cost of restoring to its former condition any sidewalks or curbs, as well as restoring any trees, shrubs or lawns that may be damaged during this construction. No additional payment will be made. The Contractor is required at his own expense to obtain any and all permits for use of private property if he uses such property for storage, transportation or accomplishment of the work under the Contract. Private property shall be cleaned tip neatly, any damage repaired and premises restored to their original condition. 27.- PROTECTION OF UTILITIES: The Contractor shall familiarize himself with the existence of structures of municipal and other public service corporations on or adjoining the site of the work, and give reasonable opportunity to and cooperation with the owners of these utilities in the work of reconstructing or altering them. Such reconstruction and alteration shall be so conducted as to delay or interfere as little as practicable with the work of the Contractor. Any additional cost of various items of work because of these utilities shall be included in the price bid for these items. The Engineer shall direct the public utility corporations to shift or remove those utility structures that may be necessary to permit the Contractor to carry out the work in accordance with the Plans. The Contractor shall not remove or cause to be removed, any structure or part of a structure owned by a public utility corporation without the approval of the Engineer. The Contractor shall cooperate with the public utility corporation whose structures (aerial, surface or subsurface) are within the limits of or along the outside of the right-of-way, to make it possible for them to maintain uninterrupted service. The Contractor shall conduct his operations in such a way as to delay or interfere as little as practicable with the work of the utility corporation. 28. NO DAMAGES FOR DELAY: Notwithstanding any other provisions to this Contract, the Contractor agrees to make no claim for damages for delay in the performance of this Contract occasioned by any act of the Town 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 as provided herein. This provision shall not apply to any act or omission to act of the Town or any of its representatives, wherein the same is done in bad faith and with deliberate intent to delay the Contractor in the performance of this Contract. 29. RECORD KEEPING: The Contractor shall establish and maintain complete and accurate books, records, documents, accounts and other evidence directly pertinent to performance under this contract (hereinafter the "records"). The records must be kept for the balance of the contract term and for six (6) years thereafter. GC - 11 GENERAL CONDITIONS 30. SUBCONTRACTORS AND SUPPLIERS: Within five days after receipt from the Engineer of notice to begin work, the Contractor will furnish written notice of names of all subcontractors to be employed on the project and the general items of work to be done by them. Simultaneously, the Contractor shall furnish written notice of the names of suppliers of materials to be used on the project. The Owner may disapprove for good cause any subcontractor or material supplier selected by the Contractor by giving written notice of its disapproval within five (5) days after receiving the names of subcontractors and material suppliers, to the Contractor who shall thereupon promptly notify the Owner of the names of the subcontractor or material supplier selected in replacement which shall again be subject to approval by the Owner. 31. PENAL LAW: Attention is called to Section 1918 of the Penal Law as follows: Construction or blasting near pipes conveying combustible gas No person shall discharge explosives in the ground,nor shall any person other than a state or county employee regularly engaged in the maintenance and repair thereof excavate in any then existing street, highway, or public place, unless notice thereof in writing shall have been given at least seventy-two hours in advance to the person, corporation or municipality engaged in the distribution of gas in such territory. The person having direction or control of such work shall give such notice, and further he shall ascertain whether there is within one hundred feet in such street, highway or public place, or in the case of a proposed discharge of explosives within a radius of two hundred feet of such discharge, any pipe of any other person, corporation or municipality conveying combustible gas, and if thereby any such pipe, he shall also give such notice to any other such person, corporation or municipality. Provided, however,that in any emergency involving danger to life, health, or property it shall be lawful to excavate without using explosives if the notices prescribed herein are given as soon as reasonably possible, and to discharge explosives to protect a person or persons from an immediate and substantial danger of death or serious personal injury if such notices are given before any such discharge is undertaken. Any such work shall be performed in such manner as to avoid danger to any pipe conveying combustible gas. Any violation of the provisions of this section shall be a misdemeanor. GC - 12 CONDITIONS OF CONTRACT INDEX 1. Contract Documents and Definitions 2. Scope of the Work 3. Compensation to be paid to the Contractor 4. Time of Essence 5. Commencement of Work 6. Time of Completion 7. Liquidated Damages for Delays 8. Extension of Time. No Waiver 9. Weather 10. Contract Security 11. Laws and Ordinances 12. Qualifications for Employment 13. Non-Discrimination 14. Payment of Employees 15. Estimates and Payments 16. Acceptance of Final Payment Constitutes Release 17. Construction Reports 18. Inspection and Tests 19. Plans and Specifications: Interpretations 20. Subsurface Conditions Found Different 21. Contractor's Title to Materials 22. Superintendence by Contractor 23. Protection of Work,Persons and Property 24. Representations of Contractor 25. Patent Rights 26. Authority of the Engineer 27. Changes and Alterations 28. Correction of Work 29. Weather Conditions 30. The Owner's Right to Withhold Payments 31. The Owner's Right to Stop Work or Terminate Contract 32. Contractor's Right to Stop Work or Terminate Contract 33. Responsibility for Work 34. Use of Premises and Removal of Debris 35. Suits of Law 36. Power of the Contractor to Act in an Emergency 37. Provisions Required by Law Deemed Inserted 38. Subletting, Successor and Assigns 39. General Municipal Law Clause 40. Grades,Lines,Levels,and Surveys 41. Insurance Requirements 42. Foreign Contractors 43. Lien Law 44. Refusal to Waive Immunity 45. Exemption from Sales and Use Tax CC - I CONDITIONS OF CONTRACT 1. CONTRACT DOCUMENTS AND DEFINITIONS The Notice to Bidders, Instructions to Bidders, Proposal Form, Conditions of Contract, General Conditions, Specifications, Form of Contract, Construction Drawings, together with any Addenda, shall form part of this Contract, and the provisions thereof shall be as binding upon the parties hereto, as if they were herein fully set forth. The table of contents, titles, heading, headlines, and marginal notes contained herein are solely to facilitate reference to various provisions of the Contract Documents and in no way affect, limit or cast light upon the interpretation of the provisions to which they refer. Whenever the term "Contract Documents" is used, it shall mean and include the Notice to Bidders, Instructions to Bidders, Proposal Form, Conditions of Contract, General Conditions, Specifications, Form of Contract, Construction Drawings and any Addenda. In case of any conflict or inconsistency between the provisions of the Contract and those of the Specifications,the provisions of this Contract shall govern. Extra Work: The term "extra work", as used herein, refers to and includes all work required by the Owner, which in the judgment of the Engineer involves changes in or additions to work required by the Plans, Specifications and any Addenda in their present form and which is not covered by a specific unit price in the Form of Bid. Subcontractor: The term "subcontractor" shall mean any person, firm, or corporation supplying labor and material for work at the site of the project but not including the parties to this Contract. Notice: The term "notice", as used herein, shall mean and include written notice. Written notice shall be deemed to have been duly served when delivered to, or at last known business address of, the person, firm or corporation for whom intended, or his, their, or its duly authorized agents, representatives, or officer, or when enclosed in a postage prepaid wrapper or envelope addressed to such person, firm or corporation at his, their or its last known business address and deposited in a United States mailbox. Directed, Required, Approved, Acceptable: Whenever they refer to the work or its performance, "directed", "required", "permitted", "ordered", "designated", "prescribed", and words of like import shall imply the direction, requirement, permission, order, designation or prescription of the Engineer, and "approved", "satisfied", or "satisfactory", "in the judgment of', and words of like import, shall mean approved, or acceptable to, or satisfactory to, or in the judgment of the Engineer. 2. SCOPE OF THE WORK The Contractor will furnish all plant, labor, materials, supplies, equipment and other facilities and things necessary or proper for, or incidental to, the work contemplated by this Contract as required by, and in strict accordance with the applicable Plans, Specifications and Addenda prepared by the Engineer and/or required by, and in strict accordance with, such changes as are ordered and approved pursuant to this Contract, and will perform all other obligations imposed on him by this Contract. CC - 2 CONDITIONS OF CONTRACT 3. COMPENSATION TO BE PAID TO THE CONTRACTOR (a) Agreed Prices: It is understood and agreed that the Contractor will accept as payment in full the summation of products of the actual quantities in place upon the completion of the work, as determined by the Engineer's measurements, by the unit prices bid, no allowance being made for anticipated profit or for reasons of variations from the estimated quantities set forth in the Form of Bid. (b) Extra Work: The Owner may, at any time, by a written order and without notice to the Sureties, require the performance of such extra work or changes in the work as it may find necessary or desirable. The amount of compensation to be paid to the Contractor for any extra work, as so ordered, shall be determined as follows: 1)By such applicable unit prices, if any, as set forth in the Contract; or 2) If no such unit prices are set forth, then by unit price or by a lump sum mutually agreed upon by the Owner and the Contractor; or 3) If no such unit prices are so set forth and if the parties cannot agree upon unit prices or a lump sum; then by actual net cost in money to the Contractor of the materials, permits, wages of applied labor, premiums for Workmen's Compensation Insurance, payroll taxes required by law, rental for plant and equipment used (excluding small tools) to which total cost will be added twenty (20) percent as full compensation for all other items of profit, costs and expenses, including administration, overhead, superintendence, insurance, insurance other than Workmen's Compensation Insurance, materials used in temporary structures, allowances made by the Contractor to subcontractors, additional premiums upon the performance bond of the Contractor and the use of small tools. 4. TIME OF ESSENCE INASMUCH AS THE PROVISIONS OF THIS CONTRACT RELATING TO THE TIME OF PERFORMANCE AND COMPLETION OF THE WORK ARE FOR THE PURPOSE OF ENABLING THE TOWN TO PROCEED WITH THE CONSTRUCTION OF A PUBLIC IMPROVEMENT IN ACCORDANCE WITH A PREDETERMINED PROGRAM, SUCH PROVISIONS ARE OF THE ESSENCE OF THIS CONTRACT. 5. COMMENCEMENT OF WORK The Contractor agrees that he will commence work immediately on and not later than ten (10) days after signing of the Contract. 6. TIME OF COMPLETION The time of completion of the entire contract work shall be NINETY (90) CONSECUTIVE CALENDAR DAYS from the date the contract is signed by all parties. The date of such completion shall be the date of the Certification of Completion herein specified. The entire work must be satisfactorily completed so that the project improvements are available to the Town for use. CC - 3 CONDITIONS OF CONTRACT The Owner reserves the right to order the Contractor to suspend operations, when in the opinion of the Engineer, improper weather conditions make such action advisable, and to order the Contractor to resume operations when weather and ground conditions permit. The days during which such suspension of work is in force are not chargeable against the specified completion date. 7. LIQUIDATED DAMAGES FOR DELAYS The time limit being essential to and of the essence of this Contract,the Contractor hereby agrees that the Owner shall be, and is hereby authorized to deduct and retain out of the money which may be due or may become due to said Contractor under this agreement, the sum of One Thousand Five Hundred ($1,500.00) per day which amount is hereby agreed upon, fixed and determined by the parties hereto as the liquidated damages, including overhead charges, services, inspector's wages and interest on the money invested, that the Owner will suffer by reason of such default, for each and every day during which the aforesaid work may be incomplete over and beyond the time herein stipulated for its completion in 6 — Time of Completion, provided, however,that the Owner shall have the right to extend the time for the completion of said work. 8. EXTENSIONS OF TIME. NO WAIVER If the Contractor shall be delayed in the completion of his work by reason of unforeseeable causes beyond his control and without his fault or negligence, including but not restricted to, acts of God or of the public enemy, fires, floods, epidemics, quarantine restrictions, strikes,riots, civil commotion's or freight embargoes, the period herein above specified for completion of his work shall be extended by such time as shall be fixed by the Owner. No such extension of time shall be considered a waiver by the Owner of its right to terminate the Contract for abandonment or delay by the Contractor as hereinafter provided, or relieve the Contractor from full responsibility for performance of his obligations hereunder. 9. WEATHER During unsuitable weather, all work must stop when such work would be subject to injury and the Contractor shall transfer his men and materials to those parts of the work where weather conditions will not have any effect on the workmanship. The Contractor shall not be entitled to any damages on account of such damages or suspension, and he must protect any work that might be injured by the elements and make good any work that is injured. 10. CONTRACT SECURITY (a) The Contractor shall furnish a Performance Bond, or other acceptable security, equal to one hundred percent (100%) of the amount of the bid as security for the faithful performance of the Contract, and for the payment of all persons performing labor or furnishing materials in connection with this Contract. The Performance Bond shall be written so as to remain in full force and effect as a maintenance bond for a period of not less than one (1) year after the date of acceptance of the work by the Engineer. CC -4 CONDITIONS OF CONTRACT (b) Additional or Substitute Bond: If at any time the Owner shall be or become dissatisfied with any surety or sureties, or if for any other reason such bond shall cease to be adequate security to the Owner, the Contractor shall within five (5) days after notice from the Owner to do so, substitute an acceptable bond in such form and sum and signed by such other surety as may be satisfactory to the Owner. The premiums on such bonds shall be made until the new surety shall have been qualified. 11. LAWS AND ORDINANCES In the execution of the Contract, the Contractor shall comply and obey all federal, state, county and local laws, ordinances, codes and regulations relating to the performance of the Contract, including but not limited to, labor employed thereon, materials supplied, obstructing streets and highways, maintaining signals, storing, handling; and use of explosives and all other general ordinances and state statutes affecting him or his employees or his work hereunder in his relations with the Municipality or any other persons, and also all laws, codes, ordinances controlling or limiting the Contractor while engaged in executing the work under the Contract. As a condition of the Contract, the Contractor shall and does hereby agree to comply with all requirements of the labor laws of the State of New York. The Contractor shall comply with the provisions of Sections 291- 299 of the Executive Law and Civil Rights Law, shall furnish all information and reports deemed necessary by the State Commission for Human Rights, the Attorney General and the Industrial Commissioner for purposes of investigation to ascertain compliance with such sections of the Executive Law and Civil Rights Law. The Contract may be forthwith cancelled, terminated or suspended, in whole or in part, by the contracting agency upon the basis of a finding made by the State Commission for Human Rights that the Contractor has not complied with these laws. The Contractor hereby expressly agrees to comply with all the provisions of the Labor Law and any and all amendments thereto, insofar as the sane are applicable to this Contract. The Labor Law, as amended, provides that no laborer, workman or mechanic in the employ of the Contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by this Contract, shall be permitted or required to work more than eight (8) hours in any one (1) calendar day, except in cases of extraordinary emergency caused by fire, flood or danger to life or property; that no such person shall be employed more than eight (8) hours in any day or more than five (5) days in any week expect in such emergency; that the wages to be paid for a legal day's work as herein before defined, to laborers, workmen or mechanics upon the work called for under this Contract or upon any material used upon, or in connection therewith, shall not be less than the prevailing rate for a day's work in the same trade or occupation in the locality within the state where such work is to be done and each laborer, workman or mechanic employed by the Contractor, subcontractor or other person about or upon the work shall be paid the wages herein provided; that employees engaged in the construction, maintenance, and repair of highways and in water works construction outside the limits of cities CC - 5 CONDITIONS OF CONTRACT and villages are no longer exempt from the provisions of the Labor Law which require the payment of the prevailing rate of wages and the eight(8) hour day. Section 222 of the Labor Law, as amended by Chapters 556 and 557 of the Laws of 1933, provides that preference in employment shall be given to citizens of the State of New York who have been residents of Suffolk County for at least six (6) consecutive months immediately prior to the commencement of their employment. Each person so employed shall furnish satisfactory proof of residence in accordance with rules adopted by the Industrial Commissioner. Persons other than citizens of the State of New York shall be employed only when such citizens are not available. Section 222 further provides that upon the demand of the State Industrial Commissioner, the Contractor shall furnish a list of names and addresses of all his subcontractors and further provides that a violation of this section shall constitute a misdemeanor and shall be punishable by a fine of not less than Fifty Dollars ($50.00) nor more than Five Hundred Dollars ($500.00) or by imprisonment for not less than thirty nor more than ninety days, or both fine and imprisonment. Section 220-A of the Labor Law, as amended by Chapter 472 of the Laws of 1932, provides that before payment is made by or on behalf of the State of any city, county, town or village or other civil division of the state of any sums due on account of a contract for a public improvement, it is the duty of the Comptroller or the financial officer of the Municipal Corporation to require the Contractor and each and every subcontractor to file a certified statement in writing, in satisfactory form, certifying to the amounts then due and owing to any and all laborers for daily or weekly wages on account of labor performed upon the work of the Contractor, setting forth therein the names of the persons whose wages are unpaid and the amount due each respectively. Section 220-B of the Labor Law, as so amended, provides that any interested person who shall have previously filed a protest in writing objecting to the amounts due or to become due to him for daily or weekly wages for labor performed on the public improvement for which the Contract was entered into, or if for any reason, it may be deemed advisable, the Comptroller of the State or financial officer of the Municipal Corporation may deduct from the whole amount of any payment on account thereof of the sums or sum admitted by any contractor or subcontractor in such statement or statements so filed to be due and owing by him on account of labor performed and may withhold the amount so deducted for the benefit of the laborers for daily or weekly wages, whose wages are unpaid as shown by the verified statements filed by any contractor or subcontractor and may pay directly to any person the amount or amounts so shown to be due for such wages. Section 220-C of the Labor-Law, as so amended, provides the penalty for making of a false oath or verification. Section 220-D of the Labor Law provides that the advertised Specifications for every contract for the construction, reconstruction, maintenance and/or repair of highways to which the State, county, town and/or village is a party shall contain a provision stating the minimum rate of hourly wage that can be paid, as shall be designated by the Industrial Commissioner, to the laborers employed in the performance of the Contract either by the Contractor, subcontractor or other person doing or contracting to do the whole or part of the work contemplated by the CC - 6 CONDITIONS OF CONTRACT Contract, and the Contract shall contain a stipulation that such laborers shall be paid not less than such hourly minimum rate of wage. Any person or corporation that willfully pays, after entering into such Contract, less than such stipulated minimum hourly wage scale shall be guilty of a misdemeanor and upon conviction, shall be punished for a first offense by a fine of Five Hundred Dollars ($500.00) or by imprisonment for not more than thirty (30) days, or both by fine and imprisonment; for a second offense by a fine of One Thousand Dollars ($1,000.00) and in addition thereto, the Contract on which the violation has occurred shall be forfeited, and no such person or corporation shall be entitled to receive any sum nor shall any officer, agent or employee of the State pay the same or authorize its payment from the funds under his charge or control to any person or corporation for work done upon any contract, on which the Contractor has been convicted of second offense in violation of the provisions of this section. The minimum wage rates established by the Industrial Commissioner, State of New York, for this Contract are set forth herein above as part of"Instructions to Bidders". 12. QUALIFICATIONS FOR EMPLOYMENT No person under the age of sixteen(16)years and no person currently serving sentence in a penal or correctional institution shall be employed to perform any work on the project under this Contract. No person whose age or physical condition is such as to make his employment dangerous to his health or safety or to the health or safety of others, shall be employed to perform any work on this project; provided, however, that such restrictions shall not operate against the employment of physically handicapped persons, otherwise employable, where each person may be safely assigned to work which they can ably perform. 13. NON-DISCRIMINATION There shall be no discrimination because of race, creed, color, national origin, age or sex in the employment of persons for work under this Contract, whether performed by the Contractor or any subcontractor. Neither shall the Contractor and subcontractor or any person acting on behalf of the Contractor or subcontractor discriminate in any manner against or intimidate any employee hired for the performance of work under this Contract on account of race, creed, color, national origin, age or sex. There may be deducted from the amount payable to the Contractor by the Owner under this Contract a penalty of Five Dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of this paragraph; provided that for a second or any subsequent violation of the terms of this paragraph, this Contact may be canceled or terminated by the Owner and all monies due or to become due hereunder may be forfeited. 14. PAYMENT OF EMPLOYEES The Contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this Contract in full (less deductions made mandatory by law) in cash or company check and not less often than once each week. CC -7 CONDITIONS OF CONTRACT 15. ESTIMATES & PAYMENTS (a) Monthly: At the end of each calendar month during the progress of the work, the Engineer shall make an approximate estimate of the work satisfactorily done, based upon the prices set forth in the Proposal Form. In consideration of the work done, the Owner will pay or cause to be paid to the Contractor the amount estimated by the Engineer as due him less five (5)percent. The making of any such estimate or payment made thereon shall not be taken or construed as an acceptance by the Owner of any work so estimated and paid for. The five percent (5%) of the amount of the monthly estimate remaining unpaid will be retained by the Owner as a guarantee that the Contractor will faithfully and completely fulfill all obligations imposed by the Contract and Specifications, and against any damages caused the Owner by reason of any failure on the part of the Contractor to fulfill all conditions and obligations herein contained. (b) Final Estimate: One month after the completion and acceptance of the work specified and contracted for, the Engineer will make a final estimate of all the work done. Thereafter, the Owner will pay the full amount, less prior payments, less any amounts retained to complete the work according to the provisions of the Specifications, less any money paid by the Owner by reason of said Contractor having failed to carry out faithfully and completely all the obligations and requirements herein contained. Upon final settlement, according to the conditions herein specified and not until such settlement shall have been made, will the Contractor be relieved from the obligations assumed in the Contract. (c) Measurement for Payment: The Engineer shall make due measurement of work done during the progress of the work and his estimate shall be final and conclusive evidence of the amounts of work performed by the Contractor under, and by virtue of, this agreement and shall be taken as full measure of compensation to be received by the Contractor. When requested by the Contractor, the Engineer shall measure, re-measure or re-estimate any portion of the work, but the expense of such re-measurement or re-estimating shall, unless material error is proved, be paid for by the Contractor. (d) No payments will be made for materials delivered to the site which have not been incorporated into the work. (e) Contractors and subcontractors are required to submit to the Town, within thirty days after issuance of the first payroll, and every thirty days thereafter, a transcript of the original payroll record, subscribed and affirmed as true under the penalties of perjury. CC - 8 CONDITIONS OF CONTRACT 16. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE The acceptance by the Contractor of the final payment shall be and shall operate as a release to the Owner from all claims and all liabilities to the Contractor for all the things done or furnished in connection with this work and for every act and neglect of the Owner and others relating to or arising out of, this work, excepting the Contractor's claims for interest upon the final payment, if this payment be improperly delayed. No payment, however, final or otherwise, shall operate to release the Contractor or his sureties from any obligations under this Contract or the Performance Bond. 17. CONSTRUCTION REPORTS The Contractor shall submit to the Engineer prior to commencing any work under this Contract, a detailed schedule and plan of operations indicating the manner in which the Contractor proposes to prosecute the work and a time schedule therefor. Such schedules are not intended to bind the Contractor to a pre-determined plan or procedure, but rather to enable the Engineer to coordinate the work of the Contractor with work required of, and to be performed by others. The detailed schedule shall include a list of the subcontractors and material suppliers he proposes to use on the work. The Contractor shall furnish the Engineer with periodic estimates for partial payments as required elsewhere in the Contract Documents, and in addition thereto will furnish the Engineer with a detailed estimate for final payment. Prior to being eligible to receive the final payment under this Contract, the Contractor shall furnish the Engineer with substantial proof that all bills for services rendered and materials supplied have been paid. The enumeration of the above reports in no way relieves the Contractor of his responsibility under existing Federal or State Laws of filing such other reports with agencies as may be required by such existing laws or regulations. 18. INSPECTION AND TESTS All material and workmanship shall be subject to inspection, examination and test by the Engineer at any time during the construction and at any and all places where manufacturing of materials used and/or construction is carried on. Without additional charge, Contractor shall furnish promptly all reasonable facilities, labor and materials necessary to make any tests required by the Engineer and/or required by the Specifications. If at any time before final acceptance of the entire work, the Engineer considers necessary or advisable an examination of any portion of the work already completed, by removing or tearing out the same, the Contractor shall upon request, furnish promptly all necessary facilities, labor and materials for such examination. If such work is found to be defective in any material CC - 9 CONDITIONS OF CONTRACT respect, due to the fault of the Contractor or any subcontractor, or if any work shall be covered over without the approval or consent of the Engineer, whether or not the same shall be defective, the Contractor shall be liable for the expense for such examination and of satisfactory reconstruction. If,however, such approval and consent shall have been given and such work is found to meet the requirements of this Contract, the Contractor shall be recompensed for the expense of such examination and reconstruction in the manner herein provided for the payment of cost of extra work. The selection of laboratories and/or agencies for the inspection and tests of supplies,materials or equipment shall be subject to the approval of or designated by the Owner. Satisfactory documentary evidence that the material has passed the required inspection and tests must be furnished to the Engineer prior to the incorporation of the material in the work. Any rejected work will be removed from the site of the project completely at the expense of the Contractor. 19. PLANS AND SPECIFICATIONS: INTERPRETATIONS The Contractor shall keep at the site of the work one copy of the Plans and Specifications signed and identified by the Engineer. Anything shown on the Plans and not mentioned in the Specifications or mentioned in the Specifications and not shown in the Plans shall have the same effect as if shown or mentioned in both. In case of any conflict or inconsistency between the Plans and Specifications, the Specifications shall govern. Any discrepancy between the figures and drawings shall be submitted to the Engineer whose decision thereon shall be conclusive. 20. SUBSURFACE CONDITIONS FOUND DIFFERENT Should the Contractor encounter subsurface conditions at the site materially differing from those shown on the Plans or indicated in the Specifications, he shall immediately give notice to the Engineer of such conditions, before they are disturbed; the Engineer shall thereupon promptly investigate the conditions and if he finds that they materially differ from those shown on the Plans or indicated on the Specifications, he shall at once make such changes in the Plans and/or Specifications as he may find necessary. Any increase or decrease of cost resulting from such changes will be adjusted in the manner provided herein for adjustment as to extra and/or additional work and changes. 21. CONTRACTOR'S TITLE TO MATERIALS No materials or supplies for the work shall be purchased by the Contractor or any subcontractor subject to any chattel mortgage or under a conditional sale or other agreement by which an interest is retained by the seller. The Contractor warrants that he has good title to all materials and supplies used by him in the work. CC - 10 CONDITIONS OF CONTRACT 22. SUPERINTENDENCE BY CONTRACTOR At the site of the work, the Contractor shall give his constant, personal attention to the work or employ a construction superintendent or foreman who shall have full authority to act for the Contractor. It is understood that such representative shall be acceptable to the Engineer and shall be one who can be continued in that capacity for the particular job involved unless he ceases to be on the Contractor's payroll. The Contractor's superintendent and foreman must be able to read and speak the English language. 23. PROTECTION OF WORK,PERSONS AND PROPERTY Precaution shall be exercised at all times for the proper protection of all persons, property and work. The Contractor shall give notice to the owners of utilities which may serve the area and request their assistance in predetermining the location and depth of various pipes, conduits, manholes, and other underground facilities. The safety provisions of applicable laws, building and construction codes shall be observed. Machinery, equipment and all hazards shall be guarded or eliminated in accordance with the safety provisions of the Manual of Accident Prevention in Construction published by the Associated General Contractors of America, to the extent that such provisions are not in contravention of applicable law. The Contractor shall furnish entirely at his own expense any and all additional safety measures deemed necessary by the Owner or his Engineer to adequately safeguard the traveling public. The Contractor shall, at all hours of the day, safely guard and protect his own work and adjacent property from any damage and shall replace or make good any such damage, loss or injury, unless such be caused directly by errors contained in the Contract Documents, or by the Owner or its duly authorized representatives. The Contractor shall provide and maintain such watchmen, barriers, lights, flares and other signals at his own expense, as will effectively prevent any accident in consequence of his work for which the Owner might be liable. The Contractor shall be liable for all injuries or damage caused by his act or neglect, or that of his employees. The Contractor shall take particular care to avoid the blocking of fire hydrants, fire alarm boxes, letterboxes,traffic signals or other visible devices maintained for the use of the public. 24. REPRESENTATIONS OF CONTRACTOR The Contractor represents and warrants: (a) That he is financially solvent and that he is experienced in, and competent to, perform the type of work involved under this Contract and able to furnish the plant,materials, supplies and/or equipment to be furnished for the work; and (b) That he is familiar with all Federal, State and Municipal Law, ordinances and regulations which may in any way affect the work of those employed hereunder, including but not limited to any special acts relating to the work; and CC - 11 CONDITIONS OF CONTRACT (c) That such work required by these Contract Documents as is to be done by him can be satisfactorily constructed and used for the purpose for which is intended and that such construction will not injure any person or damage any property; and (d) That he has carefully examined the Plans, Specifications and the site of the work, and that from his own investigations he has satisfied himself as to the nature and location of the work, the character, location, quality and quantity of surface and subsurface materials, structures and utilities likely to be encountered, the character of equipment and other facilities needed for the performance of the work, the general local conditions which may in any way affect the work or its performance. 25. PATENT RIGHTS As part of his obligation hereunder and without any additional compensation,the Contractor will pay for any patent fees or royalties required in respect to the work or any part thereof and will fully indemnify the Owner or his Engineer for any loss on account of any infringement of patent rights unless prior to his use in the work a particular process or a product of a particular manufacturer he notifies the Engineer in writing that such process or product is an infringement of a patent. 26. AUTHORITY OF THE ENGINEER In the performance of the work, the Contractor shall abide by all orders and directions and requirements of the Engineer and shall perform work to the satisfaction of the Engineer, at such time and places, by such methods, and in such manner and sequence as he may require. The Engineer shall determine the amount, quality, acceptability, and fitness of all parts of the work, shall interpret the Plans, Specifications, Contract Documents and any extra work orders and shall decide all other questions in connection with the work. Upon request,the Engineer shall confirm in writing any oral orders, directions,requirements or determinations. The enumeration herein or elsewhere in the Contract Documents of particular instance in which the opinion, judgment, discretion or determination of the Engineer shall control or in which work shall be performed to his satisfaction or subject to his approval or inspection, shall not imply that only matters similar to those enumerated shall be so governed and performed,but without exception all the work shall be governed and so performed. 27. CHANGES AND ALTERATIONS The Owner, upon the Engineers recommendation, reserves the right to make alterations in location, line, grade, plan, form or dimensions of the work, or any part thereof, either before or after the commencement of construction. If such alterations diminish the amount of work to be done, no claim for damages or anticipated profits will be warranted on the work, which may be dispensed with. If such alterations increase the amount of work, such increases shall be paid for according to the quantity of work actually done and at the prices for such work as contained in the schedule of prices. CC - 12 CONDITIONS OF CONTRACT 28. CORRECTION OF WORK All work and all materials whether incorporated into the work or not, all processes of manufacture and all methods of construction shall be at all times and places subject to the inspection of the Engineer who shall be the final judge of quality, materials, processes of manufacture and methods of construction suitable for the purpose for which they are used. Should they fail to meet his approval, they shall be forthwith reconstructed, made good and replaced and/or corrected as the case may be,by the Contractor, at his own expense. If, in the opinion of the Engineer, it is not desirable to replace any defective or damaged materials or to reconstruct or correct any portion of the work injured or not performed in accordance with the Contract Documents, the compensation to be paid to the Contractor hereunder shall be reduced by such amount as in the judgment of the Engineer shall be equitable. The Contractor expressly warrants that his work shall be free from any defects in materials or workmanship and agrees to correct any defects, which may appear within one year following the final completion of the work. Neither the acceptance of the completed work nor payment therefor shall operate to release the Contractor or his sureties from any obligations under or upon this Contract or the Performance Bond. 29. WEATHER CONDITIONS In the event of temporary suspension of work or during inclement weather or whenever the Engineer shall direct, the Contractor will, and will cause his subcontractors to protect carefully his and their work and materials against damage or injury from the weather. If in the opinion of the Engineer any work or material shall have been damaged or injured by reason of failure on the part of the Contractor or any of his subcontractors to protect his or their work, such work and materials shall be removed and replaced at the expense of the Contractor. 30. THE OWNER'S RIGHT TO WITHHOLD PAYMENTS The Owner may withhold from the Contractor so much of any approved payments due him as may, in the judgment of the Owner,be necessary: (a) To assure the payment of just claims then due and unpaid of any persons supplying labor or materials for the work; (b) To protect the Owner from loss due to defective work not remedied; or (c) To protect the Owner from loss due to injury to persons or damage to the work or property of other contractors or subcontractors or others, caused by the act or neglect of the Contractor or any of his subcontractors. The Owner shall have the right, as agent for the Contractor to apply such amounts so withheld in such manner as the Owner may deem proper to satisfy such claims or to secure such protection. Such applications of such money shall be deemed payments for the account of the Contractor. CC - 13 CONDITIONS OF CONTRACT 31. THE OWNER'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If, (a)The Contractor shall be adjudged bankrupt or make an assignment for the benefit of creditors; or (b)A receiver or liquidator shall be appointed for the Contractor for any of his property and shall not be dismissed within 20 days after such appointment, or the proceedings in connection therewith shall not be stayed on appeal within the said 20 days; or (c) The Contractor shall refuse or fail, after notice or warning from the Engineer, to supply enough properly skilled workmen or proper materials; or (d) The Contractor shall refuse or fail to prosecute the work or any part thereof with such diligence as will insure its completion within the periods herein specified (or any duly authorized extension thereof) or shall fail to complete the work within said periods; or (e) The Contractor shall fail to make prompt payments to persons supplying labor or materials for the work; or (f) The Contractor shall fail or refuse to regard laws, ordinances or the instructions of the Engineer or otherwise be guilty of a substantial violation of any provisions of this Contract; then and in any such event, the Owner, without prejudice to any other rights or remedy it may have, may by seven(7) days'notice to the Contractor,terminate the employment of the Contractor and his rights to proceed either as to the entire work or(at the option of the Owner) as to any portion thereof as to which delay shall have occurred, and may take possession of the work and complete the work by contract or otherwise, as the Owner may deem expedient. In such case, the Contractor will not be entitled to receive any further payment until the work is finished. If the unpaid balance of the compensation to be paid the Contractor hereunder shall exceed the expense of so completing the work(including compensation for additional managerial, administrative and inspection services and any damages for delay), such excess shall be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor and his sureties shall be liable to the Owner for such excess. If the right of the Contractor to proceed with the work is so terminated,the Owner may take possession of and utilize in completing the work, such materials, appliances, supplies, plant and equipment as may be on the site of the work and necessary thereof. If the Owner does not so terminate the right of the Contractor to proceed, the Contractor shall continue to work. 32. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If the work shall be stopped by order of the Court or other public authority for a period of three (3) months without act or fault of the Contractor or any of his agents, servants, employees or subcontractors, the Contractor may, upon ten (10) days' notice to the Owner, discontinue his performance of the work and/or terminate the Contract; in which event, the liability of the Owner to the Contractor shall be determined as provided in Paragraph 31. The Contractor shall not be CC - 14 CONDITIONS OF CONTRACT obligated to pay to the Owner any excess of the expense of completing the work over the unpaid balance of the compensation to be paid to the Contractor hereunder. 33. RESPONSIBILITY FOR WORK The Contractor agrees to be responsible for the entire work embraced in this Contract until its completion and final acceptance, and that any unfaithful or imperfect work that may become damaged from any cause either by act of commission or omission to properly guard and protect the work that may be discovered at any time before the completion and acceptance shall be removed and replaced by good and satisfactory work without any charge to the Owner, and that such removal and replacement will be performed immediately on the requirement of the Engineer, notwithstanding the fact that it may have been overlooked by the proper inspector, and partial payment made thereon. It is fully understood by the Contractor that the inspection of the work shall not relieve him of any obligation to do sound and reliable work as herein prescribed, and that any omission to disapprove any work by the Engineer at or before the time of partial payment or other estimate shall not be construed to be acceptance of any defective work. 34. USE OF PREMISES AND REMOVAL OF DEBRIS The Contractor expressly undertakes at his own expense: (a)To store his apparatus,materials, supplies and equipment in such orderly fashion at the site of the work as will not unduly interfere with the progress of his work or the work of any of his subcontractors; (b)To frequently clean up all refuse,rubbish, scrap materials and debris caused by the operations to the end that at all times, the site of the work shall present a neat, orderly and workmanlike appearance; (c)Before final payment hereunder to remove all surplus material,temporary structures,plants of any description and debris of every nature resulting from his operations. 35. SUITS OF LAW The Contractor shall indemnify and save harmless the Owner from and against all suits, claims, demands or actions for any injury sustained or alleged to be sustained by any party or parties in connection with the construction of the work or any part thereof, or any commission or omission of the contractor, his employees or agents of any subcontractor, and in case of any such action shall be brought against the Owner, the Contractor shall immediately take charge of and defend the same at his own cost and expense. 36. POWER OF THE CONTRACTOR TO ACT IN AN EMERGENCY In case of an emergency, which threatens loss or injury to property and/or safety of life, the Contractor will be permitted to act as he sees fit without previous instructions from the Engineer. He shall notify the Engineer thereof immediately and any compensation claimed by the Contractor due to extra work made necessary because of his acts in such emergency shall be CC - 15 CONDITIONS OF CONTRACT submitted to the Engineer for approval. Where the Contractor has not taken action but has notified the Engineer of an emergency indicating injury to persons or damage to adjoining property or to the work being accomplished under this Contract, then upon authorization from the Engineer to prevent such threatened injury or damage, he shall act as instructed by the Engineer. The amount of reimbursement claimed by the Contractor on account of any such action shall be determined in the manner provided herein for the payment of extra work. 37. PROVISIONS REQUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and the Contract shall read and be enforced as though it were included herein, and if through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon the application of either party the Contract shall be forthwith be physically amended to make such insertion. 38. SUBLETTING, SUCCESSOR AND ASSIGNS The Contractor shall not sublet any part of the work under this Contract nor assign any money due him hereunder without first obtaining the written consent of the Owner. This Contract shall insure the benefit of and shall be binding upon the parties hereunder and upon their respective successors and assigns, but neither party shall assign or transfer his interest herein in whole or in part without consent of the other. 39. GENERAL MUNICIPAL LAW CLAUSE Pursuant to the provisions of Section 103-a of the General Municipal Law, in the event that the Bidder or any member, partner, director or officer of the Bidder, should refuse, when called before a grand jury to testify concerning any transaction or contract had with the State, any political subdivision thereof, a public authority or any public Department, agency or official of the State or of any political subdivision thereof or of a public authority, to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question concerning such transaction or contract, such person, and any firm,partnership, or corporation of which he is a member,partner, director or officer shall be disqualified from thereafter selling to or submitting bids to or receiving awards from or entering into any contracts with any municipal corporation or any public Department, agency or official thereof for goods,work or services for a period of five (5) years after such refusal, and any and all contracts made with any municipal corporation or any public Department, agency or official thereof on or after the first day of July, 1959, by such person, and by any firm, partnership or corporation of which he is a member,partner, director or officer may be cancelled or terminated by the municipal corporation without incurring any penalty or damages on account of such cancellation or termination, but any monies owing by the municipal corporation for goods delivered or work done prior to the cancellation or termination shall be paid. CC - 16 CONDITIONS OF CONTRACT 40. GRADES,LINES, LEVELS AND SURVEYS The Engineer shall furnish the Contractor with the basic horizontal and vertical controls from which the Contractor shall transfer and stake his lines and grades and for their accuracy. The Engineer will establish the basic horizontal and vertical controls at the start of the work, and it shall be the responsibility of the Contractor to safeguard such controls; and if, in the opinion of the Engineer, these controls are damaged or destroyed either in whole or in part, the Contractor shall pay the cost of having the damaged controls verified, checked, corrected or replaced. 41. INSURANCE REQUIREMENTS The Contractor shall not commence work until the Town has approved all the insurance required under this Contract as required immediately following the Instructions to Bidders. Additionally, the Contractor shall indemnify and save harmless the Town of Southold from and against all losses and all claims, demands, payments, suits, actions, recoveries and judgments of every kind or nature,brought or recovered against the Town of Southold by reason of any act or omission of the Contractor,his agent or employees in the performance of the Contract. The Contractor shall not permit any subcontractor to commence any work under this contract until satisfactory proof of carriage of the required insurance has been posted with and approved by the Town. 42. FOREIGN CONTRACTORS Foreign Contractors must comply with the provisions of Articles 9A and 16 of the Tax Law, as amended, prior to submission of a bid for the performance of this work. The certificate of the New York State Tax Commission to the effect that all taxes have been paid by the foreign contractor shall be conclusive proof of the payment of taxes. The term "foreign contractor" as used in this subdivision means in the case of an individual, a person who is a legal resident of another state or foreign country; and in the case of a foreign corporation, one organized under the laws of a state other than the State of New York. 43. LIEN LAW Attention of all persons submitting bids is specifically called to the provisions of Section 25, Subdivision 5, Section 25A and 25B of the Lien Law, as amended, in relation to funds being received by a contractor for a public improvement declared to constitute trust funds in the hands of such Contractor to be applied first to the payment of certain claims. 44. REFUSAL TO WAIVE IMMUNITY Pursuant to the provisions of Section 103-A of the General Municipal Law, in the event that the bidder or any member,partner, director or officer of the bidder, should refuse when called before a grand jury to testify concerning any transaction or contract had with the State, any political subdivision thereof, a public authority or with any public department, agency or official of the CC - 17 CONDITIONS OF CONTRACT State or of any political subdivision thereof or of an authority, to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question concerning such transaction or contract, such person, and any firm, partnership or corporation of which he is a member, partner, firm director or officer shall be disqualified from thereafter selling to or submitting bids to or receiving awards from or entering into any contracts with any municipal corporation or any public department, agency, or official thereof, for goods, work or services, for a period of five (5) years after such refusal, and any and all contracts made with any municipal corporation or any public department, agency„or official thereof on or after the first day of July, 1959, by such person and any firm, partnership or corporation of which he is a member, partner, director or officer may be cancelled or terminated by the municipal corporation without incurring any penalty or damages on account of such cancellation or termination, but any monies owing by the municipal corporation for goods delivered or work done prior to the cancellation or termination shall be paid. 45. EXEMPTION FROM SALES AND USE TAXES In accordance with Chapter 513 of the laws of 1974 adopted by the New York State Legislature, amending Section 1115 (a) of the tax law, specifically paragraphs 15 and 16, political subdivisions, as described in subdivision(a)paragraph(L) of section 1116 of the tax laws, of the State of New York are exempt from the payment of sales and use taxes imposed on tangible personal property within the limitations specified in tax law 1115 (a) (15) and(16). (15) Tangible personal property sold to a contractor, subcontractor or repairman for use in erecting a structure or building of an organization described in subdivision(a) of section 1116, or adding to, altering or improving real property, property or land of such an organization, as the terms real property, property and land are defined in the real property tax law; provided, however, no exemption shall exist under this paragraph unless such tangible personal property is to become an integral component part of such structure,building or real property. (16) Tangible personal property sold to a contractor or repairman for use in maintaining, servicing or repairing real property, or land of an organization described in subdivision (a) of section 1116, as the terms real property,property or land are defined in the real property tax law; provided, however, no exemption shall exist under this paragraph unless such tangible personal property is to become an integral component part of such structure, building or real property. Contractors entering into Contract with the Town of Southold shall be exempt from payment of sales and use tax as described above. Procedures and forms are available to the Contractor direct from the Instructions and Interpretations Unit, State of New York, Department of Taxation and Finance, State Campus, Albany,New York, 12227. CC - 18 Town of Southold "Fishers Island Sidewalk Improvements" PROPOSAL PACKAGE BID OPENS: May 13, 2021 REMINDER NOTE!!!: VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! (Do Not Sign the Contract Agreement. It is included only for informational purposes and will be signed by the successful bidder after award of contract.) All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package! ! ! Thank you! Proposal Package 1 of 11 BIDDER'S CHECK LIST Your response to our above referenced bid will be considered unresponsive and will be rejected if the following forms are not included at the time of the bid opening. ❑ Notarized Affidavit of Non-Collusion as required by NYS Law. ❑ A Bid Deposit in the amount of Five Percent of Bid Price as required in the Invitation to Bid. ❑ As per specifications, the Town of Southold requires a current insurance certificate, with the Town of Southold listed as additional insured,to be on file in the Purchasing Department. You will be given ten(10) business days from notice of award to supply this form or the bid will be rescinded. ❑ Vendor Information Sheet and Address Record Form. ❑ Assumed Name Certification. ❑ Bidder's Qualification Statement. NOTE: Please do NOT sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of the contract. Proposal Package 2 of 11 VENDOR NAME: VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID #: OR SOCIAL SECURITY#: DATE OF ORGANIZATION: IF APPLICABLE: DATE FILED: STATE FILED: If a non-publicly owned Corporation: CORPORATION NAME: LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) LIST OFFICERS AND DIRECTORS: NAME TITLE If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of 11 ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: ADDRESS: CONTACT: TELEPHONE: FAX: E-MAIL: ONLY if different - MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: I ONLY if different - MAIL PAYMENT TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: i Proposal Package 4 of 11 VENDOR NAME: ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. ASSUMED NAME: If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Purchasing Agent. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipality bid on contracts only that such interest be revealed when they do bid.) INSURANCE STATEMENT Bidder agrees as follows -please mark appropriate box: Insurance Certificate as requested is attached I certify that I can supply insurance as specified if awarded the bid ❑ Insurance Certificate filed on DATE FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER. AUTHORIZED SIGNATURE Proposal Package 5 of 11 AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. The person signing this bid, under the penalties of perjury, affirms the truth thereof. SWORN TO BEFORE ME THIS Signature&Company Position DAY OF 20 Type Name&Company Position Company Name NOTARY PUBLIC Date Signed Federal I.D.Number Proposal Package 6 of 11 THE PROPOSAL FORM Fishers Island Sidewalk Improvements VENDOR NAME: VENDOR ADDRESS: TELEPHONE NUMBER: FAX: The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) The undersigned hereby acknowledges receipt of the following Addenda(if none were issued please write N/A below): Addendum No. Dated Proposal Package 7 of 11 Fishers Island Sidewalk Improvements Itemized Proposal for: Town of Southold ITEM NO ESTIMATED DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS Clearing and Grubbing 1 1 for /LS Dollars Cents Saw Cut Pavement 2 1,300 for /LF Dollars Cents Concrete Sidewalk 3 705 for /SY Dollars Cents Concrete Sidewalk with Monolithic Curb 4 515 for /SY Dollars Cents Concrete Driveway Apron 5 140 for /SY Dollars Cents Concrete Ramp 6 55 for /SY Dollars Cents Subbase for Concrete Sidewalk 7 1,415 for /SY Dollars Cents Residential Walk Repair/Reconstruction 8 1 for /LS Dollars Cents Proposal Package 8 of 11 Fishers Island Sidewalk Improvements Itemized Proposal for: Town of Southold ITEM NO. ESTIMATED DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS Bituminous Driveway 9 155 for /SY Dollars Cents Subbase for Bituminous Driveway 10 155 for /SY Dollars Cents Roadway Pavement Repair 11 105 for /SY Dollars Cents Subbase for Roadway Pavement Repair 12 105 for /SY Dollars Cents Pavement Markings 13 1 for /LS Dollars Cents Loam&Seed 14 1 for /LS Dollars Cents Root Barrier 15 92 for /LF Dollars Cents Silt Fence 16 400 for /LF Dollars Cents Proposal Package 9 of 11 Fishers Island Sidewalk Improvements Itemized Proposal for: Town of Southold ITEM NO ESTIMATED DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS Catch Basin Inlet Protection 17 3 for /EA Dollars Cents Concrete Washout Pit 18 1 for /EA Dollars Cents Adjust Fire Hydrant 19 2 for /EA Dollars Cents Maintenance&Protection of Traffic 20 1 for /LS Dollars Cents TOTAL BASE BID Items(Add All Items) Dollars Cents (Numerically) WRITTEN IN WORDS ASSUME: -Sidewalk Items shall include removal&disposal of Existing Sidewalk and Preparation of Subgrade and the application of required Concrete Sealer -Concrete Ramp Item shall include Detectable Warning Panel(s) -Pavement Items shall include removal&disposal of Existing Pavement and Preparation of Subgrade -Root Barrier Item shall include the services of a Licensed Arborist and all required Root Pruning -All required Earthwork shall be considered incidental to the project and shall be included in the cost of the Bid Items. Contractor shall be responsible for providing suitable fill to prepare subgrade and/or removal&disposal of surplus material as required -Silt Fence,Catch Basin Inlet Protection&Concrete Washout Pit Items shall include installation,maintenance throughout construction,removal and site restoration NOTE: The Town of Southold reserves the right to Increase,decrease,or eliminate in Its entirety any or all items prior to or after award of the bid. Proposal Package 10 of 11 AUTHORIZED SIGNATURE PRINT NAME TITLE DATE ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ) ss.: On the day of in the year 2021 before me, the undersigned, personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC Proposal Package 11 of 11 Town of Southold BIDDER'S QUALIFICATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. SUBMITTED BY: A Corporation A Partnership or Entity FIRM NAME: An Individual PRINCIPAL OFFICE: PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE 1. How many years has your organization been in business under its present business name? 2. You normally perform what percent of the work with your own forces? % List trades that you organization normally performs below: 3. Have you ever failed to complete any work awarded to you? . If so, note where and why. 4. Are there any claims,judgments, arbitration proceedings or suits pending or outstanding against your firm or its officers?If yes, please provide details. QS-1 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years?If yes, please provide details. 6. List the major construction projects your organization has underway at this date: Name of: Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone# Telephone# Amount Complete Completion 7. List five major projects you organization has completed in the past five years: Name of: Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone# Telephone# Amount Completion % of Work QS-2 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): Present Type of Work Position Years of For Which In What Individual's Name Of Office Experience Responsible Ca aci 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? 10. Bank References: 11. Trade Association Membership: 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations?If yes, when? What was the outcome of the investigation? QS-3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. STATE OF ) COUNTY OF ) being duly sworn deposes and says that he is the of contractor and that answers to the foregoing questions and all statements therein contained are true and correct. (Signature of person who signed bid) Sworn to before me this day of , 2021 Notary Public Commission Expiration Date: QS-4 CONTRACT AGREEMENT THIS AGREEMENT made this day of Two Thousand and Eighteen by and between the Town of Southold, party of the first part (hereinafter called the Owner), and , party of the second part (hereinafter called Contractor). WITNESSETH: That for and in consideration of the premises and the agreements herein contained, and the payments herein provided to be made, the parties hereto agree as follows: FIRST: The Contractor shall perform all labor, and furnish all the materials, equipment, tools, and implements and will well and faithfully perform and complete the entire work associated with the Fishers Island Sidewalk improvements. AS DESCRIBED IN THE Contract Documents made and prepared by the Town of Southold, and as set forth in the Contractor's Bid dated , and in strict and entire conformity and in accordance with the Notice to Bidders, Instructions to Bidders, Proposal Form (Bid), Performance Bond, Conditions of Contract, General Conditions, Detailed Specifications, Contract Drawings, Addenda, and this Agreement, hereto annexed and made a part hereof, and hereinafter collectively referred to as "Contract Documents". SECOND: In Consideration of the Contractor performing this Contract in the manner herein stated and as stated in the Contract Documents, the Owner promises and agrees to pay or cause to be paid to the Contractor the sums of money mentioned in said Contract Documents in the manner and under the conditions therein provided. THIRD: The Contractor covenants and agrees that, anything in this Contract or in the Contract Documents to be contrary notwithstanding, or regardless of any matter, thing, contingency of condition unforeseen or otherwise, present or future, the Contractor shall not be entitled to receive any additional or further sums of money than the amounts in said Contract Documents provided; and the failure of the Owner or its agents to insist upon strict performance of any of the terms, covenants, agreements, provisions or conditions in this Agreement or in the Contract Documents, on any one or more instances, shall not be construed as a waiver or relinquishment for the future of any such terms, covenants, agreements, provisions and conditions and the same shall be and remain in full force and effect with power and authority on the part of the Owner to enforce the same or cause the same to be enforced at any time, without prejudice to any other rights which the Owner may have against the Contactor under this Agreement or the Contract Documents. A-1 Terms used in the Agreement which are defined in Article 1 of the General Conditions shall have the meanings indicated in the General Conditions. Neither Owner nor Contractor shall, without the prior written consent of the other, assign or sublet in whole or part his interest under any of the Contact Documents; and, specifically, Contractor shall not assign any monies due or to become due without the prior written consent of the Owner. Owner and Contractor each binds himself, his partners, successors, assigns and legal representatives of the other party hereto in respect to all covenants, agreements and obligations contained in the Contract Documents. The Contract Documents constitute the entire agreement between Owner and Contractor and may only be altered, amended or repealed by a duly executed written instrument signed by both parties. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. Total Bid Dollars Written in Words Written in Figures TOWN OF SOUTHOLD CONTRACTOR BY ' BY Scott A.Russell, Supervisor TITLE BY Town Attorney (CORPORATE SEAL) A-2 ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ) ss.: On the day of in the year 2021 before me, the undersigned, personally appeared, ,personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC STATE OF NEW YORK, COUNTY OF )ss.: On the day of in the year 2021 before me, the undersigned, personally appeared, ,personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s)whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument,the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC A-3 THE PREVAILING WAGE CASE NUMBER ISSUED BY THE NEW YORK STATE DEPARTMENT OF LABOR FOR THIS PROJECT CAN BE FOUND ON THE NEXT PAGE. A CURRENT PREVAILING WAGE SCHEDULE FOR- THIS PROJECT CAN BE OBTAINED DIRECTLY FROM THE DEPARTMENT OF LABOR WEBSITE @ www.labor.state.ny.us �tioF NE�,7 n o� �a �- Andrew M.Cuomo,Governor 'y,A �y Roberta Reardon,Commissioner Town of Southold Schedule Year 2020 through 2021 Michael Collins,Town Engineer Date Requested 04/22/2021 53095 Main Road PRC# 2021003982 Southold NY 11971 Location Crescent Avenue&Fox Avenue Project ID# Project Type Replacement of sidewalks on Fishers Island on Crescent Avenue and Fox Avenue 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 2020 through June 2021. 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.ny.gov. 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.ny.gov. PW 200 Ask.PWAsk@labor.ny.gov SIDEWALK REPLACEMENT—064375 SECTION 02230 CLEARING AND GRUBBING PART 1- GENERAL 1.1 WORK INCLUDED A. This work shall consist of clearing, grubbing, removing and disposing of all trees, brush, stumps, fences, debris, and miscellaneous structures not covered under other contract items within the construction area and such other areas as specified or directed. The Contractor shall clear such additional areas within the limits of the right-of-way and easement lines as specified or directed. B. Unless otherwise noted, all areas to be cleared shall also be grubbed. C. The Contractor shall not clear and grub outside of the area required for construction operations. D. Materials generated by the work, including construction and demolition debris, shall not be disposed of by burning on or off the site. Off site burning in a permitted solid waste incinerator or in another lawful manner as refuse derived fuel will be permitted. 1.2 RELATED WORK Any trees and shrubs specifically designated by the Owner not to be cut, removed, destroyed, or trimmed shall be saved from harm and injury. PART 2-PRODUCTS: NOT APPLICABLE PART 3-EXECUTION 3.1 RIGHT TO WOOD AND LOGS The Owner shall have the right to cut and remove logs and other wood of value in advance of the Contractor's operations. All remaining logs and other wood to be removed in the course of clearing shall become the property of the Contractor. 3.2 CLEARING A. Unless otherwise indicated, the Contractor shall cut or otherwise remove all trees, saplings, brush and vines, windfalls, logs and trees lying on the ground, dead trees and stubs more than 1-foot high above the ground surface (but not their stumps), trees which have been partially uprooted by natural or other causes (including their stumps), and other vegetable matter such as shags, sawdust, bark,refuse, and similar materials. 4/16/2021 02230 - 1 CLEARING AND GRUBBING SIDEWALK REPLACEMENT-064375 B. Except where clearing is done by uprooting with machinery or where stumps are left longer to facilitate subsequent grubbing operations, trees, stumps, and stubs to be cleared shall be cut as close to the ground as practicable but not more than 6-inches above the ground surface in the case of small trees, and 12-inches in the case of large trees. Saplings, brush and vines shall be cut close to the ground. 3.3 GRUBBING A. Unless otherwise indicated, the Contractor- shall completely remove all stumps and roots to a depth of 18-inches, or if the Contractor elects to grind the stumps, they shall be ground to a minimum depth of 6-inches. Stump grinding shall only be done with the approval of the Engineer. B. Any depression remaining from the removal of a stump and not filled in by backfilling shall be filled with gravel borrow and/or loam, whichever is appropriate to the proposed ground surface. 3.4 DISPOSAL All material collected in the course of the clearing and grubbing, which is not to remain, shall be disposed of in a satisfactory manner away from the site or as otherwise approved. Such disposal shall be carried on as promptly as possible and shall not be left until the final clean-up period. END OF SECTION 4/16/2021 02230 -2 CLEARING AND GRUBBING SIDEWALK REPLACEMENT-064375 SECTION 02240 DEWATERING PART 1—GENERAL 1.1 WORK INCLUDED This section specifies designing, furnishing, installing, maintaining, operating and removing temporary dewatering systems as required to lower and control water levels and hydrostatic pressures during construction; disposing of pumped water; constructing, maintaining, observing and, except where indicated or required to remain in place, removing of equipment and instrumentation for control of the system. 1.2 RELATED WORK A. Section 02252, SUPPORT OF EXCAVATION B. Section 02300,EARTHWORK 1.3 SYSTEM DESCRIPTION A. Dewatering includes lowering the water table and intercepting seepage which would otherwise emerge from the slopes or bottom of the excavation; increasing the stability of excavated slopes; preventing loss of material from beneath the slopes or bottom of the excavation; reducing lateral loads on sheeting and bracing; improving the excavation and hauling characteristics of sandy soil; preventing rupture or heaving of the bottom of any excavation; and disposing of pumped water. B. Normal dewatering is defined as using conventional pumps installed in open excavations,ditches, or sumps. 1.4 QUALITY ASSURANCE A. The Contractor is responsible for the adequacy of the dewatering systems. B. The dewatering systems shall be capable of effectively reducing the hydrostatic pressure and lowering the groundwater levels to a minimum of 2 feet below excavation bottom, unless otherwise directed by the Engineer, so that all excavation bottoms are firm and dry. C. The dewatering system shall be capable of maintaining a dry and stable subgrade until the structures, pipes and appurtenances to be built therein have been completed to the extent that they will not be floated or otherwise damaged. D. The dewatering system and excavation support (see Section 02252, SUPPORT OF EXCAVATION) shall be designed so that lowering of the groundwater level 4/16/2021 02240- 1 DEWATERING SIDEWALK REPLACEMENT-064375 outside the excavation does not adversely affect adjacent structures, utilities or wells. PART 2—PRODUCTS: NOT APPLICABLE PART 3—EXECUTION 3.1 DEWATERING OPERATIONS A. All water pumped or drained from the work shall be disposed of in a manner which will not result in undue interference with other work or damage to adjacent properties, pavements and other surfaces, buildings, structures and utilities. Suitable temporary pipes, flumes or channels shall be provided for water that may flow along or across the site of the work. All disposal of pumped water shall comply with all applicable State&Local requirements. B. Dewatering facilities shall be located where they will not interfere with utilities and construction work to be done by others. C. Dewatering procedures or equipment which cause, or threaten to cause, damage to new or existing facilities shall be expeditiously modified or replaced so as to prevent further damage. The Contractor is responsible for determining the modifications or replacements to be made, which shall be at no additional expense to the Owner. The Contractor shall be responsible for repair of any damage caused by his operations, at no cost to the Owner. END OF SECTION 4/16/2021 02240 - 2 DEWATERiNG SIDEWALK REPLACEMENT—064375 SECTION 02252 SUPPORT OF EXCAVATION PART 1 - GENERAL 1.1 WORK INCLUDED A. This section of the specification covers wood sheeting and bracing for support of excavations. The requirements of this section shall also apply, as appropriate, to other methods of excavation support and underpinning which the Contractor elects to use to complete the work. B. The Contractor shall furnish and place timber sheeting of the kinds and dimensions required, complying with these specifications, where indicated on the drawings or ordered by the Engineer. 1.2 RELATED WORK A. Section 02240, DEWATERING. B. Section 02300,EARTHWORK. 1.3 QUALITY ASSURANCE A. This project is subject to the Safety and Health regulations of the U.S. Department of labor set forth in 29 CFR, Part 1926. Contractors shall be familiar with the requirements of these regulations. B. The excavation support system shall be of sufficient strength and be provided with adequate bracing to support all loads to which it will be subjected. The excavation support system shall be designed to prevent any movement of earth that would diminish the width of the excavation or damage or endanger adjacent structures. PART 2-PRODUCTS 2.1 MATERIALS A. Timber sheeting shall be sound spruce, pine, or hemlock, planed on one side and either tongue and grooved or splined. Timber sheeting shall not be less than nominal 2 inches thick. B. Timber and steel used for bracing shall be of such size and strength as required in the excavation support design. Timber or steel used for bracing shall be new or undamaged used material which does not contain splices, cutouts, patches, or other alterations which would impair its integrity or strength. 4/16/2021 02252 - 1 SUPPORT OF EXCAVATION SIDEWALK REPLACEMENT—064375 PART 3 -EXECUTION 3.1 INSTALLATION A. Work shall not be started until all materials and equipment necessary for their construction are either on the site of the work or satisfactorily available for immediate use as required. B. The sheeting shall be securely and satisfactorily braced to withstand all pressures to which it may be subjected and be sufficiently tight to minimize lowering of the groundwater level outside the excavation, as required in Section 02240,DEWATERTING. C. The sheeting shall be driven by approved means to the design elevation.No sheeting may be left so as to create a possible hazard to safety of the public or a hindrance to traffic of any kind. D. If boulders or very dense soils are encountered, making it impractical to drive a section to the desired depth, the section shall,as directed,be cut off. E. The sheeting shall be left in place where indicated on the drawings or ordered by the Engineer in writing. At all other locations, the sheeting may be left in place or salvaged at the option of the Contractor. Steel or wood sheeting permanently left in place shall be cut off at a depth of not less than two feet below finish grade unless otherwise directed. F. All cut-off will become the property of the Contractor and shall be removed by him from the site. G. Responsibility for the satisfactory construction and maintenance of the excavation support system, complete in place, shall rest with the Contractor. Any work done, including incidental construction, which is not acceptable for the intended purpose shall be either repaired or removed and reconstructed by the Contractor at his expense. H. The Contractor shall be solely responsible for repairing all damage associated with installation, performance, and removal of the excavation support system. END OF SECTION 4/16/2021 02252 - 2 SUPPORT OF EXCAVATION SIDEWALK REPLACEMENT—064375 SECTION 02300 EARTHWORK PART 1—GENERAL 1.1 WORK INCLUDED The Contractor shall snake excavations of normal depth in earth for trenches and structures, shall backfill and compact such excavations to the extent necessary, shall furnish the necessary material and_ construct embankments and fills, and shall make miscellaneous earth excavations and do miscellaneous grading. 1.2 RELATED WORK A. Section 02230, CLEARING AND GRUBBING B. Section 02240, DEWATERING C. Section 02252, SUPPORT OF EXCAVATION D. Section 02745,PAVING E. Section 02920,LOAMING AND SEEDING 1.3 REFERENCES American Society for Testing and Materials (ASTM) ASTM C 131 Test Method for Resistance to Degradation of Small Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. ASTM C 136 Method for Sieve Analysis of Fine and Coarse Aggregates. ASTM C330 Specification for lightweight Aggregate for Structural Concrete. ASTM D1556 Test Method for Density of Soil in Place by the Sand Cone Method. ASTM D1557 Test Methods for Moisture-density Relations of Soils and Soil Aggregate Mixtures Using Ten-pound (10 lb.)Hammer and eighteen-inch(18")Drop. ASTM D2922 Test Methods for Density of Soil and Soil-aggregate in Place by Nuclear Methods(Shallow Depth). New York State Department of Transportation (NYSDOT) Standard Specifications 4/16/2021 02300- 1 EARTHWORK SIDEWALK REPLACEMENT-064375 1.4 SUBMITTALS: IN ACCORDANCE WITH REQUIREMENTS OF GENERAL SPECIFICATIONS, SUBMIT THE FOLLOWING Samples of all materials proposed for the project shall be submitted to the Engineer for review. Size of the samples shall be as approved by the Engineer. 1.5 PROTECTION OF EXISTING PROPERTY A. The work shall be executed in such manner as to prevent any damage to facilities at the site and adjacent property and existing improvements, such as but not limited to streets, curbs, paving, service utility lines, structures, monuments, bench marks, observation wells, and other public or private property. Protect existing improvements from damage caused by settlement, lateral movements, undermining,washout and other hazards created by earthwork operations. B. In case of any damage or injury caused in the performance of the work, the Contractor shall, at its own expense, make good such damage or injury to the satisfaction of, and without cost to, the Owner. Existing roads, sidewalks, and curbs damaged during the project work shall be repaired or replaced to at least the condition that existed at the start of operations. The Contractor shall replace, at his own cost, existing benchmarks, observation wells, monuments, and other reference points which are disturbed or destroyed. C. Buried drainage structures and pipes, observation wells and piezometers, including those which project less than eighteen inches (18") above grade, which are subject to damage from construction equipment shall be clearly marked to indicate the hazard. Markers shall indicate limits of danger areas, by means which will be clearly visible to operators of trucks and other construction equipment, and shall be maintained at all times until completion of project. 1.6 DRAINAGE The Contractor shall provide, at its own expense, adequate drainage facilities to complete all work items in an acceptable manner.Drainage shall be done in a manner so that runoff will not adversely affect construction procedures nor cause excessive disturbance of underlying natural ground or abutting properties. 1.7 FROST PROTECTION AND SNOW REMOVAL A. The Contractor shall, at its own expense, keep earthwork operations clear and free of accumulations of snow as required to carry out the work. B. The Contactor shall protect the subgrade beneath new structures and pipes from frost penetration when freezing temperatures are expected. 4/16/2021 02300-2 EARTHWORK SIDEWALK REPLACEMENT-064375 PART 2—PRODUCTS 2.1 MATERIAL A. SUBBASE Subbase shall consist of Stone, Sand, Gravel, and/or recycled material approved for use in accordance with §733-19 Recycled Materials Approved for Use as Earthwork Material (and as identified in the Approved List), or blends of these materials. Subbase shall meet the Requirements and Gradation for Type 1 or Type 4 as required. B. SELECT BORROW Select Borrow shall consist of material having no particles greater than 3 ft. in maximum dimension. Of the portion passing the 4 in. square sieve the material shall have 0-70%passing the No. 40 Sieve and 0-15%passing the No.200 Sieve, and shall be consistent with the requirements of§733-09 C. SELECT GRANULAR FILL Select Granular Fill shall consist of well graded material consisting of rock, stone, cobbles, or gravel, or recycled material approved for use in accordance with §733-19 Recycled Materials Approved for Use as Earthwork Material (and as identified in the Approved List), and shall have 100% passing the 4 inch Sieve, 0-70% passing the No. 40 Sieve, 0-15% passing the No. 200 Sieve, and shall be consistent with the requirements of§733-11. D. SELECT GRANULAR SUBGRADE(TYPICAL) Select Granular Subgrade shall consist of rock, stone, cobbles, or gravel, or recycled material approved for use in accordance with §733-19 Recycled Materials Approved for Use as Earthwork Material(and as identified in the Approved List), and shall have 30-100% passing the '/4 inch Sieve, 0-50% passing the No. 40 Sieve, 0-10% passing the No. 200 Sieve, and shall be consistent with the requirements of§733-13. E. SAND Sand shall consist of clean, inert, hard, durable grains of quartz or other hard, durable rock, free from loam or clay, surface coatings and deleterious materials. The allowable amount of material passing a No. 200 sieve notexceed 5% by weight. The maximum particle size for sand shall be 1/2 inch, with 90-100% fo the material passing the V4 inch Sieve. 4/16/2021 02300-3 EARTHWORK SIDEWALK REPLACEMENT-064375 PART 3—EXECUTION 3.1 DISTURBANCE OF EXCAVATED AND FILLED AREAS DURING CONSTRUCTION A. Contractor shall take the necessary steps to avoid disturbance of subgrade during excavation and filling operations, including restricting the use of certain types of construction equipment and their movement over sensitive or unstable materials, dewatering and other acceptable control measures. B. All excavated or filled areas disturbed during construction, all loose or saturated soil, and other areas that will not meet compaction requirements as specified herein shall be removed and replaced with a minimum 12-inch layer of compacted crushed stone wrapped all around in non-woven filter fabric. Costs of removal and replacement shall be borne by the Contractor. C. The Contractor shall place a minimum of 12-inch layer of special bedding materials or crushed stone wrapped in filter fabric over the natural underlying soil to stabilize areas which may become disturbed as a result of rain, surface water runoff or groundwater seepage pressures, all at no additional cost to the Owner. The Contractor also has the option of drying materials in-place and compacting to specified densities. 3.2 EXCAVATION A. GENERAL 1. The Contractor shall perform all work of any nature and description required to accomplish the work as shown on the Drawings and as specified. 2. Excavations, unless otherwise required by the engineer, shall be carried only to the depths and limits shown on the Drawings. If unauthorized excavation is carried out below required subgrade and/or beyond minimum lateral limits shown on Drawings, it shall be backfilled with gravel borrow and compacted at the Contractor's expense as specified below, except as otherwise indicated. Excavations shall be kept in dry and good condition at all times, and all voids shall be filled to the satisfaction of the Engineer. 3. In all excavation areas, the Contractor shall strip the surficial topsoil layer and underlying subsoil layer separate from underlying soils. In paved areas, the Contractor shall first cut pavement as specified in paragraph 3.2 B.1 of this specification, strip pavement and pavement subbase separately from underlying soils. All excavated materials shall be stockpiled separately from each other within the limits of work. 4. The Contractor shall follow a construction procedure, which permits visual identification of stable natural ground. Where groundwater is encountered, the size of the open excavation shall be limited to that 4/16/2021 02300-4 EARTHWORK SIDEWALK REPLACEMENT-064375 which can be handled by the Contractor's chosen method of dewatering and which will allow visual observation of the bottom and backfill in the dry. 5. The Contractor shall excavate unsuitable materials to stable natural ground where encountered at proposed excavation subgrade, as directed by the Engineer. Unsuitable material includes topsoil, loam, peat, other organic materials, snow, ice, and trash. Unless specified elsewhere or- otherwise directed by the Engineer, areas where unsuitable materials have been excavated to stable ground shall be backfilled with compacted special bedding materials or crushed stone wrapped all around in non- woven filter fabric. B. TRENCHES 1. Prior to excavation, trenches in pavement shall have the traveled way surface cut in a straight line by a concrete saw or equivalent method, to the full depth of pavement. Excavation shall only be between these cuts. Excavation support shall be provided as required to avoid undermining of pavement. Cutting operations shall not be done by ripping equipment. 2. The Contractor shall satisfy all dewatering requirements specified in Section 02240 DEWATERING, before performing trench excavations. 3. Trenches shall be excavated to such depths as will permit the pipe to be laid at the elevations, slopes and depths of cover indicated on the Drawings. Trench widths shall be as shown on the Drawings or as specified. 4. Where pipe is to be laid in bedding material,the trench may be excavated by machinery to, or just below the designated subgrade provided that the material remaining in the bottom of the trench is not disturbed. 5. If pipe is to be laid in embankments or other recently filled areas, the fill material shall first be placed to a height of at least 12-inches above the top of the pipe before excavation. 6. Pipe trenches shall be made as narrow as practicable and shall not be widened by scraping or loosening materials from the sides. Every effort shall be made to keep the sides of the trenches firm and undisturbed until backfrlling has been completed. 7. If, in the opinion of the Engineer,the subgrade, during trench excavation, has been disturbed as a result of rain, surface water runoff or groundwater seepage pressures, the Contractor- shall remove such disturbed subgrade to a minimum of 12 inches and replace with crushed stone wrapped in filter fabric. Cost of removal and replacement shall be borne by the Contractor. 4/16/2021 02300- 5 EARTHWORK SIDEWALK REPLACEI+AEN T-064375 C. EXCAVATION NEAR EXISTING STRUCTURES 1. Attention is directed to the fact that there are pipes, manholes, drains, and other utilities in certain locations. An attempt has been made to locate all utilities on the drawings, but the completeness or accuracy of the given information is not guaranteed. 2. As the excavation approaches pipes, conduits, or other underground structures, digging by machinery shall be discontinued and excavation shall be done by means of hand tools, as required. Such manual excavation, when incidental to normal excavation, shall be included in the work to be done under items involving normal excavation. 3. Where determination of the exact location of a pipe or other underground structure is necessary for properly performing the work, the Contractor shall excavate test pits to determine the locations. 3.3 BACKFILL PLACEMENT AND COMPACTION A. GENERAL 1. Prior to backfilling, the Contractor shall compact the exposed natural subgrade to the densities as specified herein. 2. After approval of a subgrade by the Engineer, the Contractor shall backfill areas to required contours and elevations with specified materials. 3. The Contractor shall place and compact materials to the specified density in continuous horizontal layers. The degree of compaction shall be based on maximum dry density as determined by ASTM Test D1557, Method C. The minimum degree of compaction for fill placed shall be as follows: Percent Location Maximum Density Below pipe centerline 95 Above pipe centerline 92 Below pavement(upper 3 ft.) -95 Embankments 95 Below pipe in embankments 95 Adjacent to structures 92 Below structures 95 4. The Engineer reserves the right to test backfill for conformance to the specifications and Contractor shall assist as required to obtain the information. Compaction testing will be performed by the Engineer or by an inspection laboratory designated by the Engineer, engaged and paid for by the Owner. If test results indicate work does not conform to specification requirements, the Contractor shall remove or correct the 4/16/2021 02300- 6 EARTHWORK SIDEWALK REPLACEMENT—064375 defective Work by recompacting where appropriate or replacing as necessary and approved by the Engineer, to bring the work into compliance, at no additional cost to the Owner. All backfilled materials under structures and buildings shall be field tested for compliance with the requirements of this specification. 5. Where horizontal layers meet a rising slope, the Contractor shall key each layer by benching into the slope. 6. If the material removed from the excavation is suitable for backfill with the exception that it contains stones larger than permitted, the Contractor has the option to remove the oversized stones and use the material for backfill or to provide replacement backfill at no additional cost to the Owner. 7. The Contractor shall remove loam and topsoil, loose vegetation, stumps, large roots, etc., from areas upon which embankments will be built or areas where material will be placed for grading. The subgrade shall be shaped as indicated on the Drawings and shall be prepared by forking, furrowing, or plowing so that the first layer of the fill material placed on the subgrade will be well bonded to the subgrade. B. TRENCHES 1. Bedding as detailed and specified shall be furnished and installed beneath the pipeline prior to placement of the pipeline. A minimum bedding thickness shall be maintained between the pipe and undisturbed material, as shown on the Drawings. 2. As soon as practicable after pipes have been laid, backfilling shall be started. 3. Unless otherwise indicated on the Drawings, crushed stone or sand shall be placed by hand shovel in 6-inch thick lifts up to a minimum level of 12-inches above the top of pipe. This area of backfill is considered the zone around the pipe and shall be thoroughly compacted before the remainder of the trench is backfilled. Compaction of each lift in the zone around the pipe shall be done by use of power-driven tampers weighing at least 20 pounds or by vibratory compactors. Care shall be taken that material close to the bank, as well as in all other-portions of the trench, is thoroughly compacted to densities required. 4. Free draining material shall be placed from the top of the select backfill to the specified material at grade (loam, pavement subbase, etc.). Fill compaction shall meet the density requirements of this specification. 5. Water Jetting: a. Water- jetting may be used when the backfill material contains less than 10 percent passing the number 200 sieve, but shall be used only if approved by the Engineer. 4/16/2021 02300 - 7 EARTHWORK SIDEWALK REPLACEIviENT-064375 b. Compaction of backfill placed by water jetting shall conform to the requirements of this specification. 6. If the materials above the trench bottom are unsuitable for backfill, the Contractor shall furnish and place backfill materials meeting the requirements for trench backfill, as shown on the drawings or specified herein. 7. Should the Engineer order crushed stone for utility supports or for other purposes, the Contractor shall furnish and install the crushed stone as directed. 8. In shoulders of streets and road, the top 12-inch layer of trench backfill shall consist of processed gravel for sub-base, satisfying the requirements listed in CTDOT Form 816 granular base M.02.03. C. BACKFIL,LING UNDER BUILDINGS AND FOUNDATIONS Material to be used as structural fill under structures shall be Pervious Structure Backfill or Granular Fill, as shown on the Drawings or as directed by the Engineer. Where granular fill is required to support proposed footings, walls, slabs, and other structures, the material shall be placed in a manner accepted by the Engineer. Compaction of each lift shall meet the density requirements of this specification. D. BACKFILLING ADJACENT TO STRUCTURES 1. The Contractor shall not place backfill against or on structures until they have attained sufficient strength to support the loads to which they will be subjected. Excavated material approved by the Engineer may be used in backfilling around structures. Backfill material shall be thoroughly compacted to meet the requirements of this specification. 2. Contractor shall use extra care when compacting adjacent to pipes and drainage structures. Backfill and compaction shall proceed along sides of drainage structures so that the difference in top of fill level on any side of the structure shall not exceed two feet (2') at any stage of construction. 3. Where backfill is to be placed on only one side of a structural wall, only hand-operated roller or plate compactors shall be used within a lateral distance of five feet (5') of the wall for walls less than fifteen feet (15') high and within ten feet (10') of the wall for walls more than fifteen feet (15')high. 3.4 DISPOSAL OF SURPLUS MATERIALS A. No excavated material shall be removed from the site of the work or disposed of by the Contractor unless approved by the Engineer. 4/16/2021 02300 - 8 EARTHWORK SIDEWALK REPLACEMEN t -064375 B. Surplus excavated materials, which are acceptable to the Engineer, shall be used to backfill or to replace other materials unacceptable for use as backfill. Upon written approval of the Engineer, surplus excavated materials shall be neatly deposited and graded so as to make or widen fills, flatten side slopes, or fill depressions; or shall be neatly deposited for other purposes as indicated by the Owner,within its jurisdictional limits; all at no additional cost to the Owner. C. Surplus excavated material not needed as specified above shall be hauled away and disposed of by the Contractor at no additional cost to the Owner, at appropriate locations, and in accordance with arrangements made by him. Disposal of all rubble shall be in accordance with all applicable local, state and federal regulations. END OF SECTION 4/16/2021 02300- 9 EARTHWORK SIDBVALK REPLACEt:1ENT—064375 SECTION 02745 PAVING PART 1 - GENERAL 1.1 WORK INCLUDED The Contractor shall furnish all labor, materials and equipment and shall replace the pavements as indicated on the drawings and as herein specified. 1.2 RELATED WORK A. Section 02300,EARTHWORK 1.3 SYSTEM DESCRIPTION The types of pavement systems to be utilized on this project are as follows: TYPE L PERMANENT PAVEMENT PATCHING TYPE 2. HOT MIX ASPHALT DRIVEWAY PAVEMENT SCHEDULE A. TYPE L PERMANENT PAVEMENT PATCHING Permanent Pavement Patching shall be installed as required to restore existing pavements to their original widths as shown on the drawings and where otherwise necessitated by construction. Permanent Pavement Patching shall conform to §402 Hot Mix Asphalt(HMA) Pavements,the Standard Sheets, and the contract documents. B. TYPE 2. HOT MIX ASPHALT DRIVEWAY Hot Mix Asphalt Driveways shall be installed where shown on the Plans and in accordance with the provisions of§402 Hot Mix Asphalt (HMA) Pavements, the Standard Sheets, and the contract documents. Place the number of courses and course thicknesses in accordance with Table 608-2 Hot Mix Asphalt Composition. Compact hot mix asphalt in accordance with the requirements of§402-3.07D. 80 Series Compaction Method. 1.4 REFERENCES The following standards form a part of these specifications and indicate the minimum standards required: American Society for Testing and Materials (ASTM) 4/16/2021 02745 - 1 PAVING SIDEWALK REPLACEN4ENT-064375 ASTM D1557 Test for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures Using 10 Pound Rammer and 18-Inch Drop New York State Department of Transportation(NYSDOT) Standard Specifications Federal Specifications SS-S-164 Sealing Compound,Hot Poured Type, for Joints in Concrete SS-S-1401C Sealants, Joint, Non-Jet-Fuel-Resistant, Hot Applied, for Portland Cement and Asphalt Concrete Pavement 1.5 SUBMITTALS: IN ACCORDANCE WITH REQUIREMENTS OF GENERAL SPECIFICATIONS, SUBMIT-THE FOLLOWING: Complete job mix formula shall be submitted to the Engineer at least two weeks before any of the work of this section is to begin. PART 2-PRODUCTS 2.1 SUBGRADE& SUBBASE A. Subgrade& Subbase shall be as specified in Section 02300,EARTHWORK. 2.2 HOT MIX ASPHALT PAVEMENT A. Hot Mix Asphalt Pavements shall consist of 9.5 Nominal Maximum Size Aggregate Mixes or as otherwise required in the Contract Documents. B. Bituminous concrete mixtures shall be within the composition limits of Base Courses, Binder Courses, Top Courses and Truing and Leveling or Shoulder Courses, in accordance with §402 Hot Mix Asphalt(HMA)Pavements. C. The joint sealant shall be a hot poured rubberized emulsified asphalt sealant meeting the requirements of Federal Specifications SS-S-1401 or SS-S-164. D. The tack coat shall be an asphalt emulsion, RS-1 if required, conforming to AASHTO M 140. 2.3 SEAL COAT A. Seal coats shall be within the composition limits for protective seal coat emulsion in accordance with Section M.04.02,Form 816. B. Silica sand when blended with seal coat emulsion shall be No. 30 silica sand. 4/16/2021 02745 - 2 PAVING SIDEWALK REPLACUvIENT-064375 2.4 PAVEMENT MARKINGS A. Pavement markings shall conform to the requirements of §685 Epoxy Reflectorized Pavement Markings. B. The mixture of the marking material shall be within the composition limits for reflectorized pavement markings as described in §727-03. C. Application of the glass beads to be used as reflector material on the striping shall conform to §685-3.05. D. The markings shall be white, single lines or as shown on the drawings. PART 3 -EXECUTION 3.1 GENERAL Paving courses required for the project shall be as shown on the drawings and as specified herein. Pavement thicknesses specified are measured in compacted inches. If a pavement course thickness exceeds 2-1/2 compacted inches, the course shall be installed in multiple lifts with each lift not exceeding 2-1/2 compacted inches in thickness. 3.2 SUBBASE A. The existing pavement and 12-inches of the existing subbase course shall be removed before placement and grading of the proposed subbase. B. The subbase to be placed under pavement shall consist of 12-inches of subbase evenly spread and thoroughly compacted. C. The subbase shall be spread in layers not more than 4-inches thick, compacted measure. All layers shall be compacted to not less than 95 percent of the maximum dry density of the material as determined by ASTM D1557 Method C at optimum moisture content. 3.3 PERMANENT PAVEMENT PATCHING A. Saw cut perimeter of patch and excavate existing pavement and temporary pavement section to sound base. Excavate rectangular or trapezoidal patches, extending 12 inches into adjacent sound pavement, unless otherwise indicated. Cut excavation faces vertically. Remove excavated material. B. Recompact existing unbound-aggregate base course to form new subgrade. C. Tack Coat: Apply uniformly to vertical surfaces abutting or projecting into new pavement. D. Allow tack coat to cure undisturbed before applying hot-mix asphalt paving. E. Avoid smearing or staining adjoining surfaces, appurtenances, and surroundings. Remove spillages and clean affected surfaces. 4/16/2021 02745 -3 PAVING SEDBAU''ALK REPLACEMENT-064375 F. Place and Compact Permanent Pavement Patching per the plans and specifications. 3.4 ADDITIONAL PAVING A. If the Engineer determines that the existing bituminous concrete pavement on local streets is thicker than the permanent pavement specified herein, the Contractor may be required to install additional bituminous concrete of appropriate class to obtain the depth of the existing pavement. B. If for the installation of full width paving, the Engineer determines that the existing road surface requires additional leveling pavement, then the Contractor shall install additional bituminous concrete of appropriate class to bring the section to proper line and cross section. Additional paving required to restore the proper line and cross section of binder course installed by the Contractor which has become rough and uneven shall be furnished and installed at the expense of the Contractor. 3.5 DRIVEWAYS & SIDEWALKS A. Pavement binder course, top course, and subbase thickness shall be as shown on the drawings. All thicknesses are compacted thicknesses. B. Adjacent concrete work, slate work, sidewalks, structures, etc. shall be protected from stain and damage during the entire operation. Damaged or stained areas shall be replaced or repaired to equal their original condition. C. All joints between binder and top course shall be staggered a minimum of 6-inches. D. After final rolling, no vehicular traffic of any kind shall not be permitted on the pavement until it has cooled and hardened sufficiently to prevent distortion and loss of fines, and in no case less than 6 hours. E. Smoothness of all areas of the finished surface shall not vary more than '/-inch when tested with a 16 foot straight-edge, applied both parallel to and at right angles to the centerline of the paved area. At building entrances, curbs, and other locations where an essentially flush transition is required, pavement elevation tolerance shall not exceed plus or minus 1/8-inch. Irregularities exceeding these amounts, or which retain water on the surface, shall be corrected by removing the defective work and replacing or repairing it to the satisfaction of the Engineer. 3.6 RAISING AND ADJUSTING CASTINGS A. In areas of permanent top course paving, existing municipally-owned catch basin and manhole castings and valve boxes shall be raised to the proper grade where directed by the Engineer. B. Castings owned by private utilities shall be raised by their own forces. The Contractor shall be responsible for coordinating this work. C. The method of adjusting these castings shall be as follows: Cut around catch basin or manhole castings a minimum of 8-inches from casting. Excavate and if required rebuild up to 12-inches of masonry below the bottom of the casting. Backfill with suitable material and 4/16/2021 02745 -4 PAVING SIDEWALK REPLACEIAENT—064375 compact to bottom of casting. Place high, early strength cement or bituminous concrete collar, as directed, to approximately 1 ''/z-inches below the raised casting grade. D. In some areas, raising of castings may not be required. Where directed by the Engineer, castings not to be raised shall have at least 12-inches of bituminous concrete pavement chipped and removed around the casting. New bituminous concrete pavement shall be placed and compacted around such castings. E. Castings which need to be raised or adjusted to complete permanent curb to curb paving shall be done immediately prior to paving. 3.7 PAVEMENT MARKINGS A. The Contractor shall install pavement markings as shown on the drawings, as specified, and as directed by the Engineer, no sooner than 48 hours after completion of permanent pavement. B. When directed by the Engineer, the Contractor shall provide temporary markings at no additional cost to the Owner. END OF SECTION 4/16/2021 02745 - 5 PAVING SIDEWALK REPLACEh3ENT—064375 SECTION 02771 CURBING PART 1 - GENERAL 1.1 WORK INCLUDED A. This section covers furnishing and installation of bituminous concrete curb, cast-in-place concrete curb, and cement concrete precast curb where required, as shown on the Drawings and herein specified. B. This section also covers replacement of curbing removed during construction. 1.2 RELATED WORK A. Required earthwork is specified under Section 02300,EARTHWORK. B. Section 02745,PAVING C. Section 02775, SIDEWALK CONSTRUCTION AND REPLACEMENT 1.3 REFERENCES The following standards form a part of these specifications, as referenced: New York State Department of Transportation Standard Specifications 1.4 SUBMITTALS: IN ACCORDANCE WITH REQUIREMENTS OF GENERAL SPECIFICATIOINS, SUBMIT THE FOLLOWING: Shop drawings, showing dimensions of typical curb sections, shall be submitted to the Engineer for review. PART 2-PRODUCTS 2.1 BITUMINOUS CONCRETE CURB Bituminous concrete curb shall conform to Section 609-2 of the latest edition of the New York State Department of Transportation Standard Specifications. 2.2 CAST-IN-PLACE CONCRETE CURB A. Machine formed curbing shall use Class J concrete. 4/16/2021 02771 - 1 CURBING SIQEV1lALK r EPLACEHENT—064375 B. Cast-in-place concrete curb shall conform to Section 609-2 of the latest edition of the New York State Department of Transportation Standard Specifications. 2.3 CEMENT CONCRETE PRECAST CURB A. Precast curb shall be fonned with concrete rated at 4,000 psi. B. Cast-in-place concrete curb shall conform to Section 609-2 of the latest edition of the New York State Department of Transportation Standard Specifications. C. The manufacturer shall maintain at the manufacturing site a record of material used and their sources, and a copy of concrete mix designs. PART 3—EXECUTION 3.1 BITUMINOUS CONCRETE CURB A. Installation and replacement of bituminous concrete curbs shall be in accordance with Section 609-3.07 of the latest edition of the New York State Department of Transportation Standard Specifications. The curbing shall have a 6-inch reveal unless otherwise directed by the Engineer. B. When indicated on the plans, or as directed, drainage openings shall be made through the curb at the elevations and of the size required. 3.2 CAST-IN-PLACE CONCRETE CURB A. Replacement and construction of bituminous concrete curbs shall be in accordance with Section 609-3.04 of the latest edition of the New York State Department of Transportation Standard Specifications and all amendments thereto. The curbing shall have a reveal as shown on the drawings or as otherwise directed by the Engineer. B. When indicated on the plans, or as directed, drainage openings shall be made through the curb at the elevations and of the size required. 3.3 CEMENT CONCRETE PRECAST CURB A. Replacement and construction of bituminous concrete curbs shall be in accordance with Section 609-3.02 of the latest edition of the New York State Department of Transportation Standard Specifications and all amendments thereto. The curbing shall have a reveal as shown on the drawings or as otherwise directed by the Engineer. B. When indicated on the plans, or as directed, drainage openings shall be made through the curb at the elevations and of the size required. C. Any units which are cracked, chopped, spalled, or otherwise damages shall be removed and replaced with units meeting the specified requirements. END OF SECTION 4/16/2021 02771 -2 CURBING SIDEWALK REPLACEfl1ENT-064375 SECTION 02775 SIDEWALK CONSTRUCTION AND REPLACEMENT PART 1 - GENERAL 1.1 WORK INCLUDED The Contractor shall furnish all labor, materials, equipment and incidentals required to construct new or replacement cement concrete sidewalks where directed or where existing sidewalks are disturbed by the Contractor, as shown on the drawings and described herein. The Contractor shall also furnish all materials and install wheelchair ramps and driveway aprons where shown on the drawings or as directed by the Engineer. 1.2 RELATED WORK A. Section 02300,EARTHWORK 1.03 SYSTEM DESCRIPTION: A. CEMENT CONCRETE SIDEWALK,WHEELCHAIR RAMPS, &DRIVEWAY APRONS 1. Except as otherwise indicated, cement concrete sidewalks wheelchair ramps, and driveway aprons shall be constructed in accordance with the requirements of§608 Sidewalks, Driveways, Bicycle Paths, and Vegetation Control Strips, of the latest edition of the New York State of Department of Transportation Standard Specifications, and all amendments thereto. 2. All pedestrian facilities shall be constructed in accordance with the requirements of the Proposed Accessibility Guidelines for Pedestrian Facilities in the Public Right Of Way (PROWAG). Install all work in accordance with the Standard Sheets and the lines and grades shown in the contract documents. Dimensions shown on the Standard Sheets are the minimum values in order to be compliant with the PROWAG requirements and for acceptance of the work. Slopes shown on the Standard Sheets are maximum values for design and layout. Ensure constructed facilities do not have construction tolerances that result in work that does not meet the PROWAG requirements. 3. Water boxes, manhole frames, and all other castings shall be carefully set to the proposed finished grade. 4/16/2021 02775 - 1 SIDEWALK CONSTRUCTION&REPLACEMENT SIDE!,%IALK REPLACEFr1ENT—064375 PART 2-PRODUCTS 2.1 CEMENT CONCRETE SIDEWALK, WHEELCHAIR RAMPS &DRIVEWAY APRONS A. Cement concrete sidewalks, wheelchair ramps, and driveway aprons shall be constructed with air entrained Cement Concrete with a minimum compressive strength of 4,000 psi at 28 days. B. Cement concrete shall conform to the requirements of Section 500, Class DP Concrete. PART 3 -EXECUTION 3.1 CEMENT CONCRETE SIDEWALK, WHEELCHAIR RAMPS, &DRIVEWAY APRONS A. Concrete for sidewalks and wheelchair ramps shall be a minimum of 5 inches thick. B. Concrete for driveway aprons shall be a minimum of 8 inches thick. C. The subgrade for the walk or driveway shall be shaped to a true surface conforming to the proposed slope of the walk, thoroughly rolled at optimum moisture content, and tamped with a power roller weighing not less than one ton and not more than 5 tons. All depressions occurring shall be filled with suitable material and again rolled or tamped until the surface is smooth and hard. D. After the subgrade has been prepared as hereinbefore specified, subbase at optimum moisture content shall be placed, thoroughly rolled by a power roller, and tamped. The subbase shall be a minimum of 8 inches in thickness. E. The forms for sidewalks shall be smooth, free from warp, strong enough to resist springing out of shape, and deep enough to conform to the thickness of the proposed walk. All mortar or dirt shall be completely removed from forms that have been previously used. The forms shall be well staked,thoroughly braced, and set to the established lines with their upper edge conforming to the grade of the finished walk. The finished walk shall have sufficient pitch from the outside to the edge of the walk to provide for surface drainage. This pitch shall be 1.0%Minimum, 2.0%Maximum, 1.5%Preferred unless otherwise directed by the Engineer. Before the concrete is placed, the subbase for sidewalks shall be thoroughly dampened until it is moist throughout but without puddles of water. F. Concrete shall be conveyed from the place of mixing to the place of deposit in such a manner that no mortar will be lost, and the composition of the mix shall be uniform, showing neither excess nor lack of mortar in any one place. The consistency shall be such that water will float to the surface under heavy tamping. The concrete shall be placed as close to its final position as practicable and thoroughly consolidated, with precautions taken not to overwork it while it is still plastic. The concrete shall be thoroughly spaded along the forms or screeds to eliminate voids and honeycombs at the edges. Retempering of concrete will not be permitted. 4/16/2021 02775 -2 SIDEWALK CONSTRUCTION&REPLACEMENT SIDEWALK REPLACEMENT—064375 G. Concrete shall be placed in alternate slabs not exceeding 30 feet in length. Slabs shall be separated by transverse preformed expansion joint filter V2 inch thick. H. Finishing of the concrete surface shall be done by experienced and competent cement finishers as soon as is practicable. Finishing shall be delayed until all bled water and water sheen has left the surface and the concrete has begun to stiffen. The concrete surface shall be finished as directed with a steel trowel or wood float to give a smooth, uniform and attractive surface finish and uniformly scored into block units or areas of not more than 36 square feet. Following this, the Contractor shall draw a fine nylon push broom lightly over the surface to produce a non-slip surface. Application of neat cement to the surface to hasten hardening is prohibited. I. The Contractor shall protect the newly placed concrete surface against vandalism and marking or defacing and must stand ready to replace any blocks which, in the opinion of the Engineer, are excessively marked or defaced, at no additional cost to the Owner. When completed the walks shall be kept moist and protected from traffic and weather for at least 3 days. J. Insulating blankets or other adequate protection must be provided where temperatures of 40OF or lower occur during placing of concrete and during the early curing period. The minimum temperature of fresh concrete after placing and for the first 3 days shall be maintained above 55°F. In addition to the above requirements, an additional 3 days of protection from freezing shall be maintained. Concrete pours shall not occur when the ambient temperature is below 35°F. K. Damp Burlap or other adequate protection must be provided where temperatures of 80°F or higher occur during placing of concrete and during the early curing period. The maximum temperature of fresh concrete after placing and for the first 3 days shall be maintained below 90°F. Concrete pours shall not occur when the ambient temperature exceeds 90°F. L. See section 03302"Field Concrete"for additional concrete placement requirements. END OF SECTION 4/16/2021 02775 -3 SIDEWALK CONSTRUCTION&REPLACEMENT SIDEWALK REPLACU-4ENT-064375 SECTION 02920 LOAMING AND SEEDING PART 1 - GENERAL 1.1 WORK INCLUDED This section covers all labor, materials, and equipment necessary to do all loaming, seeding and related work as indicated on the drawings and as herein specified. All lawns disturbed by the Contractor's operations shall be repaired as herein specified. 1.2 QUALITY ASSURANCE A. For a particular source of loam, the Engineer may require the Contractor to send approximately 10 pounds of loam to an approved testing laboratory and have the following tests conducted: 1. Organic concentration 2. pH 3. Nitrogen concentration 4. Phosphorous concentration 5. Potash concentration B. These tests shall be at the Contractor's expense. Test results, with soil conditioning and fertilizing recommendations shall be forwarded to the Engineer. 1.3 SUBMITTALS: IN ACCORDANCE WITH REQUIREMENTS OF GENERAL SPECIFICATIONS, SUBMIT THE FOLLOWING: A. Information detailing the seed mixes, fertilizers, mulch material, slope protection material (if required) and origin of loam shall be submitted to the Engineer for review. B. Test results shall be submitted to the Engineer for review. PART 2 -PRODUCTS 2.1 MATERIALS A. LOAM 1. Loam shall be a natural, fertile, friable soil, typical of productive soils in the vicinity, obtained from naturally well-drained areas, neither excessively acid nor alkaline, and containing no substances harmful to grass growth. Loam shall not be delivered to the site in frozen or muddy condition and shall be reasonably free of stumps, roots, heavy or stiff clay, stones larger than 1 inch in diameter, lumps, coarse sand, noxious weeds, sticks, brush or other litter. 4/16/2021 02920- 1 LOAMING & SEEDING SIDEWALK REPLACEI•f1 ENT—064375 2. The loam shall contain not less than 4 percent nor more than 20 percent organic matter as determined by the loss of weight by ignition of oven-dried samples. Test samples shall be oven-dried to a constant weight at a temperature of 230 degrees F. B. LIME Lime shall be standard commercial ground limestone containing at least 50 percent total oxides (calcium oxide and magnesium oxide), and 50 percent of the material must pass through a No. 100 mesh sieve with 98 percent passing a No. 2 mesh sieve. C. FERTILIZER Fertilizer shall be commercial fertilizer, 10-10-10 fertilizer mixture containing at least 40 percent of organic nitrogen. It shall be delivered to the site in the original sealed containers, each showing the manufacturer's guaranteed analysis. Fertilizer shall be stored so that when used it will be dry and free flowing.No fertilizer shall be used which has not been marketed in accordance with State and Federal Laws,relating to fertilizers. D. MULCH Materials to be used in mulching shall conform to the following requirements: 1. Hay Mulch -Hay Mulch shall consist of mowed and properly cured grass, clover or other acceptable plants.No salt hay shall be used. 2. Straw Mulch- Straw Mulch shall consist of stalks or stems of grain after threshing. 3. Fiber Mulch - Fiber Mulch shall consist of biodegradable, dyed-wood, cellulose- fiber mulch; nontoxic; free of plant-growth or germination inhibitors; produced from clean, whole uncooked wood, formed into resilient bundles having a high degree of internal friction, a pH range of 4.5 to 6.5, and shall be dry when delivered to the project. 4. Nonasphaltic Tackifier - Nonasphaltic Tackifier shall consist of colloidal tackifier recommended by fiber mulch manufacturer for slurry application; nontoxic and free of plant-growth or germination inhibitors. E. SEED 1. Seed shall be of an approved mixture, the previous year's crop, clean, high in germinating value, a perennial variety, and low in weed seed. Seed shall be obtained from a reliable seed company and shall be accompanied by certificates relative to mixture purity and germinating value. 4/16/2021 02920-2 LOAMING & SEEDING SIDEWALK REPLACU-4ENT—064375 2. Grass seed for lawn areas shall conform to the following requirements: Proportion by Germination Minimum Weight Purity Purity Chewing's Fescue 30% 70% 97% Kentucky 31 Fescue 30% 90% 98% Kentucky Blue Grass 20% 80% 85% Domestic Rye Grass 20% 90% 98% 3. Grass seed for cross-country areas, slopes and other areas not normally mowed shall conform to the following requirements: Proportion by Germination Purity Weight Minimum Minimum Creeping Red Fescue 50% 85% 95% Kentucky 31 30% 85% 95% Domestic Rye 10% 90% 98% Red Top 5% 85% 92% Ladino Clover 5% 85% 96% PART 3-EXECUTION 3.1 SURFACE PREPARATION A. The top 6-inches of existing soil shall be removed where indicated on the drawings and the area rough graded. B. After approval of rough grading, loam shall be placed on areas affected by the Contractor's operations. Loam shall be at least 6 inches compacted thickness or as directed by the drawings. C. Lime shall be applied to bring the pH to 6.5 or, without a soil test, at the rate of 2-3 tons of lime per acre. D. Fertilizer shall be applied according to the soil test, or without a soil test, at the rate of 1000 pounds per acre. E. Loam shall be worked a minimum of 3 inches deep, thoroughly incorporating the lime and fertilizer into the soil. The loam shall then be raked until the surface is finely pulverized and smooth and compacted with rollers, weighing not over 100 pounds per linear foot of tread, to an even surface conforming to the prescribed lines and grades. 3.2 SEEDING A. Seeding shall be done when weather conditions are approved as suitable, in the periods between April 1 and May 30 or August 15 to October 1,unless otherwise approved. 4/16/2021 02920-3 LOAMING & SEEDING SIDEWALK REPLACEMENT-064375 B. If there is a delay in seeding, during which weeds grow or soil is washed out, the Contractor shall remove the weeds or replace the soil before sowing the seed, without additional compensation. Immediately before seeding is begun, the soil shall be lightly raked. C. Seed shall be sown at the approved rate, on a calm day by spray machine method. Other types of seeding methods will not be approved for use. D. The surface shall be kept moist by a fine spray until the grass shows uniform germination over the entire area. Whenever poor germination occurs in areas larger than 3 sq. ft., the Contractor shall reseed,roll, and water as necessary to obtain proper germination. E. The Contractor shall water, weed, cut and otherwise maintain and protect seeded areas as necessary to produce a dense, healthy growth of perennial lawn grass. F. If there is insufficient time in the planting season to complete the fertilizing and seeding, permanent seeding may be left until the following planting season, at the option of the Contractor or on order of the Engineer. In that event, a temporary cover crop shall be sown. This cover crop shall be cut and watered as necessary until the beginning of the following planting season, at which time it shall be plowed or harrowed into the soil, the area shall be fertilized and the permanent seed crop shall be sown as specified. 3.3 PLACING MULCH A. Mulch shall be uniformly spread over certain selected seeded areas at the minimum rate of 1,500 pounds per acre unless otherwise directed. It shall be placed by spraying from an approved spraying machine having pressure sufficient to cover the entire area in one operation. 3.4 SEEDING AND MULCHING BY SPRAY MACHINE A. The application of lime, fertilizer, grass seed and mulch must be accomplished in one operation by the use of an approved spraying machine. The materials shall be mixed with water in the machine and kept in an agitated state in order that the materials may be uniformly suspended in the water. The spraying equipment shall be so designed that when the solution is sprayed over an area the resulting deposits of lime, fertilizer, grass seed and mulch shall be equal to the specified quantities. B. A certified statement shall be furnished, prior to start of work, to the Engineer by the Contractor as to the number of pounds of limestone, fertilizer, grass seed and mulch per 100 gallons of water. C. This statement should also specify the number of square yards of seeding that can be covered with the solution specified above. If the results of the spray operation are unsatisfactory, the Contractor will be required to abandon this method and to apply the lime, fertilizer, grass seed and mulch by other methods. D. Hay and straw mulch shall be applied after the application of the lime, fertilizer and grass seed. 4/16/2021 02920-4 LOAMING & SEEDING SIDEWALK REPLACEMENT—064375 3.5 HYDROSEEDING A. Mix specified seed, fertilizer, and fiber mulch in water, using equipment specifically designed for hydroseed application. Continue mixing until uniformly blended into homogeneous slurry suitable for hydraulic application. B. Mix slurry with nonasphaltic tackifier. C. Apply slurry uniformly to all areas to be seeded in a one-step process. Apply mulch at a minimum rate of 1,500-lb/acre dry weight but not less than the rate required to obtain specified seed-sowing rate. 3.6 INSPECTION AND ACCEPTANCE At the beginning of the planting season following that in which the permanent grass crop is sown, the seeded areas will be inspected. Any section not showing dense, vigorous growth at that time shall be promptly reseeded by the Contractor at his own expense. The seeded areas shall be watered, weeded, cut and otherwise maintained by the Contractor until the end of that planting season, when they will be accepted if the sections show dense,vigorous growth. END OF SECTION 4/16/2021 02920- 5 LOAMING & SEEDING SIDEWALK REPLACEMENT—064375 SECTION 03302 FIELD CONCRETE PART 1 - GENERAL 1.1 WORK INCLUDED This Section covers concrete and all related items necessary to place and finish the concrete work. 1.2 RELATED WORK A. Section 02300,EARTHWORK B. Section 02631,PRECAST MANHOLES AND CATCH BASINS 1.3 REFERENCES A. The following standards form a part of this specification: American Concrete Institute (ACI) ACI 304 Recommended Practice for Measuring, Mixing, Transporting, and Placing Concrete ACI 305 Recommended Practice for Hot Weather Concreting ACI 306 Recommended Practice for Cold Weather Concreting ACI SP-66ACI Detailing Manual ACI 318 Building Code Requirements for Reinforced Concrete American Society for Testing and Materials (ASTM) ASTM A615 Deformed and Plain Billet-Steel Bars for Concrete Reinforcement ASTM C33 Concrete Aggregates ASTM C94 Ready-Mixed Concrete ASTM C143 Test for Slump of Portland Cement Concrete ASTM C150 Portland Cement ASTM C260 Air Entraining Admixtures for Concrete ASTM C494 Chemical Admixtures for Concrete 4/16/2021 03302- 1 FIELD CONCRETE SIDEWALK REPLACEMENT-064375 1.4 SUBMITTALS: IN ACCORDANCE WITH REQUIREMENTS OF GENERAL SPECIFICATIONS, SUBMIT THE FOLLOWING: Statement of materials constituting the design of mixes for each size aggregate as required by AS 11\4 C94 shall be submitted to the Engineer within one week following award of the Contract. PART 2-PRODUCTS 2.1 CONCRETE A. All concrete, reinforced or nonreinforced shall have a 28-day compressive strength of 3,000 psi unless otherwise noted on the design drawings. A minimum of 5.5 sacks of cement per cubic yard and a maximum water cement ratio of 6.9 gallons per sack shall be used. B. Concrete shall conform to ASTM C94. The Contractor shall be responsible for the design of the concrete mixtures. Slump shall be a maximum of 4-inches and a minimum of 2-inches, determined in accordance with ASTM C143. C. Admixtures shall be as specified in subsection 2.5. No additional admixtures shall be used unless approved by the Engineer. D. No additional water, except for the amount indicated by the design mix shall be added to the concrete without the prior permission of the Engineer. 2.2 REINFORCING Reinforcing as shown on the plans or as directed by the Engineer, shall conform to ACI 318 and ASTM A615 and shall be detailed in accordance with ACI SP-66. All Steel reinforcing bars shall be grade 60. 2.3 CEMENT The cement shall be an approved brand of American manufactured Portland Cement, Type II conforming to the applicable requirements of ASTM C150. 2.4 AGGREGATES A. Except as otherwise noted, aggregate shall conform to the requirements of ASTM C33. B. Maximum size aggregate shall be 3/4-inch. 2.5 ADMIXTURES A. All concrete (unless otherwise directed) shall contain an air entraining agent. Air entrained concrete shall have air content by volume of 4 to 8 percent for 3/4-inch aggregate. B. Air entraining agent shall be in accordance with ASTM C260 and shall be Darex AEA, as manufactured by W.R. Grace & Company; Placewel (air entraining Type), as manufactured 4/16/2021 03302 - 2 FIELD CONCRETE SIDEWALK REPLACEMENT-064375 by Johns Manville; Sika AER as manufactured by Sika Chemical Company; or an approved equal product. C. Water reducing agent shall be WRDA, as manufactured by W.R Grace & Company; Placewel (non-air entraining Type), as manufactured by Johns Manville; Sika Plastiment as manufactured by Sika Chemical Company; or an approved equal product. D. Water reducing agent-retarder shall be "Daratard," as manufactured by W.R. Grace & Company; Sika Plastiment as manufactured by Sika Chemical Company; or an approved equal product. 2.6 WATER Water for concrete shall be potable, free of deleterious amounts of oil, acid, alkali, organic matter and other deleterious substances. PART 3-EXECUTION 3.1 PREPARATION A. Before placing concrete, forms and the space to be occupied by the concrete shall be thoroughly cleaned, and reinforcing steel and embedded metal shall be free from dirt, oil, mill scale, loose rust,paint or the material which would tend to reduce the bond. B. Earth, concrete, masonry, or other water permeable material against which concrete is to be placed shall be thoroughly saturated with water immediately before concrete is placed. C. No concrete shall be placed until the consolidation of the ground and the arrangement and details of forms and reinforcing have been inspected and approved by the Engineer. 3.2 FILL CONCRETE A. Fill concrete shall be placed in those locations as indicated on the design drawings. Fill concrete shall consist of materials as previously specified, with a minimum 28-day compressive strength of 3,000 psi. B. Before fill concrete is placed,the following procedures shall be used to prepare surfaces; all dirt, scum and laitance shall be removed by chipping and washing. The clean, roughened base surface shall be saturated with water, but shall have no free water on the surface. A coat of 1:2 cement-sand grout, approximately 1/8-inch thick, shall be well scrubbed into the thoroughly dampened concrete base. The concrete fill shall be placed immediately, before grout has dried or set. C. Fill concrete shall be brought to lines and grades as shown on the design drawings. 4/16/2021 03302- 3 FIELD CONCRETE SIDEWALK REPLACEMENT-064375 3.3 CONCRETE PLACING DURING COLD WEATHER A. Concrete shall not be placed on frozen ground, and no frozen material or material containing ice shall be used. Materials for concrete shall be heated when temperature is below 40°F, or is expected to fall to below 40°F, within 73 hours, and the concrete after placing shall be protected by covering, heat, or both. B. All details of Contractor's handling and protecting of concrete during freezing weather shall be subject to the approval and direction of the Engineer. All procedures shall be in accordance with provisions of ACI 306. 3.4 CONCRETE PLACING DURING HOT WEATHER A. Concrete just placed shall be protected from the direct rays of the sun and the forms and reinforcement just prior to placing, shall be sprinkled with cold water. The Contractor shall make every effort to minimize delays which will result in excessive mixing of the concrete after arrival on the job. B. During periods of excessively hot weather(90°F or above), ingredients in the concrete shall be cooled insofar as possible and cold mixing water shall be used to maintain the temperature of the concrete at permissible levels all in accordance with the provisions of ACI 305. Any concrete with a temperature above 90°F, when ready for placement, will not be acceptable, and will be rejected. 3.5 FIELD QUALITY CONTROL A. Concrete inspection and testing shall be performed by the Engineer or by an inspection laboratory, designated by the Engineer, engaged and paid for by the Owner. Testing equipment shall be supplied by the laboratory, and the preparation of samples and all testing shall be performed by the laboratory personnel.Full assistance and cooperation, concrete for samples, and such auxiliary personnel and equipment as needed shall be provided by the Contractor. B. At least 4 standard compression test cylinders shall be made and tested and 1 slump test from each day's placement of concrete. A minimum of four compression test cylinders shall be made and tested for each 100 cubic yards of each type and design strength of concrete placed. One cylinder shall be tested at 7 days, and two at 28 days. The fourth cylinder from each set shall be kept until the 28 day test report on the second and third cylinders in the same set has been received. if the average compressive strength of the two 28 day cylinders do not achieve the required level, the Engineer may elect to test the fourth cylinder immediately or test it after 56 days. If job experience indicates additional cylinder tests or other tests are required for proper control or determination of concrete quality, such tests shall be made. C. The Engineer shall have the right to reject concrete represented by low strength tests. Rejected concrete shall be promptly removed and replaced with concrete conforming to the specification. The decision of the Engineer as to whether substandard concrete is to be accepted or rejected shall be final. END OF SECTION 4/16/2021 03302- 4 FIELD CONCRETE STATE OF NEW YORK) SS: COUNTY OF SUFFOLK) ELIZABETH A. NEVILLE, Town Clerk of the Town of Southold,New York being duly sworn, says that on the 191h day of April , 2021, a notice of which the annexed printed notice is a true copy was affixed, in a proper and substantial manner, in a most public place in the Town of Southold, Suffolk County,New York, to wit: Town Clerk's Bulletin Board, 53095 Main Road, Southold,New York and the Southold Town website, www.southoldtownny.gov . FI Sidewalk Bid A. NevilleUlizabeill outhold Town Clerk Sworn before me this 191h day of April Wary Public LYNDA M.RUDDER Notary Public,State of New York No.09 RU6020932 Qualified in Suffolk County Commission Expires March 8,20=5 Southold Town Board- Letter Board Meeting of February 23, 2021 susso . RESOLUTION 2021-146 Item#5.3 y��aa ADOPTED DOC ID: 16830 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2021-146 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON FEBRUARY 23, 2021: RESOLVED that the Town Board ofthe Town of Southold hereby authorizes and directs the Town Clerk to advertise for bids for the construction of Sidewalk Improvements on Fishers Island. Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Sarah E.Nappa, Councilwoman SECONDER:James Dinizio Jr, Councilman AYES: Nappa, Dinizio Jr,Doherty, Ghosio,Evans, Russell Generated February 24, 2021 Page 12 Drawing Copyright 0 2015 PROVIDE CONCRETE DRIVEWAY APRON (TYP, SEE DETAIL) PROVIDE 4' WIDE CONCRETE SIDEWALK COORDINATE INSTALLATION WITH APPROXIMATE PROPERTY UNE (TYP) WITH MONOLITHIC CONCRETE CURB PROPERTY OWNER/RESIDENTS f PROVIDE ACCESSIBLE PASSING SPACE (TYP SEE DETAIL) w✓`'"""'r / o j (TYP. SEE DETAIL) �-^ �' 33 Wilbur Cross Way,Mansfield,CT 06268 PROTECT EXISTING RETAINING WALLS PROVIDE 4' WIDE CONCRETE SIDEWALK ( r ✓'f '`' '' r 101 East River Drive,1st Floor East Hartford,CT 06108 r f ,r 860-885-10551 www.chacompanies.com REMOVE do DISPOSE OF EXISTING THROUGHOUT CONSTRUCTION (TYP) � I (TYP, SEE DETAIL) � ' � �,r /�''' °`� TRIM OR REMOVE VEGETATION IN RIGHT !'' ,+ ✓, CONCRETE SIDEWALK (TYP) - % ; OF WAY AS REQUIRED FOR SIDEWALK PROVIDE ACCESSIBLE PASSING SPACE f �'` -r'° " CONSTRUCTION (TYP) (TYP. SEE DETAIL) �f LOAM, SEED do STABILIZE DISTURBED �� ,F. e�'i AREAS AS REQUIRED (TYP) /r tt LC �CQ Y,.. ,i ?d/- r''t .� � ,...• ���. -.n ` �H, 1�� d_J `I li� t_. 33.16 \/ 0 0 r I PROTECT EXISTING FENCE 'j/ w. -r \ �e' / ` � ` THROUGHOUT CONSTRUCTION (TYP) , ,, .�` 14 1 33.10 ` i't.Ii @ �� .- �;..,• t�� .'^ .. 'Y � PROTECT EXISTING BOUNDARY MARKERS � e L THROUGHOUT CONSTRUCTION (TYP)VIV `� ...� / ADJUST EXISTING FIRE HYDRANT ,,.2 TO MATCH PROPOSED GRADE ,, SAW CUT, REMOVE do DISPOSE '/, OF EXISTING PAVEMENT (TYP. COORDINATE WITH FISHERS - ` . ,✓ , PROVIDE GRASS SHOULDER ) f° >� _ T; I✓ ISLAND WATER WORKS a Y . 1 � [• q',r,., ^ ... „_ '' w,, \„ -\ ` �.. `r`•r'' ,.. rJ+• *Y+♦# r r �4rx PROVIDE TRANSITION do LEVEL LANDING C -`; \\ ,.i'- "r rr.,r p' ~''.*V. "°I". �"�; Y,�a f• N.�; i.J r.. 41�i r,++ r '�\ - - 's � t � �t�.�+. AT LIMITS OF CONSTRUCTION /�� (MATCH EXISTING GRADES) y\ FSc -° '" ' SITE DEVELOPMENT PLAN PREPARED FOR O \ . ",,. ` -` S L v 1 p s x /✓ J '� (., � -f' � \ \ \} ^. I� ""„ '., {Vs, ".. , i\• �•. � 1{r^, ,i, n 14 i.rw�P a ^. ,.��P�_ � � ��"�, ,/r~ !�f < r,. FISH ISLAND, TING UTILITIESq - i } TOWN OF SOUTHOLD \..,... ROUGH UT COPROTECT NSTRUCTION (TYP) ?_,. 1 �,.. c,, \ �'. ai, f oo ,� CRESCENT AVENUE FROM r/ !� \\ a `... ! by -14 r . �' t ,'�• x � ,r° f FOX AVENUE TO �....-� PROVIDE do MAINTAIN CATCH BASIN INLET ORIENTAL AVENUE SAW CUT REMOVE dN REPLACE ;` PROTECTION THROUGHOUT CONSTRUCTION F \ (TYP. SEE DETAIL) EXISTING PAVEMENT AS REQUIRED \ TO INSTALL PROPOSED SIDEWALK \ { r d 0— PROTECTPAVEMENT TO REMAIN v \ \` ' Ynr,, C,� `t.a �� /ij r THROUGHOUT CONSTRUCTION (TYP) /G 4+00 I _.,. aLEGEND PROPERTY LINE ABUTTERS LINE EDGE OF PAVEMENT EDGE OF GRAVEL ------------------- // rr, EXISTING CONTOUR ——— 16 ——— ' C J rl;; �—� •--�-• � '�•- ' `` PROPOSED CONTOUR 20 y L REMOVE do RESET BRICK PAVERS do END MONOLITHIC CONCRETE CURB I �,r STONE WALL �� OF NE PROVIDE CONCRETE SIDEWALK EXTENSION AT DRIVEWAY APRON TRANSITION �+ c ®., RETAINING WALL .��G y AS REQUIRED TO PROVIDE CONNECTION P M. P O TO EXISTING RESIDENTIAL STAIRWAY (TYP) PROVIDE PAVED DRIVEWAY BENCHMARK: MAG kl' ;� FENCE �'� � OVERHEAD WIRES (TYP, SEE DETAIL) EL=23.20' g NOW OR FORMERLY N/F cc COORDINATE INSTALLATION WITH '', + UTILITY POLE -�- nLu PROPERTY OWNER/IRESIDENTS D J O BOUNDARY POINT 0 `` 2 m Z WATER VALVE Nip 0 1 C'� F { C C ESSIoN m ARE 20 10 0 20 IT IS U�NDEER NTHEE LAW FOR OF A u PROFES UNLESS MIAL. ENGINEER,ARCHITECT.LANDSCAPE ARCHITECT OR LAND 1 SURVEYOR TO ALTER AN nEM IN ANY WAY.F AN ITEM BEARING THE GRAPHIC SCALE IN FEET STAMP OF A LICENSED PROFESSIONAL IS ALTERED.THE ALTERING ENGINEER,ARCHITECT,LANDSCAPE ARCHITECT OR LAND SURVEYOR SHALL STAMP THE DOCUMENT AND INCLUDE THE NOTATION'ALTERED BY FOLLOWED BY THEIR SIGNATURE,THE DATE OF SUCH ALTERATION,AND A SPECIIC DESCRIPTION OF THE ALTERATION. �/ SAW CUT. REMOVE & REPLACE PROTECT EXISTING BOUNDARY MARKERS _7�j EXISTING PAVEMENT AS REQUIRED THROUGHOUT CONSTRUCTION (TYP) EXTEND NEW SIDEWALK ALONG C TO INSTALL PROPOSED SIDEWALK to I, ✓.�, �� PROVIDE ACCESSIBLE PASSING SPACE ATHOL CRESCENT AS DIRECTED PROVIDE ADA do NYSDOT COMPLIANT BY ENGINEER TO CONNECT TO SC1 :... (TYP, SEE DETAIL) PREVIOUSLY RECONSTRUCTED CURB RAMPS do CROSSWALK , SIDEWALK (TYP) ' VT (TYP, SEE DETAIL) tl 23.3 =;.W �, PROVIDE 4' WADE CONCRETE SIDEWALK - U? WITH MONOUTHIC CONCRETE CURB 23.7 *� � BENCHMARK.' MA6 0 A �^ (TYP. SEE DETAIL) PROTECTAVEMENT TO REMAIN . �' THROUGHOUT CONSTRUCTION (TYP) g� 23.2 k \ 3.28 15� �i Wit_-OP' S PROJECT 23.55 ' �i 8+00 7 REMOVE do DISPOSE OF STUMP ' 235i 9+00 PROVIDE 4' WIDE CONCRETE SIDEWALK (TYP. SEE DETAIL) 22.9 ',c'o 2327 2321 �. <- 0+0 J_. —/ �.. 23.48 , 22.3 / �' ° ,' G_ // ► Y' No. Submittal/Revision pp'd By Date 13 1. '` j�,_ `✓ f�`}` ,, / 22.94 22.8711 /T ES`C c^'/ 1,+00 �, c/V a REMOVE & DISPOSE OF EXISTING r 2.4 " 22.59 CONCRETE SIDEWALK (TYP) 20.85 o , 12 LLI r Y t r L. o n ,r,c _ 417-1- r2O.851 20A E/VU q � d ERE—GRADE EXISTING GRASS SHOULDER V 7 REMOVE do RESET STONE WALKWAY I I TO PROVIDE f6' CURB REVEAL TYP ry y Z AS REQUIRED TO MATCH PROPOSED j (TYP) - - °"rN r 18.7 Z s- f` SIDEWALK GRADES (TYP) Ld f PROVIDE CONCRETE DRIVEWAY APRON '— -, Ta, a o J .�.}F .1, tlt ", ( SEE DETAIL) e COORDINATE INSTALLATION WITH C.r PROPERTY OWNER/RESIDENTS d ;•�a Ld Y 18.75 Q . o ���_ „• . { _` } _ ) SIDEWALK REPLACEMENT STA 0+00 TO STA 12+00 CD 0 PROVIDE CONCRETE DRIVEWAY APRON a.,-� LOAM, SEED do STABIUZE DISTURBED z (TYP, SEE DETAIL) AREAS AS REQUIRED TYP g y; y. y. 0 COORDINATE INSTALLATION WITH I '.. (TYP) Designed B Drawn B Checked B PMP ZBC CB/TINS PROPERTY OWNER/RESIDENTS Issue Date: Project No: Scale: 04/20/2021 064375 1"=20' 0 APPROXIMATE PROPERTY UNE (TYP) o _—=�_.._', I ` Drawing No.: CONTRACTOR TO COORDINATE WITH THE TOWN OF SOUTHOLD TO CONSTRUCT, MAINTAIN, & REMOVE A CONCRETE WASHOUT PIT AT PROPERTY ON THE WESTERLY TMSIDE OOF AIRPORT ROAD WN OWNED 20 10 0 20 SHEET 1 OF 4 GRAPHIC SCALE IN FEET ai i� Drawing Copyright©2015 1 PROVIDE CONCRETE DRIVEWAY APRON 33 Wilbur Cross Way,Mans � 4�� •".� 1 � y field,CT 06268 (Ti SEE DETAIL) , 101 East River Drive,1st Floor 1 �i 11 COORDINATE INSTALLATION WITH East Hartford,CT 06108 V, „ 1 PROPERTY OWNER/RESIDENTS 860-885-10551 www.chacompanies.com 1 1 1 11 PROVIDE PAVED DRIVEWAY 1� 1 (TYP, SEE DETAIL) 1 11 6� COORDINATE INSTALLATION WITH 11 -J NPR PROPERTY OWNER/RESIDENTS PROVIDE ±30 LF OF 24" DEEP ROOT BARRIER AT EXISTING TREE BENCHMARK: Rl P (DEEPROOT UB24-2 OR EQUAL) _ .82' COORDINATE WITH A LICENSED ARBORIST TO PRUNE ROOTS AS REQUIRED FOR INSTALLATION ' PROVIDE do MAINTAIN CATCH BASIN INLET 1.7+pp -� PROTECTION THROUGHOUT CONSTRUCTION PROTECT EXISTING BOUNDARY MARKERS T THROUGHOUT CONSTRUCTION (TYP) (TYP, SEE DETAIL) 1125 _ I PROTECT EXISTING ROADWAY 1 ��- - � � 1120 PAVEMENT TO REMAIN ' 1 _ -- THROUGHOUT CONSTRUCTION (TiTIT 16+ YP) O SITE DEVELOPMENT PLANp --.�==' _r-'"" _ PREPARED FOR v- ' 1330 125 FISHERS ISLAND, V j U E TOWN OF SOUTHOLD -� " ... ..--,. . � • - � CRESCENT FROM t 00 4� '`-� FOX AVENUE TO ORIENTAL AVENUE 1104 - , _.,_ CEN 1&7 _ ES T ; , LL, 18.55 14 SHOULDER AS REQUIRED (Ti FJl1 ED l' �'"G � C R WA RE GRADE EXISTING GRASS �` 7 ' a a PROVIDE ACCESSIBLE PASSING SPACE_ 18.75 1 P 18.6 s ° ., �"'-->_._ `` ,,. - �� (TYP. SEE DETAIL) _ ._ � �__ ' �� ° .� , LEGEND .- 17.0 , 16 PROPERTY LINE PROVIDE 4 WIDE 0� �• _ r, y —— . CONCRETESEE DETAIL ABUTTERS LINE L) IZ55 � � —� EDGE OF PAVEMENT - EDGE OF GRAVEL IZ05 �1� REMOVE dt DISPOSE FEXISTING ------------------- :,>:'` , o D OSE 0 LOAM, SEED & STABILIZE DISTURBED EXISTING CONTOUR ——— 16 — 0 CONCRETE SIDEWALK (TYP) AREAS AS REQUIRED (Ti PROPOSED CONTOUR 20 17.3 ` �I ° STONE WALL PROVIDE 4' WIDE CONCRETE SIDEWALK 171 r f ,! APPROXIMATE PROPERTY LINE (TYP) RETAINING WALL I. i 0 F NEI WITH MONOLITHIC CONCRETE CURB FENCE v y (TYP. SEE DETAIL) PROVIDE ±30 LF OF 24" DEEP ROOT BARRIER AT EXISTING TREE \ �'�� ��,P P�'' p,� (DEEPROOT UB24-2 OR EQUAL) OVERHEAD WIRES \ COORDINATE NTH A LICENSED ARBORIST TO PRUNE ROOTS AS REQUIRED FOR INSTALLATION NOW OR FORMERLY N/F PROTECT EXISTING UTILITIES �+ UTILITY POLE -�- n LIMITS OF CONSTRUCTION THROUGHOUT CONSTRUCTION (TYP) m DLcur `:r \ MATCH EXISTING SIDEWALK AT \� ITT WATER VALVE BOUNDARY TNT O >N �" Z (TYP) \ �0 0`99, EXISTING PAVEMENCUT, OT VE AS REQUIRED m \ 90SAW fi� TO INSTALL PROPOSED SIDEWALK PROVIDE ADA do NYSDOT COMPLIANT ESS►01{ CURB RAMPS do CROSSWALK IT IS A VIOLATION OF LAW FOR ANY UNLESS THEY ARE (TYP. SEE DETAIL) 20 10 0 20 ACTING UNDER THE DIRECTION OF A LICENSED PROFESSIONAL \ ENGNEER,ARCHITECT.LANDSCAPE ARCHTECT OR LAND SURGRAPHIC SCALE IN FEET STA PP Or A�u�s D PROFESSIONAL nEw IN S ALTERED•�BEARING THE ENGINEER.ARCHITECT.LANDSCAPE ARCHITECT OR LAND SURVEYOR SHALL STAMP THE DOCUMENT AND INCLUDE THE NOTATION'ALTERED BY FOLLOWED BY THEIR SIGNATURE,THE DATE OF SUCH ALTERATION.AND A SPECIFIC DESCRIPTION OF THE ALTERATION. PROVIDE ±16 LF OF 24" DEEP ROOT BARRIER AT EXISTING TREE 1 I COORDINATE WITH A LICENSED ARBORIST TO PRUNE ROOTS AS�REQU RED FOR NS ALLA71ON \ I NAD 83 PROVIDE PAVED DRIVEWAY (TYP, SEE DETAIL) COORDINATE INSTALLATION WITH PROPERTY OWNER/RESIDENTS I 1 \ EXISTING PAVEMENT AS REQUIRED I �SLA SAW CUT. REMOVE do REPLACE " C,,,,+,. I'„ , `. °' r T TO INSTALL PROPOSED SIDEWALK ��`'--'��� �������} 13L-�'1�1� POST ��� No. 1045 FI S IFI JPROVIDE t16 LF OF 24" DEEP ROOT BARRIER AT EXISTING TREE \ m I (DEEPROOT UB24-2 OR EQUAL) PROVIDE CONCRETE DRIVEWAY APRON ' COORDINATE WITH A LICENSED ARBORIST TO PRUNE ROOTS AS REQUIRED FOR INSTALLATION I (TYP, SEE DETAIL) m COORDINATE INSTALLATION WITH L PROPERTY OWNER/RESIDENTS PROTECT EXISTING ROADWAY z 18+ " ;'' , " PAVEMENT TO REMAIN 00 THROUGHOUT CONSTRUCTION (Ti `§ BENCHMARK: CP R0D _ zzrn 00 + 23+00 Z• No. Submittal/Revision App'd By Date J 21 - .. AVE 13.15 / v- . "•ram. � ..-._.. ... �_.__.., ..m.-.,., ._- Ln ....... a � r � --- ..., 72 11. CRESCENT pp 11.9 ' co 1 - t...,+ o _ _ ,.. ... M 13115 12.0 LIJ �m \ - PROVIDE ACCESSIBLE PASSING SPACE :' rJ� (TYP. SEE DETAIL) Ot,k; 1 J TRIM BUSHES AS REQUIRED �4t1 ': ' a'� '� - \ \' I N F a PROVIDE CONCRETE SIDEWALK EXTENSION w TO CONSTRUCT SIDEWALK (TYP) =Y AS REQUIRED TO PROVIDE CONNECTION YCLA SCAG7L10 TI �� \ TO EXISTING RESIDENTIAL WALK (TYP) SIDEWALK REPLACEMENT PROTECT EXISTING UTILITIES RE-GRADE EXISTING GRASS } J µ^ A p p / ' � (TYP)) SHOULDER AS REQUIRED (TYP)THROUGHOUT CONSTRUCTION �� �� s'£M '' I STA 12+00 TO STA 23+50 � � I REMOVE do DISPOSE OF EXISTING �r i o CONCRETE SIDEWALK (TYP) Li PROVIDE 4' WIDE CONCRETE SIDEWALK \`� PROVIDE MAINTAIN A CONTINUOUS LINE (TYP. SEE DETAIL) �` ��\\ ��\ do OF SILT FENCE THROUGHOUT CONSTRUCTION I Designed By: Drawn By: Checked By: o (Ti SEE DETAIL) PMP ZBC CB/RHS I— APPROXIMATE PROPERTY LINE (TYP) LOAM, SEED do STABILIZE DISTURBED �\ �\ AREAS AS REQUIRED TYP I Issue Date: Project No: Scale: o � o 04/20/2021 1 064375 1"=20' _ PROVIDE ADA do NYSDOT COMPLIANT PROTECT EXISTING BOUNDARY MARKERS CURB RAMPS & I o (TYP. SEE DETAIL) SW THROUGHOUT CONSTRUCTION (Ti 1 ALK \ \ CONTRACTOR TO COORDINATE WITH THE TOWN OF Drawing No.: SOUTHOLD TO CONSTRUCT. MAINTAIN. do REMOVE A 1-1 \O \�� CONCRETE WASHOUT PIT AT THE TOWN OWNED rn � PROPERTY ON THE WESTERLY SIDE OF AIRPORT ROAD iiiii SHEET 2 OF 4 GRAPHIC SCALE IN FEET ai i� I Drawing Copyright 0 2015 I I ` I I ` ' 5 CGNTPi 7 �,,-�`,-TIf JG I!` U 33 Wilbur Cross Way,Mansfield,CT 06268 END MONOLITHIC CONCRETE CURB 101 East River Drive 1st Floor ` AT END OF RADIUS East Hartford,CT 06108 860-885-1055 1 www.chacompanies.com I NAD 83 � PROTECT EXISTING ROADWAY PAVEMENT TO REMAIN P THROUGHOUT CONSTRUCTION (TYP) I � i 1. • . ..� ., ' ., ! `�,;�..,,l, ' + .. I \ I PROTECT EXISTING UTILITIES ,�P N ` THROUGHOUT CONSTRUCTION (TYP) I \\ \ N ° SAW CUT, REMOVE do REPLACE ! I _ PROVIDE PAVED DRIVEWAY \`, EXISTING PAVEMENT AS REQUIRED BENCHMARK: CP OD (TYP, SEE DETAIL) �� a,i l TO INSTALL PROPOSED SIDEWALK EL=14.6Jr COORDINATE INSTALLATION WITH 28+00 f D PROPERTY OWNER/RESIDENTS 27+00 SITE LAN 26+00 E DEVELOPMENT P \ \ PREPARED FOR. a I 25+00 FISHERS ISLAND, \ 24+00 OWN T OF SO TH U OLD W - -- AVENUE CID..._ _- z �. 1455 21.7 CRESCENT FROM CRESCENT 14s C r SCENT AVENUE FR p L 4 p o L) 14.35 14.4 — -„ l •, FOX AVENUE TO o ORIENTAL AVENUE N, __ .,,,,. -.. _.-..._ ._ `--_ ^- .,ram t -• '`� 4 _ 22.2 .9 I 9 yy 14.5 \14.55 - - . - . { i r' ' 1 I p1: 28+83 -27 G-) d+Fa n! G`. SAW CUT, REMOVE do REPLACE 1 - EXISTING RESIDENTIAL CONCRETE } r� . .. --- -- i SIDEWALKS AS REQUIRED TO MATCH :a PROPOSED SIDEWALK (TYP) N PROVIDE ACCESSIBLE PASSING SPACE �'`�'� (\~ 0 0 ' - - - --- - (TYP. SEE DETAIL) i 1 X REMOVE do DISPOSE OF EXISTING %; PROVIDE.4' WIDE CONCRETE SIDEWALK WITH MONOLITHIC CONCRETE CURB — CONCRETE SIDEWALK (TYP) (TYP, SEE DETAIL) t SEED do STABILIZE DISTURBED APPROXIMATE PROPERTY LINE (TYP) PROVIDE 4' WIDE CONCRETE SIDEWALK LOAM, AREAS AS REQUIRED (TYP) --•--•- (TYP, SEE DETAIL) PROVIDE CONCRETE DRIVEWAY APRON4;� 1 X"�OF O COORDINATE INST L SEE LAl10N�WIITIi PROTECT EXISTING BOUNDARY MARKERS THROUGHOUT CONSTRUCTION (TYP)—"'� I �` •, z 2� PROPERTY OWNER/RESIDENTS o � � * Q PROVIDE do MAINTAIN A CONTINUOUS LINE OF SILT FENCE THROUGHOUT CONSTRUCTION (TYP, SEE DETAIL) (P C� 09953� '011l:D'i!`f'd G', SUS AN T' iVkkl,P O IT Is A VIOLATION OF LAW FOR ANY PERSON.I%=THEY ARE ACTING UNDER THE DIRECTION OF A LICENSED PROFESSIONAL \ t ; ENGINEER.ARCHITECT.LANDSCAPE ARCHITECT OR LAND _ — \ SURVEYOR TO ALTER AN ITEM IN ANY WAY.IF AN ITEM BEARING THE > STAMP OF A UCEHSED PROFESSIONAL IS ALTERED,THE ALTERING ENGINEER.ARCHITECT.LANDSCAPE ARCHITECT OR LAND I SURVEYOR SHALL STAMP THE DOCUMENT AND INCLUDE THE ep 1� ` NOTATION'ALTERED BY FOLLONED BY THEIR SIGNATURE,THE SILT FENCE DATE OF SUCH ALTERATION.AND A SPECIFIC DESCRIPTION °% � OF THE ALTERATION. ry o D � WOVEN WIRE FENCE (MIN. 14 ` + _\ GAUGE W/ MAX. 6" MESH o m _ SPACING) I STRAW BALE BINDER PLASTIC LINING WIRE N/F > 20.3 10' MAX. NATIVE MATERIAL �,P 4�E F. I 1-10k,rSON1 & CEN T i, ER TO CENTER 36" MIN. LENGTH (OPTIONAL) FENCE POSTS % 2 EACH DUMP STRAPS (I DRIVEN MIN. 16" SECTION B—B 20.8 INTO GROUND WOOD OR NOT TO SCALE �-EXPANSION METAL STAKES RESTRAINT 1 4 GIs J PROVIDE do MAINTAIN CATCH BASIN INLET (2 PER BALE) ( / PROTECTION THROUGHOUT CONSTRUCTION I NYLON ROPE 2" FLAT WASHERS) _ — \ 1� (TYP, SEE DETAIL) INSTALLATION DETAIL BAG DETAIL 8 �J,' of B HEIGHT L t Pf I OF FILTER/\ J \\ 16" MIN. VARIES \ \ \ \ \ \ DUMP STRAP /\'/\ 7 6" MIN. I 1 1" REBAR FOR 4-1 � BAG REMOVAL----__.� DUMP _ �� / PLASTIC •STRAW BALE FROM INLET ��STRAP _- 1 21.34 ' 21.4 PERSPECTIVE VIEW LINING NOT TPLAN S (TYP) SCALE i ��— — 7 21.06 T21.0 REMOVE &CONCRETE WASHOUT PIT SILTSACK- EXISTING RESIDENTIAL RESET ,md �G C,i-i"r'`-Y WOVEN WIRE FENCE (MIN. 14 SIDEWALK AS REQUIRED TO MATCH j ` / MAX. 6 MESH GAUGE W 1/2 " II NOTES: PROPOSED SIDEWALK (TYP) I 1. DIMENSIONS SHOWN ARE FOR TYPICAL RESIDENTIAL i 21.16 21.1 SPACING) WITH FILTER CLOTH Z CONSTRUCTION, LARGER PROJECTS OR PROJECTS a q p :2 REQUIRING PUMPS MUST BE SIZED ACCORDINGLY (7 ti " - GALLONS/TRUCK, 50 GALLONS/PUMP, PLUS MIN. 1' 36 MIN. FENCE POST o FREEBOARD). o e Clp UNDISTURBED N a e a e tVIF 6r{k:�t' 21.76 21.8 No. Submittal/Revision pp'd By Date 2. CAPTURE MATERIAL AND LIQUIDS MUST BE REMOVED a- + C FLOW GROUND FROM PIT AND PROPERLY DISPOSED OF WHEN THE PIT a a J —lN�v 11� '" � REACHES 75% OF ITS CAPACITY. e °' ir, C,+ r. j1 I / 3. INSPECT PIT PRIOR TO EACH USE TO ENSURE .a ' 1 + COMPACTED SOI O L \\/ Z CONTAINMENT OF WASH WATER. a I �, O N EMBED FILTER CLOTH \\�\�\��! LU 4 / \,\\ \\/ m o I '�. Ln A MIN. OF 6 IN GROUND "4- CONTRACTOR TO COORDINATE WITH THE TOWN OF 'r SOUTHOLD TO CONSTRUCT. MAINTAIN, do REMOVE A I I '' 3 O CONCRETE WASHOUT PIT AT THE TOWN OWNED 1-1 PROPERTY INLET SEDIMENT CONTROL DEVICE SECTION VIEW ON THE WESTERLY SIDE OF AIRPORT ROAD I j NOT 70 SCALE 9 ' w CONSTRUCTION SPECIFICATIONS B N ' Ld 1. WOVEN WIRE FENCE TO BE FASTENED SECURELY TO FENCE POSTS WITH N Q WIRE TIES OR STAPLES, POSTS SHALL BE STEEL EITHER "T' OR 'U' TYPE 'wry n OR HARDWOOD. Y 2. FILTER CLOTH TO BE FASTENED SECURELY TO WOVEN WIRE FENCE WITH \ ` a TIES SPACED EVERY 24" AT TOP AND MID SECTION, FENCE SHALL BE } o WOVEN WIRE, 6" MAXIMUM MESH OPENING. LEGEND o / SIDEWALK REPLACEMENT I 3. WHEN TWO SECTIONS OF FILTER CLOTH ADJOIN EACH OTHER THEY PROPERTY LINE STA 23+50 TO STA 32+00 SHALL BE OVER-LAPPED BY SIX INCHES AND FOLDED, FILTER CLOTH ABUTTERS LINE —— SHALL BE EITHER FILTER X. MIRAFI 10OX, STABILNKA T140N, OR APPROVED EDGE OF PAVEMENT o EDGE OF GRAVEL ------------------- EQUIVALENT. 0 4. PREFABRICATED UNITS SHALL BE GEOFAB, ENVIROFENCE, OR APPROVED EXISTING CONTOUR --- 16 --- Z EQUIVALENT. PROPOSED CONTOUR 20 Designed By: Drawn By: Checked By: STONE WALL PROVIDE TRANSITION TO FLUSH WALK PMP ZBC CB/RHS 0 5. MAINTENANCE SHALL BE PERFORMED AS NEEDED AND MATERIAL RETAINING WALL TO MATCH EXISTING GRADE AT LIMITS OF p o REMOVED WHEN "BULGES" DEVELOP IN THE SILT FENCE. \� V CONSTRUCTION (TYP) Issue Date: Project No: Scale: FENCE OVERHEAD WIRES 04/20/2021 064375 1"=20' NOW OR FORMERLY N/F o Drawing No.: 0 UTILITY POLE -�- L, BOUNDARY POINT O WATER VALVE _ —_ ,— — 0 20 10 0 20 iiiiia WV GRAPHIC SCALE IN FEET SHEET 3 OF 4 ai LL GENERAL NOTES: (608-01) CURB RAMP NOTES: (608-01) DEFINITION OF TERMS: (608-01) GENERAL NOTES FOR DRIVEWAY STANDARD SHEETS: (608-03) SITE CONDITIONS (SIDEWALK / CURB)- (608-03) Drawing Copyright 0 2015 1. THESE SHEETS ARE IN ACCORDANCE WITH THE AMERICANS WITH DISABILITIES ACT (ADA1,AND THE 18. THE MINIMUM CLEAR WIDTH OF A CURB RAMP SHALL BE 4'-O". THE DEPARTMENT'S PREFERRED CLEAR WIDTH ACCESSIBLE RDUTE. SEE "PEDESTRIAN ACCESS ROUTE", BELOW. 1. THE DRIVEWAY STANDARD SHEETS APPLY TO FIELD ENTRANCES,RESIDENTIAL DRIVEWAYS AND MINOR 22. ANY PCC SIDEWALK WHICH CROSSES A DRIVEWAY SHALL HAVE A MINIMUM THICKNESS OF 6" REQUIREMENTS OF THE 2011 PROPOSED ACCESSIBILITY GUIDELINES FOR PEDESTRIAN FACILITIES IN THE IS 5'-0". COMMERCIAL DRIVEWAYS. FIELD ENTRANCES AND RESIDENTIAL DRIVEWAYS ACCOMMODATE AN AASHTO AND INCLUDE STEEL MESH REINFORCEMENT WITH 3" OF TOP COVER. PROJECT SPECIFIC CONCRETE SIDEWALK NOTES: 1-1 PUBLIC RIGHT OF WAY (PROWAG). CLEAR SPACE. AN UNOBSTRUCTED FLOOR OR GROUND SPACE THAT WILL ACCOMODATE A SINGLE, STATIONARY PASSENGER CAR DESIGN VEHICLE. MINOR COMMERCIAL DRIVEWAYS ACCOMMODATE AN AASHTO SINGLE UNIT 1 3 19. THE MAXIMUM GRADE (RUNNING SLOPE)FOR DESIGN AND LAYOUT OF A CURB RAMP SHALL BE 7.5% THE GRADE WHEELCHAIR AND OCCUPANT. TRUCK DESIGN VEHICLE. 23. FOR GRADE CHANCES REFER TO THE DRIVEWAY PROFILES ON SHEET 8. VERTICAL CURVES 1. CONCRETE SHALL HAVE A MINIMUM COMPRESSIVE STRENGTH OF 4,000 PSI AT 28 DAYS, A MAXIMUM - 2. THE DIMENSIONS SHOWN IN THE DETAILS AS MINTM(1MS AND MAXIMUMS ARE THE LIMITS FOR DESIGN AND FOR WORK ACCEPTANCE SHALL BE A MAXIMUM OF 8.37 ARE RECOMMENDED TO CONNECT TANGENTS. SEE TABLE 5 -'MINIMUM LENGTH OF VERTICALC �I FIELD LAYOUT. FOR WORK ACCEPTANCE VALUES SEE "CRITICAL ELEMENTS FOR THE DESIGN, LAYOUT, AND CROSS SLOPE. THE GRADE THAT IS PERPENDICULAR TO THE DIRECTION OF PEDESTRIAN TRAVEL. 2. DRIVEWAY WORK PERFORMED OFF THE RIGHT-OF-WAY REQUIRES AN EASEMENT OR A DRIVEWAY RELEASE. A CURVE' ON SHEET 2 FOR TYPICAL VERTICAL CURVE LENGTHS "L". WATER-CEMENT RATIO OF 0.45, & 7% (f1.0%) ENTRAINED AIR. ACCEPTANCE OF PEDESTRIAN FACILITIES" ON SHEET 11 OF 12 AND SHEET 12 OF 12. 20. WHERE THE TERRAIN DOES NOT ALLOW CONSTRUCTION OF A CURB RAMP WITH A GRADE (RUNNING SLOPE) OF DRIVEWAY RELOCATION WILL REQUIRE A TEMPORARY EASEMENT MAP. 2. MAXIMUM PERMITTED SLUMP FOR SIDEWALK CONCRETE IS 3". THE CONTRACTOR MAY CHOOSE TO USE 4 . 8.3%OR LESS WITHIN 15'-0", THE RAMP LENGTH SHALL NOT BE REQUIRED TO EXCEED 15'-1" FOR DESIGN PARALLEL CURB RAMP. A CURB RAMS WITH THE RAMP SLOPE ORIENTED PARALLEL TO THE CURB DREDGE OF 24. WHERE THE EXISTING GRADE OF THE DRIVEWAY PROFILE IS LESS THAN OR EQUAL TO 2Y A. THE CONTRACTOR SHALL BE RESPONSIBLE FOR FIELD VERIFYING ALL ELEVATIONS AND DIMENSIONS AND LAYOUT OR 15'-0" FOR WORK ACCEPTANCE. PAVEMENT. 3. IF COMMERCIAL PROPERTY DEVELOPMENT PLANS INVOLVE NEW OR MODIFIED ACCESS TO ASTATE HIGHWAY A MATCH THE CROSS SLOPE OF THE SIDEWALK TO THE EXISTING DRIVEWAY PROFILE GRADE. WATER REDUCING ADMIXTURES TO IMPROVE WORKABILITY. 33 Wilbur Cross Way,Mansfield,CT 06268 TO ENSURE THAT THE FINAL LAYOUT OF PEDESTRIAN FACILITIES MEETS ADA REQUIREMENTS.ANY COMMERCIAL HIGHWAY WORK PERMIT APPLICATION (FORM PERM 3 COM)MUST BE FILLED OUT AND SURVEY WORK NECESSARY TO MEET THESE REQUIREMENTS SHALL BE PAID FOR UNDER ITEM 625.01 - 21. THE CROSS SLOPE OF THE CURB RAMP' SHALL BE AS FLAT AS POSSIBLE AND S71LL PROVIDE POSITIVE PEDESTRIAN ACCESS ROUTE (PAR). A CONTINUOUS AND UNOBSTRUCTED PATH OF TRAVEL PROVIDED FOR SUBMITTED TO THE REGIONAL PERMIT COORDINATOR. 25. WHERE THE EXISTING GRADE OF THE DRIVEWAY PROFILE EXCEEDS 2%SAWCUT THE DRIVEWAY 3. THE ADDITION OF SUPERFICIAL WATER TO THE SURFACE OF THE CONCRETE TO ASSIST IN FINISHING 101 East River Drive,1st Floor SURVEY OPERATIONS. DRAINAGE. THE CROSS SLOPE OF A CUB RAMP SHALL BE 1.5%MAXIMUM FOR DESIGN AND LAYOUT, AND 2% PEDESTRIANS WITH DISABILITIES WITHIN OR COINCIDING WITH A PEDESTRIAN CIRCULATION PATH. AND RECONSTRUCT A MINIMUM OF 2' ON BOTH SIDES OF THE SIDEWALK,TO TRANSITION OPERATIONS SHALL NOT BE PERMITTED. East Hartford,CT 06108 MAXIMUM FOR WORK ACCEPTANCE.THE FOLLOWING EXCEPTIONS ARE ALLOWED: 4. SEE THE DRIVEWAY TABLE IN THE CONTRACT PLANS FOR SPECIFIC DRIVEWAY LOCATIONS,WIDTHS rW"), FROM THE EXISTING GRADE OF THE DRIVEWAY PROFILE TO THE SIDEWALK CROSS SLOPE. , 3. FACILITIES THAT CANNOT BE CONSTRUCTED TO MEET THE DESIGN STANDARDS, DUE TO DESIGN PEDESTRIAN CIRCULATION PATH. A PREPARED EXTERIOR OR INTERIOR SURFACE PROVIDED FOR PEDESTRIAN TRAVEL CORNER ANGLES.LENGTHS C'LMANUFACTURERS 860-885-1055 1 www.chacompanies.com CONSTRAINTS,SHALL BE CONSTRUCTED TO MEET THE STANDARDS TO THE GREATEST EXTENT PRACTICABLE. A. WHERE PEDESTRIAN STREET CROSSINGS ARE PROVIDED AT INTERSECTIONS WITHOUT YIELD- OR IN THE PUBLIC RIGHT-OFWAY. 26. TO PREVENT DRIVEWAY GRADES FROM EXCEEDING THE VALUES IN TABLE 2 -'MAXIMUM RECOMMENDATIONS FOR APPLICATION TIMING AND RATES. FEATURES THAT CANNOT MEET THE VALUES FOR WORK ACCEPTANCE SHALL BE JUSTIFIED AS NONSTANDARD STOP-CONTROL, WHERE THERE IS ANY TRAFFIC SIGNAL WITHOUT A FLASHING RED, OR AT MISDBLOCK 5. DETECTABLE WARNING SURFACES SHALL BE PROVIDED WHERE TIE PEDESTRIAN ACCESS ROUTE CROSSES DRIVEWAY SLOPE'ON SHEET 2, IT MAY BE NECESSARY TO DEPRESS THE SIDEWALK ACROSS , PER HIGHWAY DESIGN MANUAL CHAPTER 2. CROSSINGS, THE CROSS SLOPE OF THE CURB RAMP SHALL BE PERMITTED TO EQUAL THE STREET OR PERPENDICULAR CURB RAMP. A CURB RAMP WITH THE RAMP SLOPE ORIENTED PERPENDICULAR TO THE CURB OR DRIVEWAYS WITH SIGNAL, YIELD OR STOP CONTROL. DETECTABLE WARNING SURFACES SHALL NOT BE THE DRIVEWAY. SIDEWALK RAMPS SHALL HAVE THE LEAST RUNNING SLOPE POSSIBLE,WITH A 5. UNLESS OTHERWISE DIRECTED BY THE ENGINEER, CONTRACTOR TO PROVIDE A 2 x2 SQUARE BOX OUT HIGHWAY GRADE. EDGE OF PAVEMENT. PROVIDED AT CROSSINGS OF UNCONTROLLED DRIVEWAY APRONS. MAXIMUM DESIGN AND LAYOUT SLOPE OF 7.57. THE RUNNING SLOPE FOR WORK ACCEPTANCE + 4. TO CHECK FIELD LAYOUT AND TO VERIFY WORK ACCEPTANCE, ALL MEASUREMENTS SHALL BE MADE IN SHALL BE A MAXIMUM OF 8.32. WHERE EXISTING CONDITIONS DO NOT ALLOW THE AROUND ALL UTILITY POLES & HYDRANTS. THE 2 x2 SQUARE SHALL BE POURED INDEPENDENTLY OF THE ACCORDANCE WITH THE "NOTES ON INSPECTION METHODS OAEASUREMEN7 ON SHEET 11 OF 12. 22. WHERE THE EXISTING ROADWAY GRADE EXCEEDS THE MAXIMUM ALLOWABLE CROSS SLOPE FOR A CURB RAMP, RUNNING SLOPE.THE GRADE THAT IS PARALLEL TO THE DIRECTION OF PEDESTRIAN TRAVEL. G. THE TAPER METHOD IS GENERALLY NOT RECOMMENDED FOR DRNEWAYS WITH A DRIVEWAY OFFSET LESS CONSTRUCTION OF A SIDEWALK RAMP AT 83% OR LESS "NTNG SLOPE,THE RAMP LENGTH -3/8" AND CANNOT BE CORRECTED WITHIN THE SCOPE OF THE PROJECT, THE RAMP SHOULD BE DESIGNED AND THAN 16 FEET,UNLESS IT CAN BE FIELD VERIFIED THAT THE DRIVEWAY ENTRANCE WIDTH WILL SHALL NOT BE REQUIRED TO EXCEED 15'-1" FOR DESIGN AND LAYOUT. THE RAMP LENGTH ADJACENT SIDEWALK WITH ASPHALT IMPREGNATED EXPANSION JOINT ON ALL SIDES ABUTTING CONCRETE. 5. JOINTS BETWEEN SIDEWALKS, CURB RAMPS,TURNING SPACES AND ROADWAYS SHALL BE FLUSH AND FREE CONSTRUCTED IN ACCORDANCE WITH THE "CURB RAMP CROSS SLOPE TRANSITION" DETAIL ON SHEET 8 OF 12. STOP- OR YIELD-CONTROLLED LOCATION. AN INTERSECTION,DRIVEWAY OR PEDESTRIAN CROSSING WHERE ACCOMMODATE THE VEHICLES THAT USE THE DRIVEWAY ON A REGULAR BASIS. SHALL NOT BE REQUIRED TO EXCEED 15'-0" FOR WORK ACCEPTANCE. 6. MINIMUM SIDEWALK WIDTH AT UTILITY POLES & HYDRANTS SHALL BE 32". FROM ABRUPT VERTICAL CHANGES GREATER THAN 1/4". VERTICAL SURFACE DISCONTINUITIES BETWEEN 1/4" THE RAMP MAY NEED TO BE JUSTIFIED AS A NONSTANDARD FEATURE.SEE NOTE 3 ON THIS SHEET. VEHICULAR TRAFFIC IS CONTROLLED BY A YIELD SIGN, A STOP SIGN, OR A TRAFFIC SIGNAL THAT FLASHES RED. AND I/" SHALL BE BEVELED WITH A SLOPE NOT EEPER THAN 1:2. THE BEVEL SHALL BE APPLIED VEHICULAR TRAFFIC DOES NOT PASS THROUGH A STOP- OR YIELD-CONTROLLED LOCATION WITHOUT STOPPING OR T. TYPE 3 AND TYPE 4 DRIVEWAY ENTRANCES CAN BE USED WITHOUT CUB IF A TAPER STYLE ENTRANCE 27. WHERE DRAINAGE IS CARRIED ALONG THE CURB, CONSTRUCT THE DRIVEWAY WITH A SHORT ACROSS THE ENTIRE JOINT.SEE "VERTICAL SURFACE DISCONTINUITIES" DETAIL ON SHEET 2 OF 12. 23. RAMP SIDE OPTIONS ARE DETAILED ON SHEET 3 OF 12. WHERE A PEDESTRIAN CIRCULATION PATH CROSSES SLOWING. BETTER MATCHES THE HIGHWAY CORRIDOR AESTHETICS OR SPECIFIC SITE CONDITIONS THAN A RADIUS UPGRADE TO PREVENT RUNOFF FROM PDNDING AT THE DRIVEWAY ENTRANCE FLAT DRIVEWAY) THE CURB RAMP,FLARED SIDES SHALL BE INSTALLED WITH A MAXIMUM) SLOPE OF 9.5% FOR DESIGN AND STYLE ENTRANCE. OR RUNNING DOWN THE DRIVEWAY (DOWNHILL DRIVEWAY SLOPEL IF CONDITIONS MAKE THE 6. SIDEWALKS ARE CONNECTED TO ROADWAYS BY BLENDED TRANSITIONS OR CURB RAMPS. BLENDED LAYOUT, AND LOX MAXIMUM FOR WORK ACCEPTANCE. A PEDESTRIAN CIRCULATION PATH IS ASSUMED TO CROSS TURNING SPACE.A RELATIVELY LEVEL SPACE PROVIDED WHERE A TURNING MANUEVER IS REQUIRED FOR A ADDITION OF A SHORT UPGRADE IMPRACTICAL,USE 1" CURB REVEAL AND CONTINUE CURB TRANSITIONS ARE CONNECTIONS BETWEEN THE SIDEWALK LEVEL AND THE ROADWAY LEVEL THAT HAVE A THE CURB RAMP WHEN AREA ADJACENT TO THE RAMP IS PAVED AND FREE OF VERTICAL OBSTRUCTIONS THAT PEDESTRIAN TO ORIENT TO A CURB RAMP OR STREET CROSSING. B. UP TO 10" OF HMA MAY BE REQUIRED FOR HEAVY TRUCKS PER CONTRACT DOCUMENTS. ACROSS THE DRIVEWAY OPENING. TYPICALLY,CURB REVEAL WILL NOT BE CONSTRUCTED IN MAXIMUM GRADE tRUNNING SLOPE) OF 5%.CONNECTIONS WITH A MAXIMUM GRADE (RUNNING SLOPE) GREATER WOULD PREVENT PEDESTRIAN PASSAGE. THERE IS NO MAXIMUM( FLARE SLOPE FOR A RAMP THAT IS NOT RURAL AREAS. IF CURB REVEAL IS SPECIFIED FOR A SPECIFIC DRIVEWAY, IT WILL BE THAN 5X ARE CONSIDERED CURB RAMPS. CROSSED BY A PEDESTRIAN CIRCULATION PATH. 9. UP TO 9" OF PCC MAY BE REQUIRED FOR HEAVY TRUCKS PER CONTRACT DOCUMENTS. NOTED IN THE DRIVEWAY TABLE OF THE CONTRACT PLANS IN THE 'COMMENTS'COLUIBN. T. CURB RAMPS AND BLENDED TRANSITIONS MAY REQUIRE THE INSTALLATION OF DETECTABLE WARNINGS. SEE 24. THE BACK SIDE OF A PARALLEL RAMP SHOULD BE GRADED TO A MAXIMUM SLOPE OF 25X TO MATCH EXISTING 10. UP TO 12" OF SUBBASE MAY BE REQUIRED FOR HEAVY TRUCKS PER CONTRACT DOCUMENTS. VARIES ADDITIONAL "DETECTABLE WARNING NOTES" ON THIS SHEET, AND THE DETAILS ON SHEET 2 OF 12 FOR TERRAIN, LESS OTHERWISE SHOWN IN THE CONTRACT DOCUMENTS. WHERE GRADING IS NOT FEASIBLE DUE DEFINITION OF TERMS: (608-03) il. THE DETAILS SHOW THE PAVEMENT LENGTH (PL") EXTENDING TO THE MINIMUM PAYING LIMIT PAIL"). ENTRANCE TYPE: ", 4,000 PSI, AIR ENTRAINED DIMENSIONS AND ORIENTATION. TO LIMITED ROW OR PHYSICAL CONSTRAINTS,A BACK CURB MAY BE INSTALLED. SEE DETAILS ON SHEET 3 OF DRIVEWAY - EVERY ENTRANCE OR EXIT USED BY VEHICULAR TRAFFIC TO AND FROM LANDS OR HOWEVER,THE "PL" CAN EXTEND BEYOND THE "MPL" AS SPECIFIED IN THE CONTRACT DOCUMENTS 12 AND SHEET 9 OF 12. 28. THE ENGINEER MAY INTERCHANGE TYPE 1,TYPE 3 AND TYPE 4 RESIDENTIAL DRIVEWAYS TO 4"X4" W4.OxW4.0 CONCRETE. PROVIDE BROOM 8. GRADE BREAKS WITHIN THE PEDESTRIAN ACCESS ROUTE SHOULD BE PERPENDICULAR TO THE DIRECTION OF BUILDINGS ABUTTING A HIGHWAY. 12. A DRIVEWAY TIP-UP SECTION SHOULD EXTEND TO A LOGICAL TERMTNI (EXAMPLE: SIDEWALK EDGE, WHERE BETTER MATCH THE EXISTING ENTRANCE TYPES ALONG THE HIGHWAY CORRIDOR WHILE WELDED WIRE MESH FINISH OR OTHER APPROVED TRAVEL AND SHALL NOT BE ROUNDED, VERTICAL ALIGNMENT SHALL BE GENERALLY PLANAR. 25. THE DEPARTMENT'S PREFERENCE IS TO INSTALL TWO SEPARATE CURB RAMS AT A STREET CORNER THAT CONSIDERING AVAILABLE SPACE. CONSTRLICTABILITY.SAFETY, AND FUNCTIONALITY. RESIDENTIAL DRIVEWAY - A DRIVEWAY SERVING FOUR OR FEWER PRIVATE HOMES OR AN THE DRIVEWAY GRADE MATCHES EXISTING GROUND, OR LAYOUT POINT). FOR REFERENCE, A REASONABLE TEXTURE. SERVES TWO SEPARATE PEDESTRIAN CROSSINGS, WITH EACH RAMP ALIGNED TO THE CROSSING THAT 1T THE DRIVEWAY TYPE SHALL COMPLY WITH TABLE 4 - 'DRIVEWAY ENTRANCE TYPE SELECTION' TOP 1 3 OF SLAB 9. MATERIAL DEPTHS SHOWN ON THESE SHEETS ARE TYPICAL MINIMUM VALUES AND MAY BE DIFFERENT IN SERVES.WHERE EXISTING PHYSICAL CONSTRAINTS PREVENT SEPARATE RAMPS, A SINGLE CURB RAMP (I.E.A APARTMENT BUILDING FOR FOUR OR FEWER FAMILY UNITS. LENGTH FOR TAPERING THE E TIPU SECTION BACK TO THE ED(E OF DRIVEWAY IS 3 IN 4 DTMES THE ON SHEET 2. / THE CONTRACT DOCUMENTS. DIAGONAL CURB RAMP) IS PERMITTED TD SERVE BOTH PEDESTRIAN CROSSINGS. LENGTH OF CURB DROP. THE TIP UP SECTION IS NOT PART OF THE DRIVEWAY OPENING WIDTH. REFER TO 5" CONCRETE FOR SIDEWALK COMMERCIAL DRIVEWAY - A DRIVEWAY SERVING A COMMERCIAL ESTABLISHMENT, INDUSTRY, NYSDOT STANDARD SHEET 609-02 MISCELLANEOUS CURB DETAILS FOR THE CURB TRANSITION. 29. FOR DRIVEWAYS WITH VARYING WIDTHS AND/OR CURVED ALIGNMENTS, DETERMINE THE 10. SIDEWALK GRADE (RUNNING SLOPE) SHALL NOT EXCEED 4S% FOR DESIGN AND LAYOUT OR 5%FOR WORK TURNING SPACE AND CLEAR SPACE NOTES: GOVERNMENTAL OR EDUCATIONAL INSTITUTION, PRIVATE UTILITY, HOSPITAL. CHURCH, DRIVEWAY WIDTH AND CORNER ANGLE 20'-O" FROM THE EDGE OF TRAVEL LANE. 8" CONCRETE FOR APRON ACCEPTANCE. EXCEPT WHEN MATCHING INTO EXISTING SIDEWALK OR WHEN THE ADJACENT HIGHWAY GRADE APARTMENT BUILDING, OR OTHER COMPARABLE TRAFFIC GENERATOR. 13. TO DETERMINE. THE LIMITS OF SHOULDER RECONSTRUCTION,REFER TO THE DRIVEWAY OPENING TABLES ON SITE DEVELOPMENT PLAN SHEET 4 FOR NO SHOULDER (O' OFFSET). MIN 2% MAX PREPARED FOR: IS STEEPER THAN 5% WHEN THE ADJACENT HIGHWAY GRADE IS GREATER THAN 57„ THE SIDEWALK GRADE 26. WHERE A CHANGE IN DIRECTION IS REQUIRED TO UTILIZE A CURB RAMP,A TURNING SPACE SHALL BE MAJOR COMMERCIAL DRIVEWAY - ANY COMMERCIAL DRIVEWAY WHERE THE ACTUAL OR 30. FORA ONE-WAY DRIVEWAY ENTRANCE OR EXIT, THE DRIVEWAY THE $HAR WIDENING IS ONLY SLOPE 1% 1-1 2" SHALL NOT EXCEED THE HIGHWAY GRADE. PROVIDED AT THE BASE OR THE TOP OF CURB RAMP, AS APPLICABLE. TURNING SPACES SHALL BE PERMITTED NECESSARY ON ONE SIDE OF THE DRIVEWAY TO ACCOMMODATE THE SHARPER TURNING / TO OVERLAP CLEAR SPACES. ANTICIPATED TRAFFIC VOLUME ON A TYPICAL DAY IS DEFINED BY THE DRIVEWAY POLICY AS 14. FOR PCC SHOULDERS,SEE STANDARD SHEET 502-02 FOR LONGITUDINAL JOINT TIE DETAILS. MOVEMENT. ONE-WAY DRIVEWAYS WILL BE IDENTIFIED ON THE DRIVEWAY TABLE OF THE 11. THE CROSS SLOPE OF PEDESTRIAN ACCESS ROUTES SHALL BE 1.5% MAXIMUM FOR DESIGN AND LAYOUT AND DEFINED IN THE HIGHWAY DESIGN MANUAL (HDM) CHAPTER 5 APPENDIX 5A. CONTRACT PLANS UNDER 'COMMENTS'.FOR CLIRBED HIGHWAYS, A SMALL CORNER CUB ONCRFTE WALK..: 15. DIMENSIONS AND ANGLES MAY BE INTERPOLATED FOR VALUES OTHER THAN THOSE SHOWN IN THE TABLES. 1) - 2%MAXIMUM FOR WORK ACCEPTANCE.THE FOLLOWING EXCEPTIONS ARE ALLOWED: 27. WHERE THERE ARE NO VERTICAL CONSTRAINTS AT THE BACK OF SIDEWALK, (E.G., VERTICAL CURBS,BUILDINGS, MINOR COMMERCIAL DRIVEWAY - ANY COMMERCIAL DRIVEWAY WHERE THE ACTUAL OR RADIUS C 2' (OR 'IM BILLNOSH CURB ALONG LOW SPEED HIGHWAYS) SHALL BE , '- � FISHERS ISLAND, FENCES)THE TURNING SPACE DIMENSIONS SHALL BE 4'-0" x 4-0 MINIMUM. WHERE THE TURNING SPACE IS ANTICIPATE( TRAFFIC VOLUMES ON A TYPICAL DAY ARE LESS THAN THE VALUES STIPULATE( 16. THE SHOULDER PAVEMENT THICKNESSES SHOWN ARE DEfAILT \'ALOES UNLESS OTHERWISE SHOWN 1N THE CONSTRUCTED TO ELIMINATE A SHARP CORNER BEND IN THE CURB LINE (WHICH IS SAFER FOR E $ SUBBASE A. WHERE PEDESTRIAN STREET CROSSINGS ARE PROVIDED AT INTERSECTIONS WITHOUT YIELD- OR CONSTRAINED AT THE BACK OF SIDEWALK, THE TURNING SPACE SHALL BE 44 X 5'- MINIMUM. THE 5'-0" FOR A MAJOR COMMERCIAL DRIVEWAY. PLANS. MATERIALS SHALL HI A5 SPECIFIED IN THE CONTRACT DOCUMENTS. SNOWPLOW OPERATIONS), l - TOWN OF SOUTHOLD STOP-CONTROL, OR WHERE THERE IS ANY TRAFFIC SIGNAL WITHOUT A FLASHING RED, THE CROSS DIMENSION SHALL BE IN THE DIRECTION OF THE RAMP RUN SLOPE OF A PEDESTRIAN ACCESS ROUTE CONTAINED WITHIN A STREET CROSSING SHALL BE 4.5Y. 8" IN DEPTH AFTER FIELD ENTRANCE - A DRIVEWAY SERVING A FARMYARD,CULTIVATED OR UNCULTIVATED FIELD, MAXIMUM FOR DESIGN AND LAYOUT, AND 5% MAXIMtWA FOR WORK ACCEPTANCE. 28. TURNING SPACES SHALL NOT BE DESIGNED WITH A SLOPE GREATER THAN 15% IN ANY DIRECTION, WHILE TIMBERLAND,OR UNDEVELOPED LAND NOT USED FOR INDUSTRIAL,COMMERCIAL, OR WIDTH /LENGTH: MATERIAIe COMPACTION PLACED PROVIDING POSITIVE DRAINAGE. THE MAXIMUM SLOPE FOR WORK ACCEPTANCE 1S 2.0%, CRESCENT AVENUE FROM B. WHERE MIDBLDCK PEDESTRIAN STREET CROSSINGS ARE PROVIDED, THE CROSS SLOPE OF A RESIDENTIAL PURPOSES. 31. FOR DRIVEWAY MATERIAL REQUIREMENTS,USE TABLE 3 -'DRIVEWAY MATERIALS AND THICKNESS' IN TWO COURSES 17. WHERE THERE ARE CONSTRAINTS THAT PREVENT THE CONSTRUCTION OF THE DRIVEWAY OPENING USING PEDESTRIAN ACCESS ROUTE CONTAINED WITHIN A MIDBLOCK STREET CROSSING SHALL BE PERMITTED 29. BELOW THE BOTTOM GRADE BREAK OF A CURB RAMP, A CLEAR SPACE OF 4'-0" x 4'-0" MINIMUM SHALL BE URBAN / RURAL -THE AREA CHARACTER BASED ON NYSDOT HIGHWAY DESIGN MANUAL EITHER OF THE LAYOUT METHODS, THE ENGINEER MAY SFECIFY A SMALL CORNER CURB RADIUS OF 2' (OR A ON SHEET 2. A N U E TO TO EQUAL THE STREET OR HIGHWAY GRADE. PROVIDED WITHIN THE WIDTH OF THE PEDESTRIAN CROSSWALK, AND OUTSIDE THE PARALLEL VEHICLE TRAVEL CHAPTER 2.SECTION 2.4. "1/2 BULL NOSE" CURB ALONG LOW SPEED HIGHWAYS), PROVIDED THE DRIVEWAY OPENING MEETS THE ■ LANE.THE CLEAR SPACE MAY OVERLAP TURNING SPACES, DETECTABLE WARNING SURFACES, AND DROP CURBS. REQUIREMENTS OF THE "DRIVEWAY OPENING" TABLES ON SHEET 4. 32. FOR FIELD ENTRANCES. THE MATERIAL WITHIN THE PAVEMENT LENGTH rPL ) CAN CONSIST ORIENTAL AVENUE 12. THE MINIMUM CLEAR WIDTH FOR PEDESTRIAN ACCESS ROUTES IS 4'-0",EXCLUSIVE OF THE CURB. THE DRIVEWAY OFFSET - THE DISTANCE IN fEET MEASURED FROM THE INSIDE EDGE OF THE OF GRAVEL OR STONE AND BE CONNECTED TO THE EDGE OF THE HIGHWAY TYPICAL CROSS SECTION DEPARTMENT'S PREFERRED CLEAR WIDTH IS 5'-O". WHEN WALKWAY WIDTHS ARE LESS THAN 5'-0", 5'-0" x DETECTABLE WARNING NOTES: OUTERMOST TRAVEL LANE,OR TURNING LANE, TO THE HIGHWAY EDGE OF PAVEMENT. THE 18. FOR RESIDENTIAL DRIVEWAYS,THE MINIMUM PAVING LIMIT SHALL BE 10'FROM THE OUTSIDE EDGE OF SHOULDER WITHOUT REMOVING ANY OF THE EXISTING SHOULDER MATERIAL. 5'-O" PASSING SPACES (SHOWN IN DETAIL A OR 8 ON THIS SHEET),OR A FEATURE OF EQUAL OR GREATER DISTANCE IS EQUAL TO THE WIDTH OF THE OUTERMOST LANE AND THE WIDTH OF THE PAVED TRAVEL LANE OR 2'BEHIND ANY SIDEWALK, IF PRESENT, WHICHEVER IS GREATER. FOR MINOR COMMERCIAL 4,000 PSI, AIR ENTRAINED DIMENSIONS THAT MEETS THE SLOPE AND SURFACE CRITERIA, SHALL BE PROVIDED AT A MAXIMUM 30. DETECTABLE WARNING SURFACES (DWS)SHALL BE PROVIDED AT THE FOLLOWING LOCATIONS ON PEDESTRIAN SHOULDER,OR CURB OFFSET. DRIVEWAYS, THE MINIMUM PAVING LIMIT SHALL BE 30' FROM THE OUTSIDE EDGE OF TRAVEL LANE,OR 2' INTERVAL OF 200'.EXISTING DRIVEWAYS AND STREET CROSSINGS MAY SERVE AS PASSING SPACES. ACCESS ROUTES: BEHIND ANY SIDEWALK,IF PRESENT,OR EXTEND TO THE RIGHT-OF-WAY LINE,WHICHEVER IS GREATER. THE CONCRETE. PROVIDE BROOM PROVIDED THEY MEET SLOPE AND SURFACE REQUIREMENTS FOR A PEDESTRIAN ACCESS ROUTE. HIGHWAY EDGE OF PAVEMENT -THE OUTSIDE EDGE OF THE PAVED HIGHWAY SURFACE. PAVING LIMIT MAY EXTEND BEYOND THE MINIMUM PAVING LIMIT FOR NEW DRIVEWAYS AND TO TRANSITION TO FINISH OR OTHER APPROVED A. CURB RAMPS AND BLENDED TRANSITIONS AT PEDESTRIAN STREET CROSSINGS. EXISTING PAVED DRIVEWAYS. THE PAVING LIMIT WILL BE NOTED IN THE DRIVEWAY TABLE OF THE CONTRACT 13. THE BUFFER ZONE IS A PHYSICAL DISTANCE SEPARATING THE PEDESTRIAN ACCESS ROUTE FROM THE SHOULDER WIDTH - THE WIDTH IN FEET OF PAVED SHOULDER INCLUDING A PARKING LANE, PLANS. TEXTURE. VEHICLE TRAVELED WAY.THE BUFFER ZONE MAY BE PLANTED DR PAVED. WHERE THE BUFFER ZONE WIDTH, B. PEDESTRIAN REFUGE ISLANDS (WHERE THE LENGTH OF THE PEDESTRIAN ACCESS ROUTE ACROSS THE BIKE LANE,CURB OFFSET,OR OTHER PAVED AREA OUTSIDE OF THE TRAVEL LANE. SEE NOTE 24 4"x4" W4.OxW4.0 WELDED WIRE EXCLUSIVE OF CURB, 1S LESS THAN 3'-0, THE SURFACE SHOULD BE PAVED OR CONSTRUCTED WITH REFUGE ISLAND IS GREATER THAN OR EQUAL TO 6'). 19. FOR GRADING AND CONSTRUCTION REQUIREMENTS OF TRANSITIONS FROM PLACED HMA TO EXISTING HMA VARIES HARDSCAPE MATERIALS. MINIM PAVING LIMIT(MPL)- THE MINIMUM DISTANCE IN FEET MEASURED ALONG THE DRIVEWAYS, REFER TO DETAIL 9 -"TIE-IN TO EXISTING DRIVEWAYS" ON SHEET 9, AND TABLE 3 - MESH TOP 113 OF SLAB C. PEDESTRIAN AT-GRADE RAIL CROSSINGS NOT LOCATED WITHIN A STREET OR HIGHWAY. CENTERLINE OF A DRIVEWAY FROM THE OUTSIDE EDGE OF THE OUTERMOST TRAVEL LANE THAT "DRIVEWAY MATERIALS AND THICKNESS" ON SHEET 2. SHOULDER SEE TABLE 3 ON SHEET 2 ( / ) SLOPE 1% MIN 2% MAX 14. THE MAXIMUM RECOMMENDED CROSS SLOPE OF A TURF BUFFER ZONE OR SLOPE TRANSITION BEHIND A DRIVEWAY MUST BE PAVED (INCLUDES THE SHOULDER WIDTH), FUR DRIVEWAY MATERIALS AND THICKNESS MONOLITHIC CONCRETE CURBING SIDEWALK IS 25% BUFFER ZONES WITH A CROSS SLOPE GREATER THAN 25%SHOULD BE PAVED, PLANTED 31. DETECTABLE WARNING SURFACES SHALL BE PROVIDED WHERE THE PEDESTRIAN ACCESS ROUTE CROSSES 20. FOR PCC DRIVEWAYS,REFER TO THE 502 SERIES STANDARD SHEETS FOR METAL REINFORCEMENT, JOINT OR CONSTRUCTED WITH HARDSCAPE MATERIALS. DRIVEWAYS WITH SIGNAL,YIELD OR STOP CONTROL. DETECTABLE WARNING SURFACES SHALL NOT BE PROVIDED __SIDEWALK_WIDTH_ TRANSITION LENGTH 6" REVEAL (TYP) 5" CONCRETE FOR SIDEWALK AT CROSSINGS OF UNCONTROLLED DRIVEWAYS. PAVEMENT LENGTH LPL)- THE DISTANCE IN FEET MEASURED ALONG THE CENTERLINE OF A TIES,SAWING AND SEALING,ETC. +••!•.----- DRIVEWAY FROM THE HIGHWAY EDGE OF PAVEMENT TO THE END OF PROPOSED DRIVEWAY EDGE OF 4'-O" MIN. 2'-0" MIN. I" REVEAL FOR DEPRESSED CURB 8" CONCRETE FOR APRON 15. WHEN CROSSING DRIVEWAYS, THE WORK SHALL BE IN CONFORMANCE WITH STANDARD SHEET 608-03. PAVEMENT. 21. A 5'MINIMUM BUFFER ZONE SHALL BE USED UNLESS OTHERWISE SPECIFIED IN THE CONTRACT DOCUMENTS. SHOULDER -- 32. WITH THE EXCEPTION OF THE DETECTABLE WARNING SURFACE TRUNCATED DOME DETAILS ON SHEET 2 OF 12, SLOPE VARIES VARIES 1 opr 6. AT ACCESSIBLE RAMPS & APRONS 1-1/2" 16. FOR PEDESTRIAN SIGNALS AND PEDESTRIAN PUSH BUTTONS,REFER TO SHEET 12 OF 12 AND STANDARD DETECTABLE WARNING DOMES ARE NOT DEPICTED TO SCALE ON THESE SHEETS. \ r TRANSITION LENGTH ITU - THE DISTANCE IN FEET MEASIhtED ALONG THE GENTERLINE Of A VARIES (SEE - TABLE 2) (SEE SAW GUT PAVEMENT CONCRETE WALK_ T� SHEET 660 10 FOR DETAILS. DRIVEWAY BEYOND THE DRIVEWAY PAVEMENT LENGTH USED TO THE END OF PROPOSED DRIVEWAY -� 1- MAX. (SEE NOTE 25) 33. DETECTABLE WARNING FIELDS SHALL EXTEND 24" MINIMUM IN THE DIRECTION OF PEDESTRIAN TRAVEL ACROSS WORK. THE TRANSITION LENGTH (TLl IS TYPICALLY USED FOR GRADING,LAYOUT, OR _ _ _ ----� TABLE: ---- 17. WHERE EXISTING ROADWAYS ARE SAWCUT TO INSTALL CURBING AD/OR SIDEWALK, THE ROADWAY SHOULD THE FULL WIDTH OF THE CURB RAMP OR FLUSH SURFACE, EXCLUDING ANY FLARED SIDES. TRANSITION REASONS. THE TRANSITION LENGTH (TL)ONLY APPLIES TO DRIVEWAYS THAT ARE BE SAWCUT AT LEAST 2'-O FROM THE PROPOSED CURB LINE TO ALLOW FOR ADEQUATE COMPACTION OF UNPAVED. ~ - I� - ' . \' \ ,\ > - 8" SUBBASE ASPHALT. !F THE SAWCUT IS LESS THAN 2'0` FROM THE PROPOSED CURB LINE.THE ROADWAY SHALL BE 34. SOME DETECTABLE WARNING PRODUCTS REQUIRE A CONCRETE BORDER FOR PROPER INSTALLATION. IF 1 %z" MIN TOP COARSE HMA (SEE NOTE 16) % / r - S Z LLLL REBUILT USING CLASS A. C.OR D CONCRETE. SEE DETAILS ON SHEET 9 OF 12. REQUIRED, THE BORDER SHALL NOT EXCEED 2". WHERE THE BACK OF THE CURB EDGE IS TOOLED TO PROVIDE 2" MIN. BINDER COURSE (SEE NOTE 16) /; \\ \/ BUFFER ZONE - A PHYSICAL DISTANCE SEPARATING THE PEDESTRIAN ACCESS ROUTE AND EXISTING DRIVEWAY / // / /' A RADIUS,THE BORDER DIMENSION SHALL BE MEASURED FROM THE INSIDE EDGE OF THE CURB RADIUS. THE VEHICLE TRAVELED WAY. THE BUFFER ZONE BUFFERS PEDESTRIANS FROM TRAFFIC AND TACK COAT tSEE NOTE 16) ,\��\ \"�� ++ PROFILE 1 \ \ \ - ,;..\.. 8 IN DEPTH AFTER BORDERS CANNOT BE INCLUDED AS PART OF THE 24" MINIMUM DIMENSION DESCRIBED IN NOTE 33. PROVIDES SPACE FOR SNOW STORAGE,UTILITIES,PLANTS, AND OTHER STREET 6" MIN. BASE COURSE (SEE NOTE 16) >�j / \ / //\- COMPACTION PLACED APPURTENANCES. THE BUFFER ZONE MAY BE PLANTED OR PAYED. 12" MIL. SUBBASE COURSE (SEE NOTE 16)- IN TWO COURSES 35. PLACEMENHERE T OFS NOT DET£CTABLETHE WARN�NGSGE OF PAVEMENT SHALL BE SUBSTITUTED FOR THE BACK OF CURB FOR SHARED-USE-PATH (SUP) - A BICYCLE AND PEDESTRIAN FACILITY,TYPICALLY WITHIN THE '` , , \ \ 7" �,\1 `\� �/ RIGHT-OF-WAY, SEPARATED FROM MOTORIZED VEHICULAR TRAFFIC BY A BUFFER ZONE OR , �'' " / \ OF N EI�/ 36, ON SLOPES OF 5%OR GREATER, THE ROWS OF DOMES SHALL BE ALIGNED TO BE PERPENDICULAR OR RADIAL BARRIER. REFER TO HIGHWAY DESIGN MANUAL CHAPTER 17 AND AASHTO GUIDE FOR THE DETAIL 10 �� �_ TO THE LOWER GRADE BREAK ON THE RAMP RUN. WHERE DOMES ARE ARRAYED RADIALLY, THEY MAY DIFFER IN DEVELOPMENT OF BICYCLE FACILITIES FOR GUIDANCE ON BUFFER ZONE WIDTH AND SHOULDER AND DRIVEWAY RECONSTRUCTION MONOLITHIC CURB CROSS SECTION �P �R M- P',� 0 5'-0" MIN 5'O 5'-0" MIN DIAMETER AND CENTER-TO-CENTER SPACING WITHIN THE RANGES SPECIFIED ON SHEET 2 OF 12.DOME SEPARATION OF SHARED USE PATHS FROM ROADWAYS. PROFILE FOR HOT MIX ASPHALT QtMA) SHOULDER Gj F ALIGNMENT THAT IS PERPENDICULAR OR RADIAL TO THE LOWER GRADE BREAK IS NOT REQUIRED ON SLOPES k 4z .k * "� OF LESS THAN 5% SIDEWALK -A SMOOTH, STABLE AND SLIP RESISTANT EXTERIOR PATHWAY INTENDED FOR EXPANSION JOINTS '`PEDESTRIAN USE ALONG A VEHICULAR WAY SEPARATED WITH A CURB OFFSET. 37. THE DETECTABLE WARNING FIELD SHALL BE THE COLOR SPECIFIED 1N THE CONTRACT DOCUMENTS OR MEET SPACED APPROXIMATELY 15' n a 4 (f �E(,r � THE REQUIREMENTS OF THE STANDARD SPECIFICATIONS.DETECTABLE WARNING SURFACES SHALL CONTRAST HMA -HOT MIX ASPHALT - 11 VISUALLY WITH ADJACENT GUTTER,STREET OR HIGHWAY, OR PEDESTRIAN ACCESS ROUTE SURFACE,EITHER W/ DUMMY JOINT EVERY 5' TIT �.� $ LIGHT-ON-DARK OR DARK-ON-LIGHT. PCC -PORTLAND CEMENT CONCRETE DIVIDED INTO RECTANGLES AS REQUIRED ,C--" . 11 BUFFER ZONE P-SIDEWALKS WID ROUTE/ SLOPE TRANSITION 4"x4" W4.OxW4.0 WELDED WIRE ���° �995�1 v 4I I WIDTH VARIES 4'-0" MIN. MATERIAL AND MESH (TOP 1/3 OF SLAB) gO�ESS�®�� T} -7 I (SEE NOTE 13) WIDTH VARIES _ SEE NOTE 24 5" CONCRETE FOR SIDEWALK " 6" (TYP.) r--TIE INTO EXISTING GROIN DETAIL "A" 25Y. MAX. i 6 (TYPJ 8" CONCRETE FOR APRON ACCESSIBLE PASSING SPACE TRANSITION (SEE NOTE 24) ! BUFFER SIDEWALK WIDTH TRANSITION LENGTH IT IS A VIOLATION OF LAW FOR ANY PERSON,UNLESS THEY ARE 5'-0" MIN./ 10'-O" MAX.-� I � - , - � AC71NG UNDER THE DIRECTION OF A LICENSED PROFESSIONAL ONE SIDE TAPERS _ SIDEWALK TRANSITION EDGE OF 1.5%MAX.. qpc-1MRJIE5 ~' -- -- (SEE NOTE 21) 4'-O" MIN 2-V MIN. C ENGINEER,ARCHITECT,LANDSCAPE ARCHITECT OR LAND 11 %`�41p� _, \ /SIDE( - �4 FOR RA TSIDE OPTIONS ROADWAY ��141 - - 5 -- '"J 3 4�' '.t> Q- SURVEYOR TO ALTER AN ITEM IN ANY WAY.IF AN ITEM BEARING THE to - 5'-0" MIN 5'-0" 5'-0" MIN / S,tO�I NYp/ -- --_ "S,�4E4 f (SEE___ SLOt+E S '_> sTAMENGIEER,,AARRCHITECSED T APE IS ALTERED,THE LNDALTERING c 8" SUBBA E VpR1E5_ j: SURVEYOR SHALL STAMP THE DOCUMENT AND KLiDE THE �- '" (SEE TABLE S � \ , , /\�� \j�/\;%/�% �/ NOTAt10N'ALTERED BY FOLLOWED BY THEIR 9GNA7URE, THE 1 6 MIN. SUBBASE,WHERE EDGE OF SHOIA DER r •� \ - �./:------- I / f-RAMP, mm-�_.�._.-�. REQUIRED LSEE NOTE 9) SHEET 21 ,,\//'/i:,•,�,., ',,;/\//:/� •/� /i' , � DATE OF SUCH ALTERATION,AND A SPECIFIC DESCRIPTION l !')•.= - SAW CUT � . ..�\ • .\ , . \\/. , of THE ALTERATION. r - Sy 1.. r: :; ` "`., :. y 4} i iic� : 1. / 1.5X MAX.Cfl05S SLOPE _ � 1S% MAX. �4" CONCRETE SIDEWALK SAW CU _-- „_ _ � (SEE NOTE 25) 4 b RAMP .. .i `. :, .. - +' - .� ri : _ _ r _ 1. \' SURFACE TYPE (6" AT DRIVEWAYS) (SEE NOTE 25> - _ - p r ` w �`--RAMP -� - = 4'= Iliµ ~-� (SEE NOTE 13) -6" SUBBASE /„ - � '_ i -6" MIN. 51188ASE,WHERE EXISTING DRIVEWAY PROFILE-2 LONGITUDINAL SECTION .� REQUIRED(SEE NOTE 9) SLOPE VARIES - __, ; , (SEE TABLE 2 H ON SHEET ) ,f 2 - _ / CONCRETE SIDEWALK -I 1 r--tot - DETAIL 6 DETAIL "B" °"� � !" 'er - " =- .. /�>j TRANSITION SIDEWALK SEGMENT END DRIVEWAY RECONSTRUCTION PROFILE NOT TO SCALE ACCESSIBLE PASSING SPACE TRANSITION \; :" `. \ - .\ ' `- " / TO MATCH t5X MAX CURB RAMP CROSS SLOPE FOR NEW SIDEWALK CONSTRUCTION ACROSS EXISTING DRIVEWAY BOTH SIDES TAPER (` Exts7lxG ��'_ IN FILL SECTION WITHOUT CLOSED DRAINAGE ''" s�EWaLK "'� TYPICAL SIDEWALK CROSS SECTION NO CURB WITH BUFFER ZONE IN A CUT SECTION (xR0S5 < -BUFFER ZONE RAMP BACK OPTION A: GRADED EARTH AND TURF _ i ,' �`-.' TRANSITION SIDEWALK SEGMENT END TO -__ .\. .•. MATCH EXISTING SIDEWALK CROSS SLOPE AND WIDTH CURB(TYPE VARIES)---I (SEE NYSDDT 609 SERIES PED.ACCESS ROUTE/ �. -P�p��," " \�EX]STING TRANSVERSE JOINT STANDARD SHEETS) ; SIDEWALK WIDTH SLOPE TRANSITION �.11't�pls ' '• 1 4'-0" MIN MATERIAL AND SEE NOTE 24 4` S • . : I " WIDTH VARIES __ -. � "-4'. , - TRANSITION BETWEEN CURB RAMP AND EXISTING SIDEWALK : . USE FOR CROSS SLOPE AND WIDTH TRANSITIONS --TIE INTO BUFFER 1DEWALK WIDTH TRANSITION LENGTH . "� - a,o r U _ S EXISTING GROUND (SEE NOTE 21) 4'-0" MIN. 21-0" MIN L i 4( � ,'`�p� I �1.5Y. MAX. NpRIES -- BUFFER LONE ;�.11 R r"`� S�OcOI 0 __ .. _ - _ ,' r`°.'..._ ."-- WE VARIES . _. . - - IFS SEE TIDE 1.5%MAX. _ r. 1,s t _ �� CURB/EDGE OF SHOULDER W SHEJ21 .- - ` RAMP ------ C '•qly� � - �-_- - -SAW CUT - __._ gOSS�q I a. AV < i -. � ` ` - (SEE NOTE 25) � .. ; : '. " ` L 6" SIDBASE `-6" MIN SUBBASE,WHERE SAW CUT RAMP J` REQUIRED 6EE NOTE 9) (SEE NOTE 25) `'-EXISTING DRIVEWAY SLOPE VARIES 6" L-4" CONCRETE SIDEWALK PROFILE (SEE TABLE 2 "III'"`'" " " .I "I SEE PAVEMENT- (6" AT DRIVEWAYS) ON SHEET 2) y�2�: •"• �` RECONSTRUCTION OPTIONS VARIES DETAIL 5 r`EI,eN`e icge' ;Mjg ax:s:s;:,.. A AND B ON THI�SNIFFY SEE DETECTABLE WARNING- .f M%N",- °.::::OFT--" :. DRIVEWAY RECONSTRUCTION PROFILE RAMP SIDE OPTION B: GRADED EARTH ''"="xfl"z- ...: FOR NEW SIDEWALK CONSTRUCTION ACROSS EXISTING DRIVEWAY PLACEMENT DETAILS ON SHEET 2 OF 12 << ^-,w` (SEE N07ES 30-37) 11� 1 TYPICAL SIDEWALK CROSS SECTION CURBED WITHOUT BUFFER ZONE IN CUT SECTION OR WITH CURB AND CLOSED DRAINAGE CLEAR SPACE- `�� �POSS�gE� ,` (SEE NOTE 29) ` A 1�1`�I ��.� � TIP IA°SECTION (TYP.) �.,,\` B i I,�r.. MAX. SLOPE 25% -► I ` 2 0" MIN. PROPOSED CURB ., 41N ~ (SEE NOTE 12) #1oso I- p No. Submittal/Revision App'd. By Date _1 - __ 60 SAW CUT EXISTING ASPHALT / ' k :97,N •_-- I OR CONCRETE DRIVEWAYS A�. Ir -_.-_ FULL DEPTH SAWCUT 2•:- - Ve (� lo�+M�pp/4 `� CURB AMP CONFIGURATION: TYPE 2 ---- - +J TRUNCATED DOME DIMENSIONS %' ��1Y:J1 EXISTING PAVEMENT-- MATCH S b!p � AFFER ZONE-- , / }� o /• gl. ,r - - EXISTING . LAYOUT POINT !,Sl�d d i` \� - .`:, :m. - -- \� � I_ \ 1%z" E HMA --� (rq./A : I:. ' _ A DIM. MIN. (IN) MAX.ON) .- TOP COURSE I ; � .. 1. ; ; : : . - 17 4" . " ROADWAY CROSS SLOPE 2 -3" LIFTS BASE COURSE HMA MIN. �, - __ _ dry 14a Gt r r A B ( A 1.6" 2.4" /� ' .... B OLDS" 1.5" / FDA p, , rt / %%,... + { 1 C 50Y. - 65Y.OF D DIM. 2 C R Sy MP MAX.) ; MATCH EXISTING PAVEMENT THICKNESS �Oq! �SqF�- " 6EE NOTE 22) �����g1 '� TAF�r� 1. \c!4=°0>Uu D 0.9" �.1.4"J / 12" SUBBASE COURSE �WgyFD , S�.\ �p�SO !""F _ TUNING SPACE, � ,_ . - .. I ,�( -DRJP CURB ,�, ? ,L6\ 0 o G� 1.5%MAX.SLOPE ,--`_ /___`_` '" R 0 - - f Cg0S (SEE NOTES 26,27 &28) SEE NOTE 21 AND 22 -�,_,, E CLEAR SPACE 4'-0"- �6 � \S�F ao OFF• +`11 �f s°/ S FOR CROSS SLOPE REQUIREMENTS 41 � C O �! !g +d yE� C] �qE BUFFER ZONET LAN 4 shNOIF Y""'.0 0` cep -_-_ COUNTER SLOPE CONDITION i !! 6 I- RAMP , - �- -- - SID o dA z /" < .: 1- - - -- ____ A = c2 - c1 PAVEMENT RECONSTRUCTION OPTION A: HOT MIX ASPHALT LAYOl1T POINT \\ 9• FA`q CORNER ANGLE IN �ct1 }+ 0'2 ALGEBRAIC DIFFERENCE BETWEEN ROADWAY CROSS SLOPE SEE NOTE IT .•Sy (jj�� \"�-1� 00 0,� v f 7S% Ax OF RIPEST t - - AND CURB RAMP GRADE 1S LESS THAN 12.5X. \ 1. ,-,-,,-0 D 'ram 1 Z. �y 1I a� SEESHEET3� 12 _ _ ---_`-_- t• �-�► S `�I, 0°/4� O��p � �� p wd RAMP SIDE OPTION D: UNCURBED INTERSECTION FOR RAMP SIDE OPTIONS --- _ _ __---__\' SECTION E-0 l�jOF ,®o Q�LF 4 ROADWAY GRADEN \ ] _ .6 f BOG o BUFFER ZONE DETECTABLE WARNING SURFACE IDWS) TRUNCATED DOME DETAILS \, - .. I", ' /� ° CONSTRUCTION v1 GRADE BREAK TO BACK OF CURB 1�,. LnI LESS THAN 5'-0" CURB RAMP CROSS SLOPE TRANSITION GI \ G2 PROPOSED CURB TYPE 3 DRIVEWAY ENTRANCE ���r�-_ DETAILS r1) 24" MIN. IN DIRECTION OF TRAVEL, ClRB RAMP ROADWAY CR055 SLOPE VARIES Qp`� FOR RESIDENTIAL OR COMMERCIAL DRIVEWAYS IN URBAN AREAS � (SEE NOTE 33) \ MIX MAXJ�E OGF OF F �p� WITH POSTED SPEEDS OF 45 MPH OR LESS 0 1 " FULL DEPTH SAWCUT-- y t � TAPER METHOD WITH SIDEWALK AWAY FROM CURB OR NO SIDEWALK � i CURB (TYP.) /4 MAX. �p0pp to NOTE: SEE TAPER METHOD OF LAYOUT NOTES ON SHEET 3 o ;.'. .,,= DROP Cute EXISTING PAVEMENT- MATCH ' p�FO p� �10 .....",. I a�:•::;"a - +p� �� �� Designed B Drawn B Checked B 24" MIN.TRANSITION STRIP(MAX..GRADE 4SX1 EXISTING � t� aa., s,. ---....--- __...._� - 9 Y Y Y • ".,.. _ - PMP ZBC CB/RHS ..., RAW SLOPE ••� .... /, 1%p" TOP COURSE HMA O W_.....____... er.,,r„ems. I. ... .. -. ._. .. r CLEAR SPACE 4'-O" I- -:°`"...• i 6" MIN. PCC OR MATCH I ° ^e`" COUNTER SLOPE ONDIT1oN 2 EXISTING PAVEMENT THICKNESS NYSDOT STANDARD SHEETS INCLUDED BY REFERENCE: Issue Date: Project No: Scale: o "113:" DROP CURB VERTICAL SURFACE DISCONTINUITIES A = IO2 - GI 1 12" SUBBASE COURSE-' NEW YORK STATE DEPARTMENT OF TRANSPORTATION STANDARD SHEETS 608-01 (PEDESTRIAN 04/20/2021 064375 AS NOTED = SEE NOTE 5 ON SHEET 1 OF 12 ALGEBRAIC DIFFERENCE GRADE BETWEEN ROADWAY SLOPE FACILITIES SHEETS 1 THROUGH 12) & 608-03 (RESIDENTIAL AND MINOR COMMERCIAL t AND CURB RAMP GRADE IS GREATER THAN 4.5%) I=- GRADE BREAK AT BOTTOM OF RAMP --DETECTABLE WARNING StktFACE LOCATED TRANSITION STRIP REQUIRED WAX.GRADE 4SX1 DRIVEWAYS SHEETS 1 THROUGH 9 ARE HEREBY INCLUDED IN THEIR ENTIRETY BY REFERENCE. 0 ABOVE LOWER GRADE BREAK ) DrawingNo.: O (SEE NOTES 34 AND 36) I " _I " /, /: MAX. Ir � RELEVANT EXCERPTS FROM THESE SHEETS HAVE BEEN INCLUDED HEREON FOR CONVENIENCE; i �j-- PAVEMENT RECONSTRUCTION OPTION B: PORTLAND CEMENT CONCRETE HOWEVER, THE CONTRACTOR SHALL BE RESPONSIBLE FOR ADHERING TO ALL REQUIREMENTS j � % SEE NOTE 17 ' COUNTER SLOPE coNDmcNs INDICATED WITHIN THE STANDARD SHEETS EVEN IF NOT DEPICTED HEREON. STANDARD SHEET 4 0 F 4 DETECTABLE WARNING SURFACE PALCEMENT - OPTION 2 SHEETS ARE AVAILABLE FOR DOWNLOAD FROM THE NYSDOT WEBSITE (DOT.NY.GOV). b3