Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Equestrian Avenue Sidewalk Replacement
fol DENIS NONCARROW � �, Town Hall,53095 Main Road TOWN CLERK �. =� P.O.Box 1179 j Southold,New York 11971 REGISTRAR,OF VITAL STATISTICS Fax(631)765-6145 MARRIAGE OFFICER 800 RECORDS MANAGEMENT OFFICER �,� � Telephone oldto631)7nn .gov i FREEDOM OF INFORMATION OFFICER www southoldtownnygov OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING 2025 Fishers Island Equestrian Avenue Sidewalk Replacement Bid Opening 9/4/2025 @ 2:00 P.M. Four(4) bids received ame/Address/Ph.# Total Aventura Construction Corp. $853,900.00 Contact: Frank DeMeyer 1101 Waverly Ave. Holtsville,NY 11742 631-654-0660 Stasi Industries Inc. $461,740.00 Contact: Alfonso Stasi 303 Winding Rd Old Bethpage,NY 11804' 516-334-2742 Zorazzini Asphalt Inc. $515,990.00 Contact: Richard PO Box 1281 Cutchogue,NY 11935 631-34-5600 IM ttern Construction, Inc. $786,570.00 act: Eric Mattern Bushnell Hollow Road Baltic, CT 06330 860-822-8457 DENIS NONCARROW c� l/.y� Town Hall,53095 Main Road TOWN CLERK P.O.Box 1179 ti Z Southold,New York 11971 REGISTRAR OF VITAL STATISTICS & Fax(631)765-6145 MARRIAGE OFFICER O aQ� Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER 1 '�► www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD September 10, 2025 Corazzini Asphalt Inc. Richard Corazzini P.O.Box 1281 Cutchogue NY 11935 Dear Richard, At the regular Town Board meeting held on September 9th, 2025 the Town Board accepted the bid of Stasi Industries Inc to replace the Fishers Island Equestrian Avenue Sidewalk. A certified copy of the resolution is enclosed. Thank you for your bid. Verv4ruly your , Denis Noncarrow Town Clerk Encl. o�oSUFFoc,�oo DENIS NONCARROW o~� Town Hall,53095 Main Road TOWN CLERK P.O.Box 1179 ti 2 Southold,New York 11971 REGISTRAR,OF VITAL STATISTICS O Fax(631)765-6145 MARRIAGE OFFICER y � Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER �•( `1►a www.southoldtownnygov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD September 10, 2025 Aventura construction Corp. Frank DeMeyer, 1101 Waverly Ave Holtsville NY 11742 Dear Mr DeMeyer, At the regular Town Board meeting held on September 9th, 2025 the Town Board accepted the bid of Stasi Industries Inc to replace the Fishers Island Equestrian Avenue Sidewalk. A certified copy of the resolution is enclosed. Thank you for your bid. y truly y urs, Denis Noncarrow Town Clerk Encl. Q�OgUFfO(�co _ DENIS NONCARROW o~� G.y� Town Hall,53095 Main Road TOWN CLERK P.O.Box 1179 W = Southold,New York 11971 REGISTRAR.OF VITAL STATISTICS O Fax(631)765-6145 MARRIAGE OFFICER O aQ� Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER 1 '�► www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD September 10, 2025 Stasi Industries Attn: Alfonso Stasi 303 Winding Rd Old Bethpage,NY 11804 Dear Mr. Stasi: Congratulations. At the regular Town Board meeting held on September 9th, 2025,the Town Board accepted the bid of Stasi Industries to replace the Fishers Island Equestrian Avenue sidewalk. A certified copy of the resolution is enclosed. Thank you for your bid. Ver t ly yours, Denis Noncarrow Town Clerk Ens. DENTS NONCARROW TOWN CLERK Town Hall,53095 Main Road P.O. y�►�F�D�!�, Box 1179 REGISTRAR OF VITAL O� Southold,New York 11971 Fax STATISTICS MARRIAGE OFFICER (631) 765-6145 Telephone(631) RECORDS MANAGEMENT to 765-1800 OFFICER FREEDOM OF o www.soutlioldtownny.gov INFORMATION OFFICER 0 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2025-699 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON SEPTEMBER 9,2025: RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Stasi Industries in the amount of$461,740.00 for the replacement of Fishers Island Equestrian Avenue Sidewalk, $455,000.00 will be funded by H.5410.2.400.200 and the remainder to be funded b H.5410.2.400.100, subject to the approval of the Town Attorney. y ;L Denis Noncarrow Southold Town Clerk RESULT: Adopted MOVER: Councilwoman Smith SECONDER: Councilman Mealy AYES: Councilman Mealy, Councilwoman Smith, Councilwoman Doherty, Justice Evans, Councilman Doroski, Supervisor Krupski,Jr. NAYES: None Q�oS�FFoc�-�o _ DENIS NONCARROW �� G.f, Town Hall,53095 Main Road TOWN CLERK p P.O.Box 1179 y = Southold,New York 11971 REGISTRAR OF VITAL STATISTICS O •F Fax(631)765-6145 MARRIAGE OFFICER 'y�o aQ`' Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER 1 `T► www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD September 10, 2025 Mattern Construction Inc. Eric Mattern 26M Bushell Hollow Road Baltic, CT. 0633 Dear Mr. Mattern, At the regular Town Board meeting held on September 9th, 2025 the Town Board accepted the bid of Stasi Industries Inc to replace the Fishers Island Equestrian Avenue Sidewalk. A certified copy of the resolution is enclosed. Thank you for your bid. Ve fyly yo rs, W/Z--7 Denis Noncarrow Town Clerk Encl. DENIS NONCARROW o~� Gy� Town Hall,53095 Main Road TOWN CLERK P.O.Box 1179 co = Southold,New York 11971 REGISTRAR OF VITAL STATISTICS p .F Fax(631)765-6145 MARRIAGE OFFICER �y O a� Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER 1 '1► www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING 2025 Fishers Island Equestrian Avenue Sidewalk Replacement Bid Opening 9/4/2025 @ 2:00 P.M. Four (4) bids received Name/Address/Ph.# Total Aventura Construction Corp. $853,900.00 Contact: Frank DeMeyer 1101 Waverly Ave. Holtsville,NY 11742 631-654-0660 Stasi Industries Inc. $461,740.00 Contact: Alfonso Stasi 303 Winding Rd Old Bethpage,NY 11804 516-334-2742 Corazzini Asphalt Inc. $515,990.00 Contact: Richard PO Box 1281 Cutchogue,NY 11935 631-734-5600 Mattern Construction, Inc. $786,570.00 Contact: Eric Mattern 26M Bushnell Hollow Road Baltic, CT 06330 860-822-8457 D �I'i ✓�. Y��p cow — FS 3 . SD /o �'I° Town of Southold "Equestrian Avenue Sidewalk Replacement" PROPOSAL PACKAGE BID OPENS: September 4, 2025 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 I I 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. 5X Notarized Affidavit of Non-Collusion as required by NYS Law. FX A Bid Deposit in the amount of Five Percent of Bid Price as required in the Invitation to Bid. 51 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. Q Vendor Information Sheet and Address Record Form. ® Assumed Name Certification. ❑X 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 I 1 VENDOR NAME: Aventura Construction Corp VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. X PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID#: 26-0397243 OR SOCIAL SECURITY#: DATE OF ORGANIZATION: January 2001 IF APPLICABLE: DATE FILED: June 7,2007 STATE FILED: June 7,2007 If a non-publicly owned Corporation: CORPORATION NAME: Aventura Construction Corp LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) Frank DeMeyer, president, 100% LIST OFFICERS AND DIRECTORS: NAME TITLE Frank DeMeyer, President Y 0 0 a m a 0 m 0 0 a m 0 0 0 0 0 0 0 0 0 0 0 G 0 0 0 o m a a 0 0 a 0 0 0 0 0 0 0 0 0 0 a m 0 0 0 0 a a 0 a a 0 a 0 0 0 0 a a 0 0 0 0 a a o a a a 0 m 0 a 0 a 0 m If a partnership: PARTNERSHIP NAME: N/A LIST PARTNERS NAMES: Proposal Package 3 of I I ADDRESS RECORD - FORM MAIL BID TO: VENDOR NAME: Aventura Construction Corp ADDRESS: 1101 Waverly Ave. Holtsville, NY 11742 CONTACT: Frank DeMeyer TELEPHONE: 631-654-0660 FAX: 631-654-0990 E-MAIL: sales@aventuracorp.com ONLY if different- MAIL PURCHASE ORDER TO: ADDRESS: same TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different - MAIL PAYMENT TO: ADDRESS: same TELEPHONE: FAX: CONTACT: E-MAIL: ProposM Package 4 of It VENDOR NAME: Aventura Construction Corp 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 NSA 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.) - no town officer interest INSURANCE STATEMENT Bidder agrees as follows -please mark appropriate box: El 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. d t. -"�_AUTItORIZED MNATURE Froposai (Package 5 of 1 I 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. 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 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=son signing this bid., under the penalties of perjury, affirms the truth thereof. SWORN TO BEFORE ME THIS Signature&Company Position Steven Dinis, Estimator Aug.28 DAY OF 20 25 Type Name&Company Position Aventura Construction Corp Company Name NOTARY PUBLIC 08/28/2025 JOHN CHARLES MULE Date Signed NOTARY PUBLIC,STATE OF IgEW YORK 26-0397243 RegW afron No.01 MU6443885 Qualified in Suffolk County Federal I.D.Number Commission Expires 11/14/20n Proposal Package 6 of 11 THE PROPOSAL FORM Equestrian Avenue Sidewalk Replacement VENDOR NAME: Aventura Construction Corp VENDOR ADDRESS: 1101 Waverly Ave. Holtsville, NY 11742 TELEPHONE NUMBER: 631-654-0660 FAX: 631-654-0990 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.) No Town Officers with interest The undersigned hereby acknowledges receipt of the following Addenda(if none were issued please write N/A below): Addendiim.No. Dated Proposal ]Package 7 of I I Equestrian Avenue Sidewalk Replacement 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 Ten thousand dollars and zero cents /LS $10,000 00 $10,000 00 Dollars Cents Saw Cut Pavement 2 550 for Ten dollars and zero cents /LF $10 00 $5,500 00 Dollars Cents Concrete Sidewalk 3 750 for Three hundred eighty dollars and zero cents /SY $380 00 $285,000 00 Dollars Cents Concrete Sidewalk with Monolithic Curb 4 70 for Four hundred twenty dollars and zero cents /Sy $420 00 $29,400 00 Dollars Cents Concrete Driveway Apron 5 265 $108,650 00 for Four hundred ten dollars and zero cents /SY $410 00 Dollars Cents . Concrete Ramp 6 25 for One thousand four hundred fity dollars and zero cents /SY $1,450 00 $36,250 00 Dollars Cents Subbase for Concrete Sidewalk 7 1,110 $70 00 $77,700 00 for Seventy dollars and zero cents /sY Dollars Cents Residential Walk Repair/Reconstruction s 1 for Seven thousand five hundred dollars and zero cents /Ls $7,500 00 $7,500 00 Dollars Cents Proposal Package 8 of 11 Equestrian Avenue Sidewalk Replacement 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 9 20 Bituminous Driveway $355 00 $7,100 00 for Three hundred fifty five dollars and zero cents /SY Dollars Cents Subbase for Bituminous Driveway 10 20 $75 00 $1,500 00 for Seventy five dollars and zero cents /sY Dollars Cents Roadway Pavement Repair $96,600 00 11 2ao for Three hundred forty five dollars and zero cents ISY $345 00 Dollars Cents Subbase for Roadway Pavement Repair 12 280 for Seventy five dollars and zero cents /SY $75 00 $21,000 00 Dollars Cents Pavement Markings 13 1 for Twenty four thousand dollars and zero cents BLS $24,000 00 $24,000 00 Dollars Cents Catch Basin 14 3 for Fifteen thousand dollars and zero cents /EA $15,000 00 $45,000 00 Dollars Cents 10-inch SDR 35 PVC 15 so $225 00 $20,250 00 for Two hundred twenty five dollars and zero cents rLF Dollars Cents Loam&Seed 16 1 for Forty six thousand dollars and zero cents /LS $46,000 00 $46,000 00 Dollars Cents Proposal Package 9 of 11 Equestrian Avenue Sidewalk Replacement 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 Root Barrier 17 12 $450 00 for Four hundred and fifty dollars and zero cents /LF $5,400 00 Dollars Cents Slit Fence 18 200 $20 00 $4,000 00 for Twenty dollars and zero cents /LF Dollars Cents Catch Basin Inlet Protection 19 s $350 00 $1,050 00 for Three hundred fifty dollars and zero cents /EA Dollars Cents Concrete Washout Pit 20 1 000 00 $12, ,$12000 00 for Twelve thousand dollars and zero cents /EA . Dollars Cents Maintenance&Protection of Traffic 21 1 $10,000 00 $10,000 00 forTen thousand dollars and zero dollars /Ls Dollars Cents TOTAL BASE BID Items(Add All Items) Eight hundred fifty three thousand nine hundred dollars and zero cents $853,900.00 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 -Drainage Items shall Include removal&disposal of Existing Drain Lines and Appurtenances -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 0 AUTHORIZED SIGNATURE o' PRINT NAME. Steven Dinis TITLE Estimator DATE 09/03/2025 ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF Suffolk ) ss.: On the 28th day of August in the year 2025 before me, the undersigned,personally appeared, Steven Dinis , 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. N ARY PUBLIC JOHN CHARLES MULE NOTARY PUBLIC,STATE OF NEW YORK Registration No.01 MU6443M Qualified in Suffolk County Commission Expires 11/14=26 Proposal Package 11 of 11 . ._. . . • 'Town:of.Soiithold. : .. B DER'S Q ID � UAIC;IFICATION STATEMENT . : �.. . . . . The signatory of this questionnaire certifies underoath the truth:and correctness;of all statements e . . . . and ofall answers:to interrogatories hdreinaffter made. - SUBMITTED BY:- Steve inis,estimator A.Cocporation. n.p . . . ., . or Entr Aventura Construction Cor. h' : FIRM NAME; : p An Individual PRINCIPAL OFFICE: 1101 Waverly Ave Holtsville,NY 11742. : : . . .. . PRINCIPAL OFFICERS: TITIE NAME . •ADDRESS :. PR President;: : . Frank DeMeyer .. 119 Canal:Rd:Wkdale,:NY 11769 President/owner%'Civil Engineer. y years has your or a . 1. How man g tiization Been,in business.under.its present.business name? In'bu smess • since January 20014nd.incorporated in.June,2007 2,. :You:normally.pecform:what:percent of:the work:with your own forces?'. 100: %.' List trades that you.organiiation:normally performs.. .below:: • Site work(concrete aso.haltj drainage). Fueling.(plumber.pump.&tsnk);general construction;fueling service&.maintenenace: ,. 3: Have you ever failed to complete:any work awarded to.y :No : If so;note.where and : : .Why: .. 4. Are:there any.claims,judgments,arbitration.proceedings or suits pending.orbutstandirig against your firm or its;offrcers?If yes,.please provide details.:: : No . 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. NO 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 1.Suffolk County Water Authority(SCWA)Asphalt&Concrete Patches Eastern Long Island Currently in second consecutive contract which have held since 2020 and goes through 2/2026 Owner:SCWA Frank Marcovecchio,631-563-0341 Combined Contract Amounts$5 million 2.Roslyn UFSD Fuel Storage Tank Replacement-Owner:Thomas Szajkowski, Roslyn UFSD,516-639-6546 Engineer: Kenneth Schupner, BBS Architects&Engineers,631-475-0349 ext 138 Contract:$744,598 Percent Complete 95% Completion:09/12/2025 . CUNY Brooklyn Fuel Replacement-Owner: Robert Thelian, DASNY Brooklyn College 917-417-3431 3.Engineer: Ramboll Americas Engineering Solutions, Marc Randazzo,646-940-9982 Contract:$11,687,853 Percent Complete:98% Completion:09/30/2025 4. MTA Jamaica Bus Depot Temp Fuel&Tank Removals Engineer:Vladimir Liuson,Skanska,718-340-0700 Contract:$2,249,504 Percent Complete:50% Completion: 10/31/2025 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 1.Amagansett UFSD Site Improvements- Engineer: BBS,John Longo,631-475-0349 Owner:Arnagansett UFSD,Thomas Mager,Treasurer,631-217-3572 Contract:$451,807 Completion:08/27/2025 Work Forces:60% 2. Suffolk County Water Authority(SCWA)Construction of Asphalt Driveways,Yards&Walkways Owner:SCWA Ray Meyer,631-563-0318 Contract:$201,000 Completion: 10/2024 Work Forces: 100% 3. MTA Design Build Fuel System Brewster&Harmon (with site work included) Owner: Metropolitan Transportation Authority(MTA) Contract:$6,551,55 Completion:05/2025 Work Forces 100% 4. OGS Peekskill DOT Tank Modifications(with site work included) Owner:OGS Peekskill DOT, Ken Strogreen Contract:$579,967 Completion:02/2025 Work Forces: 100% 5. OGS Kingsboro Psychiatric Center Tank Modifications(three separate sites with site work included) Owner:OGS Kingsboro Psychiatric Center, Mohammed Islam Contract:$935,186 Completion: March 2025 Work Forces: 100% 6.Sewanhaka Central High School District-mulitple contracts between Aug. 2022-Aug.2023 Owner:Sewanhaka Central High School, Matt Castelluzo 516-48-9828 Work Forces: 100% 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 Frank DeMeyer President 37 years Overall operations of the company as President Robert Weglein Operations Manager 34 years Oversees operations of various jobsites as well as field workers and fleet management 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.See enclosed equipment list 10. Bank References: Hanover Bank 410 Motor Pkwy Hauppauge, NY 11788 Contact: Barbara Sposito bsposito@hanoverbank.com Phone:631-967-5147 11. Trade Association Membership: No 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? No 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. See enclosed balance sheet STATE OF COUNTY 017,6�> (R' ) Steven Dinis being duly sworn deposes and says that he is the Estimator of Aventura Construction Corp 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 28th day of August ,2025 Notary Public ou— A Commission &piration Date: iI/ 141d0G- JOHN CHARL!_S MULE NOTARY PUBLIC,STATE OF NEW YORK Registration No.01 MU6443885 Qualified in Suffolk County Commissim E)Vres 11/1412026 QS-4 Is . . . . . . . . . . . . W E:=,A R Ev YkO Ur D:01. '?N par rent Of Labor -;.•.l - . . F I lON TI IT DOFF CAm US B Yr-2 '' .S OF.SAFETY.AND HEALTH LICENSE AND CER ICATE UN SATE ICE P UILDING 12,ALBANY,N CEsRIFICATE OF C ,aNT-RA�CT®R RE.GIS.TR�ATIONr. . Th �Certificate.Entitles tfieitHol&,,4- Perform d+Bid on Publicq;Works and: j• aP overed P:rivateConstructlon_Projec-ts. n theState:of New York,.. -- . ,. " ;. ry; �� (�•�! Subject`to?the_P'revarlm W_.age Requirements of NYS•Labor Law Article 8.!c ` 1' - tura-Con -- Corp= - 4 . _ _ . A�en � . -. struction � •ti � :'� . .. '' r �DBA: Aventura Construction-Corp �, 1 .•� Waverly Avenues .,. Holtsville�`New�York 11742. . @ A .f5- ,;~P-:hhonerNumbeh 63=1�6,54,0660 Regation Numb6f:,24 4�6 istr �Date of,:lssu.e 20'24- 2�13 ' ',,�lExpiratio Dates 2026=12 r is hcenseais��alid�onl for the contractor-named above •� � � .� � ' d'P ��. �' mar 4 � °'1.'•,4 '� �• -�- .f -. � .� ss . �., —' "r. �•7�'�„s �, t ice ' 'ys. /,.r ,.:,;.�.��... k�. s, Roberta Reardon " .. Commissioner � .' . . . . . . . . . . New,�;Y.ork.State Deparfinentof. ' . . . w "Labor -. . . ;. . Ba ; lance Sheet :•. 08/05/25 A Ve.ntu.ra.Consfve-n.,�. u:,r a. ructiom.; orp: . . .. . . CONST.RUCTIbN-CORP.. . . .. . . .. . . .. . . .. .. .. Balance Sheet - Period.6:Af June.2025. . ' Assets Current Assets 10000'.CHASE'.1995. ' . :: : . $14,696.75 .' 10001 Petty Cash. : . : .100.00 .. : . 10002. HANOVER-14.45 ' . 454,345,84. , 16003'.Hanover:PR 1490. . 3,869.81 10005.'ACC PAYROLL-8719 :6,395.59 :10100, SYRBERUS/.1430•CUNY 'JOO,483.28 10300'.ACC'QP.ERATING-8701 :'1.0,929.94 .' 11200. Contract Receivables : -3,268,315:98 11300• Service..Receivables ' 538,556.50 11805 Allowance for Credit Loss Contract. • . • ;'(6,772:00) . 11810.-Allowance'for;Credit.Loss-Contrac (2,525:00) :. :11815: All.owance.for Credit.Loss.-.Cosf.in (3,902.00) • 11900 Underbillings,. : . ' 305,206.13 . 12200.'Payroll Advances 970.68 ' . • •1260*0 Refundable Deposits 500.00 Total.Current Assets: $5,751,171.50. Long Term.Assets . '.. . 18000 Equ'ipmentNehicles :• 3,262,260:35 . 18200: Shop Equipment 3,868:14F. 18300 Tools' 12,214.25 18400 -Office'Equipment'..' 54,425.40 " 18500. Communication Equipment . .16,926.49 :18600 Furniture and-Fixtures ' 14,740.15 : 18750 'Leasehold Improvements: 33,935.00 Total Long Term.Asset§:• 3,398,369.78 : . : . Accumulated Depreciation 19000 Accurri D6 'n:.Equipment . (1,992,444.12) 10200 Accum Dep'n'Shop,Equipment. (3,868..14) Report• 2-2.0-21:. 08%05(25 rrodriguez Page; :1 10:24 AM Balance:Sheet :. . . . 08/05/25 Continued..: 19300 Accum:Dep'nTools (12,214.25) . 19400 Accum:Dep'.n Office Equipment (54,425:40). A 9500 ,Accurri Dep'n.'Communicati'n Eq ` . : .' (16,926A9) 19600 Accum:Dep'n Furniture&.Fxt, (14,740.15) 19.766 Accum Dep'n Leasehold Improvements (301-546:00). . Total Accumulated Depreciation:. (2,125,164.55) ,. Net Long Term Assets: 1,273,205:23 'Other Assets 14000 ,Prepaid Taxes 55,517.99 14100 Prepaid Final Loan Payment 17,05377 14200 Prepaid Auto Insurance. : 62,372.88,' .14300 Prepaid Expenses 440,111.15 . 14400 Prepaid Tolls; . . 6183732 17.000 Right,Of.Use Asset 141,965.00. 17900 Loan to FD 180,000.08 - 17960 Due FromAventura Long Island,LLC 1,1:09;029.37 17964 Due From 1103 Waverly Ave 195,916.01. 17965 Due From WOODLAND LLC 456.43 : Total.04herAssets: 2,209,260.00 Total Assets:• $9,233,636J3 Liabilities Current Liabilities . 26000 TradeAccourits.Payable. . 1,719;789 30 20003 Loans Payable:(GL, UM AUTO) 371,'827.52 . 22000: Sales Tax Payable:. 89.28 23020 Workers'Compensation Payable 55,666:62 23040 Vacation'Payable 20554.70 23041 Bonus Payable 4,918.44 23050 34,169:73 Health Insurance Payable • 23060 American Express 89;071.35 23062 Master Card/Sam"s 5,071.1:1 .23065 CHASE ink 33628 . . . 23075 Liability.lhsurance Payable 45-244.92 23200. Accrued'P.ayroll . 8,568.04 23201 Accrued Payables 20;00000 23240' Corp Tax Accrual 140,000.00 Report.2-2-0-21 08/05/25. �rodrigtiez Page 2 10:24 AM .Balance:Sheet . 08/05/25 Continued..: 26100 Line of.Credit • 9:96,984'.55 27.000 ST Lease Obligation 70;497.00.' 27500 .LT.Lease:Obligation 71,468.00 Total,Current Liabilities: 3,654,256X4 . . Long Term Liabilities'. 28000' Equipment/Vehicle:Loans' 782,173.47 28500 Other:Loans 1,854;689:90'_. Total Long.Term Liabilities:. 2,636,863:37 Total:Liabilities:: . . . 6,291.,120.21 . :. . . Equity Equity/Capital: 30000 •Capital.Stock.. . 5;000:00 31000' Additional:Paid-in Capital. . •771.;992.00 33000. Retained:Earnings:.. :' 2,824,008.52' 34000: Accrual To:Cash Account.' 0:0:1 Subtotal:Equity/Capital:. : 3,801-000.53 " Owner's.Drawing/Dividend 350:00 Owner's Drawing (47,224.'52) . Total Owner's,:Drawing/Dividend: (47,224.52) Current Profit'Loss): (611,259.49) Total-Equity/Capital: 2,942,516:52 Total Liabilities+Equity: . $9,233,636.73 . : Report 2-2-0-21 08/05/25: . rrodriguez. : Page 3 of 3' MN AM " . A OR O. DATE(MM/DD/YYYY) CERTIFICATE:.OF . OF LIABILITY INSURANCE �►l . . .. . . 05/20/2025' :THIS CERTIFICATE IS ISSUED AS.A MATTER OF:INFO.RMATION-ONLY AND CONFERS NO RIGHTS'UPON THE.CERTIFICATE.HOLDER.THIS' CERTIFICATE.DOES.NOT AFFIRMATIVELY OR NEGATIVELY AMEND,'EXTEND OR.ALTER THE COVERAGE AFFORDED BY-THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT.CONSTITUTE A CONTRACT BETWEEN:THE ISSUING INSURER(S),:AUTHORIZED REPRESENTATIVE.OR PRODUCER,AND THE CERTIFICATE:HOLDER.: IMPORTANT:.If the certificate holder is an,ADDITIONAL.INSURED,the policy(ies)must.have ADDITIONAL INSURED.provisions or be endorsed.: . ' If:SUBROGATION IS:WAIVED;subject to:the terms and conditions of the policy,certain policies:may require:an endorsement: A statement on -this-certificate does-not conferrights.to the.certificate holder in lieu-of such en0crsement(s). . PRODUCER . CONTACT NAME:. Diane.Privitera :: . . : . Malpigli 8r Associates Ins.Agency; Ind.''. PHCNN Ex 631=587-5555. .' aO.Nc:631-581A030. 3311 Sunrise Highway ADDRESS: diane@malpigliins.com: : . ISllp7errace,'NY:1.1752 INSURERS AFFORDING COVERAGE NAIC# INSURER nc . Great Divide Insurance Company Comptiny 25224 • INSURED _.. .. . INSURER 13 KeyRisk.Insueance:Com an' . 10885 Aventura Construction:Corp.'. INSUREkC: :State Insurance Fund '1.1:01 Waverly Avenue INSURERo Ascot Insurance Company 23752- •Holtsville; NY, 1742, INSURER E IN URER F; :. . . . . COVERAGES: CERTIFICATE NUMBER:.: 00011383-0, REVISION NUMBER:. 809 . THIS-IS TO CERTIFY,THAT THE POLICIES.OF'INSURANCE LISTED'BELOW HAVE.BEEN'ISSUED TO.THE INSURED NAMED ABOVE FOR THE .POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY.CONTRACT OR OTHE=RAOCUMENT WITH RESPECT TO.WHICH THIS' CERTIFICATE MAY'BE ISSUED OR-MAY-PERTAIN;THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN,IS SUBJECT TO ALL THE'TERMS, ' EXCLUSIONS'AND CONDITIONS.OF SUCH,POLICIES..LIMITS SHOWN.MAY:HAVE BEEN'REDUCED BY PAID CLAIMS..: INSR `TYPE OF INSURANCE, ADDL SUBR . .POLICY NUMBER - -MMIDIpY'EFFIPOL pY EXP. LTR .. . . .. ,LIMITS;. . A X' . . . . COMMERCIAL GENERAL.LIABILITY' ECP01542540-23 01/29/2025. 01/29/2026: EACH.00CURRENCE $- 2 OOO OOO. DAMAGE TO CLAIMS-MADE: OCCUR - PREN1 SES Ea RNTED occurrence) $. 19000.000 X Contractual Liabili MEDEXP(Any,one person)' $ : . :10000 X XCU . . PERSONAL 8 ADV INJURY. $.. 2 00O 000.' .. GEN:L'AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE, $. 4 OOO OOO • POLICY I'JECT LOC - PRODUCTS-'COMP/OP AGG $ .4 OOO OOO .. .. OTHER: .. . B AUTOMOBILE LIABILITY . acn SINGLE LIMIT - . E accident) '$ :1 i000 000 _ .ANY AUTO BODILY INJURY Per person), OWNED. ,.. SCHEDULED.. . AUTOS ONLY, X AUTOS BODILY INJURY(Per accidenl) HIRED NON-OWNED' PROPERTY DAMAGE. $ X AUTOS'ONLY X AUTOS ONLY• Per accident' A UMBRELIA'LI X2 AB X :OCCUR. - FFO1,4281-20 01/29/2025. 01/29/2026: EACH.00CURRENCE' $ 5,000,000" EXCESS LIAB , . X CLAIMS-MADE : :. . . AGGREGATE $. 5,000,000 DED. :-RETENTION$ $ . WORKERS COMPENSATION'' H C 26154641 04/01IN2'5. 04/61/2626: X STnruTE. ER AND EMPLOYERS'LIABILITY Y'/N ANY PROPRIETOR/PARTNER/EXECUTIVE' E.L.EACH ACCIDENT . • $. 100,000 :- OFFICERWEMBER EXCLUDED? . WfA. (Mandatory in NH) E.L:DISEASE-EA EMPLOYE $ 1 OO,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICYLIMIT .$ 500,000. - A Pollution/Profession ECP01542540-23' . 01/2912025 01/29/2026. .occurrence:. . . 2;0009 . 1 D Builders Risk/Prop:'_ IMMA2310001578-03 01i29i2625:: o1i29l2tiis •install floater: : 1'200,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD.101,Additional.Remarks Schedule;may pe attached if more space ls.requlred). . . .. . . Samp a Insurance:Certificate of Aventura s:Coverages for-Bidding Ru:r'pbse$.0n'1 CERTIFICATE HOLDER. CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF;NOTICE.WILL BE.DELIVERED.IN... . Aventura Construction,Corp, ,. ACCORDANCE WITH THE POLICY PROVISIONS: 1.101 Waverly Avenue: . . .Holtsville,.NY.11742 :. .. . . .. . . .. AUTHORIZED REPRESENTATIVE . .. - .. . . .. . :(DIP).'. 0198 .20.1 .A ORD CORPORATION. All rights reserved.. ACORD 25(2016/03) The:ACORD name and logo are registered.marks of ACORD. Printed by DIP on 05/20/2025 at.03:52PM V Ufd e n' ' -CONSTRIJ CTION CORP.... : . Aven#ura.:Gonstructon Corp. .: : : . Equipment List. . "June.2025 Equip# : Description :.Short-Name Status: ; #5.2005 58GCase Batkhbe .: : . ' 2005 Backhoe :. : . Available. . :: : .'' 7.' m ssor. -'2009'Air.Copressor/Trailer-.' Air Compre Available 8. :20.12 Ford F550'(BIL'LY): .: '2012:17550 . Available: . . . .. 9 .49 2013 Hudson.Treiler' ' ' Trailer ' Available 10 #102015:Ford'F3,50-'(Asphalt). -2015'.Ford,F350:- ''.Availabie: '.. 11 #1. 012 Mini-ExcavatorTakeuchi. " Takeuchi Mini.X: . " ".Available " 12: ::#12 Hydraulic:Brea ker:(fitfor:#11.niini:exc) ..Hydraulic Break. : Available: 13: #13 2012-S.kid Ste'erTakeuchi TL240 Takeuchi TL240 : Available : : . 14.: :2012.Ford F250 2012 Ford.F250 Available.'' 15 2001.FORKLIFT. . : '.2001.FORKLIFT Available : . :18.' :2012 Ford:F550-TANK;.(BILLY): 2012 17550=TANK :: 'Available .20 #20 2018 skid:Steer Takeuchi:TL12R2 : fakeuchi-Track;Loader Available ; .30:.#30 2018'Mirii.Excavator Takeuchi : .'Takeuchi Mini Excava#or Available 31:-. 2018;Ford-F550(MARIO B.) .,2018.F550-.: : ..' . : ; Available_ 34- FRD:Fx6 Hydraulic Breaker FRD:Fx6 Hydraulic Breaker. : :. :Available: 35_; :2019-FORD T-250(BRIAN,) ' 2019. FORD T=250.. .: : . ' . Available. .' 37 2019'F.ord F150(Sal) : ::2019 Ford.F150 Available: 38. :2019 E7450(DREG:) ; ;.:: . .. 2019 E-450(GRE.G) . . .Available 40�: #40 2019 Ford F550: '. .. 2019 F550:: Available: , . . . 41:.2018'MACK: : . 2018'MACK. . Available .. . . 42 .20.11 MACK. . 201.1 MACK . . Available. 43 . #43 2019:590.CASE BACKHOE : 2019:CA$E BACKHOE .: Available: .46' .#46:MELTER.. . MELTER. ,: . : Available - 47 #47. 2019:Ford F350'' • .: : 2019.:F:6rd F350:. Available: :. .48 .2019 F350(60613Y) 2019.F350(BOBBY).. ;: Available. 49�:#49 1986:FLTBED.TRALER: ',1986.FLTBED TRALE.R' . Available: 50. #50 2021 Ford F750 DumpTruck :2021 Ford'F750 Dum Trrick. Available '51.: :#51 Hopper-Broom :. Hopper Broom : . Available. . . . 52 #52 2020'BeiMarTrailer. 2020•Tr6iler Available' " a 53.' :#53:Compactor•Wacke.r.D:PU6555HE Wacker:Plate Compactor..''. Available 54 2021Toyota Tundra . :'2021.Toyota Tundra Available .55: .#.55:2020.ROLLER.: : : : . 2020.ROLLER Available. 56: #56 2022 Interstate 14RBS'Trailer ..Interstate 14RBS Trailer Available 57 . :2023 S90SN.CASE.Bnkhoe CASE-590SN : :AVaila.ble: 58 #58 2023 DLA Interstate Trailer.(25 Ton) 2023 DLA Interstate:Trailer Available 59 #59 Equipment.Testers.EZY 3 Locator: .= : Equipmen#Testers :.: : : . Available: . . . -60 #60,2022 Ford Transit.Connect•XL8489 2022'Ford Transit ConnectXL Available .63 2019 590 H.YDROLIC BREAKER/HAMMER; : 20.19 590wDROLIC BREAKERMAMM Available :•. 67 2019 VOLVO ROLLER, 20:19 VOLVO ROLLER = Available: 68; 2018 Leebo ;;Paver. ; l y '. . :_ 2018 Leeboy Paver Available. 69, 2018 Volvo Excavator: : 2018:Volvo-Excavator: Available ter# aven A[ u [ a CONSTRUCTION CORP. BUILDING, RELATIONSHIPS CORPORATE RESUME A Z: ,i' aven, [ura CONSTRUCTION i.:11Rt'- Building Relationships, Delivering Excellence Company Overview Aventura Construction Corp. is a specialty contractor with over two decades of experience in the mechanical, fueling, site, and civil work industries. Founded in 2001,we are driven by the core value of"Building Relationships" and are dedicated to delivering innovative solutions and exceptional service for every project. Our team excels in managing complex projects,consistently exceeding expectations and ensuring client satisfaction. Background Founded in January 2001, Aventura Construction began with a focus on general contracting services for fast- paced retail construction projects such as gas stations,restaurants, and retail stores. Over the years,we expanded our expertise to include self-performing fueling and mechanical work, general construction, site development and service/maintenance. This growth has allowed us to successfully manage larger,more complex projects, including those exceeding$10 million, while maintaining the flexibility and attention to detail required for success on projects of any size. With a relentless commitment to client satisfaction and innovative solutions,Aventura Construction has become a leader in the construction industry. Core Competencies Aventura Construction is a full-service general contractor with robust in-house capabilities, seamlessly integrated with Aventura Environmental. This integration allows us to manage and execute every facet of a project with efficiency and precision. Our key areas of expertise include: • General Construction: Full-service contractor with robust in-house capabilities,providing flexible service models tailed to align with your specific construction objectives. Our expertise ensures seamless project delivery from initial planning to execution,backed by our dedicated team and advanced resources. • Mechanical& Fueling Systems: Specializing in the construction and installation of fueling stations, including compressed natural gas systems,with a commitment to quality and reliability. • Site& Civil Work: Offering excavation, shoring, concrete work, asphalt paving, and full-scale site development, ensuring precise, efficient, and high-quality results on every project. • Service& Maintenance: Providing ongoing service,maintenance and. Offering clients peace of mind and long-term reliability with service contracts based on unique requirements. a Ve n, [u [ a CONSTRUCTION l:tJPTI. Past Performance Aventura Construction boasts an exceptional track record in delivering a wide array of complex projects across multiple sectors, including large-scale general contracting, site development, and building construction. From retail gas stations and mechanical installations to comprehensive site work and building projects,our team has consistently earned the trust of clients by delivering high-quality results on time and within budget. • Large-Scale General Contracting: Successfully managed and completed numerous general contracting projects, including commercial buildings, large infrastructure, and complex installations, demonstrating our capacity to handle expansive and multi-faceted endeavors. • Site Development: Proven experience in full-service site development, including grading,utilities installation, and complex land preparation. We ensure all projects meet regulatory requirements while adhering to stringent timelines. • Building Construction: Expertise in the construction of diverse building types, from retail and commercial properties to industrial structures, demonstrating versatility and reliability in delivering projects from the ground up. • Proven Project Size and Complexity: Managed and executed projects up to$15 million,highlighting our ability to handle both large-scale developments and intricate,high-value contracts across various sectors. • Versatile Experience: Comprehensive expertise in managing both fast-paced retail projects and long- term service/maintenance contracts,providing our clients with adaptable solutions that meet their evolving needs. Differentiators • Experience and Leadership: Led by Frank DeMeyer, a graduate from the University of Buffalo with a BS in Civil Engineering,with over 30 years of experience in the industry. Frank's vision of excellence has guided Aventura Construction's evolution and success. Aventura is supported by a highly experienced and long-term management personnel. • Self-Performing Trades: Our ability to self-perform critical trades, including mechanical and fueling system installations,gives us greater control over quality, schedule, and safety. • Client-Centric Approach: We prioritize building long-lasting relationships with our clients by maintaining an unwavering commitment to quality, service, and innovation. • In-House Quality Control-Our dedicated quality control team works closely with all departments to monitor progress, identify potential issues early, and implement proactive solutions, ensuring consistent excellence and client satisfaction throughout the project lifecycle. 1 aven [urd CONSTRUCTION Corporate Data • Company Name: Aventura Construction Corp. • Founded: January 2001 • Website: www.avcnturacorp.com • NAICS Code: 236220(Construction),45110(Gasoline Stat w Convenience Stores),457120(Other Gasoline Stations), 238910 (Site Prep Contractors-Dismantling Eng Structures(eg oil storage tank), 562910(Remediation Service-Haz Material Storage Tank Removal&Disposal Svc • Certifications&Licenses: NYCGC License,NYC Superintendent License,NYC FDNY Tank Installer License Key Personnel • Frank DeMeyer Founder& Owner With over 30 years of experience, Frank DeMeyer brings leadership and industry expertise, ensuring every project meets the highest standards of quality and safety. • Robert Rodriguez Comptroller/Human Resources &IT Specialist Seasoned professional who has been with us for over two decades and he seamlessly fulfills multiple pivotal roles. His diverse skill set contributes to the company's holistic operation and success • Donald Sal Fastuca Project Manager With over 35 years of experience in the construction and energy sectors he is a highly skilled asset. He has been with us for over 15 years and has managed full-cycle projects from bidding to construction to closeout. Contact Information For inquiries or to learn more about how Aventura Construction can assist with your next project,please contact: • Estimating Email: sales@aventuraconstruction.com Phone: (631)654-0660 dvenm[urd CONSTRUCTION CORP. FUELSYSTEMS ENVIRONMENTAL CIVIL/BUILDING Aventura Construction Corp Sitework References Suffolk County Water Authority Contact: Frank Marcovecchio(631)563—0341 Contract: Replacement of Concrete& Bituminous Patches, Concrete Curb &Concrete Sidewalk Restoration on State, County,Town &Village Highways Dates: Since 2020, Aventura has held the two-year contract and has received three one-year extensions. Contract is currently through February 2026 Amagansett UFSD Contact: John Longo, BBS(631)475-0349 Contract: Site Improvements at the Amagansett School including removal of existing asphalt, forming and pouring new concrete sidewalks, concrete subbase, new decorative paver walkway, electrical improvements and replacement of a flagpole. Dates: July 2025—Aug. 2025 Costco New Rochelle Contact: Robert Patterson (Wayne Perry Engineering) (714)826-0352 Contract: Catch basin modification including removal and replacement along with installing new pipe, create new curb,gutter, concrete pad, install asphalt and line striping. Dates: May 2025 Suffolk County Water Authority Contact: Ray Meyer(631) 563-0318 Contract: Construction of Asphalt Driveways,Yards&Walkways Dates: September 2024—October 2024 Sewanhaka Central High School District Contact: Matt Castelluzo 516-488-9828 Contract: Multiple contracts with the school district including creating a gym ramp and concrete sidewalk, creating a concrete pad, repaving of a small bus lot and drainage, and asphalt restoration Dates: August 2022—August 2023 New York State DOT at Babylon Contact: Diego Aucacama-Rivera Contract: Parking lot reconstruction at NYS Babylon DOT yard including sawcutting, milling, level & install asphalt and drainage Dates: February 2023—April 2023 1101 WAVERLY AVENUE HOLTSV ILLE, NY 11742 631 .654.0660 631 .654.0990 Frank DeMeyer 119 Canal Road Oakdale, New York 516-779-6233 Email frank@aventuracorp.com EXPERIENCE: I � aven'turd r.�.,..v. January 2001-Present Founded Aventura Construction Corp. Grew company to $10million in revenue within the first 5 years focusing on the niche petroleum market. Continually internalized trades by utilizing effective management systems thereby continually improving the cost effectiveness and control over quality for our clients. Prior Work Experience THE TYREE ORGANIZATION,LTD. 5100-1101 Division Manager,NY/NJ Business Unit Northeast Responsible for the overall management of the NY/NJ Headquarters of The Tyree Organization. Consisted of 5 Departments,approximately 200 employees and a$60million annual budget. 6/99-5/00 Regional Manager,Construction Department (New York,New Jersey) Same position as described below except covering a larger geographical area including New Jersey and Pennsylvania. Department now consists of 30+employees and will perform approximately$25million worth of Design and Construction work within the petroleum market. 5/96-6/99 Manager,Construction Department(New York) Maintain complete operational and financial control of a 20 person Department performing approximately $18million of environmental, building and site contracting work annually. Public and private projects range in size from$250k to$6million. Establish annual business plan, operating budget and deliver results accordingly via effective management of estimators,project managers,superintendents and administrators. Consistent track record of success achieving sales and profits in excess of expectations. Documented Sales and Gross Profit growth of$10.7million and$1.6million respectively. 3/94-5/96 "A"Project Manager (Mobil General Contracting) Complete operational and financial control of a 10 person Department performing approximately $6million of environmental,building and site contracting work for Mobil Oil Corporation. Oversee the engineering, design and permitting of numerous projects to ensure projects progress in accordance with customer expectations. Consistently outperformed other, Departments as evidenced by high customer approval ratings and achievement of desired profits. Received"Employee of the Quarter"award for the third quarter in 1994. 2/94-3/94 Project Manager (Mobil General Contracting) With no formal training,quickly established leadership abilities rooted in competent management of the first two projects completed.Achieved high profits and completed ahead of schedule. ABSOLUTE CONCRETE CORPORATION,New York,NY 1991-1994 Vice President-Operations Expanded business from concrete work to small general contracting projects. Executed the performance of public works from bid to final completion. Solicited, negotiated and purchased subcontracts. Managed the construction and completed all administrative requirements of the city of New York. Utilize knowledge of construction law to protect against contract violations by asserting company positions in correspondence with general contractors and subcontractors. Managed the resolution of a lawsuit through the American Arbitration Association. Compiled pertinent data and used it to formulate a damage claim Personally presented and defended the claim for damages through approximately 80 hours of direct testimony and cross-examination. Manage the construction of ongoing projects ranging in size from$100,000 to $1,700,000. Specifically use job site visits and other means of communication for scheduling, monitoring and problem solving with Field Superintendents, subcontractors and general contractors. Recognize and effectively negotiate change order work with general contractors. Negotiate contracts with general contractors and develop contracts with subcontractors. Expedite all submittals and procure materials required by contract specifications. 1988-1991 Field Superintendent Schedule,coordinate and supervise the construction of concrete projects.Process payment requisitions. Maintain written and verbal communication of project details and progress with general contractors. Develop files to properly document and track job operations. ADDITIONAL EXPERIENCE: 1983-1987 Financed educational costs through summer employment,surveying on various large,construction projects. EDUCATION: 1990- 1991 St.John's University Non-Matriculated courses completed in Accounting,Business Law and Finance. 1986-1988 State University of New York at Buffalo,New York Bachelor of Science,Civil Engineering 1983-1986 State University of New York at Farmingdale,New York Engineering Science COMPUTER SKILLS: Advanced computer knowledge in Word, Excel, CPM scheduling, Access, PowerPoint, Primavera, PalmVII,Accounting,Act!,Publishing and Internet and other miscellaneous Windows applications. LICENSES/CERTIFICATIONS: Personal and professional references will be furnished upon request. 1 aven [urd CO NSTRLJCTION CORP. FUEL SYSTEMS ENVIRONMENTAL CIVIL / BUILDING Robert Weglein Operations Manager Massapequa, NY rweglein@aventuracorp.com (516) 779-4348 Work Experience Operations Manager, Senior Project Superintendent; Site Safety Superintendent, CSR Aventura Construction Corp Holtsville, NY September 2002 to Present Fuel Systems • Responsible for supervising the development of construction projects including assessing compliance, ensuring safety & delegating tasks • Identifies deadlines for each on-site trade and assesses the work activity to meet the intended time frames • Works closely with project managers, employees & subcontractors • Makes sure all change orders are executed • Senior level of management on and off the jobsite to provide manpower & equipment needed for upcoming and current construction projects • Responsible for scheduling, tracking & utilizing labor & equipment to maximize production and complete job in allotted time while overseeing production • Coordinates & communicates project details with Project Manager and Office Admin. • Senior Construction Project Superintendent on numerous federal government and state projects 1101 WAVERLY AVENUE HOLTSVILLE, NY 11742 631 .654,0660 631.654.0990 avenw[ura cur CORP. FUEL SYSTEMS ENVIRONMENTAL CIVIL / BUILDING Construction Project Superintendent R. Prato Construction Inc. 1991 to 2002 • Responsible for supervising the development of construction projects including assessing compliance, ensuring safety & delegating tasks • Effectively communicate with all construction personnel • Ensures that the level of safety quality standards of site cleanliness is being followed by on-site trades • Responsible for scheduling, tracking & utilizing labor & equipment to maximize production and complete job in allotted time while overseeing production • Perform daily inspections of work preformed • Complete knowledge and understanding of the general contract, contract drawings and specs Skills: • Elevations & Layout • Heavy Equipment Operator • Class A License • Employee Training • Team Building • Construction Operations • Mechanical Knowledge • Facilities Maintenance • Rough Carpentry • Trim Carpentry 1101 WAVERLY AVENUE HOLTSVILLE, NY 11742 631.654.0660 631.654.0990 = =1 IA Document A31 0TM - 2010 '�Bild��ond CONTRACTOR: SURETY: (JVdme,legal status and address) (Name, legal status and principal place Aventura Construction Corp of business) --'-1101 Waverly Avenue=;• The Ohio Casualty Insurance Company !Holtsvllle,NY 11742`}' 2200 Renaissance,Blvd,Suit 400 This document has important legal King of Prussia,PA 19406-2755 consequences.Consultation with r an attorney is encouraged with `DOWNER::` va - a k respect to its completion or s,(Name,?legal"staha,and address) modification. s - Town of{Southold Town Clerks,'Office° X n Any singular reference to 53096*ilIn Roid), t ij {�11" Contractor,Surety,Owner or <; etl �SoutFiold�NY 111791 130ND,AMOUNT% party shall e IvelPercent of Amount Bid (5%)N. plurarl where applicable sidered P c , ,PROJECT t 2 (Name,location or address„and Project number, if any) Equestrian Avenue Sidewalk Replacement t 5 � The Contractor%and{Suretyr are bound to the Owner in the amount set forth above,for the payment of which the .R Con`tracto71 r and Su"rety iitnd themselves,their heirs,executors,administrators,successors and assigns,jointly an :., 4 severally,as pio"vrded`h�eretn The conditions of this Bond are such that if the Owner accepts the bid of the Contractor a• withinitHe time specifie ihihe bid documents,or within such time period as may be agreed to by the Owner and jC-Mtfacto%and the Contractor either(l)enters into a contract with the Owner in accordance with the terms of such bidL andgives)such'1bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted inithe Jurisdiction of the-Project and otherwise acceptable to the Owner,for the faithful performance of such Contract .,e nd,fd the,promptip*Iiiant of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the d�ffe'rence;riot to'exeet d the amointaof this Bond,between the amount specified in said bid and such larger amount c 7 = Zi.Y a ? 7 =for which the Owner'may m goodkfaith contract with another parry to perform the work covered by said bid,then this .: lobhg onshalllbeinull and td'otlierwise to remain in full force and effect.The Surety hereby waives any notice of f ,"an agreemeftibetween theiOwner and Contractor to extend the time in which the Owner may accept the bid.Waiver of ,nohce; y thehSUirety shall,notapply,,to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specrfied uutl e,b d documents,and the Owner and Contractor shall obtain the Surety's consent for 'an extension beyond sixty(60)4'days: 'If this Bond is issuedtin connection with a subcontractors 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. N 1- 3. When this Bond has;-'been`4tiinished 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 sh a deemed inco rated herein.When so , ,> furnished,tfie,uite-rni is that this Bond shall be construed as a stag / and and of a/p law bond. i ed and sealed'this 21st day of August,20257. ���/` ncipal)/Ventura Construct! orp (Seal) •J bz. (Title) (Surely)The OM15Oasualty Insurance Company (Seal) J Scott Adams-Attorney-In-Fact _ (Title) AIA'Documont A310TM "2010::Cbpy4ght61963;197b:and 2010 by The Americanlnstitute.of Architects.All.rig his"rcaorved7 A 0.'' WARN196.This Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution oi4his AIA ;Documerl,or any portion of It,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was created on 01/27/2012 07:23:12 under the terms of AIA Documentson-DemandTM order no. 2008397483,and is not for resale.This document is licensed by The American Institute of Architects for one-time use only and may not be reproduced prior to its completion.oei,io This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. ib 4e-,rtX1 Liberty Mutual Insurance Company * udl® The Ohio Casualty Insurance Company Certificate No: 8207607-992553 West American Insurance Company � SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Martin Lyons;Scott Adams all of the city of Cedar Knolls state of NJ each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 7th day of April 2022 . Liberty Mutual Insurance Company 1NSU V INS& a%Nstj The Ohio Casualty Insurance Company JQ oaPa��yO yJQ4oaPo�rpgy `VP4oaPorrgrFyo West American Insurance Company �° Fore Q3 °bc� 1912 c 1919 M0 2 1991 0 t!j Y 3 w y v. 0 Q O l 44 a) 0 Ydd SS4CHUS�.aa3" By: r O Cr Co m David M.Carey,Assistant Secretary c 3 `N State of PENNSYLVANIA — E cE rn County of MONTGOMERY ss o o � On this 7th day of April 2022 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance L cu Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes = therein contained by signing on behalf of the corporations by himself as a duly authorized officer. >W N Co a IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. <n PA SOS pQ+(5 �ysS�TF� Commonwealth of Pennsylvania-Notary Seal .-• o tv p� �[a y Teresa Pastella,Notary Public E 0j O r- u 1 Montgomery County 0— OF My commission expires March 28,2025 B O C N Q Commission number 1126044 y- < eresa Pastella,Notary Public "6 o vgy1.VP JG Member,Pennsylvania Assodadon W Notaries O o) ARY W® o`t rn� This Power of Attorney is made and executed pursuant to and by authority of the following By laws and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual 3 o•� Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: a " 6 ARTICLE IV—OFFICERS:Section 12.Power of Attorney. 00 Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the - L:3 > President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety o— any and all undertakings,bonds,recognizances attorneys-in-fact,other surety obligations.Such attoeys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall c 0 o a) have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such o a> Z cc L) instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attomey in-fact under the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. ti a ARTICLE XIII—Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and Wesi-Anierican Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 21st day of August , 2025 P� 1Nsli P�-t'f'INSU a 1NSU/�iq J ?coRPrJr�roy�tn �a°oaPo�T��yc+ �ProµPor�rol�� 1912 0 U° 1919 0 2 1991 0 ,�•d�+y� o B d�sS�cH0S`�aa y°�"AMPS��dD�O '�s�'"ouNPaaa y Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 02/21 STATE OF New Jersey COUNTY OF Morris On this 21" day of August, 2025 before me, a Notary Public within and for said County and State, personally appeared Scott Adams to me personally known, who being duly sworn, upon oath, did say that he is the authorized signatory for The Ohio Casualty Insurance Company, a corporation created, organized and existing under and by the virtue of the laws of the State of New Hampshire that the Corporate seal affixed to the foregoing instrument is the seal of said Corporation; that the seal was affixed; and the said Scott Adams did acknowledge that he executed the said instrument as the free and deed of said Corporation. Notary Public NATALIA VELCW Notary Public,State of New Jersey Comm.#50225M3 My Commission EVIres 01 50M STATE OF COUNTY OF On thi day of � '20a5before me, a Notary Public within and for said County and State, personally appeared E C gtoWtqg = to me personally known, who being duly sworn, upon oath, did say that he is the authorized signatory for corporation created, organized and existing under and by the virtue of the laws of the State of t that the Corporate seal affixed to the foregoing instrument is the seal of said Corporation; that the seal was affixed; and the said VA( e,�-did acknowledge that he executed the said instrument as the free act and deed of said Corporation. dv,Zv af, Notary Public JOHN CHARLES MULE NOTARY PUBLIC,STATE OF NEW YORK RegMation No.01MU6443M Qualified in Suftk County Canmission Expires 11114rXM Liberty MUtUA. THE OHIO CASUALTY INSURANCE COMPANY SURETY FINANCIAL STATEMENT—DECEMBER 31,2024 Assets Liabilities Cash and Bank Deposits.................................$110,704,223.00 Unearned Premiums......................................$1,582,543,501.00 *Bonds—U.S Government..............................$518,129,663.00 Reserve for Claims and Claims Expense.......$4,714,731,503.00 *Other Bonds.....................................................$28,407,780.00 Funds Held Under Reinsurance Treaties............................$0.00 *Stocks............................................................$179,959,936.00 Reserve for Dividends to Policyholders...................$152,644.00 Real Estate.................:......................................................$0.00 Additional Statutory Reserve..............................................$0.00 Agents'Balances or Uncollected Premiums....$867,331,015.00 Reserve for Commissions,Taxes and Other Liabilities.................................................$253,250,570.00 Accrued Interest and Rents...............................$53,636,183.00 Total................................................$6,550,678,218.00 Other Admitted Assets.................................$2,546,903,108.00 Special Surplus Funds........................................$27,864,494.00 Total Admitted Assets.................$9,437,236,269.00 Capital Stock.........................................................$4,500,000.00 Paid in Surplus..................................................$738,183,897.00 Unassigned Surplus.......................................$2,116,009,660.00 Surplus to Policyholders................................$2,886,558,051.00 Total Liabilities and Surplus...........9,437,236,269.00 'Bonds are stated at amortized or investment value;Stocks at Association Market Values. The foregoing financial information is taken from The Ohio Casualty Insurance Company's financial statement filed with the New Hampshire Department of Insurance. I, TIM MIKOLAJEWSKI,Assistant Secretary of The Ohio Casualty Insurance Company, do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation, as of December 31,2024,to the best of my knowledge and belief. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle,Washington,this 8th day of March, 2025. �q'( INS& ypPGaA.o Al Cj Q' .2 �o cl I �• f� 1919 ° y Timothy A. Mikolajewski,Assistant Secretary .yO.�ryHAMPg ,dDS' LMS-1262/00C State of New York DEPARTMENT OF FINANCIAL SERVICES WHEREAS IT APPEARS THAT The Ohio Casualty Insurance Company Home Office Address Keene,New Hampshire Organized under the Laws of New Hampshire has complied with the necessary requirements of or pursuant to law, it is hereby licensed to do within this State the business of accident and health, fire, miscellaneous property, water damage, burglary and theft, glass, boiler and machinery, elevator,animal,collision,personal injury liability,property damage liability,workers'compensation and employers' liability, fidelity and surety, motor vehicle and aircraft physical damage, marine and inland marine and marine protection and indemnity insurance,as specified in paragraph(s)3,4,5,6,7,8,9, 10, 11, 12, 13, 14, 15, 16, 19,20 and 21 of Section 1113(a) of the New York Insurance Law and also such workers' compensation insurance as may be incident to coverages contemplated under paragraphs 20 and 21 of Section 1113(a),including insurances described in the Longshoremen's and Harbor Workers' Compensation Act (Public Law No. 803, 69 Cong. as amended; 33 USC Section 901 et seq. as amended) , and as authorized by Section 4102(c), insurance of every kind or description outside of the United States and reinsurance of every kind or description to the extent permitted by certified copy of its charter document on file in this Department until July 1,2025. In Witness Whereof, I have hereunto set OR,K.ST my hand and affixed the official seal of this F Department at the City of Albany, New York, this 1st day of July, 2024 Adrienne A. Harris n Superintendent % By m Rawle Lewis Special Deputy Superintendent Original on Watermarked Paper STATE OF NEW YORK DEPARTMENT OF FINANCIAL SERVICES CERTIFICATE OF SOLVENCY UNDER SECTION 1111 OF THE NEW YORK INSURANCE LAW It is hereby certified that The Ohio Casualty Insurance Company of Keene, New Hampshire a corporation organized under the laws of New Hampshire and duly authorized to transact the business of insurance in this State, is qualified to become surety or guarantor on all bonds, undertakings, recognizances, guaranties, and other obligations required or permitted by law; and that the said corporation is possessed of a capital and surplus including gross paid-in and contributed surplus and unassigned funds (surplus) aggregating the sum of$2,789,346,982. (Capital $4,500,000), as is shown by its sworn financial statement for the quarter ending, September 30, 2024, on file in this Department, prior to audit. The said corporation cannot lawfully expose itself to loss on any one risk or hazard to an amount exceeding 10% of its surplus to policyholders, unless it shall be protected in excess of that amount in the manner provided in Section 4118 of the Insurance Law of this State. ° In Witness Whereof, I have here- ,3t 76 {: unto set my hand and affixed the official seal of this Department at the City of Alban this 20th day of February 2025. �., . ' Adrienne A. Harris Superintendent 4. B Rawle Lewis Special Deputy Superintendent i avenotura CONSTRUCTION CORP. 1707 WAVERLYAVENUE HOLTSVILLE,NEWYORK 11742 _ Town of Southold : Equestrian Avenue:Sidewalk Improvements at. Fishers Island;NY Off ce of the Southold:Town Clerk 53095:Route 25"-Southold,NY 11971. Surety Company:. The Ohio Casualty Insurance Company: 22.00.Renaissance Blvd.,Suite 400: - King of Prussia;PA 19408 CONFIDENTIAL SEALED BID- ENCLOSED* .. NCLOSED v- l' 'l. . . .. . . . .. . . . CON:STR'UCT.IEM CORP. : 1101 WAVERLY AVE HOLTSVI LLE,:NY 117:42 i : .(631).654-0660 Town of Southold .. Equestrian Avenue Sidewalk Improvements at Fis nd ' NY : . Fish Isla Office of the Southold Town Clerk 53095 Route 25, Southold, NY 11971 9 : /4/2025 (by 2: p.m:) • nis, Est � C 'n o toct: Steven.Di imator safes@aventuracorp.com / sd'i n isPaventu ratorp.Com (631) 654_.0660 RECEIVE® SEP - 4 2025 . &thold Town•Clerl . TOWN OF SOUTHOLD EQUESTRIAN AVENUE SIDEWALK IMPROVEMENTS CONSTRUCTION SPECIFICATIONS SOUTHOLD, SUFFOLK COUNTY,NEW YORK C Prepared By_ TOWN OF SOUTHOLD Engineering Department 53095 Main Road Southold,New York 11971 ` Augustl4, 2025 (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: "EQUESTRIAN AVENUE SIDEWALK REPLACEMENT" Definite specifications may be obtained at the Southold Town Clerk's Office beginning August 14,2025. PLACE OF OPENINGS: DATE OF OPENINGS: TIME OF OPENINGS: TOWN OF SOUTHOLD September 4,2025 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-refundable fee of$10.00 will be charged for plans and specifications. Payment can be made by either money order, cash or business check (payable to the Town of Southold). A non-mandatory pre-bidder's conference will be held at I:00PM on August 26, 2025 at tl:e intersection of Equestrian Avenue and Whistler Avenue on Fishers Island, New York. Please contact Michael Collins, P.E., at (631) 765-1560 to confirm your attendance at least 48 hours prior to the meeting. If no one confirms attendance, the meeting will be cancelled. The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. TABLE OF CONTENTS TOWN OF SOUTHOLD EQUESTRIAN AVENUE SIDEWALK IMPROVEMENTS Title Page ------ Invitation to Bid ------ Table of Contents ------ Instructions to Bidders I13-1 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 Equestrian Avenue 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, September 4t', 2025, 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 mid will be relurtted 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 INSTRUCTIONS 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. IB - 3 INSTRUCTIONS TO BIDDERS (c) The submission of a bid will be construed to mean that the bidder is fully informed as to the 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 fall 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 or by e-mail (michael.collins(Ltown.southold.ny.us), 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 e-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. IB - 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 Town 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. 0 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$2,000,000 (two million dollars) for damages on account of any one accident, and in an amount of not less than $5,000,000 (five million dollars) on account of any one occurrence. 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 $5,000,000 (Five 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 CONTRACTORS PROTECTIVE LIABILITY:An OCP Policy shall be required by the Town of Southold in limits of $2,000,000 combined single limit, each occurrence, $5,000,000 General Aggregate. This insurance must fully cover the legal liability of the Contractor, NAMING THE CONTRACTOR 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 H. Town of Southold listed as additional insured and certificate holder. Bid Number. SIR - 2 STANDARD INSURANCE REQUIREMENTS ',Description of operations/locations/etc. Box must include.the statement:. "THE TOWN 'OF SOUTHOLD. IS' 'LISTED AS AODITIONAL'INSURED" CERTIFICATE HOLDER SHALL'BE LISTED AS: TOWN.OF-SOUTHOLD 53095 MAIN ROAD 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 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 party 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 INDEX 1. 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 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. `r 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 uudergruwid stivaures 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/Application 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 permit(s) (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 party 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 successfiil 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 inspeet all work done on waterials 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 them, 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 refuse 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 constricted 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, constriction materials and constriction 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 up 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 - 1 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 same 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 and villages are no longer exempt from the provisions of the Labor Law which require the CC - 5 CONDITIONS OF CONTRACT 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 subs onti•acLors 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 Contract, and the Contract shall contain a stipulation that such laborers shall be paid not less than CC - 6 CONDITIONS OF CONTRACT 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. 15. ESTIMATES & PAYMENTS CC - 7 CONDITIONS OF CONTRACT (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 airy 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. 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. CC - 8 CONDITIONS OF CONTRACT 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, fiirnish promptly all necessary facilities, labor and materials for such examination. If such work is found to be defective in any material 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. CC - 9 CONDITIONS OF CONTRACT 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. 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. CC - 10 CONDITIONS OF CONTRACT 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 (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 CC - 11 CONDITIONS OF CONTRACT 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. 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. CC - 12 CONDITIONS OF CONTRACT 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. 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 day's after such appointment, or the proceedings in connection CC - 13 CONDITIONS OF CONTRACT 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 labut ui ivatciials 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 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 CC - 14 CONDITIONS OF CONTRACT 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 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. CC - 15 CONDITIONS OF CONTRACT 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. 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. CC - 16 CONDITIONS OF CONTRACT 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 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 s 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 CC - 17 CONDITIONS OF CONTRACT 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, properly 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 "Equestrian Avenue Sidewalk Replacement" PROPOSAL PACKAGE BID OPENS: September 4, 2025 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 I ®f I I 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 I I VENDOR NAME: 1 es I CIC VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. ✓ PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID #: S - j b Z!q S 13 OR SOCIAL SECURITY#: DATE OF ORGANIZATION: 46 Dg IF APPLICABLE: DATE FILED: STATE FILED: If a non-publicly owned Corporation: CORPORATION NAME: -eS 4 LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) LIST OFFICERS AND DIRECTORS: NAME TITLE a m m m m DEEM DOE m m m m m m m m m m m al m m m m m m m m m m m m m m m m m m m m m m m m m m 9 m m m m m m m m m o m m m MMODUCROM MOOMMOO If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of I I ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: `J r►51 ,J nA 34r f e_�:) inc ADDRESS: 303 L,3Zf)rQi c, �R D C 1I& C�� pGGC 0 1 (804 CONTACT: RIGnto TELEPHONE: S l je-3 34 - Z7`-['2 FAX: 33 q - 2-7-I 3 E-MAIL: 1()6q-KP eu . cofn ONLY if different - MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different - MAIL PAYMENT TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: Proposal Package 4 of I I VENDOR NAME: S6-Si TnLO L) 5 ►n G 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: `JSi c1��s�C'c�S 1()cl 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 S AL IS ALIFY BIDDER. P�A HORIZED SIGNATURE Proposal Package 5 of I I 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 1 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. Theer ,� ni b this bid, under the penalties of perjury, affirms the truth thereof. SWORN TO BEFORE ME THIS i Lire&Company Position no 41- /�,69(i Alfonso Stasi-President DAY OF=02'$, Type Name&Company Position 5.t_asj_Wsa ies I_rLc. Compam NamLi \t \R)' PL'BUC S 2�11202>' Date Signed N*NkuW Qotdpour 81-1629813 NOWY PUM-UM°f N&W Y0rk FCdM11 I.D.Number --- NO.Qlt W16717 4OW M U Num cmu* CALM- - E0001nom Proposal Fackage 6 ot I 1 THE PROPOSAL FORM Equestrian Avenue Sidewalk Replacement VENDOR NAME: �Z0.�� , 5�`1�S knc, VENDOR ADDRESS: 3D 3 01fl& &- C)'D ( cue 0. 1 \80 4 TELEPHONE NUMBER: 'SIG-S3 4 —27142 FAX: S 1(0--33� - 2.-N 3 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 I i Equestrian Avenue Sidewalk Replacement 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 -r Clearing and Grubbing !� 1 ' for D�It /1�Uu,�tl�1p: !LS 000 d(/ � d�p D f� Dollars Cents s 2 550 /f_ Saw Cut Pavement 00 ✓�y �+ r� v�1 for i Vr /LF � dJ��V d Dollars Cents Concrete Sidewalk 3 750 'for �/4g, ✓lx /SY �' o 0 0 �a qs"©c 0 �,��/V���� Dollars Cents Concrete Sidewalk with Monolithic Curb _ .`J 4 70 06 00 oLfl o® fo�7����' �l�r ?,ls,A 5;W /SY Dollars Cents 5 265 Concrete Driveway Apron m l O na O p� ('��! /SY 3 d 6 00 J 7� fo /✓11.r��' /7UAl�A4,0 / Dollars Cents Concrete Ramp 3©�, tea 76 5� © 0 6 25 fo /)�� kr /SY Dollars J r Cents Subbase for Concrete Sidewalk 00 7 1,110 for 1 /��l/ /SY Dollars Cents Residential Walk Repair/Reconstruction 150 0� �c7� ® C) a ' for >rNo 7nNaa.6AAAS A)VIC & AX410 /LS �/ D , Dollars Cents Proposal Package 8 of 11 Equestrian Avenue Sidewalk Replacement 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 20 r 1�J 4 L) for —/SY Dollars Cents Subbase for Bituminous Driveway 10 20 _ aS— 00 0ZY0 d0 forte /SY Dollars Cents Roadway Pavement Repair 11 280 �r 00 1.21600 L for 6/�,Q, /SY Dollars Cents Subbase for Roadway Pavement Repair 12 zao _..for��0�i�7 ')1J /SY / Dollars Cents Pavement Markings " 13 1 'l for��� �� 4 ✓71-w 11LAZO x.,0 ILS Dollars Cents Catch Basin 14 3 _ /q goo 0 !/ for�!X %i�nt tsrJ.d�t� /-0-W— —/EA Dollars Cents 10-inch SDR 35 PVC ✓� _ 15 90 /' 'p�, aC/!� � 17 17 for Dt i�Lf/�Q� FYI ALLt> j ;121—A /LF Dollars Cents 16 1 Loam&Seed y, for 'Ad) ;; O,,6" m /LS Dollars Cents Proposal Package 9 of 11 Equestrian Avenue Sidewalk Replacement 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 Root Barrier 17 12 q0 for )� /LF Dollars Cents Silt Fence s 00 18 200 _ for /LF Dollars Cents Catch Basin Inlet Protection 19 3 _ _ _ ��0 0O for >6V0 71U,0�,GI � /Fi /EA Dollars Cents Concrete Washout Pit 20 1 1� 5 0O O © /� S U(� 00 for O?iZ %&04k! 0 A&0 'C'I/JT dQ44Q1-1-60 /EA Dollars Cents Maintenance&Protection of Traffic 7 S'0 p .__;OO UV co 21 1 Dollars Cents TOTAL BASE BID Items(Add All Items) ' �/ AOV+L.? NDL/il,�i�,s t D�GEC q&1� -7�O f^Jv/�. /1dJap lj S��eT�1 &A C /NOL,61,410 ��t��„, /1v�1.2'llt� S� 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 Drainage Items shall include removal&disposal of Existing Drain Lines and Appurtenances 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 @ IUD r ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF 4ss.: On the ?J' 6 d�aX-of A in the year 2015before me, the undersigned, personally appeared,kj W'4- , 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. � c N Y PUBLIC Qjw4(kd in.-!! Proposal Package I I of I I 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. 5 r'SUBMITTED BY: t)j �7-sr lCS I(1C /A Corporation _ A Partnership or Entity FIRM NAME: lnL An Individual PRINCIPAL OFFICE: PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE NY 1. How many years has your organization been in business under its present business name? ►7 2. You normally perform what percent of the work with your own forces? 100 % List trades that you organization normally performs below: 3. Have you ever failed to complete any work awarded to you? qn . 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. �b 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 Capacity 41,,nsa b6s 1 Z d N 1 A l l 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? �S 10. Bank References: 5 PJL3G r&)eL 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? �` O 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 N`e'W ) COUNTY OF WIT P ) 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 52025 Notary Public Commission Expiration Date: i QS-4 5-11NDUASTRIES 303 Winding Rd Old Bethpage, NY 11804 516-334-BRICK (2742) f 516-334-2743 (fax) MUNICIPAL REFERENCES (#1-4) 0 1. Inc Village of New Hyde Park Address: 1420 Jericho Turnpike, New Hyde Park NY 11040 Phone Number: Igor- 516-565-7998 Project Name: 2021 Roadway Improvements Project Location: New Hyde Park, NY 0 2. Inc. Village of Rockville Centre Address: One College Place, Rockville Centre NY 11571 Phone Number: Mario Bento-516-852-0859 Project Name: Park Lane Rehabilitation Project Location: Rockville Centre, NY 0 3. New York Parks and Recreation and Historic Preservation Address: Caumsett State Park Contact: craig.dename@parks.ny.gov Phone Number: 1(631) 742-7888 Project Name: Stable Area Drainage Improvements Project Location: Llyod Harbor, NY 0 4. Inc Village of Kings Point Address: 32 Stepping Stone Lane, Kings Point Phone Number: Micheal Moorehead — 1-631-278-5748 Project Name: 2023 Roadway Improvements Project Location: Village of Kings Point, NY 0 1 A5/INDUSTRIES 303 Winding Rd " ._ T11 -------- Old Bethpage, NY 11804 - 516-334-BRICK (2742) 516-334-2743 (fax) MUNICIPAL REFERENCES (us-6) 0 5. Town Of Hempstead Dept. of Planning & Economic Development Address: 200 North Franklin Street, Hempstead NY 11550 Project Name: Streetscape Improvements Project Location: Franklin Square, NY Phone Number:Joe Marshiano 516-538-7100-x-415 0 6. Inc. Village of Flower Hill Address: One Bonnie Heights Rd, Manhasset NY 11030 Phone Number: Rich Super Intendent DPW- 516-510-2734 Project Name: 2019 Pavement and Drainage Improvements Project Location: Inc. Village of Flower Hill 2 CONTRACT AGREEMENT THIS AGREEMENT made this day of Two Thousand and Twenty-Five by and between the Town of Southold, party of the first part (hereinafter called the Owner), and , ply 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 Equestrian Avenue 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, Standard Insurance Requirements (SIR 1-3), 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 FOURTH: The Contractor agrees to indemnify and save the Town, its officers, agents and employees harmless from any liability imposed upon the Town, its officers, agents and/or employees arising from the negligence, active or passive, of the Contractor and from and against any damages, claims, or expenses, including reasonable attorney's fees, arising out of Contractor's breach of the Agreement or from Contractor's acts or omissions outside the scope of the Agreement or arising out of claims or actions by third parties against Contractor by virtue of its performance of this Agreement. FIFTH: Terms used in the Agreement which are defined in Article 1 of the General Conditions shall have the nicaniugs indicated in the General Conditions. SIXTH: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. SEVENTH: 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. EIGHTH: 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 Albert J. Krupski Jr., Supervisor TITLE A-2 ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ) ss.: On the day of in the year 2025 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 2025 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 OF NE�f, 4.n. A:. Kathy Hochul,Governor 9,p `Q Roberta Reardon,Commissioner BEM O Town of Southold Schedule Year 2025 through 2026 Michael Collins,Town Engineer Date Requested 08/07/2025 53095 Main Road PRC# 2025009923 Southold NY 11971 Location Equestrian Avenue Project ID# Project Type Replace sidewalk on Equestrian Avenue on Fishers Island with new ADA compliant sidewalk 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 Rate Case Number (PRC#) has been assigned to the schedule(s) for your project. The schedule is effective from July 2025 through June 2026. 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 wmv.labor.ny.gov. PW 200 Ask.PWAsk@labor.ny.gov SIDE`A,'A K REPLr,CcNIEi,]T- )-)785' SECTION 02085 POLYVINYL CHLORIDE PIPE AND FITTINGS PART 1 - GENERAL 1.1 WORK INCLUDED This section covers the furnishing and installation of Polyvinyl Chloride (PVC) pipe and fittings, as indicated on the drawings and as specified herein. 1.2 RELATED WORK A. Section 02252, SUPPORT OF EXCAVATION B. Section 02300, EARTHWORK C. Section 02631, PRECAST MANHOLES AND CATCH BASINS 1.3 REFERENCES The following standards form a part of these specifications as referenced: American Society for Testing and Materials (ASTM) ASTM D2321 Recommended Practice for Underground Installation of Flexible Thermoplastic Sewer Pipe ASTM D3034 Specification for Type PSM Polyvinyl Chloride(PVC) Sewer Pipe and Fittings ASTM D3212 Specification for Joints -for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals ASTM F679 Specification for Polyvinyl Chloride (PVC) Large Diameter Plastic Gravity Sewer Pipe and Fittings(18" - 27) 1.4 SUBMITTALS: IN ACCORDANCE WITH REQUIREMENTS OF GENERAL SPECIFICATIONS, SUBMIT THE FOLLOWING: manufacturer's literature of the materials of this section shall be submitted to the Engineer for review. 4/29/2025 02085 - 1 PVC PIPE AND FITTINGS SICE`i4=iLK FEP1 ,„aCEi E11 i- i!JSa7 PART 2-PRODUCTS 2.1 MATERIALS A. PVC Non-pressure Sewer Pipe 1. PVC non-pressure sewer pipe 4-inches through 15-inches diameter shall conform to ASTM D3034, 18-inches through 27-inches diameter to ASTM F679, all with SDR of 35 unless noted, and shall meet the specific requirements and exceptions to the aforementioned specifications which follow. 2. PVC non-pressure sewer pipe shall be furnished in standard lengths. 3. One pipe bell consisting of an integral wall section with a solid cross section rubber ring, factory assembled, shall be furnished with each standard, random and short length of pipe. Rubber rings shall be provided to the requirements of ASTM D3212. 4. The rubber ring shall be retained within the bell of the pipe by a precision formed groove or recess designed to resist fish-mouthing or creeping during assembly of . joints. 5. Spigot pipe ends shall be supplied with bevels from the manufacturer to ensure proper insertion. Each spigot end shall have an "assembly stripe" imprinted thereon to which the bell end of the mated pipe will extend upon proper jointing of the two pipes. 6. PVC fittings shall be provided with bell and/or spigot configurations with rubber gasketed joints compatible with that of the pipe. Bend fittings with spigot ends shorter than the pipe recess bells will not be allowed. The shorter spigot end would not allow proper seating of the spigot in the mating bell and would permit undesired contact between the mating bell and the outside of the fitting bell. 7. 'All pipe delivered to the job site shall be accompanied by independent testing laboratory reports certifying that the pipe and fittings conform to the above- mentioned specifications. In addition, the pipe shall be subject to thorough inspection and tests, the right being reserved for the Engineer to apply such of the tests specified as he may from time to time deem necessary. 8. All cutting of pipe shall be done with a machine suitable for cutting PVC pipe. Cut ends shall be beveled when recommended by the pipe manufacturer. 4/29/2025 02085 - 2 PVC PIPE AND FITTINGS ti SIf)EbVALK REP LAC Ei.:ICENT— )9785 PART 3-EXECUTION 3.1 INSTALLATION A. Except as modified herein, installation of the PVC pipe shall be in accordance with ASTM D2321. B. Each pipe length shall be inspected before being laid to verify that it is not cracked. Pipe shall be laid to conform to the lines and grades indicated on the drawings or given by the Engineer. Each pipe shall be so laid as to form a close joint with the next adjoining pipe and bring the inverts continuously to the required grade. C. The pipe shall be supported by compacted crushed stone. Crushed stone shall be as specified under Section 02300, EARTHWORK. D. All non-pressure pipe sections shall be installed by qualified individuals using a pipe laser. E. The pipe shall not be driven down to grade by striking it with a shovel handle, timber, rammer, or other unyielding object. When each pipe has been properly bedded, enough of the backfill material shall be placed and compacted between the pipe and the sides.of the trench to hold the pipe in correct alignment. F. Before a joint is made, the pipe shall be checked to assure that a close joint with the next adjoining pipe has been maintained and that inverts are matched and conform to the required line and grade. G. For pipe placed on crushed stone, immediately after the joint is made, the jointing area shall be filled with suitable materials so placed and compacted that the ends of either pipe will not settle under backfill load. H. No pipe or fitting shall be permanently supported on saddles, blocking, or stones. I. Branches and fittings shall be laid by the Contractor as indicated on the drawings, and/or as directed by the Engineer. Open ends of pipe and branches shall be closed with PVC caps secured in place with premolded gasket joints or as directed by the Engineer. J. All pipe joints shall be made watertight. There shall be no visible leakage at the joints and there shall be no sand, silt, clay, or soil of any description entering the pipeline at the joints. Where there is evidence of water or soil entering the pipeline, connecting pipes, or structures, the defects shall be repaired to the satisfaction of the Engineer. K. The Contractor shall build a tight bulkhead in the pipeline where new work enters an existing sewer. This bulkhead shall remain in place until its removal is authorized by the Engineer. L. Care shall be taken to prevent earth, water, and other materials from entering the pipe, and when pipe laying operations are suspended, the Contractor shall maintain a suitable stopper in the end of the pipe and also at openings for manholes. END OF SECTION 4/29/2025 02085 - 3 PVC PIPE AND FITTINGS 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 snore 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. 4/29/2025 02230 - 1 CLEARING AND GRUBBING SIDE—VVALK. Rc1PLA.fHN1ENT —0197s357 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 4/29/2025 02230 - 2 CLEARING AND GRUBBING SIDE`./AjALK REP LAC EfIN-0, T._ 0117`5 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 4/29/2025 02240 - 1 DEWATERING SIDE',!'VALK.REP LA.r"EN1E11T-- t:97n57 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 4/29/2025 02240 - 2 DEWATERING IiDE_Oi.-•i1_ 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. 4/29/2025 07252 - I SUPPORT OF EXCAVATION 510E'v'1jALKPr1=%1:;CEP,i�i1T-+ 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 4/29/2025 02252 - 2 SUPPORT OF EXCAVATION SECTION 02300 EARTHWORK PART 1—GENERAL 1.1 WORK INCLUDED The Contractor shall make 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 D 1556 Test Method for Density of Soil in Place by the Sand Cone Method. ASTM D 1557 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-a;Qreaate in Place by Nuclear Methods(Shallow Depth). New York State Department of Transportation (NYSDOT) Standard Specifications 7/28/2025 02300 - 1 EAR HWORK ]DE':.V,ALK.F?EPL,AC.:Ei`iirPl s 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 Contractor shall protect the subgrade beneath new structures and pipes from frost penetration when freezing temperatures are expected. 7/28/2025 02300 - 2 EARTHWORK SII) ,AjA,LK 1'LPLikCEN1EHT 65 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§733-1 1. D. SELECT GRANULAR SUBGRADE (TYPICAL) Select Granular Subgrade shall consist of rock, stone, cobbles, or -ravel, 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 ''A 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, fi-ee from loam or clay, surface coatings and deleterious materials. The allowable amount of material passing a No. 200 sieve not to exceed 5% by weight. The maximum particle size for sand shall be 1/2 inch, with 90-100% of the material passing the inch Sieve. 7/28/2025 02300 - 3 EARTHWORK S1GE',.0`.LK, REF L ACEN-1EHT-;, 7'�'5 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.l 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 around. Where groundwater is encountered, -the size of the open excavation shall be limited to that 7/28/2025 02300-4 EARTHWORK 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 backfilling 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 rernoval and replacernent shall be borne by the Contractor. 7/28/2025 02300- 5 EARTHWORK SIDj_dWALK PEPLA.+CEi;IF—M 1 — ,1,)785 C. EXCAVATION NEAR EXISTING STRUCTURES I. 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 I. 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 7/28/2025 02300 - 6 EARTHWORK 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. J. 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. 7/28/2025 02300 - 7 EARTHWORK 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. BACKFILLING 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. 7/28/2025 02300 - 8 EARTHWORK 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 7/28/2025 02300 - 9 EARTHWORK 51r F'tA iA,K I EP!'10ECNILr I T-097>57 SECTION 02631 PRECAST MANHOLES AND CATCH BASINS PART 1 - GENERAL 1.1 WORK INCLUDED This Section covers all precast manholes and catch basins complete, including, but not limited to, bases, walls, cones, mortar, inverts, frames and covers. 1.2 RELATED WORK A. Section 02300, EARTHWORK B. Section 02745, PAVING C. , Section 03302, FIELD CONCRETE 1.3 SYSTEM DESCRIPTION A. Precast sections shall conform in shape, size, dimensions, materials, and other respects to the details indicated on the drawings or as ordered by the Engineer. B. All manholes and catch basins shall have concrete bases. Concrete bases shall be precast unless otherwise specified. Invert channels shall be formed of brick and mortar upon the base. C. Riser and cone sections shall be precast concrete. 1.4 REFERENCES The following standards form a part of this specification as referenced: American Society for Testing and Materials (ASTM) ASTM A48 Gray Iron Castings ASTM C32 Sewer and Manhole Brick ASTM C 144 Aggregate for Masonry Mortar ASTM C207 Hydrated Lime for Masonry Purposes ASTM C478 Precast Reinforced Concrete Manhole Sections ASTM C923 Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures and Pipes 4/29/2025 02631 - I PRECAST MANHOLES AND CATCH BASINS-CT ASTM C 1244 Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test. American Association of State Highway and Transportation Officials (AASHTO) AASHTO M198 Joints for Circular Concrete Sewer and Culvert Pipe Using Flexible Watertight Gaskets 1.5 SUBMITTALS: IN ACCORDANCE WITH REQUIREMENTS OF GENERAL SPECIFICATIONS, SUBMIT THE FOLLOWING: A. Manufacturer literature of the materials of this section shall be submitted to the Engineer for review. B. Tests reports as required shall be submitted to the Engineer. PART2 -PRODUCTS 2.1 PRECAST CONCRETE SECTIONS A. All precast concrete sections shall conform to ASTM C478 with the following exceptions and additional requirements: 1. The wall thickness of precast sections shall be as designated on the drawings. 2. Type II cement shall be used except as otherwise approved. 3. Sections shall be steam cured and shall not be shipped until at least five days after having been cast. 4. Minimum compressive strength of concrete shall be 4000 psi at 28 days. 5. No more than two lift holes may be cast or drilled in each section. 6. The date of manufacture and the name or trademark of the manufacturer shall be clearly marked on the inside of each precast section. 7. Acceptance of the sections will be on the basis of material tests and inspection of the completed product. B. Slab top sections shall conform to the contract drawings, with particular attention focused upon the reinforcing steel. C. The tops of the bases shall be suitably shaped by means of accurate ring forms to receive the riser sections. D. Precast sections shall be manufactured to contain wall openings of the minimum size to receive the ends of the pipes, such openings being accurately set to conform with line and grade of the sewer or drain. Subsequent cutting or tampering in the field, for the purpose of 4/29/2025 02631 - 2 PRECAST MANHOLES AND CATCH BASINS-CT i r i- r Sii�ri,;«Lr�:r?EP1_AL 'cr:l cj.l -7,S r- creating new openings or altering existing openings, will not be permitted except as directed by the Engineer. E. The Engineer reserves the right to reject any unsatisfactory precast section and the rejected unit shall be tagged and removed from the job site immediately. F. The Engineer may also require the testing of concrete sections as outlined under Physical Requirements in ASTM C478 with the Contractor bearing all testing costs. 2.2 BRICK MATERIALS A. Brick shall be sound, hard, and uniformly burned brick, regular and uniform in shape and size, of compact texture, and satisfactory to the Engineer. Bricks shall comply with ASTM C32, for Grade SS, hard brick, except that the mean of five tests for absorption shall not exceed 8 percent by weight. B. Rejected brick shall be immediately removed from the work and brick satisfactory to the Engineer substituted. C. Mortar shall be composed of portland cement, hydrated lime, and sand in which the volume of sand shall not exceed three times the sum of the volumes of cement and lime. The proportions of cement and lime shall be as directed and may vary from 1:1/4 for dense hard- burned brick to 1:3/4 for softer brick. 117 general, mortar for Grade SS Brick shall be mixed in the volume proportions of 1:1/2:4-1/2; portland cement to hydrated lime to sand. D. Cement shall be Type II portland cement as specified for concrete masonry. E. Hydrated lime shall be Type S conforming to ASTM C207. F. The sand shall comply with ASTM C 144 specifications for"Fine Aggregate," except that all of the sand shall pass a No. 8 sieve. 2.3 BELL TRAPS, FRAMES, GRATES, COVERS AND STEPS A. Castings shall be of good quality, strong, tough, even-grained cast iron, smooth, free from scale, lumps, blisters, sandholes, and defects of every nature which would render them unfit for the service for which they are intended. Contact surfaces of covers and frame seats shall be machined to prevent rocking of covers. B. All castings shall be thoroughly cleaned and may be subject to a careful hammer inspection at the Engineer's discretion. C. Castings shall be ASTM A48 Class 30B or better. D. Catch basin grates shall be as indicated on the drawings. 4/29/2025 0263 1 - 3 PRECAST MANHOLES AND CATCH BASINS-CT jIDEV/AI KI'=C1 ,,rCI':1•`_ili PART 3-EXECUTION 3.1 INSTALLATION A. PRECAST SECTIONS 1. Precast bases shall be supported on a compacted level foundation of crushed stone, as specified in Section 02300 EARTHWORK, at least 6-inches thick, but shall vary to the depth necessary to reach sound undisturbed earth. 2. Precast reinforced concrete sections shall be set vertical and with sections in true alignment. 3. Butyl rubber joint sealant shall be installed between each concrete section. Catch basin sections do not require joint sealant if so indicated on the drawings. 4. All holes in sections used for handling the sections shall be thoroughly plugged with mortar. Mortar shall be one part cement to 1-1/2 parts sand, mixed slightly damp to the touch (just short of"balling"), hammered into the holes until it is dense and an excess of paste appears on the surface, and then finished smooth and flush with the adjoining surfaces. B. BRICK WORK 1. Bricks shall be moistened by suitable means, as directed, until they are neither so dry as to absorb water from the mortar nor so wet as to be slippery when laid. 2. Each brick shall be laid as a header in a full bed and joint of mortar without requiring subsequent grouting, flushing or filling, and shall be thoroughly bonded as directed. 3. The brick inverts shall conform accurately to the size of the adjoining pipes. Side inverts shall be curved and main inverts (where direction changes) shall be laid out in smooth curves of the longest possible radius which is tangent to the centerlines of adjoining pipe. C. CASTINGS 1. Cast iron frames, grates and covers shall be as specified. The frames and covers shall be set by the Contractor to conform accurately to the grade of the finished pavement, existing ground surface, or as indicated on the drawings. Frames shall be adjusted to meet the street surface. 2. Cast iron manhole frames and covers not located in paved areas shall be set 6-inches above finished grade, at a height as directed by the Engineer, or as indicated on the drawings. The top of the cone shall be built up with a minimum of I course and a maximum of 5 courses of brick and mortar used as headers for adjustment to final grade. 4/29/2025 02631 - 4 PRECAST MANHOLES AND CATCH BASINS-CT 3. Frames shall be set concentric with the top of the concrete section and in a full bed of mortar so that the space between the top of the concrete section or brick headers and the bottom flange of the frame shall be completely filled and made watertight. A thick ring of mortar extending to the outer edge of the concrete shall be placed all around the bottom flange. The mortar shall be smoothly finished to be flush with the top of the flange and have a slight slope to shed water away from the frame. 4. Covers and/or grates shall be left in place in the frames, for safety reasons, except while work is being performed. D. ACCESSORIES Accessories shall be installed in accordance with manufacturer's instructions. 3.2 CLEANING All new structures shall be thoroughly cleaned of all silt, debris and foreign matter of any kind, prior to final inspection. END OF SECTION 4/29/2025 02631 - 5 PRECAST MANHOLES AND CATCH BASINS-CT SIDES iI-.LKPEPZ.i (_1_P:IENIT )';' `ii7 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 I. PERMANENT PAVEMENT PATCHING TYPE 2. HOT MIX ASPHALT DRIVEWAY PAVEMENT SCHEDULE A. TYPE ]. 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) 4/29,12025 02745 - I PAVING S]i1D E',,Vi,",LKR E PLPNCt i�I Ei\1 T-U�i7`: ASTM D 1557 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. 4/29/2025 02745 - 2 PAVING 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. 4/79 2025 02745 - 3 PAVING SiDE,!VALKREP L A�Ei�.IEM'F- 7 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. a 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 '/4-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 ]'-?-inches of masonry below the bottom of the casting. Backfill with suitable material and 4/29/2025 02745 - 4 PAVING SiDE�1I .='LK RE;PLACE vIEt,! compact to bottom of casting. Place high, early strength cement or bituminous concrete collar, as directed, to approximately I %2-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 4/219/21025 02745 - 5 PAVING 51G=v!i�.LK hI_Pi_;1 -El+;iEiJN T if-)7�5 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 SPECIFIC ATIOINS, 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. 4/29/2025 02771 - 1 CURBING I D E'Al, 1 L V i?E i'LA El`•1! I- B. Cast-in-place concrete curb shall confonn 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 formed 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 4/29/2025 022771 - 2 CURBING r ' S1C? k IRE PLAi:Ei'•-lrN i -o'),?^�57 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. =4/29/2025 02775 - I SIDEWALK CONSTRUCTION& REPLACEMENT SI T1_}; .FI':'IEPJI -!1`_ lb�)r PART2 -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 608 for Conventionally Formed Sidewalks and Driveways, and Materials Procedure MP 501-2. 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. 4/29/2025 02775 - 2 SID17WALK CONSTRUCTION& REPLAMMENT SIDf:v'Va.LK RlzPL r; LEI i,IEri i-i)) G. Concrete shall be placed in alternate slabs not exceeding 30 feet in length. Slabs shall be separated by transverse preformed expansion joint filler ''/2 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 4/29/2025 02775 - 3 SIDEWALK CONS-rRUCTION&REPLACEMENT 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. 4/29/2025 02920- 1 LOAMING & SEEDING SIDEVVALK i;EPLACEMEINi I ;)9'7 1 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 I. 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. 4/29/2025 02920- 2 LOAMING & SEEDING 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. 4/29;2025 02920- 3 LOA[V11NG & SEEDING 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 EnZn gineer 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. 4/29/2025 02920- 4 LOANIING & SEEDING 1 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 slung 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 4/29/2025 02920- 5 LOAMING & SEEDING SIDE'vVA.i K. PEP La`EiNdEN'F - - r� 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 (ACT) ACT 304 Recommended Practice for Measuring, Mixing, Transporting, and Placing Concrete ACT 305 Recommended Practice for Hot Weather Concreting ACI 306 Recommended Practice for Cold Weather Concreting ACT SP-66ACI Detailing Manual ACT 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 C 143 Test for Slump of Portland Cement Concrete ASTM C 150 Portland Cement ASTM C260 Air Entraining Admixtures for Concrete ASTM C494 Chemical Admixtures for Concrete 4/29/2025 03302 - I FIELD CONCRETE 6' 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 ASTM 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 C 143. 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 C 150. 2.4 AGGREGATES A. Except as otherwise noted, aggregate shall conform to the requirements of ASTM 03. 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 4/29/2025 03302 - 2 FIELD CONCRETE v 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 407, 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 fonns 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(907 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 4/29/2025 03302 - 4 FIELD CONCRETE 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. 4/29/2025 03302 - 3 FIELD CONCRETE Document A310 TM - 2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal slaws and Inly, iP(1l place rf bavities}) United States Fire Insurance Company Stasi Industries, Inc. 305 Madison Avenue This document has Important 303 Winding Road Morristown, NJ 07960 legal consequences.Consultation Old Bethpage, NY 11804 Mailing Address for Notices with an attorney is encouraged with respect to its completion or modification. OWNER: (Name.IeGal status and address) Any singular reference to Contractor,Surety,Owner or Town of Southold other patty shall be considered 53095 Main Road plural where applicable. Southold, NY 11971 BOND AMOUNT: 5% Five Percent of Amount Bid PROJECT: (,Vanre, location or address and Pt oject number,ija{i) Equestrian Avenue Sidewalk Replacement,Asphalt, Concrete, Drainage, Fishers Island, NY The Contractor and Surety arc bound to the 0%ntcr in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their licirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond arc such that if the O+wncr accepts the bid of the Contractor within the time specified in the bid documents,or+within such tinic period as nay be aerecd to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the U+rnier in accordance with the terms ofsuch 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 I'roicet and othernise acceptable to the Ownier,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the owner the dilterence,not to exceed the amount of this Bond,between the amount specified in said bid and such larger aniount for which the Owner may in good faith contract with another party to perlimn the work covered by said bid,then this obligation shall be null and void,otherwise to remain in tall lorce and ellect.The Surety hereby waives any notice ol'an agreement between tie Owner and Contractor to extend the time in which the Owner mayaccept the bid.Waiwerol'notice by the Surcty shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time liir acceptance ol'bids specified in the bid documents,and the Owner and Contractor shall obtain the Surel}'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 teriu Contractor in this Bond shall be decnicd to be Subcontractor and the term Owner shall be decnicd to be Contractor. When this Bond has been liirnished to comply with ti stalutory or other legal requirement in the location ol'tlie Project,any provision in this Bond conflicting with said statutory or legal requirement shall be deenied deleted Iterelrom and provisions conlimnine to such. . statutory or other legal requirenienl shall be deenied incorporated herein.When so Atmished,the intent is that this Bond shall be,constrttCd as a statutory bond and i(it as a common late bond. Signed and scale 29 day of August, 2025. Stasi Industries, Inc. " (Ptf ipa! (Seal)` By: �. . milt) pyy,,nMxxpq� iNSU o United States Are Insurance mpany VW! �p awpPo< (Title) e erry,Attorney-in-Fact S-0054/AS 8/10 A ACKNOWLEDGMENT OF PRINCIPAL IF A CORPORATION STATE OF New York } COUNTY OF Nassau } ss: On this 29th day of August,20 25, before me personally appeared Cresenzo Stasi to me known, who, being by me duly sworn,did depose and say that he/she resides at 303 Winding Rd., Old Bethpage, NY 118 4,that he/she is the President of Stasi Industries, Inc. the corporation described in and which executed the foregoing instrument;and that he/she signed his/her name thereto by order of the Board of Directors of said corporation. Peter Henry Notary Public State Of New York Notary Public No.61 NE4784829 Qualified let Nassau County Coi.,mission Expires'.January 31, ACKNOWLEDGMENT OF SURETY STATE OF NEW YORK } COUNTY OF NASSAU } ss: On August 29,2025 before me personally came Fern Perry to me known who, being by me duly sworn, did depose and say that he/she resides at 255 Executive Drive, Plainview, New York 11803,that he/she is the Attorney-In-Fact of United States Fire Insurance Company the corporation described in and which executed the foregoing instrument; and that he/she signed his/her name thereto by order of the Board of Directors of said corporation. Peter Henry Notary Public Notary Public State Of New York No.a1M'4784829 Qualified In Nassau County Col,.a Fission Expires:January 31, w POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE-MORRISTOWN,NEW JERSEY 00635 KNOW ALL MEN BY THESE PRESENTS:That United States Fire Insurance Company,a corporation duly organized and existing wider the laws of the state of Delaware,has made,constituted and appointed,and does hereby make,constitute and appoint: Robert Finnell,Peter Henry,Jennifer Laura Johnston-Ogeka,Fern Perry each,its true and lawful Attomey(s)-In-Fact,with full power and authority hereby conferred in its name,place and stead,to execute,acknowledge and deliver:Any and all bonds and undertakings of surety and other documents that the ordinary course of surety business may require,and to bind United States Fire Insurance Company thereby as fully and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the regularly elected officers of United States Fire Insurance Company at its principal office,in amounts or penalties: Unlimited This Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein,and they have no authority to bind United States Fire Insurance Company except in the manner and to the extent therein stated. This Power of Attorney is granted pursuant to Article IV of the By-Laws of United States Fire Insurance Company as now in full force and effect, and consistent with Article III thereof,which Articles provide,in pertinent part: Article IV,Execution of Instruments-Except as the Board of Directors may authorize by resolution,the Chairman of the Board,President,any Vice-President,any Assistant Vice President,the Secretary,or any Assistant Secretary shall have power on behalf of the Corporation: (a) to execute,affix the corporate seal manually or by facsimile to,acknowledge,verify and deliver any contracts,obligations,instruments and documents whatsoever in connection with its business including, without limiting the foregoing, any bonds, guarantees, undertakings, recognizances, powers of attorney or revocations of any powers of attorney, stipulations,'policies of insurance, deeds, leases, mortgages, releases,satisfactions and agency agreements; (b) to appoint,in writing,one or more persons for any or all of the purposes mentioned in the preceding paragraph(a),including affixing the seal of the Corporation. Article III, Officers, Section 3.11, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds, guarantees, undertakings,recognizances,stipulations,powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed, facsimile, lithographed or otherwise produced. In addition,if and as authorized by the Board of Directors,dividend warrants or checks,or other numerous instruments similar to one another in form,may be signed by the facsimile signature or signatures,lithographed or otherwise produced,of such officer or officers of the Corporation as from time to time may be authorized to sign such instruments on behalf of the Corporation. The Corporation may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Corporation,notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF,United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officer and its corporate seal hereunto affixed this 28th day of September,2021. UNITED STATES FIRE INSURANCE COMPANY s \ " Matthew E.Lubin, President State of New Jersey} County of Morris } On this 28th day of September,2021,before me,a Notary public of the State of New Jersey,came the above named officer of United States Fire Insurance Company,to me personally known to be the individual and officer described herein,and acknowledged that he executed the foregoing instrument and affixed the seal of United States Fire Insurance Company thereto by the authority of his office. MELISSA H.UALESSIO NOTARY FUBUC OF NSY JERSEY �, Melissa H.D'Alessio (Notary Public) I,the undersigned officer of United States Fire Insurance Company,a Delaware corporation,do hereby certify that the original Power of Attorney of which the foregoing is a full,true and correct copy is still in force and effect and has not been revoked. qqaa IN WITNESS WHEREOF,I have hereunto set my hand and affixed the corporate seal of United States Fire Insurance Company on th10 day of A U(,�J�L(S+ 20, §_ UNITED.STATES FIRE INSURANCE COMPANY , egm,- Michael C.Fay,Senior Vice President UNITED STATES FIRE INSURANCE COMPANY 1209 ORANGE.STREET,WILMINGTON,DELAWARE 19801 STATEMENT OF ASSETS,LIABILITIES,SURPLUS AND OTHER FUNDS AT DECEMBER 31,2024 ASSETS 1,483,775,036 Bonds(Amortized Value)......................... . ........................................................ 157,980,976 Preferred Stocks(Market Value)............................................................................................ 803 Common Stocks(Market Value)......................................................................:.................... 1,174,287,654 Mortgage Loans(Market Value)...................................................................... 1,195,552,039 Real Estate...................... ...,....................................,........ 36,934,786 .................................................... 548,305,898 Cash,Cash Equivalents,and Short Term Investments............. 48,305,898 Derivatives...................................... ............................................... 875 Other Invested Assets........................................... 630,714,918 Investment Income Due and Accrued............... ......,......................................,.......... 91,050,781 ............. .. Premiums and Considerations............................................................................................... 106,413,303 Amounts Recoverable from Reinsurers....................... .......................................:....... 230,146,645 ............. Funds Held by or Deposited with Reinsured Companies............................................................... 196,111,925 Net Deferred Tax Asset........................... .......,..,.................................................. 196,618,866 .............. Electronic Data Processing Equipment.................................................................................... 228,378 Receivables from Parent,Subsidiaries and Affiliates................................................................... 32,241,510 Other Assets............... 176,097,393 TOTALASSETS.................... ,.................-............................... LIABILITIES,SURPLUS&OTHER FUNDS Losses(Reported Losses Net of Reinsurance Ceded and Incurred 3,105,311,065 But Not Reported Losses)................................................ .......................................... 9842499 Reinsurance Payable on Paid Losses and Loss Adjustment Expenses............................................... 11 , , Loss Adjustment Expenses.................................. 516,00606,642 42 Commissions Payable,Contingent Commissions and Other Similar Charges...................................... 28,497,890 Other Expenses(Excluding Taxes,Licenses and Fees)....................................I............................ 106,484,62930,35],557 Taxes,Licenses and Fees(Excluding Federal Income Taxes)................................................... Current Federal and Foreign Income Taxes............................................................................... 13,076,127 UnearnedPremiums.......................................................................................................... 1,159,871,296 Advance Premium.............. ..............'... ... ..................... 12,532,810 Ceded Reinsurance Premiums Payable.................................................................................... 168.127,598 Funds Held by Company under Reinsurance Treaties................................................................. 83 209,337 Amounts Withheld by Company for Account of Others........................................................ 130, 665 1,7555,,665 147 Provision for Reinsurance................................................................................................... Payable to Parent,Subsidiaries and Affiliates............................................................................ 55,190,326 OtherLiabilities............................................................................................................... 481837198-6 TOTALLIABn1TIES................................................................................. $ _ _ 5,579.451,574 CommonCapital Stock...................................................................................................... 18,780,000 ...................................................... 1,502,074,940 Gross Paid In and Contributed Surplus............................. 1,175,790,879_ Unassigned Funds(Surplus)..................................................................................... Surplus as Regards Policyholders.................................................................... 2.696,645,819 TOTALLIABIITIIES,SURPLUS&OTHER FUNDS„••••••-••••••••-•^•••'•""'•""" 5 8,276.097,393 I,Carmine Scaglione,Senior Vice President and Controller of UNITED STATES TM INSURANCE COMPANY,certify that the foregoing is a fair statement of Assets,Liabilities,Surplus and Other Funds of this Company,at the close of business,December 31,2024,as reflected by its books and records and as reported in its statement on file with the Insurance Department of the State of Delaware. IN TESTIMONY WHEREOF,I have set my hand and affixed the seal of the Company,this 12th day of March,2025. J UNITED STATES FIRE INSURANCE COMPANY r' Equestrian Avenue Sidewalk Replacement 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 / for --- /LS Dollars Cents 2 550 Saw Cut Pavement / /LF for__ Dollars Cents Concrete Sidewalk �- 3 750 - -- — - - --- for----------- ------- � I Dollars Cents !SY Concrete Sidewalk with Monolithic Curb }1(� ,,�f 4 70 for T ! % / 0(i !SY - Dollars Cents Concrete Driveway Apron 5 265 0 d gg /O� 0 L for /SY Dollars Cents �-- nc�e r-C Ramp 00 for f /SY Dollars Cents Si bbase for Co sTte Sidewalk 5 for t• /SY � S ST Dollars °Residential Walk Repair/Reconstruction o for_ '. !LS — Dollarr J ---- ��.Cents. :AZ �` Proposal Package 8 of 11 Equestrian Avenue Sidewalk Replacement 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 20 !90 for /SY Dollars Cents _ Subbase for Bituminous Driveway f� 10 20 1 J 19 b /SY Dollars Cents Roadway Pavement Repair 2805 I SOD GD for /SY Dollars Cents _ Subbase for Roadway Pavement Repair 12 280 for J� boo /SY Dollars Cents Pavement Markings 13 1 !LS 3 ���D So p ®� for Dollars Cents r Catch-Basin G ) for !EA Dollrars._= -- Cents -- - --- - - — — - -- --- - ----— am 1'r 10-inch SDR 35 PVC 15 90 / �"v 00 for -- fI "� /LF Dollars Cents -- Loam&Seed r k 16 for_ t /LS 9 '� Dollars Cents Proposal Package 9 of 11 t Equestrian Avenue Sidewalk Replacement Itemized Proposal for: Town of Southold ITEM NO ES FIMATED DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS Root Barrier 17 12 for_- — — /LF Dollars Cents — Silt Fence 18 200 �D 0 for _ ILF � a C7 Dollars Cents Catch Basin Inlet Protection 19 3 p2b 760 a0 for /EA Dollars Cents _- Concrete Washout Pit 20 1 !EA j S U b 0 a SlD b O for Dollars Cents Maintenance&Protection of Traffic 2, , 7 d a 7 5`0 o 8 0 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 Preparationof 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 Drainage Items shall include removal&disposal of Existing Drain Lines and Appurtenances 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-thee bid. Proposal Package 10 of 11 !ma y 44Ofj I'sr rI V SEP - 4 203 Southold Town Clerk 4"MO rosvw �_ l Town of Southold "Equestrian Avenue Sidewalk Replacement" PROPOSAL PACKAGE BID OPENS: September 4, 2025 , 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 Packabe 1 of 11 VENDOR NAME: coy-az:zi'l" (+s Y kat+ • nc VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID #: OR SOCIAL SECURITY#: DATE OF ORGANIZATION: (N 19 e8 IF APPLICABLE: DATE FILED: STATE FILED: N eW �Io✓�- If a non-publicly owned Corporation:CORPORATION NAME: C 6ki:2A6 Acpkat4 n C_ LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) t G ►r� Coy-th-2-21y\% R 1 C(nard LIST OFFICERS AND DIRECTORS: NAME, TITLE 9 Elm®0 m 0 m m O m m m m O m m 0 9 m m m m m m ma m 0 0 0 0 0 0 m m C If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of I I ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: ADDRESS: Po Cu-+-chogve Ny 1 Ig3S CONTACT: On av-d TELEPHONE: C.231- 3�-f-- mob FAX: LQ 3 l E-MAIL: 0"F I CC_ CarckZ-2Ari1 a5phaA+.CO(y) ONLY if different - MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different - MAIL PAYMENT TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: Proposal Package 4 of I I VENDOR NAME: asp ka-&' Inc 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.) f'ZD n-L 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 QU IFV BIDDER. AUTHO IZED SIGNATURE Proposal Package 5 of I I 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 per ing his bid, under the penalties of perjury, affirms the truth thereof. V Peres SWORN TO BEFORE ME THIS Signa re& any osition �6 5ePk ig `k� (v\ala V_C12"1A,r1, r PY'CS' 3 DAY OF 20 ZY_ Type Name&Company Position CLQ� Ih L Company Name OTARY PUBLIC q_ aoa5' D JOHN A.MAKI Date Signed n �� Notary Public-State of New York 112— "1 3 3tp No.01MA6164838 Federal I.D.Number Qualified in Suffolk County My commission axp.04/301202`7 Proposal Package 6 of I I THE PROPOSAL FORM Equestrian Avenue Sidewalk Replacement VENDOR NAME: Co`-aa:-M✓1 i ASPkal+ I n c VENDOR ADDRESS: ? O %01c 12.F Cw+ CIAOgv� TELEPHONE NUMBER: &,g 1 7314- � FAX: (x3 l -73LI-SRza 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 frill 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 Co►�a224rit1 h lnc Equestrian Avenue Sidewalk Replacement 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 forO —hurO ved¢I, n 12-9,ZCO o o 129 2Z Dollars Cents Saw Cut Pavement pp ��{( rI / / /� Oo �jS� oa 2 550 for -7 ►�1 d O U d K `� !,UU rt� /LF ! 0 " Dollars Cents Concrete Sidewalk �/ / �I O 3 750 for �(f �� �a�a �� /SY C �S �� (30 7� O Dollars d Cents Concrete Sidewalk with Monolithic Curb �,/� A' 4 70 for hyn P,t'o �►'� �oG(Q�r 6g /SY 18,5 O b 12 Dollars Cents {-�n �e/ Concrete Driveway Apron '�// /yn� $/y' 5 265 for c' ti_ / w (i, � / /SY ( V 00 O O �' r y� G` /U t� Dollars Cents Concrete Ramp 00 Ob 6 25 for —wars`E" A /SY Dollars Cents Subbase for Concrete Sidewalk /l 7 1,110 A/t Aback /SY 6U � nL�U 06 for `_ T Dollars Cents Residential WaikReepair/Reconnsttruction for ys 8 1 ' `�' /��Usal r� &&aq� AS Dollars Cents Proposal Package 8 of 11 C o►-caV n1 fps phatf Inc Equestrian Avenue Sidewalk Replacement 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 T I ve ,1y (��' 1 yU /SY d 9 20 for 1 1.1�y �U��`.�—n�0�Q 200 d Dollars Cents �/ Subbase I for Bituminous Driveway q 10 20 Y � Qar--s -A �UV /SY O Q C7 P 0for ollars Cents 11 280 -1 (Do �ll/UD Roadway Pavement Repair � 0 0 0 for Is; 7 �()Ua I-S U /SY O O Dollars ( Cents Subbase for Roadway Pavement Repair II Cr3 () o ` Ub 12 28o for �W el1 do U a vs O /SY � �� ollars Cents Pavement Markin�gsf/p�/t- �, /`�/�/� O 4' 13 1 for -Tu)0 *00sard d oQ a V3 1 m/U V /LS 2000 0 LIJW � � Dollars Cents �/`(J ��1,Q�Catch Basin /eCl�4' U O D 00 14 3 for �' �lJ3.l �17 k do n6EA GN ��V Dollars Cents cc 100-iinch SDR 35 PVC J G D 15 90 for S;X d O UC7 PS /LF C�0 U U Dollars Cents / rLoam&Seed � b/ q i q�16 1 Cfor ou e ous/ ,z j a� 0 Dollars Cents TUU Proposal Package 9 of 11 COY-a 2: n i AspWk Equestrian Avenue Sidewalk Replacement 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 17 12 Root Barrier rqp o for Tuib h -& -Rve-J (ass �/� 2�5 ° `' 2q`fo e ° Dollars Cents '(/��p d (/ Silt Fence /�18 200 for ��"�� a�q� ! OU /LF .3 00D Dollars Cents "�,� /,,,1 Catch Basin Inlet Protection /� [ �^ 19 3 for ' / ���1 KJ f'� Joa61r`v 2Zf J w /o3� Q� Dollars Cents �J �j ��/��� Concrete Washout Pit ,p� ,/ �} > U b , 20 1 for i W� T 1 KJUSa�d �� hord �1 7/�/0/EA ✓`' I/J .XJLJ Dollars Cents Maintenance y&��Protection of Traffi/c/,// � o 21 1 forFRy �r 4r - a dco V ct K'1L — I Dollars Cents TOTAL BASE BID Items(Add All Items) p U �c'v,e hund red-{-{�ePai��usar0 n're—hundred nlief� ol�a r� �- �'�' ee� 515°l�b Dollars Ce is (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 Drainage Items shall include removal&disposal of Existing Drain Lines and Appurtenances 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 % Q hCLV-d rq-z-Uni TITLE I'rr'SI CIE rn+ DATE IS �p+ 21 202.S- ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF &( IL ss.: 2 On the 3 day of &ArvIM6W in the year 2( before me, the undersigned, personally appeared, Aj Cj4(16 COVQt7,r yjD , 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. 0--w 1 �C NOTAIY PUBLIC JOHN A.MAKI Notary Public-State of New York No.01 MA6164838 Qualified in Suffolk county My commission Exp.04/301202.7 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: �CV1Q✓A CO►r012'L1,01\1 ✓A Corporation A Partnership or Entity FIRM NAME: Cora 2n) n1 Pa ;f k C Y lv G An Individual PRINCIPAL OFFICE: / .)q� Coy O La►'1C eu-+C4-)0 'Ue N `/ It 93 5 PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE Wes I AAA+ aSM Nassau P+- 5Ue-IVY(ccx� V l Ce � \G ✓� (ArQZ,kJ11 BSbd Kw.sa� P� G3vQ 6Jl{ 11R3T' l0 S/{a''-t' 1. How many years has your organization been in business under its present business name? -S-7 yea.rS 2. You normally perform what percent of the work with your own forces? g0 List trades that you organization normally performs below: n'A I P°kvi r, t, !yf,avcJis f cQer►�o 5 3. Have you ever failed to complete any work awarded to you? f VG. 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. b 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. Mo 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 ion e 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 Dk 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 Capacity 'C1 V�' /o oo �. 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 10. Bank References: a► V- 1 1. Trade Association Membership: Loci 12-1 2 c.oC&-L ( 38 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 Alt"' No✓k ) COUNTY OF Sv-t--Fo l IL ) ,Rl C.�%av d being duly sworn deposes and says that he is the 'QX-eS N c*2 n of 'LA sOJ - IrKcontractor and that answers to the foregoin questions and all statements therein contained are true and correct. (Sign1ure person who signed bid) Sworn to beforepmei?'�� day of h�rrC�✓ 2025 Notary Public Commission Ex : JOHN A.MAKI Notary Public-State of New York No.01 MA6164838 Qualified in Suffolk County My cammiaoion R911-04130l2027 QS-4 CORAZZINI ASPHALT, INC. Balance Sheet December 31, 2024 ASSETS Current Assets Cash and cash equivalents $ 560,756 Contracts receivable 1,233,978 Marketable securities (FMV) 1,064,371 Inventory 46,876 Prepaid corporate taxes 62,345 Prepaid expenses 103,250 Total Current Assets 3,071,576 Property and Equipment Cgsts 5,466,236 Less: accumulated depreciation 3,740,066 r Total Property and Equipment : . 1,726,170 Total Assets 4':797.746 SEE INDEPENDENT ACCOUNTANTS' REVIEW REPORT AND NOTES TO FINANCIAL STATEMENTS CORAZZINI ASPHALT, INC. Balance Sheet December 31, 2024 LIABILITIES AND SHAREHOLDER'S EQUITY Current Liabilities: Accounts payable and accrued expenses $ 912,580 Notes payable/current 146,204 Payroll taxes payable 3,825 Total Current Liabilities ��`'/ 1,062,609 Other Liabilities: Notes payable/long term f� 247,726 Shareholder's Equity: ��\ Common stock no par value: 200 shares authorized: 100 shares issued and-outstanding/ 5,000 Treasury stock: 50 shares at-cost (400,000) Accumulated other comprehensive income 123,298 Retained earnings -�` � 3.759,113 Total S/hhaarreholder'ss Equity _3,487,411 Total�Lia' bilities and,5hareholder`s Equity 4.797.746 SEE INDEPENDENT ACCOUNTANTS' REVIEW REPORT AND NOTES TO FINANCIAL STATEMENTS CONTRACT AGREEMENT THIS AGREEMENT made this day of Two Thousand and Twenty-Five 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 Equestrian Avenue 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, Standard Insurance Requirements(SIR 1-3), 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 FOURTH: The Contractor agrees to indemnify and save the Town, its officers, agents and employees harmless from any liability imposed upon the Town, its officers, agents and/or employees arising from the negligence, active or passive, of the Contractor and from and against any damages, claims, or expenses, including reasonable attorney's fees, arising out of Contractor's breach of the Agreement or from Contractor's acts or omissions outside the scope of the Agreement or arising out of claims or actions by third parties against Contractor by virtue of its performance of this Agreement. FIFTH: Terms used in the Agreement which are defined in Article '1 of the General Conditions shall have the meanings indicated in the General Conditions. SIXTH: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. SEVENTH: 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. EIGHTH: 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 Albert J. Krupski Jr., Supervisor TITLE A-2 ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ) ss.: On the day of in the year 2025 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 2025 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 w a THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bond No.09042025 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Corazzini Asphalt, Inc. 6245 Cox Lane Cutchogue, NY 11935 as Principal, hereinafter called the Principal, and RLI Insurance Company 9025 N. Lindbergh Dr. Peoria, IL 61612 A corporation duly organized under the laws of the State of Illinois as Surety, hereinafter called the Surety, are held and firmly bound unto Town of Southold 53095 Main Road Southold, NY 11971 as Obligee, hereinafter called the Obligee, in the sum of Five Percent(5%) of the Total Amount of Bid for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Equestrian Avenue Sidewalk Replacement NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms, of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 28t" Day of August 2025 Corazz' i A4phaItJ Inc. (Pri ' 1) (Seal) Witness (Tite)W,aVL L Corcm ur1%) VMS RLI Insurance Company (Surety ,; 6b (Seal) /f Witness l (Title)Diane P.Alesci, Attorney-In-Fact Printed in cooperation with the American Institute of Architects(AIA). The language in this document conforms exactly to the language used in AIA document A310, February 1970 ED.. Individual Acknowledgment State of County of On the day of ,20 ,before me personally appeared to me known and known to me to be the person described in and who executed the foregoing instrument and he thereupon acknowledged to me that he executed the same. Notary Public Partnership/L.L.C.Acknowledgment State of County of On the day of 20 ,before me personally appeared to me known and known to me to be one of the firm of described in and who executed the foregoing instrument and he thereupon acknowledged to me that he executed the same as and for the act and deed of said firm. Notary Public �/�� Corporate Acknowledgment State of �w o County of �y 1 On the 2 day of 20 2S,before me personally appeared to me known,who being by me duly sworn, did depose and say that h is the of the �Y�l�•�n l �� (1(L C the corporation described in and which executed the foregoing instrument;that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the board of directors of said corporation;and that he signed his/her name thereto by like order. Notajy Public JOHN A.MAKI Notary Public-State of New York No.01 MA6164M Oualified in Suffolk County My Commission Exp.04/30/202.7 r ACKNOWLEDGEMENT OF SURETY State of Florida } } SS. County of Pasco } On this 28th day of August , 2025 before me, a Notary Public in and for said County, personally appeared Diane P. Alesci personally known to me, who being by me duly sworn, did say that he/she is the aforesaid attorney-in-fact of the RLI INSURANCE COMPANY of Peoria, Illinois, a corporation duly organized and existing under the laws of the State of Illinois, that the seal affixed to the foregoing instrument is the corporate seal of said corporation, that the said instrument was signed, sealed and executed in behalf of said corporation by authority of its Board of Directors, and further acknowledge that the said instrument and the execution thereof to be a voluntary act and deed of said corporation. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed by official seal the day and year last above written. Notary Public State of Florida Paris Tsirnikas My Commission HH 329510 Expires'11/18/2026 Notary Public m POWER OF ATTORNEY RLI Insurance Company Contractors Bonding and Insurance Company 9025 N.Lindbergh Dr. Peoria,IL 61615 Phone: 800-645-2402 Know AH Mett by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each an Illinois corporation, (separately and together,the"Company")do hereby make,constitute and appoint: Matthew Wilkoff,Diane P.Alesci Shirley Croker,David Sterling Francesca Papa iointly or severally in the City of Woodbury ,State of New York its true and lawful Agent(s) and Attorney(s) in Fact,with full power and authority hereby conferred, to sign, execute,acknowledge and deliver for and on its behalf as Surety, in general,any and all bonds and undertakings in an amount not to exceed Twenty Five Million Dollars ( $25,000.000.00 )for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon the Company as if such bond had been executed and acknowledged by the regularly elected officers of the Company. RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of a Resolution adopted by,the Board of Directors of each such corporation,and is now in force,to-wit: "All bonds,policies,undertakings,Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President,Secretary,any Assistant Secretary,Treasurer,or any Vice President,or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds,policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds,policies,undertakings,Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have caused these presents to be executed by its respective Sr.Vice President with its corporate seal affixed this 28th day of April 2025 . RLI Insurance Company AND js'' ;`'�JCEoO'"�, Contractors Bonding and Ins ante Company •U F ;M_ tea. CA�o� A� •�{' IIA + ���' ` SEAL - liy.Eric Raudins Sr.Vice President -Zoe•. -t�,. .;: State of Ohio ) ................. •L�„",° r'47,LI"at0,"�°��• } SS County of Cuyahoga ))) CERTIFICATE On this 28th day of April 2025 ,before me,a Notary Public, 1, the undersigned officer of RLI Insurance Company and/or personally appeared Eric Raudins who being by me duly swom, Contractors Bonding and Insurance Company, do hereby certify acknowledged that he signed the above Power of Attorney as the aforesaid that the attached Power of Attorney is in full force and effect and is officer of the RLI Insurance Company and/or Contractors Bonding and irrevocable; and furthermore, that the Resolution of the Company as Insurance Company and acknowledged said instrument to be the voluntary set forth in the Power of Attorney, is now in force. In testimony act and deed of said corporation. whereof, I have hereunto set my hand and the seal of the RLI Insurance Company and/or Contractors Bonding and Insurance Company this 28 day of August 2025 By: RLI Insurance Company Jill A.Scott Notary Public Contractors Bonding and Insurance Company JILL A SCOTT •1 Notary Public State of Ohio By: Ny Comm.Expires Jeffrey ic1 Corporate Secretary o September 22,2025 Jr 03S7020212 A0058D19 RLIP.O.BOX 3967PEORIA,IL 61612-3967 RLI Insurance Company P:(800)645-2402 E:asksurety@rlicorp.com SURETY RLISURETY.COM December 31,2024 Admitted Assets Liabilities and Surplus investments: Liabilities: Fixed maturities.............................. $ 1,623,131,091 Reserve for unpaid losses and loss Equity securities.............................. 1,673,246,978 adjustment expenses $ 1,043.034,784 Short-term investments ........................ 0 Unearned premiums 452,867,199 Real estate..................................... 23,610,523 Accrued expenses 135,095,230 Properties held to produce income .................. 0 Funds held,,.......,........................ 590,443 Cash and cash equivalents ........................ 100,053,303 Advance premiums ,,,,,..,................... 27.473.420 Other invested assets ............................ 47,767,817 Amounts withheld ............................ 64,224,218 Receivables for securities ......................... 275,318 Remittances and items not allocated_,,,,,,,,,,_,, 3,310,530 Agents'balances ................................ 102,566,673 Dividends declared and unpaid,._...._......... 20,141 Investment income due and accrued ................ 13,698,890 Ceded reinsurance premium payable ,,,,,,,,,,,,. 28,179.079 Funds held..................................... o Payable for securities.......................... 7,894,282 Reinsurance recoverable on paid losses ............. 16,390,360 Statutory penalties,,,,,,,,,....,.............. 367,343 Federal income taxes receivable.................... 2,852,054 Current federal and foreign income taxes ,.,,..,... 0 Net deferred tax asset............................ 4,498,328 Net deferred tax liability,,,,,,,,,,,,,..,........ 0 Guarantee funds receivable or on deposit 162.638 Borrowed money and accrued interest .,.,,,,..... 50,191,167 Electronic data processing equipment. ............... Drafts outstanding ....,.,........................ 0 net of depreciation............................ 1,319,432 Payable to affiliate 17,707,813 Receivable from affiliates 2,988 Other liabilities................................... 1,780,541 Other admitted assets ............................ 10A71.819 Total Liabilities $ 1,832.736,190 Total Admitted Assets $ 3,620,048,212 Surplus: Common stock............................... $ 10.000,375 Additional paid-in capital........................ 242,451,084 Unassigned surplus........................... 1,534,860,563 State of Ohio Total Surplus $ 1,787,312,022 County of Cuyahoga Total Liabilities and Surplus $ 3.620,048,212 The undersigned, being duly swom, says. That he is the President of RLI Insurance Company;that said Company is a corporation duly organized,in the State of Illinois, and licensed and engaged in business in the State of New York and has duly complied with all the requirements of the laws of said State applicable of said Company and is duly qualified to act as Surety under such laws;that said Company has also complied with and is duly qualified to act as Surety under the Act of Congress approved July 1947, 6U.S.0 sec. 6-13; and that to the best of his knowledge and belief the above statement is a full, true, and correct statement of the financial condition of the said Company on the 31st day of December 2024. Attest. `,,,tpqunmppr,, CEAWI 'a: �oRPORA-r, 9<=_ Corporate Craig Kliethermes President SEAL ..* = Seal g { Affixed "1/4 Olga S. Happel Asistant Secretary t I N N N o�r� Sworn to before me this 3rd day of March,2025. JILLASCOTr 9 ('1 a Notary public State of Ohio Notarial f/�tjl My Comm.Expires September 22.2025 { Seal C Affixed Jill A.Scott Notary Public, State of Ohio M0058325 Portal r C"(-)k4ZZINI AiPHALTEVC P 0.Box 1281 Cutchogue,,DIY 11935 d Town of Southold Town Clerks Office 53095 Main Road Southold, NY 11971 _ .. 4 Lgay " ` T cj"ems Ort �L-.W"'41 PM Ot n AV M UGC S� Town ®f Southold "Equestrian Avenue Sidewalk Replacement99 PROPOSAL PACKAGE BID OPENS: September 4, 2 25 r RF MINDER NOTE!! !: r 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 d BIDDER'S CHECK LISP' 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. ❑X 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: Mattern Construction,Inc. VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. X PARTNERSHIP_ INDIVIDUAL FEDERAL EMPLOYEE ID #: 06-1302300 OR SOCIAL SECURITY#: DATE OF ORGANIZATION: 8/13/1990 IF APPLICABLE: DATE FILED: 8/13/1990 STATE FILED: CT If a non-publicly owned Corporation: CORPORATION NAME: Mattern Construction,Inc. LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) Eric Mattern George Mattern LIST OFFICERS AND DIRECTORS: NAME TITLE Eric Mattern President and Corporate Secretary 219 a a ODOM a a a a a a a a a a a e a a a a a a e a v 8 a a a a a a a 0 a a a a a a a a a a a a a a 2 a a a a 2 a 9 a a a a e a a a a a a a a a a a a a a a a If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of I I ADDRESS RECORD FORM MAIL, BID TO: VENDOR NAME: Mattern Construction,Inc. ADDRESS: 26M Bushnell Hollow Road,Baltic, CT 06330 CONTACT: Eric Mattern TELEPHONE: 860-822-8457 ext. 21 FAX: n/a E-MAIL: ericm@matternconstruction.com ONLY if different - MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different - MAIL PAYMENT TO: ADDRESS: — — TELEPHONE: FAX: _ CONTACT: E-MAIL: Proposal Package 4 of I 1 VENDOR NAME: Mattern Construction,Inc. ASSUMED NAIVE 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: Mattern Construction,Inc. 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 0 Insurance Certificate filed on n/a DATE FAILURE TO PROVIDE SPECIFIED INSURANCE SIB_ ISQUALIFY BIDDER. AUTHORIZED SIGNATURE Proposal Package 9 of I I 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. p rson signing thiOObbid, under the penalties of perjury, affirms the truth thereof. SWORN TO BEFORE ME THIS Signature&Company Vosition Eric Mattern President&Corporate Secretary �yl" ua�'OF?� 'C'}'pe Name R.Company Position _Mattern Construction, Inc. Compam Name - —__ NOTARl` PUR..IC 9/1/2021 Date Siened — DEREK THOMAS ALLARD 06-1302300 _ __ Notary Public,State of ConneCW Federal I.D. vumbe My Commission Expires July 31,210. Proposal Package 6 of I I THE PROPOSAL FORM Equestrian Avenue Sidewalk Replacement VENDOR NAME: Mattern Construction,Inc. VENDOR ADDRESS: 26M Bushnell Hollow Road Baltic CT 06330 TELEPHONE NUMBER: 860-822-8457 FAX: n/a 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 n/a Proposal Package 7 of I I Equestrian Avenue Sidewalk Replacement 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 $150,000 .00 $150,00 .00 for One Hundred Fifty Thousand Dollars and Zero Cents /LS Dollars Cents Saw Cut Pavement 2 550 $9 .00 $4,950 .00 for Nine Dollars and Zero Cents /LF Dollars Cents Concrete Sidewalk 3 750 $225 .00 $168,750 .00 for Two Hundred Twenty-Five Dollars and Zero Cents /SY Dollars Cents Concrete Sidewalk with Monolithic Curb a 7D $250 .00 $17,500 .00 for Two Hundred Fifty Dollars and Zero Cents /SY _Dollars Cents Concrete Driveway Apron 5 265 $290 .00 $76,850 .00 for Two Hundred Ninety Dollars and Zero Cents /SY Dollars Cents 6 25 Concrete Ramp $500 .00 $12,500 .00 for Five Hundred Dollars and Zero Cents /SY Dollars Cents Subbase for Concrete Sidewalk 7 1.110 $25 .00 $27,750 .00 for Twenty-Five Dollars and Zero Cents /SY Dollars Cents Residential Walk Repair/Reconstruction a 1 $29,500 .00 $29,500 .00 for Twenty--Nine,Thousand Five Hundred Dollars and Zero Cents/LS Dollars Cents Proposal Package 8 of 11 Equestrian Avenue Sidewalk Replacement 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 20 for Ninety-Five Dollars and Zero Cents /Sy $9 .00 $1,90 .00 Dollars_ Cents Subbase for Bituminous Driveway '10 20 for Twenty-Five Dollars and Zero Cents /SY $25.00 $50 .00 Dollars Cents Roadway Pavement Repair - �� 280 - $95.00 $26,600.00 for Ninety-Five Dollars and Zero Cents /SY Dollars Cents Subbase for Roadway Pavement Repair �2 280 $25.00 $7,000.00 for Twenty-Five Dollars and Zero Cents /Sy Dollars Cents Pavement Markings 13 1 $35,000.00 $35,000.00 for Thirty-Five Thousand Dollars and Zero Cents /LS Dollars Cents Catch Basin 14 3 $17,500.00 $52,500.00 for Seventeen Thousand Five Hundred Dollars and Zero Cents /EA Dollars Cents 10-inch SDR 35 PVC 15 90 $55.00 $4,950.00 for Fifty-Five Dollars and Zero Cents /LF Dollars Cents Loam&Seed 1G 1 $60,000.00 $60,000.00 for Sixty Thousand Dollars and Zero Cents /LS Dollars Cents Proposal Package 9 of 11 Equestrian Avenue Sidewalk Replacement 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 Root Barrier 17 12 for One Thousand Twenty Dollars and Zero Cents /LF $85 .00 $1,02 .00 Dollars Cents Silt Fence 18 200 $22.50 $4,500 00 for Twenty-Two Dollars and Fifty Cents /LF Dollars Cents Catch Basin Inlet Protection 19 3 $60 .00 $1,80 .00 for Six Hundred Dollars and Zero Cents /EA Dollars Cents Concrete Washout Pit 20 1 $3,000.00 $3,000.00 for Three Thousand Dollars and Zero Cents /EA Dollars Cents Maintenance&Protection of Traffic 2� � $100,000.00 $100,000.00 for One Hundred Thousand Dollars and Zero Cents /LS Dollars Cents TOTAL BASE BID items(Add All Items) Seven Hundred Eighty-Six Thousand Five Hundred Seventy Dollars and Zero Cents $786,570.00 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 -Drainage Items shall include removal&disposal of Existing Drain Lines and Appurtenances -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 Eric Mattern TITLE President&Corporate Secretary DATE 9/3/2025 ACKNOWLEDGMENT STATE OFii£-W=VE)RK, COUNTY OF NZW ss.: E)aJ3l jC- d - On the Jt day of S �be� in the year 20A5 before me, the undersigned, personally appeared, RSc-mP�1 , 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 signatures) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC DEREK THOMAS ALLARD Notary Public,State of Connecticut My Commission Expires July 31,2028 Proposal Package i 1 of I 1 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: Eric Mattern A Corporation Partnersnip or Entity FIRM NAME: Mattern Construction,Inc. An Individual PRINCIPAL OFFICE: 26M Bushnell Hollow Road,Baltic, CT 06330 PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE President&Corporate Eric Mattern 26M Bushnell Hollow Rd Secretary Baltic,CT 06330 1. How many years has your organization been in business tinder its present business name? 38 years ?. You normally perform what percent of the work with your own forces? 50 % List trades that you organization normally performs below: Project management and project supervision 3. Have you ever failed to complete any work awarded to you? If so, note where and why. No 4. Are there any claims.judgments, arbitration proceedings or suits pending or outstanding against your Firm or its officers? If yes, please provide details. No QS-1 l 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. No 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 Please see attached 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 Please see attached 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 Capacity Please see attached 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 10. Banks 1Reference/ss: (; 65P-o.. GTrbk'(1'bW9 Nt s•haw�-� �ar.av ASS, V•P. OL\N&Commev c;J, 1S60-1 'fit-�I�SI 11. Trade Association Membership: 0 1 A 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? No 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 Connecticut ) COUNTY OF New London ) being duly sworn deposes and says that he is the of IVOA-i�d Z;vC-.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 , 2025 Notary Public Ze,,h- Commission Expiration Date: DEREK THOMAS ALLARD Notary Public,State of Connecticut My Commission Expires July 31,2028 QS-4 CONTRACT AGREEMENT THIS AGREEMENT made this day of Two Thousand and Twenty-Five by and between the Town of Southold, party of the first part (hereinafter called the Owner), and ply 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 Equestrian Avenue 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, Standard Insurance Requirements(SIR 1-3), 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 tinder 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 tinder this Agreement or the Contract Documents. A-1 FOURTH: The Contractor agrees to indemnify and save the Town, its officers, agents and employees harmless from any liability imposed upon the Town, its officers, agents and/or employees arising from the negligence, active or passive, of the Contractor and from and against any damages, claims, or expenses, including reasonable attorney's fees, arising out of Contractor's breach of the Agreement or from Contractor's acts or omissions outside the scope of the Agreement or arising out of claims or actions by third parties against Contractor by virtue of its performance of this Agreement. FIFTH: Terms used in the Agreement which are defined in Article 1 of the General Conditions shall have the tneailings indicated in the General Conditions. SIXTH: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. SEVENTH: 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. EIGHTH: 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 r Dollars Written in Words Written in Figures TOWN OF SOUTHOLD CONTRACTOR BY BY AlbertJ. Krupski Jr.. Supervisor TITLE A-2 ___ ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ) ss.: On the day of in the year 2025 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 2025 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 GENERAL CONTRACTING/CONSTRUCTION MANAGEMENT ■ MAITE R N 26M Bushnell Hollow Road,Baltic, 06330 www.mattemconstruction.com C O N S T R U C TA O N, I N C, (860)822-8457 Active Job# Customer Name Job Description Contract Amount Estimated Completion Date Percent Complete Engineer/Architect 8510 City of Norwich+337-335 Main St LLC Crossings(337 Main St GC Develop.) * 12/31/2025 40 HELM Architcture+Design 8951 Mystic Seaport Wells Museum Boat Hall $7,808,523 9/30/2025 90 Mark A.Comeau 9042 Tom&Pam DeVivo Funk Zone Too $1,474,591 9/30/2025 95 HELM Architcture+Design 9295 Fishers Island BOE F.I.School Renovations $9,040,000 9/30/2025 95 QA+M 9418 UConn Tenn'isFacility $2,881,803 11/5/2025 40 BLCompanies 9477 Natasja&Andrew Hoffman 83 Summit Street Rebuild * * 50 HELM Architcture+Design 9486 Fisher's Island Ferry District F.I.Ferry-Exterior Office Door $17,650 * 10 N/A 9487 Eastern CT Hematology&Oncology Mixing Room $285,218 * 15 Salas O'Brien 9501 Norwich Public Utilities Draft Tubes-Anterior Work $36,785 * 25 N/A 9508 Maplewood Cemetery Crematorium Construction $880,643 2/1/2026 40 Evelyn Cole Smith Architects,LLC 9522 UCohn- Gample Pavilion-Ph 1 Bleachers $2,131,109 10/15/2025 80 Simpson Gumpertz&Heger 9528 State of CT DEEP Patchaug Pound.Flow Splitters . $34,083 * 10 N/A 9545 Norwich Public Utilities Draft Tubes-Exterior Work $67,200 * 10 N/A 9546 Town of Vernon Citizen's Block-Basement Shoring/Piers $217,986 * 50 N/A 9552 Town of Vernon Citizen's Block-ADA Access Ramp $145,412 * 20 N/A Please note:In order to maintain client privacy,client contact information is available upon request.Thank you An Affirmative Action Equal Opportunity Employer MATTE GENERAL CONTRACTING/CONSTRUCTION MANAGEMENT 26M Bushnell Hollow Road,Baltic,CT 06330 C 0 N 5:T R U C T:I 0'N, INC. www.matternconstruction.com (860)822-8457 Completed Percent Completed Job# Customer Name Job Description ContractAmount Completion Date With Own Forces Engineer/Architect Kingdom of the Hawk Wedding Barn& 7866 � .Michael Connery $. 2,400,000.00 Mar-22 35% Mercer Bertsche Vernott Architects Event Venue Sprague Truck Maintenance Facility . 7977 Willimantic Waste Paper Co. $ 3,200,000.00 Feb-21 50% Noyes Vogt Architects Renos.&Improvements Salvation Army Camp CONNRI ° 8169. Chris Russell $ . 2;100,000.00 Apr-21 60/o Fennick/McCredieRrchitects,Ltd. Upgrades 8402 Boats Inc: Parts&Service Modifications $. 574,453.00 Mar-22 50% HELM Arcitecture+Design 9395 . Town of Vernon .Citizen's Block Rehabilitation 1 $ 450,865.00 Jan-25 50% The Architects,Bob Hurd Please note:In order to maintain client privacy,client.contact information is available upon request.Thank you An Affirmative Action Equal Opportunity Employer MATTERN ' PRESIDENT CONSTRUCTION, INC CONTACT SUMMARY Office:(860)822-8457 ext.21 Experienced,motivated President for Mattein Construction,.Inc.,a family oCell:(860)303-4948 owned,multi-million-dollar commercial construction organization in Baltic,CT.As a proud leader of a staff of 35,my experience includes prior ericm@matternconstruction.com director-level positions within the insurance industry,as well as direct construction field experience,allowing a well-rounded presence and breadth 26M Bushnell Hollow Road of knowledge. Baltic,CT 06330 linkediri.com/in/egmattem PROFESSIONAL EXPERIENCE June 2017-Present EDUCATION President/Lead Project Manager May 2008 Mattern Construction Inc. -Baltic, CT Bachelor of Arts-Economics • Lead a strong team of project managers,estimators,field workers,and Minor-Business Administration office staff on a path of professional growth,development,and profit University of Connecticut-Storrs, CT • Engage and assist team leaders in problem solving situations and complex business operations. Project manage large scale construction projects for both the public and AFFILIATIONS private sector as required Associated Builders and Maintain and create professional relationships across industries, Contractors of CT locations,and positions to help ensure optimal business growth and Member success Greater Norwich Area Chamber of January 2016-May 2017 Commerce(GNACC) Assistant Director,Industry Lead-Hospitality&Real Estate Member Liberty Mutual Insurance-Boston,MA • Project Management and Hospitality&Real Estate Industry liaison DESIGNATIONS January 2015-January 2016 February 2016 Supervising Underwriter-Multinational Practice Chartered Property Casualty Liberty Mutual Insurance-Boston,MA Underwriter(CPCU) Supervisor of a strong underwriting team for foreign casualty insurance May 2013 Construction Risk and Insurance May 2013 -January 2015 Specialist(CRIS) Senior Commercial Underwriter March M 10 Liberty Mutual Insurance-Rocky Hill, CT Associate in Underwriting(AU) Experienced production underwriter for small commercial accounts June 2009-May 2013 Inland Marine Underwriter Liberty Mutual Insurance-Rocky Hill, CT • Production underwriter for book of Builder's Risk,Contractors Equipment,etc. 2001-2008,May 2008-June 2009 Field Laborer/Carpenter's Helper Mattern Construction Inc. -Baltic, CT • General labor and field support on a variety of construction projects LUCAS . • D MATTERN DIRECTOR OF CONSTRUCTION, INC OPERATIONS CONTACT SUMMARY Office:(860)822-8457 ext.33 Skilled,experienced,and motivated professional with multiple years 6 Cell:(860)885-9051 of construction leadership experience.Knowledgeable in many facets of construction.including estimation,project management,on-site rn lucasg@matteconsttuction.com operations,building and fire codes,OSHA safety regulations, documentation,and more. 26M Bushnell Hollow Road Baltic,CT 06330 PROFESSIONAL EXPERIENCE May 2018-Present EDUCATION Lead Estimator(2020)/Director of Operations , May 2017 Mattern Construction Inc. -Baltic, CT > Associates of Science-Construction Lead estimator of various construction projects for state and private bids Management Technology Create estimates/proposals ensuring proper time and material budgets Three Rivers Community College Supervise junior estimators while they complete estimates and projects Norwich, CT Project Manage large scale construction projects. • Assist in business development avenues to create steady workflow • Schedule contractors,inspections,and material take-off/delivery TRAINING/SKILLS ' Ensure all proposals and tradesmen follow current building code • Acquire proper documentation and permits as needed to complete projects • CT Fire Academy Recruit Certified " January 2020—January 2023 • EMT Certified Firefighter • Q Endorsement City of Norwich-Norwich, CT • HazmatAwareness%Operations • Preventing,combating,and extinguishing fires with the goal of protecting Certified lives,the environment,and property • CFA Graduate 2020 • Operating tools and equipment used for firefighting safely and effectively • Clear verbal and written • Providing appropriate medical care within scope of duties and knowledge communication in emergency situations • Ability to multitask,prioritize, • Analyzing hazardous situations and thinking of quick solutions and and problem solve actions Excellent customer service May 2016-May 2018 Construction Supervisor Habitat for Humanity.of Eastern Connecticut-New London, CT • Manage all daily site operations • Schedule contractors,inspections,and material take-off/delivery • Work with and educate volunteers of varying skill levels • Acquire proper documentation and permits • Ensure all tradesmen work-follows current building code • Maintain and ensure safety on all sites,upholding OSHA standards June 2013 -May 2016 Assistant Site Supervisor , Exterior Solutions-Bozrah, CT • Start to finish of remodeling projects,ranging from kitchen and.bath to full additions • Framing,flooring,roofing,dry-wall,painting,trim work,"etc. MATTERN CLIENT RELATIONS . CONSTRUCTION, INC ESTIMATING MANAGER SUMMARY CONTACT A strong construction background with expertise in canvassing for new business to expand the brand and grow sales,scheduling,budgeting and estimating. Office:(860)822-8457 Brings the ability to be an effective communicator resulting in solutions to problem solving. jfarrell@matternconstruction.com PROFESSIONAL EXPERIENCE 26M Bushnell Hollow Road' 2018-2025 Baltic,CT 06330 Sales Representative Horner Millwork RELEVANT PROJECT • Grow and maximize sales of all products and offers exceptional customer EXPERIENCE service for client satisfaction • Sales presentations to clients,project proposals and project •New Business Development tracking. •Territory Sales Obtain sales goals and margins for profitability. •Estimating Management 2017-2018 •Manage schedules and budgets Project Exterior Sales Professional Licenses Lowes •Connecticut Home Construction • Roofing,Fencing,window and door,heating/cooling systems Contractor License • Customer in home sales of exterior projects •Connecticut Commercial Driver's License—Class B 2014-2016 Territory Manager Van Mill Work • Sales, Client Relations,New&Existing Business. • Offering building materials to contractors,developers&homeowners. • Demonstrating products,generating take-off&proposals. 2010 2014 Senior Analyst/Project Management RICOH • Reported directly to the Dir of Project Management.Worked to determine construction expansion/consolidation needs within the company. • Dealt directly with facilities and real estate team to develop construction plans to meet the demand throughout the country. RELEVANT SHILLS Effective Communicator,attentive, positive,strong client relations. Management savvy in terms of understanding requirements and achieving set goals. Fluent with Microsoft Office,Word, Excel, PowerPoint,Outlook. Providing solutions with strong ability to problem solve. ' tl 1 YOUNG MATTERN PRESIDENT of CONSTRUCTION, INC CONSTRUCTION CONTACT SUMMARY Versatile,knowledgeable construction industry professional with over 35 Home:(860)564-3489 years of experience in both field and executive operations.As Vice President of Construction for Mattern Construction Inc.,I proudly manage a team of rodneyy@matternconstruction.com approximately 20 field staff,over millions of dollars of work annually,and consistently strive to represent myself and my staff with professionalism a 26M Bushnell Hollow Road and confidence.Dependable,personable,and dedicated to my team and Baltic,CT 06330 clients. EDUCATION PROFESSIONAL EXPERIENCE 1993-1994 2018=Present General Courses;Teaching at trade Vice President of Construction school Mattern Construction Inc. -Baltic, CT Central Connecticut College-New • Oversee all construction operations,projects,and field staff.of 20+/- Britian, CT • Function as Project Superintendent/Project Manager as required, managing jobs ranging from$40,000 to$4,000,000 1990-1991 • Collaborate with office staff,clients,subcontractors,and other invested Civil Engineering Major parties to ensure the highest job quality and completion Thames Valley State Technical College-Norwich, CT 1993-1995,1907-2018 Field Superintendent/Estimator 1981-1985 Mattern Construction Inc. -Baltic, CT Carpentry Major,National Honor Run daily jobsite operations,manage relationships with the client and Society Harvard H. Ellis Regional Technical subcontractors,ensure internal field team is well.staffed,equipped,and School-Danielson, CT functioning on schedule • Estimate future project work ranging from$18,000 to$4,000,000 RELEVANT SKILLS 1996- 1997 Project Management • General Manager,Project Manager/Estimator,Superintendent Microsoft Office • Sterling Construction-Newtown, CT • Communication Problem Solving Function in a variety of roles to ensure job and company success, • • • Time Management quality,and safety • Estimation 1985-1993 • Construction Trade Apprentice Carpenter,Carpenter,Foreman;Superintendent,Estimator • Concrete N. Grondahl&Sons-Mooseu CT Wood p' • Work my way from dedicated field team member to successful • Metal superintendent/estimator,independently managing and estimating • Finish Carpentry, projects of all sizes AVAO MATTERN , VANSENIOR PROJECT CONSTRUCTION, INC MANAGER SUMMARY CONTACT 40 years of front-line Project Manager experience/Commercial-Federal-State- Private Construction Projects to$250M/Design-Build Architectural-MEP- Office:(860)822-8457 ext. 17 Civil Projects/Army Corp of Engineers Certified CQC Manager/Extensive field experience/History of positive close-outs and Customer Satisfaction Avanp@matterneonstruction.com PROFESSIONAL EXPERIENCE -1.26M Bushnell Hollow Road 2024-Present Baltic,CT 06330 Senior Project Manager Mattern Construction Inc. -Baltic, CT RELEVANT PROJECT Communicate with clients,subcontractors,and company workers • Oversees project progression,budget,timeline,and ensures project EXPERIENCE completion Military/Government($4M-$76M) •R&D Storage Army Labs Garrison 2020-2024 Natick MA Senior Project Manager •Design/Build Torpedo Magazine Groton Subbase IGT—North Stonington, CT •Design/Build UAV Vehicle Center Cherry Point,NC 2016-2020 Infrastructure/Energy($1M-$100M) Senior Project Manager •Decentralization steam/electrical Bently Builders LLC—Warwick, RI systems at Naval Station Newport,RI •U/G infrastructure for drainage/potable 2013-2016 water,electrical and fiber optic network Senior Project Manager (OBC/IBC)Subbase New London,CT. CS!Inc. —Attleboro, ALL •Periscope Repair Facility General Dynamic Electric Boat Groton,CT . 2013-2016 Healthcare($1M-$100M) Senior Project Manager •Walter Reed Army Hospital— New England Specialty Services—Fall River,MA EMR/laboratory addition Washington, DC 2011-2016 •Manchester VA MR1 Facility Senior Project Manager Manchester,NH Prime AE Group Inc._East Providence,RI •Veterans Hospital,Manchester,NH— Acute Care Facility 2010-2012 •Pfizer,Groton,CT—Animal Holding Senior Project Manager .Facility/Laboratories Larosa Building Group—Meridan, CT Schools/Institutional($4M-$80M) •Tantasqua Regional Vocational RELEVANT'SHILLS Technical High School Sturbridge,MA •Timothy Edwards Middle School South Extensive Field Experience all trades, Design/Build construction. Windsor,MA Highly skilled in scheduling,fiscal management. Recipient of the Naval Commanders Award for excellence and innovation. Primavera P6/ Expedition-Procore-QC/QA ACE Certified-Bidding/Estimating- Sage-MEP Installations Team Builder—Change Order Management MATTERN JOHN ANDRIN PROJECTSENIOR CONSTRUCTION, INC MANAGER SUMMARY CONTACT Project director,professional architect/construction/facility project manager and owner representative with over 25-years' experience completing multi-million- Office:(860)822-8457 dollar construction projects upwards of$900 million dollars.Brings a broad knowledge of Construction Means&Methods for all types of projects. iohna@mattemconstruction.com PROFESSIONAL EXPERIENCE 26M Bushnell Hollow Road 2023 -2025 Baltic,CT 06330 Senior Project Manager The Morganti Group-Danbury, CT RELEVANT PROJECT ' Provide overall management direction for a field project. EXPERIENCE ' Develop new business opportunities. Restaurant: • Directed on large complex projects or several small and/or medium •McDonald's Corporation—Design, projects. New Build,Rebuild,Remodel Projects 2020-2023 Senior Project Manager Office/Commercial: C&JBuilder-Madison, CT • Sprint/Nextel ProJ'ects, SkyTel, Oversee total construction effort to ensure projects are constructed in Aerotek,Madison Square Garden gn accordance with design,bud Corporate Offices. , et and schedule.g • Plan,organize and staff key field positions. Financial: 2019 2020 •Fidelity Investments N Senior Project Manager •Nations •Nations Bank&Touche Banton Construction Company—North Haven, CT Authorize/Approve all project personnel transaction,purchase requisitions, •The Spectrum Group change request,etc. Education/Certfications Establish project objectives,policies,procedures&performance standards • Bachelor of Science in Architectural within boundaries of corporate policy. Technology;New York Institute of Maintain official project log and documentation files. Technology,N.Y.,N.Y. 2017-2019 • OSHA 30 Certified Senior Project Manager • Procore Project Management LaRosa Building Group—Meriden, CT Certification • Initiate and maintain liaison.with prime client and A/E contacts to • CQM 784 Certified facilitate construction activities. • Monitor/control construction through administrative direction of on-site Superintendent to ensure project is built on schedule and within budget. • Investigate potentially serious situations and implement corrective measures. RELEVANT SKILLS., Outstanding leadership qualities,client-service skills,effective negotiating skills,competent in maintaining and delivering projects Within schedule, budget and specifications for quality. Proficient.in Microsoft Project and Microsoft Office. Proficient in AutoCAD, Project _ Management Programs(Procore)and Property Management Programs. MATTERN ' SUPERINTENDENT C-ONSTRUCTION, INC CONTACT SUMMARY Mechanically inclined professional with 20+years' experience in commercial Office:(860)822-8457 construction.A resourceful problem solver with excellent command of business and customer relations.An efficient team player and highly motivated,goal donw@mattemconstruction.com oriented individual with a focus on meeting production schedules and budgets. 26M Bushnell Hollow Road. PROFESSIONAL EXPERIENCE Baltic,CT 06330 2007-2020 Superintendent/Lead Foreman . RELEVANT PROJECT A-Z Corporation—North Stonington, CT EXPERIENCE • Manage course.of action for daily jobs for subcontractors.and crew to Pfizer ensure efficient and safe operations. • Knowledge of skilled trades;Mechanical,.HVAC,Plumbing,Carpentry, •Remodel and updated drug Laboratories. Commercial Painting. • Perform safety inspections on tools and equipment New Co M ew Co Sun Hotelnstruction from ground up Liaison between owners,subcontractors,city and state officials. • • Responsible for walk-through with local building inspectors. Foxwoods Resort and Casino Ensure facility operations and maintenance activities are conducted in •Commercial Construction Renovations. compliance with all facility and federal regulatory policies and procedures. • Prepare and review job hazard analysis forms daily. General Dynamics Electric Boat • Grading Dock Rebuild Certifications/Licenses: •OSHA 30 Certified RELEVANT SKILLS •Department of Homeland Security Clearance Highly motivated and goal-oriented, Excellent interpersonal and • Forklift and Aerial lift Certified communication skills,Ability to manage multiple crews and subcontractors of all the trades,Strong organizational skills,efficient, energetic team player that can work well with co-workers,clients, subcontractors and vendors. A�o CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 12/31/2024' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS-UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE.ISSUING INSURER(S),'AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the.policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). . PRODUCER CONTACT NAME: Sheri 'King, CIC _ Byrnes Agency, Inc. - Norwich PHONE - FAX 6 Consumers Avenue A/C No E t• (860) .886-5498 A/C No: E-MAIL ADDRESS: sking@byrnesagency.Com - Norwich CT 06360-7521 INSURERS AFFORDING COVERAGE NAIC#. INSURER A:HiBCOK Insurance. company 10200 INSURED INSURERB:.Seledtive Insurance Cc 12572 Matters Construction, Inc. INSURERC:Selective of South Carolina 19259 26M Bushnell Hollow Rd INSURERD: Baltic, CT 06330-1363 INSURERE: (860) 887-1998 1 INSURERF: COVERAGES SK CERTIFICATE NUMBER:Cert ID 31167 (3) REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED-NAMED.ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT-WITH RESPECT TO WHICH THIS CERTIFICATE'MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN'IS-SUBJECT,TO ALL THE TERMS, EXCLUSIONS-AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR ADDLSU.TYPE.OFINSURANCE JUM W D POLICY NUMBER MMIDDIYYCY rr MM/DDIIYYYY LIMITS LTR B, . X COMMERCIALGENERALLIABILITY EACH OCCURRENCE $ " 1,000,000 CLAIMS-MADE.51OCCUR S 2643211 01/01/2025 01/01/2026.pREMISES Eaoccu encs $ " 500,000 MED EXP(Any one person) $ 15,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 3,000,000 POLICY JEST LOC PRODUCTS-COMP/OPAGG $ 3,000,000 OTHER: $ AUTOMOBILE LIABILITY - COMBINED SINGLE.LIMIT .$ Ea accident) 1,000,000 B X ANY AUTO S 2643211 01/01/2025 01/01 2026 BODILY INJURY(Per person)' $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident $ B X UMBRELLA LIAB IX OCCUR S 2643211 01/01/2025 01/01/2026 EACH OCCURRENCE $ 51000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 5,000,000 DIED I X I RETENTION$ 0 $ WORKERS-COMPENSATION C AND EMPLOYERS'LIABILITY YEN WC 9128146 01/01/2025 01/01/2026 X STATUTE ERH ANYPROPRIETOR/PARTNER/EXECUTIVE N/A E.L.EACH ACCIDENT $ 1,000,000 OFFICER/M EMBER EXCLUDED? Y (Mandatory In NH) E.L.DISEASE.-EA EMPLOYEE $ 11000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000;000 B Equipment Floater S 2643211 01/01/2025 01/01/2026 Leased/Rented $ 100,000 Equipment 'A Professional Liability ANE4690282.25 01/06./2025 01/06/2026Contractors $ 2,000,000 Pollution DESCRIPTIOROF OPERATIONS I LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE. DELIVERED IN . . ACCORDANCE WITH THE POLICY PROVISIONS: FOR INFORMATION ONLY VOID IF ALTERED AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD.CORPORATION. All.rights"reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD Page 1 of 1 1098059 CPL-03 Rev 96f 13 Yes STATE OF CONNE'CTICUT DEPARTMENT OF CONSUMER PROTECTION This is your Major,Contractor registration certificate for your records. Such registration shall be shown to any properly interested person on request. Do not attempt to make any changes or alter this.certificate in any way. This registration is not transferable. Questions regarding this registration can be emailed to the Occupational& Professional Licensing Division at dcp occupationalprofessional@,ct.gov. In an effort to be more efficient and Go Green, the.department asks that you keep your email information with our office current to receive correspondence. You can update your email address or print a duplicate certificate by logging into your account with your User ID and Password at www.elicense.et.gov. Mailing address: Email on file to be used for receiving all notices from this office: MATTERN CONSTRUCTION INC donnal@matternconstruction.com 26M BUSHNELL HOLLOW RD BALTIC,CT 06330-1424 t s 10980 9 STATE OF CONNE.CTYCUT + DEPARTMENT O. '. C,ONSCJMR PROTECTION Be it.known that MATTERN CONSTRUCTION. INC 26M BUSHNE'LL HOLLOW RD BAtL�T,IC,�CT 06330'-1424 1230 has satisfied the qualifications required,by law,and is hereby registered as a MAJOR-CONTRA,CTOR cm Registration #: MC0:0902135 Effective.Date: 07/01/2025 Expiration Date: 06/30/2026 Bryan T.Cafferelfi,Commissioner verify online at www.elicense.ct. og� v • f c � � t r } 3r4�, W ErA R Eta` Y40 U R D O-L A . .YORK4' Department YATE?' LAor l DIVISION OF SAFETY AND HEALTH LICENSE AND CERTIFlCATE.UNIT STATE.OFFICE CAMPUS,BUILDING 12,ALBANY,NY 12226E F CERTIFICATE OF .0 NT--°� �C ~R REGIST '`} T}ION,,, �. @ b ; ' ThisuCerdficate Entitles;the Holder to-Perform and Bid on Public Work and - t -Covered Priva e Construction Projects=in the-State`of New;Yor<k, t :xl r a - -$ y N r � A '1 Ij 1 SS � �,,! Sublect�to.-'the-Prevailing Wage Requirements of �r + t �i`Ik+" 'a, y1 �� t 7 + r r +� 3! --^"." -- •----�--°t1 ram— 'w i 4 .*�„� i'.A'N ? j, -NYS_L-ab_or Law Article�.8' `k. yy� it ��+-7 -A.7�'• `` `.....�..— ..T... �.. ..._.... ->.-: 4't' vg¢ ° i r' ;:..e-fI p �.`I ;S Vcd I � ��yr ._._., _ = �[ ',;A g ar' t sq I MatterrT-Construction-Ih '� ';^ 4 f '.�26M- Bushnell-Hqollow Roads Baltic.-Connecbcut 06330 ��.� (� is a: tl' � '---- ,v �, ��.. a � � � i � j +i 1�id t i' �• � t l ; �; -Phone Numbe'r ,,— 48608228457 :� . U�..`` I,i t f ''r 5a. r ••- y n f a r7' g ' 1 I }1 ,.`fin t t /t d• � '-���.. I •c. i 'j Registration Nuniber�Y6325 6HVPT'CRC' a i� Date ofMlssue 2025 08`-05 .rl +F - n v v h� 'r•C' 4" S 1 I(I t t 1 i I r � � , t4z �Expiration DFate2027°p08S05 '_ F t� j ' �' �. y (I` 1,- i 5" ''"� T`'s ;P.,,� .s #g o Sr s. I`, , '�"� - •+`t t 7' , tp� �7 E. ga , ;;a ; I (This>hcense�is vand,only,for�thecontractor,named above) 3s 1r,-� 1�I t�� �j i l �1 1�1 � Y � - '_ —�� ii(t•` �' � 1,' .� ,k7 E A, r :���, --.:s.�,_ �: } � >�4 }d I �f +•t ;�u J� x' ;_,� e•7 kV, yi( r i ,�, ` - �' r# `" ��-- a �lx(r z r'r iE s � '„t"s' r•.r- =_ 'A.. >.- - . _e r= 1-T Roberta_Reardon£ Commissioner- i ( ,4 't ,-New York-State Department of .- - F BID BOND CONTRACTOR: SURETY: A Texas.Corporation (Name,legalstaras and address) Great Midwest Insurance Company Mattern Construction, Inc. 800 Gessner Road, Suite 600 26M Bushnell Hollow Road Houstgn,TX 77024 Baltic CT 06330 'Ibis document has important • (Name,legal status and addrrss) legal consogaemces. Comultation Town of Southold with an attorney isencouruged 53095 Main Rd �ifi�onto its cocnptotianor Southold, NY 11971 BOND AMOUNT: Five Percent of Bid Amount(5% of bid) :4nyaurgularrefentrceta Contractor,Suety,Owner or other parry shall be considered PROJECT: Approximately 2300 Linear Feet of Sidewalk Replacement, phaal where applicable. (Name,locationoraddress,andProjectmrmaer,(jany) Demo/Remove Existing and Pour New Concrete Sidewalks Equistrian Ave, Fisher's Island, NY 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 Iabor and material furnished in the prosecution thereon 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 null and void,otherwise to remain in full force and effect.. The Surety hereby waives any notice of 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,way 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 fumished;the intent is that this Bond shall be construed as a statutory bond and not as a common Iaw bond, Signed a ealed this 4th day of September 025 Mattern Construction, Inc. _- (Witness) (Prittcip (Seal) (Title) �- �( rm Great Midwest Insurance Company (Witness) (Surety) (SegV1 (Title) Mic ae .F. etayer Attorney-in-fact This Document conforms to the ALA Document A310w—2010 �1 State of Connecticut ) ss: County of Hartford ) On September 4, 2025 , 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 10/31/28 Notary Public 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 Attorney(s)-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 1 st 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 cot•�oi�ti:seu: BY .: Mark W. Haushill President s-col{POA� 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. <'�1t„'�;�a :�NRIST'jNA 81SktOP 3' "" Notary Publlo Stab o�T•xra BY C� �� �omm,l:xPltea Od.l.d 2d25` Christina Bishop tllaiafy,'0,13.1,04dd$8 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. 4th September 25 Signed and Sealed at Houston;TX this Day of 20 Y�OPOP,ATE SEAL rn BY 1 !�` Leslie K Shaunty 1� Secretary "WARNING:Any person who knowingly and with Intent to defraud any insurance company or other person,files and application for Insurance of claim containing any materially fulcra 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. Great Midwest Insurance Company Statutory Balance Sheet as of December 31,2024 (in thousands) Assets Liabilities,Capital and Surplus Cash&Invested Assets: Liabilities: Cash and Short term Investments Loss and Loss Expense Reserves $ 135,359 Bonds 248,659 Unearned Premium 67,488 Commons Stocks 520,407 Ceded Reinsurance Premium 31,846 Mortgage Loans 10,615 Amounts withheld by company for account of others 3,843 Other Invested Assets 142,700 Other Liabilities 79,800 Total Cash&Invested Assets 922,381 Total Liabilities 318,336 Other Assets: Capital and Surplus: Premium Receivables 41,559 Common Stock 4,550 Reinsurance Recoverable 25,299 Gross Paid In&Contributed Capital 677,677 Tax Assets 10,420 Unassigned Funds(Surplus) 28,348 Other Assets 29,252 Total Other Assets Total Capital and Surplus 710,575 Total Assets $ 1,028,911 Total Liabilites,Capital&Surplus $ 1,028,911 CERTIFICATION I,Mark W.Haushill,President of Great Midwest Insurance Company,hereby certify that the foregoing is a full,true and correct copy of the Balance Sheet of said Company,as of December 31 2024. W Signature IN WITNESS WHEREOF,I have hereunto set my hand and affixed the seal of said Company in Houston,Texas this 12th day of March 2025. STATE OF TEXAS COUNTY OF I-IAR.R.IS On this 12th day of March 2025,before me,Christina Bishop,a Notary Public;personally appeared,Mark W.Haushill,who provided to me on the basis 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 Wttncss nny'hatid and cift�cialscal �,tiuu��,, ,. ,Y,. CFA �TljNI �BISHOP �,�'No�a�y,Pabl�a,�S,tatdo?Tekas Sjpiat irk '} t T {a•+6 �+�'-2b,.''. Sigritityrci f�t�;otury ublip. ` ' ' ( D 13 080488 rMATTE,N CONSTRUCTION INC. 26M ushnell Hollow Road Baltic, CT 06330 f � Aim. S*%&wtxkY*,, �1 RECEIVED % CW% W4\ _ V� $€}.�ashGld Town Clerk q0m6WtoSkv% kk kAQ0 6 W W - cx � 0 CC�CAw(�C70 o �00 ,�, � W � m Z000mcncn_ C n Zo�AA Z rn rnC ILn D-i1 .ZDI-n-I n-I o D Z mO C:1506 O N CO) �� oX0 V/ N CD Z It7 C C37 = CID cst 1_" 2 a cr) T N t/� H E 1-3 C3 o m r1.. -I d I Cl) m c>D to WNWA gc�x V- �o Zr C a W o o m rriK ® Cn I O :01 CL rn 03 C FM1 a w I..I .. v x' x O J253025062301w ® `� 58GJ41A855/59F2 H ro After printing this label: CONSIGNEE COPY-PLEASE PLACE IN FRONT OF POUCH 1.Fold the printed page along the horizontal line. ; 2.Place label in shipping pouch and affix it to your shipment. Use of this system constitutes your agreement to the service conditions in the current FedEx Service Guide,available on fedex.com.FedEx will not be responsible for any claim in excess of$100 per package,whether the result of loss,damage, delay,non-delivery,misdelivery,or misinformation,unless you declare a higher value,pay an additional charge,document your actual loss and file a timely claim.Limitations found in the current FedEx Service Guide apply.Your right to recover from FedEx for any loss,including intrinsic value of the package,loss of sales,income interest,profit,attorney's fees,costs,and other forms of damage whether direct,incidental,consequential,or special is limited to the greater of$100 or the authorized declared value.Recovery cannot exceed actual documented loss.Maximum for items of extraordinary value is$1,000,e.g. jewelry,precious metals,negotiable instruments and other items listed in our Service Guide.Written claims must be filed within strict time limits,see current FedEx Service Guide. FV=16JC® US Airbili Fed a 8 6 9 7 4612 0489 F.. 0200 Trackin Number ID No. i t Express From Pleasepdrtandpesshad 4a Express Package Service Packages up to150ft y�1 SandersFedEx Q.3.�v2� SENDtR'8 FE6lX ACCOUNT NUMBER R ONLY FedEx Priority Overnight L�rF,,, x,!andardOvernight FedExFrstOvernight Date 1 Account Number ❑ Ne#business roaming•Friday ��,Nez business afte—.• ❑ Earliestnmd business morning shipmems.0 bodoWereden Monday Saturday Delivery NOT available, derrveryto selecthcaiOW Sande !, unless SATURDAY Delivery is selected. Saturday Delivery NOTevailahle. s V 10[ 63f 6 • FedEx2Day Fed Ex Express Saver Name Q l W� III���JJJ��� Phone( (�O '❑ Second businessdy.•Thumday ❑-Wed sna sday- shipmemsvn9bedeGveredanWeday Saturday Delivery NOT available. nless SATURDAY Delivery is selected. 10 -` o ��8 I� FedEx Envelope rate not available.Minimum charge:One-pound rate. •Tomostlacalions Company ,V,1J\ 0AC—TQ ;4b Express Freight Service Packages overlsolbs. FedExlDay reight* FedEx2DayFrei ht FedEx3Da�Freight ,'� �� OQ4 I❑ NettbusNess y.'•Fnday ❑Seco acesseness day.�Thursday ❑ Third business y.•' ("`^JJJ vBoo� shipmcetawflhedefradon Monday shie.SAURbe Dan Monday SaturdayDef ryOTevailahle. Address unless SATURDAY Delivery isselec ed. un ass SATURDAY sale ed. De oodSube/Room I•Ca9 for Confirmation: ••Tomnstlacstions. ``\\ 5 Packaging C O V state ZIP ��� !❑ FedEx ❑FedEx Pak" ❑FedEx ❑FedEx ❑Other Envelope* IncludeeNcI&S-IINk Box Tube x r Your Internal Billing Reference Jt(J_� �0 7L•= `�'I Tr/��� o������1 FedEx large Pak and FedEx Sandy Pak Declared value limh�00 First24chamctersvnlleppearon arvoica. 2--I s Special Handling 9 r Include FedFsedd ass in Section3 I -To SATURDAYDelivery HOLDWeekday HOLDSaturday ` 1 ❑ NOT Availablafor ❑ at Fed EXrocation ❑ atFedExLOcaton Recipients �c`� ( ' 3V •�os FedExstendard0vemight NOTAvailablefor Available ONLY for Name v Phone r 1 212,1 nrst Overnight Faaa Express FedEe irstOvemight FeS Priority Ovemig9h1nd � Saver,orFedEx 3Day Freight FadEx2Deym selectlocadons. 7 Doesthisshipmentcmrtaindangerous goods? ,�`w '(J,pn I� Dne bozrwst be chocked � C Company �1V'(lJJ ,t w ❑ No ❑ Yes ❑ Yes ❑ Drylce As per avached SNpDels Declaration Dryma,9,UN 1845 x kg Shippe(a Declaration. notrequired. n �� `�� Dangerous goods(includingdry ice)cennotbe shipped in FedEx packaging. ❑ Cargo Aircraft Only Recipients 91wt '^�' ,, o Address ' oV 7 Payment ain% Elder FedExAcct No.or Credit Card No.heltlw. We cannot deliver to P.O.boxes or P.O.ZIP codes. DepVFloar/Suim/Raom I � 1 I❑AeetNam Recipient ❑Third Party ❑ Credit Card ❑Cash/Check Section l wdi Address I be filled. To requaste Da a ehe held eta specific FedEx loc n,Orint FadEx address here. 7 FedFx Credit Acc[Na. /— nn /+� /^ 7 I5Z o W&AcNNo Citv V�� W l State U ZIP �L(j j Tom]Packages Total Weight TotalDeclamdValuet $ .W tour[,abilityis Iroled to S100 unlsssyou declare-highervalue.See back for details.By using this Airbill you agree tothe service car drions on the hack oflhis Airhll and? cavern FedEx Service Guide,including Mnsthat limdeurliahihty. 8 Residential Delivery Signature Options Ifyou require a signature,check Direct or Indirect �Sto:re:yt�our addresses at`fedex.com n { No Signature somoseSignature IndirectSignature Be abed Someone etmc piem'sDnooners d aleatZ x ;❑Pack ern ❑ ddressmaysgnfor ❑ reipiem'saddress,omeone 520hipping.Manage your account Access all the tools you need: vvbouttohte in a del very.�++PPri� atenmghhonng eddressrnay signeturefordelo Y. signfordeliva,%.DW es Rev.Date 10/06-Part1I59291-®1994-2005 FedEx-PRINTED IN U.S.A.SRY Document Purchase/Deposit Request Form v 3.0 ** REQUEST INFORMATION ** Internal Use Only!!! Request Date: 8/22/2025 9:31:17 AM Project ID: 7213610 ** PAYEE INFORMATION (Document Fee) **. Project Name: Equestrian Avenue Sidewalk Payee Name: Town of Southold Replacement Document Fee: $10.00 Requestor Name: Bradshaw, Henri Is Refundable: NO Phone: $ Refundable: Email: hbradshaw@isqft.com Payment Method: Corporate Check Property/Region: Southeast Remit Method: Overnight Comments: Attn: Michael Collins Ph#(631) 765-1560 Address Line 1: 53095 Route 25 CMD TAX ID#58-2263922 Address Line 2: P.O. Box 1179 City: Southold -** SHIPPER INSTRUCTIONS ** State: NY Report ID: 7213610 Zip: 11971 Report Title: Equestrian Avenue Sidewalk Replacement Bid El pte: 9/4/2025 ** PAYEE INFORMATION (Mail Fee) ** IFB Number: Payee Name: Mail Fee: -** SHIP DOCUMENTS TO ** Separate Check Requested: ConstructConnect Address Line 1: 3825 Edwards Rd, Suite 700 Address Line"1: Cincinnati, OH 45209 City: Attn: DOCUMENT PROCESSING State: Phone#800-364-2059 Addenda Fax#866-570-8187 Zip: Ship Via: FedEx Standard Overnight Ship Account#: 698913436 Please add the following number in the Reference Field within the Air Bill when Shipping: 56-X5202-5217-0000-00000 a , ** RETURN DEPOSIT TO ** ConstructConnect 3825 Edwards Rd, Suite 800 Cincinnati, OH 45209 Attn To:Accounts Payable-Finance Department TOWN OF SOUTHOLD EQUESTRIAN AVENUE SIDEWALK IMPROVEMENTS CONSTRUCTION SPECIFICATIONS SOUTHOLD, SUFFOLK COUNTY,NEW YORK Prepared By: TOWN OF SOUTHOLD Engineering Department 53095 Main Road Southold,New York 11971 August 14, 2025 (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: "EQUESTRIAN AVENUE SIDEWALK REPLACEMENT" Definite specifications may be obtained at the Southold Town Clerk's Office beginning August 14,2025. PLACE OF OPENINGS: DATE OF OPENINGS: TIME OF OPENINGS: TOWN OF SOUTHOLD September 4,2025 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-refundable fee of$10.00 will be charged for plans and specifications. Payment can be made by either money order, cash or business check (payable to the Town of Southold). A non-mandatory pre-bidder's conference will be held at 1 e 00PM on August 26, 2025 at tl:e intersection of Equestrian Avenue and Whistler Avenue on Fishers Island, New York. Please contact Michael Collins, P.E., at (631) 765-1560 to confirm your attendance at least 48 hours prior to the meeting. If no one confirms attendance, the meeting will be cancelled) The Town of Southold welcomes and encourages minority and women-owned businesses to'participate in the bidding process. TABLE OF CONTENTS TOWN OF SOUTHOLD EQUESTRIAN AVENUE SIDEWALK IMPROVEMENTS Title Page ------ Invitation to Bid ------ Table of Contents ------ Instructions to Bidders I13-1 thru IB-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 Equestrian Avenue 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, September 0, 2025, 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 die bidder. The bidder assurnes 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 INSTRUCTIONS 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. IB - 3 INSTRUCTIONS TO BIDDERS (c) The submission of a bid will be construed to mean that the bidder is fully informed as to the 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%0 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 or by e-mail (Michael.collins@town.southold.n�us), 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 e-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. IB - 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 Town 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$2,000,000 (two million dollars) for damages on account of any one accident, and in an amount of not less than $5,000,000(five million dollars) on account of any one occurrence. 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 $5,000,000 (Five 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 INSUIt ME: 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 CONTRACTORS PROTECTIVE LIABILITY:An OCP Policy shall be required by the Town of Southold in limits of $2,000,000 combined single limit, each occurrence, $5,000,000 General Aggregate. This insurance must fully cover the legal liability of the Contractor, NAMING THE CONTRACTOR 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 H. Town of Southold listed as additional insured and certificate holder. Bid Number. SIR - 2 STANDARD INSURANCE REQUIREMENTS Description of operations/locations/etc. Box must.include the-statement: "THE TOWN--OF SOY THOLD. 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 1. 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 famished 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 party 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 famish 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 ulher uudergruwid Ai uctuces 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/Application 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 permit(s) (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 7.1A. 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 ake 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 party 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 succe'ssfiil 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 th 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 nniatcrials 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 them, 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 refuse 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 up 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 - 1 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 same 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 and villages are no longer exempt from the provisions of the Labor Law which require the CC - 5 CONDITIONS OF CONTRACT 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 subcotaracturs 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 Contract, and the Contract shall contain a stipulation that such laborers shall be paid not less than CC - 6 CONDITIONS OF CONTRACT 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. 15. ESTIMATES & PAYMENTS CC - 7 CONDITIONS OF CONTRACT (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 auy 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. 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. CC - 8 CONDITIONS OF CONTRACT 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 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. CC - 9 CONDITIONS OF CONTRACT 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. 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. CC - 10 CONDITIONS OF CONTRACT 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 (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 CC - 11 CONDITIONS OF CONTRACT 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. 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. CC - 12 CONDITIONS OF CONTRACT 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. 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 CC - 13 CONDITIONS OF CONTRACT 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 of inalciials 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 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 CC - 14 CONDITIONS OF CONTRACT 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 constriction 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 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. CC - 15 CONDITIONS OF CONTRACT 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. 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. CC - 16 CONDITIONS OF CONTRACT 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 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 CC - 17 CONDITIONS OF CONTRACT 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 unposed 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 "Equestrian Avenue Sidewalk Replacement" PROPOSAL PACKAGE BID OPENS: September 4, 2025 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 I I 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 1 I 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 9 a a m m a m 9 a m m®a m a a m a a 9 a a a 9 m®a a m a a 9 a a a a m a a a a a a a m a a a m a m a a a a a a m a a a a a a a a a a m a a a a a m a a m m m 9 If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of I I 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: ONLY if different - MAIL PAYMENT TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: Proposal Package 4 of I I 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 El 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 I 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. 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 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 1 I THE PROPOSAL FORM Equestrian Avenue Sidewalk Replacement 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 I I Equestrian Avenue Sidewalk Replacement 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 2 550 for /LF Dollars Cents Concrete Sidewalk 3 750 for /SY Dollars Cents Concrete Sidewalk with Monolithic Curb 4 70 for /SY Dollars Cents Concrete Driveway Apron 5 265 for /SY Dollars Cents Concrete Ramp 6 25 for /SY Dollars Cents Subbase for Concrete Sidewalk 7 1,110 for /SY Dollars Cents Residential Walk Repair/Reconstruction 8 1 for /LS Dollars Cents Proposal Package 8 of 11 Equestrian Avenue Sidewalk Replacement 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 20 for /SY Dollars Cents Subbase for Bituminous Driveway 10 20 for /SY Dollars Cents Roadway Pavement Repair 11 280 for /SY Dollars Cents Subbase for Roadway Pavement Repair 12 280 for /SY Dollars Cents Pavement Markings 13 1 for /LS Dollars Cents Catch Basin 14 3 for /EA Dollars Cents 10-inch SDR 35 PVC 15 90 for /LF Dollars Cents Loam&Seed 16 1 for /LS Dollars Cents Proposal Package 9 of 11 Equestrian Avenue Sidewalk Replacement 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 Root Barrier 17 12 for /LF Dollars Cents Silt Fence 18 200 for /LF Dollars Cents Catch Basin Inlet Protection 19 3 for /EA Dollars Cents Concrete Washout Pit 20 1 for /EA Dollars Cents Maintenance&Protection of Traffic 21 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 Drainage Items shall include removal&disposal of Existing Drain Lines and Appurtenances 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 20_ 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 I I of II 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 Capacity 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 , 2025 Notary Public Commission Expiration Date: QS-4 CONTRACT AGREEMENT THIS AGREEMENT made this day of Two Thousand and Twenty-Five 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 Equestrian Avenue 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, Standard Insurance Requirements (SIR 1-3), 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 FOURTH: The Contractor agrees to indemnify and save the Town, its officers, agents and employees harmless from any liability imposed upon the Town, its officers, agents and/or employees arising from the negligence, active or passive, of the Contractor and from and against any damages, claims, or expenses, including reasonable attorney's fees, arising out of Contractor's breach of the Agreement or from Contractor's acts or omissions outside the scope of the Agreement or arising out of claims or actions by third parties against Contractor by virtue of its performance of this Agreement. FIFTH: Terms used in the Agreement which are defined in Article 1 of the General Conditions shall have the meanings indicated in the General Condition. SIXTH: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. SEVENTH: 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. EIGHTH: 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 Albert J. Krupski Jr., Supervisor TITLE A-2 ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ) ss.: On the day of in the year 2025 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 2025 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 NEW�o ti R A Kathy Hochul,Governor ,T. Roberta Reardon,Commissioner Nof Town of Southold Schedule Year 2025 through 2026 Michael Collins,Town Engineer Date Requested 08/07/2025 53095 Main Road PRC# 2025009923 Southold NY 11971 Location Equestrian Avenue Project ID# Project Type Replace sidewalk on Equestrian Avenue on Fishers Island with new ADA compliant sidewalk 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 Rate Case Number (PRC#) has been assigned to the schedule(s) for your project. The schedule is effective from July 2025 through June 2026. All updates, corrections, posted on the 1 st 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 SIDE',-!',jALK PEP LAC-E)I l EN T-!a:;'F57 SECTION 02085 POLYVINYL CHLORIDE PIPE AND FITTINGS PART 1 -GENERAL 1.1 WORK INCLUDED This section covers the furnishing and installation of Polyvinyl Chloride (PVC) pipe and fittings, as indicated on the drawings and as specified herein. 1.2 RELATED WORK A. Section 02252, SUPPORT OF EXCAVATION B. Section 02300, EARTHWORK C. Section 02631, PRECAST MANHOLES AND CATCH BASINS 1.3 REFERENCES The following standards form a part of these specifications as referenced: American Society for Testing and Materials (ASTM) ASTM D2321 Recommended Practice for, Underground Installation of Flexible Thermoplastic Sewer Pipe ASTM D3034 Specification for Type PSM Polyvinyl Chloride (PVC) Sewer Pipe and Fittings ASTM D3212 Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals ASTM F679 Specification for Polyvinyl Chloride (PVC) Large Diameter Plastic Gravity Sewer Pipe and Fittings (18" -2711) 1.4 SUBMITTALS: IN ACCORDANCE WITH REQUIREMENTS OF GENERAL SPECIFICATIONS, SUBMIT THE FOLLOWING: manufacturer's literature of the materials of this section shall be submitted to the Engineer for review. 4/29/2025 02085 - 1 PVC PIPE AND FITTINGS �IDE.. 1LKPEPL;CEi'.IEN 'i:.75 . PART 2-PRODUCTS 2.1 MATERIALS A. PVC Non-pressure Sewer Pipe 1. PVC non-pressure sewer pipe 4-inches through 15-inches diameter shall conform to ASTM D3034, 18-inches through 27-inches diameter to ASTM F679, all with SDR of 35 unless noted, and shall meet the specific requirements and exceptions to the aforementioned specifications which follow. 2. PVC non-pressure sewer pipe shall be furnished in standard lengths. 3. One pipe bell consisting of an integral wall section with a solid cross section rubber ring, factory assembled, shall be furnished with each standard, random and short length of pipe. Rubber rings shall be provided to the requirements of ASTM D3212. 4. The rubber ring shall be retained within the bell of the pipe by a precision formed groove or recess designed to resist fish-mouthing or creeping during assembly of joints. 5. Spigot pipe ends shall be supplied with bevels from the manufacturer to ensure proper insertion. Each spigot end shall have an "assembly stripe" imprinted thereon to which the bell end of the mated pipe will extend upon proper jointing of the two pipes. 6. PVC fittings shall be provided with bell and/or spigot configurations with rubber gasketed joints compatible with that of the pipe. Bend fittings with spigot ends shorter than the pipe recess bells will not be allowed. The shorter spigot end would not allow proper seating of the spigot in the mating bell and would permit undesired contact between the mating bell and the outside of the fitting bell. 7. All pipe delivered to the job site shall be accompanied by independent testing laboratory reports certifying that the pipe and fittings conform to the above- mentioned specifications. In addition, the pipe shall be subject to thorough inspection and tests, the right being reserved for the Engineer to apply such of the tests specified as he may from time to time deem necessary. 8. All cutting of pipe shall be done with a machine suitable for cutting PVC pipe. Cut ends shall be beveled when recommended by the pipe manufacturer. 4/29/2025 02085 - 2 PVC PIPE AND FITTINGS SIDE'vNALK REPL ACEP.IEM T- 0 + S S' PART 3 -EXECUTION 3.1 INSTALLATION A. Except as modified herein, installation of the PVC pipe shall be in accordance with ASTM D2321. B. Each pipe length shall be inspected before being laid to verify that it is not cracked. Pipe shall be laid to conform to the lines and grades indicated on the drawings or given by the Engineer. Each pipe shall be so laid as to form a close joint with the next adjoining pipe and bring the inverts continuously to the required grade. C. The pipe shall be supported by compacted crushed stone. Crushed stone shall be as specified under Section 02300, EARTHWORK. D. All non-pressure pipe sections shall be installed by qualified individuals using a pipe laser. E. The pipe shall not be driven down to grade by striking it with a shovel handle, timber, rammer, or other unyielding object. When each pipe has been properly bedded, enough of the backfill material shall be placed and compacted between the pipe and the sides of the trench to hold the pipe in correct alignment. F. Before a joint is made, the pipe shall be checked to assure that a close joint with the next adjoining pipe has been maintained and that inverts are matched and conform to the required line and grade. G. For pipe placed on crushed stone, immediately after the joint is made, the jointing area shall be filled with suitable materials so placed and compacted that the ends of either pipe will not settle under backfill load. H. No pipe or fitting shall be permanently supported on saddles, blocking, or stones. I. Branches and fittings shall be laid by the Contractor as indicated on the drawings, and/or as directed by the Engineer. Open ends of pipe and branches shall be closed with PVC caps secured in place with premolded gasket joints or as directed by the Engineer. J. All pipe joints shall be made watertight. There shall be no visible leakage at the joints and there shall be no sand, silt, clay, or soil of any description entering the pipeline at the joints. Where there is evidence of water or soil entering the pipeline, connecting pipes, or structures, the defects shall be repaired to the satisfaction of the Engineer. K. The Contractor shall build a tight bulkhead in the pipeline where new work enters an existing sewer. This bulkhead shall remain in place until its removal is authorized by the Engineer. L. Care shall be taken to prevent earth, water, and other materials from entering the pipe, and when pipe laying operations are suspended, the Contractor shall maintain a suitable stopper in the end of the pipe and also at openings for manholes. END OF SECTION 4/29/2025 02085 - 3 PVC PIPE AND FITTINGS Jl K RcPL,`ki:F_PA'E_N_-09 7(S'5" 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. 4/29/2025 02230 - I CLEARING AND GRUBBING SIvEV ELK REPLA.CE_NIEPI T- .91 5� 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 4/29/2025 02230 - 2 CLEARING AND GRUBBING SipE"At. LK PEPLAC:Ei\9E�IT - FjLl 1,8,57 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 4/29/2025 02240 - 1 DEWATERING SIDE`,;IVALK REPLA. ENIENT :;<? 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 4/29/2025 022240 - 2 DEWATERING 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. 4/29/2025 02252 - 1 SUPPORT OF EXCAVATION SIDEW,A,l K REr'l_;=SCEP 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 4/29/2025 02252 - 2 SUPPORT OF EXCAVATION I iA L s,RcP1.4C-F_rv1FP,IT- SECTION 02300 EARTHWORK PART 1—GENERAL 1.1 WORK INCLUDED The Contractor shall make 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 D 1556 Test Method for Density of Soil in Place by the Sand Cone Method. ASTM D 1557 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 7/28/2025 02300 - I EARTHWORK IDF`AiALK HPL ,C&;-]E'�I T - hj, 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 Contractor shall protect the subgrade beneath new structures and pipes from frost penetration when freezing temperatures are expected. 7/28/2025 02300 - 2 EARTHWORK REPLA Eil:1E�IT -0")7 57 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§733-1 1. 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 ''A 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 not to exceed 5% by weight. The maximum particle size for sand shall be 1/2 inch, with 90-100% of the material passing the '/4 inch Sieve. 7/28/2025 02300 - 3 EARTHWORK SIDE:%.hA,i_K REP A.CEE.�iFi'.IT -097n)7 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 7/28/2025 02300-4 EARTHWORK ;lD `>>ALK REPi_.`.C1_:M i\1T- tic,7 7 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 backfilling 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. 7/28/2025 02300 - 5 EARTHWORK SIDFVV';LK pEPLACE[vIf=i IT- (J'97�5 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 r 7/28/2025 02300- 6 EARTHWORK SIDES%`..,.LK. P..rPL!-C.i-ivI �I - l 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 fo'r 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. 7/28/2025 02300- 7 EARTHWORK SIDEA'1LK PEPLA..C-EiVLENT -09 ,57 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. BACKFILLING 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. 7/28/2025 02300 - 8 EARTHWORK >ID i='.,"!ALk REp1_Ar E�;1ENT- '•.197;^>I B. Surplus excavated materials, which are acceptable to the Engineer, shall be used to backfi11 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 7/28/2025 02300- 9 EARTHWORK S?+;E',N:-LK REPLACUE IENT- T SECTION 02631 PRECAST MANHOLES AND CATCH BASINS PART 1 - GENERAL 1.1 WORK INCLUDED This Section covers all precast manholes and catch basins complete, including, but not limited to, bases,walls, cones, mortar, inverts,frames and covers. 1.2 RELATED WORK A. Section 02300, EARTHWORK B. Section 02745, PAVING C. Section 03302, FIELD CONCRETE 1.3 SYSTEM DESCRIPTION A. Precast sections shall conform in shape, size, dimensions, materials, and other respects to the details indicated on the drawings or as ordered by the Engineer. B. All manholes and catch basins shall have concrete bases. Concrete bases shall be precast unless otherwise specified. Invert channels shall be formed of brick and mortar upon the base. C. Riser and cone sections shall be precast concrete. 1.4 REFERENCES The following standards form a part of this specification as referenced: American Society for Testing and Materials (ASTM) ASTM A48 Gray Iron Castings ASTM C32 Sewer and Manhole Brick ASTM C 144 Aggregate for Masonry Mortar ASTM C207 Hydrated Lime for Masonry Purposes ASTM C478 Precast Reinforced Concrete Manhole Sections ASTM C923 Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures and Pipes 4/29/2025 02631 - I PRECAST MANHOLES AND CATCH BASINS-CT S10E.; LKPEPLhCEN1 1 T- ,SS ASTM C 1244 Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test. American Association of State Highway and Transportation Officials (AASHTO) AASHTO M198 Joints for Circular Concrete Sewer and Culvert Pipe Using Flexible Watertight Gaskets 1.5 SUBMITTALS: IN ACCORDANCE WITH REQUIREMENTS OF GENERAL SPECIFICATIONS, SUBMIT THE FOLLOWING: A. Manufacturer literature of the materials of this section shall be submitted to the Engineer for review. B. Tests reports as required shall be submitted to the Engineer. PART 2-PRODUCTS 2.1 PRECAST CONCRETE SECTIONS A. All precast concrete sections shall conform to ASTM C478 with the following exceptions and additional requirements: I. The wall thickness of precast sections shall be as designated on the drawings. 2. Type Ii cement shall be used except as otherwise approved. 3. Sections shall be steam cur6d and shall not be shipped until at least five days after having been cast. 4. Minimum compressive strength of concrete shall be 4000 psi at 28 days. 5. No more than two lift holes may be cast or drilled in each section. 6. The date of manufacture and the name or trademark of the manufacturer shall be clearly marked on the inside of each precast section. 7. Acceptance of the sections will be on the basis of material tests and inspection of the completed product. B. Slab top sections shall conform to the contract drawings, with particular attention focused upon the reinforcing steel. C. The tops of the bases shall be suitably shaped by means of accurate ring forms to receive the riser sections. D. Precast sections shall be manufactured to contain wall openings of the minimum size to receive the ends of the pipes, such openings being accurately set to conform with line and grade of the sewer or drain. Subsequent cutting or tampering in the field, for the purpose of 4/29/2025 02631 - 2 PRECAST MANHOLES AND CATCH BASINS-CT Jf creating new openings or altering existing openings, will not be permitted except as directed by the Engineer. E. The Engineer reserves the right to reject any unsatisfactory precast section and the rejected unit shall be tagged and removed from the job site immediately. F. The Engineer may also require the testing of concrete sections as outlined under Physical Requirements in ASTM C478 with the Contractor bearing all testing costs. 2.2 BRICK MATERIALS A. Brick shall be sound, hard, and uniformly burned brick, regular and uniform in shape and size, of compact texture, and satisfactory to the Engineer. Bricks shall comply with ASTM C32, for Grade SS, hard brick, except that the mean of five tests for absorption shall not exceed 8 percent by weight. B. Rejected brick shall be immediately removed from the work and brick satisfactory to the Engineer substituted. C. Mortar shall be composed of portland cement, hydrated lime, and sand in which the volume of sand shall not exceed three times the sum of the volumes of cement and lime. The proportions of cement and lime shall be as directed and may vary from 1:1/4 for dense hard- burned brick to 1:3/4 for softer brick. 117 general, mortar for Grade SS Brick shall be mixed in the volume proportions of 1:1/2:4-1/2; portland cement to hydrated lime to sand. D. Cement shall be Type II portland cement as specified for concrete masonry. E. Hydrated lime shall be Type S conforming to ASTM C207. F. The sand shall comply with ASTM C 144 specifications for "Fine Aggregate," except that all of the sand shall pass a No. 8 sieve. 2.3 BELL TRAPS, FRAMES, GRATES, COVERS AND STEPS A. Castings shall be of good quality, strong, tough, even-grained cast iron, smooth, free from scale, lumps, blisters, sandholes, and defects of every nature which would render them unfit for the service for which they are intended. Contact surfaces of covers and frame seats shall be machined to prevent rocking of covers. B. All castings shall be thoroughly cleaned and may be subject to a careful hammer inspection at the Engineer's discretion. C. Castings shall be ASTM A48 Class 3013 or better. D. Catch basin grates shall be as indicated on the drawings. 4/29/2025 02631 - 3 PRECAST MANHOLES AND CATCH BASINS-CT Si 1J!E:01 A L K N E P LA`C-t?`.TEEN T'. !s-:;"57 PART 3-EXECUTION 3.1 INSTALLATION A. PRECAST SECTIONS 1. Precast bases shall be supported on a compacted level foundation of crushed stone, as specified in Section 02300 EARTHWORK, at least 6-inches thick, but shall vary to the depth necessary to reach sound undisturbed earth. 2. Precast reinforced concrete sections shall be set vertical and with sections in true alignment. 3. Butyl rubber joint sealant shall be installed between each concrete secti(on. Catch basin sections do not require joint sealant if so indicated on the drawings. 4. All holes in sections used for handling the sections shall be thoroughly plugged with mortar. Mortar shall be one part cement to 1-1/2 parts sand, mixed slightly damp to the touch (just short of"balling"), hammered into the holes until it is dense and an excess of paste appears on the surface, and then finished smooth and flush with the adjoining surfaces. B. BRICK WORK 1. Bricks shall be moistened by suitable means, as directed, until they are neither so dry as to absorb water from the mortar nor so wet as to be slippery when laid. 2. Each brick shall be laid as a header in a full bed and joint of mortar without requiring subsequent grouting, flushing or filling, and shall be thoroughly bonded as directed. 3. The brick inverts shall conform accurately to the size of the adjoining pipes. Side inverts shall be curved and main inverts (where direction changes) shall be laid out in smooth curves of the longest possible radius which is tangent to the centerlines of adjoining pipe. C. CASTINGS 1. Cast iron frames, grates and covers shall be as specified. The frames and covers shall be set by the Contractor to conform accurately to the grade of the finished pavement, existing ground surface, or as indicated on the drawings. Frames shall be adjusted to meet the street surface. 2. Cast iron manhole frames and covers not located in paved areas shall be set 6-inches above finished grade, at a height as directed by the Engineer, or as indicated on the drawings. The top of the cone shall be built up with a minimum of I course and a maximum of 5 courses of brick and mortar used as headers for adjustment to final grade. 4/29/2025 02631 - 4 PRECAST MANHOLES AND CATCH BASINS-CT SIDEWALK REPLACENIENT- 3. Frames shall be set concentric with the top of the concrete section and in a full bed of mortar so that the space between the top of the concrete section or brick headers and the bottom flange of the frame shall be completely filled and made watertight. A thick ring of mortar extending to the outer edge of the concrete shall be placed all around the bottom flange. The mortar shall be smoothly finished to be flush with the top of the flange and have a slight slope to shed water away from the frame. 4. Covers and/or grates shall be left in place in the frames, for safety reasons, except while work is being performed. D. ACCESSORIES Accessories shall be installed in accordance with manufacturer's instructions. 3.2 CLEANING All new structures shall be thoroughly cleaned of all silt, debris and foreign matter of any kind, prior to final inspection. END OF SECTION 4/29/2025 02631 - 5 PRECAST MANHOLES AND CATCH BASINS-CT PL,A' E(;;)EICI T -ri'. 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 I. 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§402-3.071). 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%29%2025 02745 - I PAVING S 1 V D.` ^.I_.K RE P LA:-P N i C N T-u•_'i 1�;5 ASTM D 1557 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. PART2-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. 4/29/2025 02745 - 2 PAVING 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. 4/29/2025 02745 - 3 PAVING SIDE',.i;ALK REP LAC EfIdE" 'I' 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. 8 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 '/4-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 fi-om casting. Excavate and if required rebuild up to 12-inches of masonry below the bottom of the casting. Backfill with suitable material and 4/29/2025 02745 - 4 PAVING compact to bottom of casting. Place high, early strength cement or bituminous concrete collar, as directed, to approximately 1 'h-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 4/29/2025 02745 - 5 PAVING SiuE`V`-.LK REPLA U:Ic'i\1T-;J9-7_;5- 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. PART2 -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. 4/29/2025 02771 - I CURBING SIGE'v11A L K REPD-k:2E-�:1EJJ.IT- 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 formed 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 4/29/2025 02771 - 2 CURBING SIDEV A.LK REP D- ENIFNT-'09T 33 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. 4/29/2025 02775 - 1 SIDEWALK CONSTRUCTION& REPLACEMENT ai ,( PEP 1.-C_.-E 1:I E: }19,7s'._ 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 608 for Conventionally Formed Sidewalks and Driveways, and Materials Procedure MP 501-2. 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. 4/29/2025 02775 - 2 SIDEWALK CONSTRUCTION&REPLACEiO NT S!Df_Ev`A,.LK P�EPLHCci'•aEi,I T -1)9, G. Concrete shall be placed in alternate slabs not exceeding 30 feet in length. Slabs shall be separated by transverse preformed expansion joint filler ''/2 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 40°F 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 4/29/2025 02775 - 3 SIDEWALK CONSTRUCTION&REPLACEN(ENT SiGE`;'!"..!_!K PEPLAC F-ivIEl,IT- 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 Qrowth. Loam shall not be delivered to the site in fi•ozen or muddy condition and shall be reasonably free of stumps, roots, heavy or stiff clay, stones larger than I inch in diameter, lumps, coarse sand, noxious weeds, sticks, brush or other litter. 4/29/2025 02920- 1 LOAMING & SEEDING Si DE`�j R�PLa ci`IEi,J I' - "i 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. =1/29/2025 02920- 2 LOAMiNG & SEEDING 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 time 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. 4/29/2025 02920- 3 LOAMING & SEEDING SIi1)E`NA.L^ =I'I:N T -09'S57 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. 4/29/2025 02920- 4 LOAMING & SEEDING 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 41129/12023 0?920- 5 LOAMING & SEEDING S 1 D EIA[A L K P F_P L ACE!V E1\1 T- i1, 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) ACT 304 Recommended Practice for Measuring, Mixing, Transporting, and Placing Concrete ACT 305 Recommended Practice for Hot Weather Concreting ACI 306 Recommended Practice for Cold Weather Concreting ACT 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 C 143 Test for Slump of Portland Cement Concrete ASTM C 150 Portland Cement ASTM C260 Air Entraining Admixtures for Concrete ASTM C494 Chemical Admixtures for Concrete 4/29/2025 03302 - I FIELD CONCRETE AIL):m 'v LK REE PI-Ai- i�:0,IT - 09,7' ') 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 ASTM C94 shall be submitted to the Engineer within one week following award of the Contract. PART2-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 C 143. 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 C 150. 2.4 AGGREGATES A. Except as otherwise noted, aggregate shall conform to the requirements of ASTM C33. B. Maximum size aggregate shall be '/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'/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 4/29/2025 03302 - 2 FIELD CONCRETE SIDE',!VALu REt'); CEMENT - ?S' 857 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. 4/29/2025 03302 - 3 FIELD CONCRETE 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 407, 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 ACT 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(907 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 ACT 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 4/29/2025 03302 - 4 FIELD CONCRETE ll Drawing Copyright 0 2025 PROVIDE ACCESSIBLE PASSING SPACE TRIM OR REMOVE VEGETATION IN RIGHT (TYP, SEE DETAIL) OF WAY AS REQUIRED FOR SIDEWALK CONSTRUCTION (TYP) PROVIDE ±36 LF OF 10m SDR 35 PVC APPROXIMATE PROPERTY LINE (TYP) PROVIDE V WIDE CONCRETE SIDEWALK AT 0.5X (TYP) WITH MONOLITHIC CONCRETE CURB 400 Capital Boulevard,Suite 301 (TYP. SEE DETAIL) PROTECT E)OSTING BCCNDARY MARKERS LOAM. SEED & STABILIZE DISTURBED Rocky Hill,CT 06067 THROUGHOUT CONSTRUCTION (TYP) AREAS AS REQUIRED (TYP) __AND 860-257-45571 www.chacompanies.com NY Certificate of Authorization#0021745 REMOVE & DISPOSE OF E)aS71lNG CONCRETE SIDEWALK (TYP) PROVIDE 4' WIDE CONCRETE SIDEWALK PROVIDE ADA & NYSDOT COMPLIANT (TYP, SEE DETAIL) ACCESSIBLE PASSING CURB RAMPS & CROSSWALK NIX— (TYP, SEE DETAIL) 40 PROTECT D(ISTINGunLITIES 40.2 SPACES L THROUGHOUT CONSTRUCTION (TYP) LID CL TO CL DISTANCE LOCATION TO NEXT SPACE STA 1+18 140' STA 2+56 199, 0 V,'!v 000 Z' STA 4+58 198.6' STA 6+51 197' C. SITE DEVELOPMENT PLAN 2 STA 8+49 152' PREPARED FOR �Po 2 I„ l f,_ / : . ` 7��`- `-" r i y / STA 10+04 135' FISHERS ISLAND, STA 11+35 140' TOWN OF SOUTHOLD 4 STA 12+72 140' 4� 0) STA 14+12 175' EQUESTRIAN AVENUE FROM WHISTLER AVENUE TO HENRY L. FERGUSON 26.1.5 25.95 0 STA 17+57 175' MUSEUM 27.6 198.5' 3+00 9+19 E: 2+00 A STA 21+30 198.4' (TO PROJECT LIMITS) 26.1 25.90 1+00 END MONOLITHIC CONCRETE CURB T R A NPROVIDE TRANSITION CURB FROM 0+00 +__ FLUSH TO 60 REVEAL I S T U ER BENCHMARK: MfAG PROVIDE TEST PIT TO INVESTIGATELENDW H EL=28.58 DOSTING CATCH BASIN OUTLET PIPEA V E N E PROPERTY LINE ABUTTERS LINE NZ (2) PROTECT EXISTING ROADWAY EDGE OF PAVEMENT MATCH EXISTING SIDEWALK WIDTH & GRADES CD PAVEMENT TO REMAIN EDGE OF GRAVEL ------------------- AT LIMITS OF CONSTRUCTION (TYP) rri THROUGHOUT CONSTRUCTION (TYP) EXISTING CONTOUR 16 P7 PROPOSED CONTOUR 20 PROVIDE *10' TRANSITION AS REQUIRED —4, RE—GRADE EXISTING GRASS SHOULDER STONE WALL 5,. RETAINING WALL 1 NEW), SAW CUT. REMOVE ac REPLACE SIDEWALK TO BE :hr ABOVE ROADWAY (TYP) FENCE x X x EXISTING PAVEMENT AS REQUIRED OVERHEAD WIRES O/W TO INSTALL PROPOSED SIDEWALK P7 NOW OR FORMERLY NIF Cr ui PROVIDE & MAINTAIN CATCH BASIN INLET UTILITY POLE PROTECTION THROUGHOUT CONSTRUCTION BOUNDARY POINT 0 (TYP. SEE DETAIL) WATER VALVE PROVIDE CATCH BASIN XWV 099531 (TYP, SEE DETAIL) OFESSN 7*27.6 INV.-*25.80 IT IS A VIOLATION OF LAW FOR ANY PERSON,UNLESS THEY ARE 20 10 0 20 ACTING UNDER THE DIRECTION OF A LICENSED PROFESSIONAL ENGINEER,ARCHITECT,LANDSCAPE ARCHITECT OR LAND SURVEYOR TO ALTER AN nEM IN MY WAY.IF AN ITEM BEARING THE GRAPHIC SCALE IN FEET STAMP OF A LICENSED PRWESSIONAL IS ALTERED.THE ALTERING ENGINEER,ARCHITECT,LANDSCAPE ARCHITECT OR LAND SURVEYOR SHALL STAMP THE DOCUMENT AND INCLUDE THE NOTATION'ALTERED BY FOLLOWED BY THEIR SIGNATURE,THE DATE OF SUCH ALTERATION,AND A SPECIFIC DESCRIPTION OF THE ALTERATION. APPROXIMATE PROPERTY LINE (TYP) LOAM, SEED & STABILIZE DISTURBED AREAS AS REQUIRED (TYP) SAW CUT, REMOVE & REPLACE TRIM OR REMOVE VEGETATION IN RIGHT REMOVE & DISPOSE OF EXISTING E)OSTING PAVED DRIVEWAY OF WAY AS REQUIRED FOR SIDEWALK CONCRETE SIDEWALK (TYP) PROVIDE 4! WIDE CONCRETE SIDEWALK (TYP, SEE DETAIL) CONSTRUCTION (TYP) (TYP, SEE DETAIL) COORDINATE INSTALLATION WITH RE—GRADE EXISTING GRAVEL DRIVEWAY PROPERTY OWNERAESIDENTS AS REQUIRED TO MATCH PROPOSED GRADES (TYP) PROVIDE CONCRETE DRIVEWAY APRON BENCHMARK: MA (TYP. SEE DETAIL) COORDINATE INSTALLATION WITH EL=40.27' PROPERTY OWNER/RESIDENTS L cl� UY 77 22.01' W.20 tJNr7 40.10 40.20 40.1011 0 24.60 J, y 25.51 + co 26 C-4 t. �7 X` No. Submittal/Revision App'd By Date 5 0.40 LJ 6+00 0 J k ('i 28. ,tiI .... 24.55 TOWN ENGINEER PIVIP 07/28/2025 C? N11 25.50 COMMENTS 25.15 CL U1. Qi 7+00 ........... ... V) fit' 0 EJ JO+O R .... . .... 28.M Ln A /V 70 00 30.00 29.50 0 8+00 0 g+00 T A V E N U E V)I 0 Z 3: PROTECT EXISTING UTILITIES 1;,A,; < ft! THROUGHOUT CONSTRUCTION (TYP) Z 0 U) bi in I PROTECT EXISTING BOUNDARY MARKERS SIDEWALK REPLACEMENT cn PROVIDE ACCESSIBLE PASSING SPACE 0 THROUGHOUT CONSTRUCTION (n?) (TYP, SEE DETAIL) STA 0+00 TO STA 10+50 1-1 0 0 C� r- I < LO 00 RE—GRADE EXISTING GRASS SHOULDER SIDEWALK TO BE :11:3" ABOVE ROADWAY (TYP) Designed By: Drawn By: Checked By: PmP PmP Issue Date: Project No: Scale: CONTRACTOR TO COORDINATE WITH THE TOWN OF < SOUTHOLD TO CONSTRUCT, MAINTAIN, & REMOVE A 04/28/2025 097857 ill 20' CONCRETE WASHOUT PIT AT THE TOWN OWNED 0 PROPERTY ON THE WESTERLY SIDE OF AIRPORT ROAD Drawing No.: 20 10 0 20 SHEET 1 OF 4 GRAPHIC SCALE IN FEET A V ui I Drawing Copyright 0 2025 M / PROTECT EXISTING FENCE PROVIDE t12 LF OF 24 DEEP ROOT BARRIER AT EXISTING TREE / THROUGHOUT CONSTRUCTION (TYP) RE-GRADE EXISTING GRAVEL DRIVEWAY / PROVIDE EXTENSION FROM STEPS TO (DEEPROOT U824-2 OR EQUAL) / / AS REQUIRED TO MATCH PROPOSED LOAM, SEED do STABILIZE DISTURBED MATCH PROPOSED SIDEWALK GRADES (TYP) COORDINATE WITH A LICENSED ARBORIST TO TRIM OR REMOVE VEGETATION IN RIGHT GRADES (TYP) AREAS AS REQUIRED (TYP) PRUNE ROOTS AS REQUIRED FOR INSTALLATION / OF WAY AS REQUIRED FOR SIDEWALK CONSTRUCTION (TYP) PROVIDE t10 LF OF 10* SDR 35 PVC O 1.5% RETAIN EXISTING 12" CLAY PIPE AT HEADWALL ° 400 Capital Boulevard,Suite 301 r PROVIDE CONCRETE DRIVEWAY APRON p' PROTECT EXISTING BOUNDARY MARKERS ( � SEE DETAIL) dt USE AS A SLEEVE FOR NEW PVC LINE / ( Rocky Hill,CT 06067 THROUGHOUT CONSTRUCTION (TYP) / w + COORDINATE INSTALLATION WITH / FILL ANNULAR SPACE AT OUTLET p WITH NON-SHRINK GROUT 860-257-4557 www.chacompanies.com / PROPERTY OWMER/RESIDENTS / I NY Certificate of Authorization#0021745 i`, `"-r I I L REMOVE 11 DISPOSE OF EXISTING r, s i i `'' I �•a T,I:" ` C CONCRETE SIDEWALK (TYP) ' ` ' i f `'' a_ ' DA :,,: �'-�: ,.. .`.�• ',�':ix.,`" ;,-t _-F-°,t.{5,.,`•'t':, l f �',4•�", it C: / - eras. -1 G?.Y 41i'Y`` .. ,,," 'r," \ 4.ye Y' {:,°,j, !3 _t�:r" y a�ri / i.t �yr•t"V^`-..` f"�'�'r r .r_': 3 /•, r/ t`• �f ,; ,,,a_ -- /' :� ":`.'.'t\ �" ..,.a`' \ i f�' f � S�'R... --=�-r .,t.�.'_._pm.,,_'1 b,-"z `''' i -ti �_ 70 19.60 19.70 19.75 '' t`t,('¢A .•°', - ;'.. -•'� .w..-.,- 1-,. .,-•Y..� ..,,� �-. ,`, r x � s �, _ ,. ...�.,., "r--K �-, 15.30 19.35 -i. '``+?�•i I Y',..,",t.�'t:'-<.. f;r i '`e- ..� ._ __�.e" SM1 t.•::;y ! ..0 9J \1 2 e, '° f 4. 14.90 ,\ 15.85 19.40 9.50 _ r, 15.60 t` 14.80 14.40 14.00 14.50 15.10 c � .� r r 14.40 t it ;f •b I.• t w,l .e r A r r- r 19.00 _ •✓• ., s - E 9.55 �•` ` ' - .. eM _... - ' ..�. •., =��' '',': : '•,, ' -°. r- 5:;:;:(:;.;:;..:.::;e::`~ :': `.:~~ +� .� 14.90 14.85 15.25 15.75 '',?i - .. � r ' �, 19.45 19°s5 19.55 „ 19s5 19ao � SITE DEVELOPMENT PLAN / r�~ -' 20.10 15.15 14.75 14.35 13.95 14.45 r 13.90 1 14.00 ,,,��. " _ 14.00t� 19.30 19.35 -' �'-'�-� °:�: -� PREPARED FOR p 3 16 00 15.55 15.05 a -, `., 1` 1 5+00 20.65 _ ;. ` 1 1+00 14+00 Z A 'R.� iB95 3 FISHERS ISLAND, r r' TOWN OF SOUTHOLD 12+00 20. BENCHMARK: M 1 I W I 0 2oso = 8.1 ' E Q U E S T R 1 A N __ _ -r ` : " r-`•.`r`.! EQUESTRIAN AVENUE �1k0 , FROM WHISTLER AVENUE �. TO HENRY L. FERGUSON .T" ; . MUSEUM yt^ PROVIDE ACCESSIBLE PASSING SPACE (TYP, SEE DETAIL) PROTECTPAVEMENT TO REMAIN \ THROUGHOUT CONSTRUCTION (TYP) PROVIDE V WADE CONCRETE SIDEWALK (TYP, SEE DETAIL) LEGEND PROPERTY LINE APPROXIMATE PROPERTY LINE (TYP) PROVIDE CATCH BASIN I ABUTTERS LINE -- (TYP, SEE DETAIL) RE-GRADE EXISTING GRASS SHOULDER I EDGE OF PAVEMENT f13.9 I SIDEWALK TO BE t3- ABOVE ROADWAY (TYP) EDGE OF GRAVEL ------------------- \ INV.(IN)-12.20 I EXISTING CONTOUR --- 16 --- INV.(OUT)-12.15 PROPOSED CONTOUR 20 STONE WALL PROVIDE f30 LF OF 100 SDR 35 PVC O 1.07E RETAINING WALL F NEI'li Y SAW CUT, REMOVE do REPLACE PAVEMENT AS REQ'D PROTECT EXISTING UTILITIES Q FENCE '� ��� M• q9 0 THROUGHOUT CONSTRUCTION (TYP) I OVERHEAD WIRES o/w NOW OR FORMERLY N/F INV.-f12.5 ° I UTILITY POLE Q BOUNDARY POINT O 2 WATER VALVE 09 �? Wv R\,.',PES S 1 Oc'�,�. I l I 20 10 0 20 ITACTIN UNDER THE DIRECTION O IS A VIOLATION OF LAW FOR F A LICENSED PROFESSIO UNLESS N aI I ENGINEER,ARCHITECT,LANDSCAPE ARCHITECT OR LAND I L I GRAPHIC SCALE IN FEET SURVEYOR TAMOFOA uCEism PROF�aiAw S AVERED,THE ITEM BEARING ALTERING 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 ALTERA110N. PROVIDE ADA & NYSDOT COMPLIANT v CURB RAMPS do CROSSWALK LOAM, SEED do STABILIZE DISTURBED (TYPE SEE DETAIL) PROVIDE ACCESSIBLE PASSING SPACE AREAS AS REQUIRED (TYP) J (TYP, SEE DETAIL) PROVIDE & MAINTAIN A CONTINUOUS LINE \ PROTECT EXISTING UTILITIES v~ OF SILT FENCE THROUGHOUT CONSTRUCTION THROUGHOUT CONSTRUCTION (TYP) # ��`" \/ (TYP, SEE DETAIL) '� (V PROVIDE +14 LF OF 10" SDR 35 PVC O f1.5% PROTECT EXISTING BOUNDARY MARKERS ,. (TYP, SEE DETAIL) THROUGHOUT CONSTRUCTION (TYP) `� �� `'- R `-�^�=-'-' •-' � ' REMOVE do DISPOSE OF EXISTING CLAY PIPE (TYP) 23.35 TRIM OR REMOVE VEGETATION IN RIGHT „/ 22•n 22.55 'L ` OF WAY AS REQUIRED FOR SIDEWALK f CONSTRUCTION (TYP) 2330 MAG PROVIDE EXTENSION FROM STEPS TO \ �� ��Z EL=2 `• 22.45 MATCH PROPOSED SIDEWALK GRADES (TYP) h ! f,> ice, 1> 4 CC I ov 22.30 'i j " ` r U8+(69 22.40 _ .°_`7 31" L' y'' �T• f o 4 r REMOVE do DISPOSE OF EXISTING00 -- '1 CONCRETE SIDEWALK (TYP) '� ,f / ✓ \ 20� \ '/ , ' I >:•:.', {,4: y� No. Submittal/Revision App'd. By Date ' o \ \\\ 21.75 �. f_... { r'� " r TOWN ENGINEER / 8/2025 w r i'r': O O r y r" f / \ 79 A^;F. -' R 1 COMMENTS Li ..';,`�.' � 1'I x \ X00 ?2 ,'`,` ^� � '"; � �" CIA, i F.,"..'"; t t-: l 2 •: �r=,. 1 PMP 07 2 APPROXIMATE PROPERTY LINE (TYP) \ :;,, 21.7 LO 00 PROTECT EXISTING ROADWAY 21? f f 4 ,., THROUGHOUT CONSSTRRUC111ON(ETYP) CCESSIBLE \ 21.95 Nip, > �. - A PASSING 21.50 22 21.75 _ s n, ::: -- SPACES 20+00 In - , ` CL TO CL DISTANCE ' �= 'Al �� v RE-GRADE EXISTING GRASS SHOULDER LOCATION -'------- x,.-% •.// SIDEWALK TO BE ±3 ABOVE ROADWAY (TYP) TO NEXT SPACE 4 \ STA 1+18 140' / /�� STA 2+56 199, z c� wjpy. STA 4+58 1ss.s' SIDEWALK REPLACEMENT OBI G Q \ STA 6+51 197' PROVIDE CATCH BASIN \ STA 10+50 TO STA 21+50 o yF o B` \ STA 8+49 152' (TYP, SEE DETAIL) E 11L) ° r STA 10+04 135' INV.-19.40 00 STA 11+35 140' o \ PROVIDE do MAINTAIN CATCH BASIN INLET Designed By: Drawn By: Checked By: \ STA 12+72 140' PROTECTION THROUGHOUT CONSTRUCTION \ PMP PMP (TYP, SEE DETAIL) z \ STA 14+12 175' Issue Date: Project No: Scale: Q 04/28/2025 097857 1"=20' / STA 15+87 175 SAW CUT, REMOVE do REPLACE EXISTING PAVEMENT AS REQUIRED w STA 17+57 175' \ (TYP, SEE DETAIL) Drawing No.: 0 \ STA 19+19 198.5' / \ STA 21+30 198.4' (TO PROJECT LIMITS) - ---- -_ _ 20 10 0 20 SHEET 2 OF 4 GRAPHIC SCALE IN FEET ui fl I Drawing Copyright 0 2025 LOAM, SEED & STABILIZE DISTURBED AREAS AS REQUIRED (TYP) 400 Capital Boulevard,Suite 301 Rocky Hill,CT 06067 PROTECT EXISTING BOUNDARY MARKERS 860-257-45571 www.chacompanies.com THROUGHOUT CONSTRUCTION (TYP) NY Certificate of Authorization#0021745 REMOVE & DISPOSE OF EXISTING CONCRETE SIDEWALK (TYP) PROVIDE CONCRETE DRIVEWAY APRON (TYP. SEE DETAIL) MATCH EXISTING SIDEWALK WIDTH & GRADES COORDINATE INSTALLATION WITH AT LIMITS OF CONSTRUCTION (TYP) PROPERTY OWNER/RESIDENTS PROVIDE *10' TRANSITION AS REQUIRED RE—GRADE EXISTING GRAVEL DRIVEWAY i rD AS REQUIRED TO MATCH PROPOSED , GRADES (TYP) TRIM OR REMOVE VEGETATION IN RIGHT SITE DEVELOPMENT PLAN OF WAY AS REQUIRED FOR SIDEWALK PREPARED FOR CONSTRUCTION (TYP) I"N"C, FISHERS ISLAND, TOWN OF SOUTHOLD " ,V 52.1 2 EQUESTRIAN AVENUE N 3 Q 2`19 28. 4' V! FROM WHISTLER AVENUE CV 28.75 df 30. �!�z 29.45 TO HENRY L. FERGUSON MUSEUM 7:777777 J 2&30 28 N70 25+00 ACCESSIBLE PASSING 29.40 30.00 3 ............ 23+00 V SPACES / CL TO CL DISTANCE ' 22+oO 24+00 LOCATION TO NEXT SPACE A V E N U E STA 1+18 140' LEGEND PROPERTY LINE STA 2+56 199, ABUTTERS LINE STA 4+58 198.6' EDGE OF PAVEMENT EDGE OF GRAVEL ------------------- STA 6+51 197' EXISTING CONTOUR 16 STA 8+49 152' PROPOSED CONTOUR 20 PROTECT EXISTING UTILITIES STONE WALL THROUGHOUT CONSTRUCTION (TYP) STA 10+04 135' RETAINING WALL EW STA 11+35 140' FENCE x x PROTECT EXISTING ROADWAY OVERHEAD WIRES O/W PAVEMENT TO REMAIN STA 12+72 140' NOW OR FORMERLY NIF THROUGHOUT CONSTRUCTION (TYP) PROVIDE 4' WIDE CONCRETE SIDEWALK STA 14+12 175' UTILITY POLE 0 LU (TYP, SEE DETAIL) STA 15+87 175' Z BOUNDARY POINT 0 LU m APPROXIMATE PROPERTY LINE (TYP) WATER VALVE , c? STA 17+57 175' WV r 1\ e STA 19+19 198.5' q OpFcS\01" I _., -- RE-GRADE EXISTING GRASS SHOULDER STA 21+30 198.4' (TO PROJECT LIMITS) SIDEWALK TO BE +3- ABOVE ROADWAY (TV) IT IS A MOLA71ON OF LAW FOR ANY PERSON,UNLESS 14EY ARE 20 10 0 20 ACTING UNDER THE DIRECTION OF A LICENSED PROFESSIONAL ENGINEER,ARCHITECT,LANDSCAPE ARCHITECT OR LAND SURVEYOR TO ALTER AN PROFESSIONAL MY WAY.F AN 17M 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 SPEC*1C DESCRIPTION SILTFENCE OF THE ALTERATION. TRENCH PAY WIDTH STRAW BALE WIRE EE CHART WOVEN WIRE FENCE (MIN. 14 PLASTIC UNING RE GAUGE W/ MAX. 6- MESH NATIVE MATERIALSUBGRADE SPACING) (OPTIONAL) 50-4" �x SECTION B-B ��Y/,- / 10' MAX CCNT�:R OR N_0_T_T0__97C_ALE PIPE MAXIMUM 'x��111� TO 36" MIN. LENGTH METAL STAKES DIAMETER TRENCH WIDTH I SHEETING AS Ceti TER FENCE POSTS (2 PER BALE) 8- 4' 8. ;1 N COMPACTED NATIVE REQUIRED (TYPICAL) 6" 2'-6" MATERIAL OR (I DRIVEN MIN. 16" 8. 31 BORROW INTO GROUND %,;-- . _010 COASTAL PIPELINE 10* MIN. PRECAST CONCRETE SKIN KNOCKOUT 10" S—O" B MIR N X 1 00 CATCH BASIN OR APPROVED EQUAL 12" S-10" �p CEO B FILTER FABRIC 2! I — ABOVE STONE gCO 0 CD %(90% 3/4 CRUSHED STONE VARIES 18" S-6" BEDDING MATERIAL 4'-0" HEIGHT 21 3 0 CP D OF FILTER 1110 1 1 24" 40-61' 1/2 OD MIN. 16" MIN. 30" 5'—Oo' 7 114 0 CC) • PLA TIC J \-STRAW BALE 1/4 OD 6- MIN. 12" FOUNDATION STONE MEN U ING _.PLAN (TYP) 1� 12" MINIMUM IN UNSUITABLE MATERIAL OR ORGANIC �,/ MIN NOT TO SCALE 6" MIN ROCK EXCAVATION SILT IS ENCOUNTERED AT SUBGRAIDE ASHOUT PIT CONCRETE W 00 PERSPECTIVE VIEW TRENCH B0170M NOTES: 1. DIMENSIONS SHOWN ARE FOR TYPICAL RESIDENTIAL CONSTRUCTION, LARGER PROJECTS OR PROJECTS WOVEN WIRE FENCE (MIN. 14 REQUIRING PUMPS MUST BE SIZED ACCORDINGLY (7 PLAN PROVIDE CURB INLET' FRAME & BICYCLE SAFE GRATE TRENCH SECTION FOR STORM DRAINS GALLONS/TRUCK, 50 GALLONS/PUMP, PLUS MIN. 1- EJ PRODUCT No. 759037AO3, 1/2 GAUGE W/ MAX. 6- MESH FREEBOARD). GENERAL FOUNDRIES PRODUCT No. 22617-6N, NOT TO SCALE SPACING) WITH FILTER CLOTH Z 2. CAPTURE MATERIAL AND LIQUIDS MUST BE REMOVED OR APPROVED EQUAL FROM PIT AND PROPERLY DISPOSED OF WHEN THE PIT ADJUST TO FINISH GRADE WITH BRICK 36" MIN. FENCE POST 20 REACHES 75% OF ITS CAPACITY. & MORTAR AS REQUIRED UNDISTURBED 04 3. INSPECT PIT PRIOR TO EACH USE TO ENSURE No. Submittal/Revision App'd. By Date 0 FLOW, GROUND CONTAINMENT OF WASH WATER. TOWN ENGINEER PMP 07128/2025 EACH DUMP STRAPS COMMENTS COMPACTED SOILZ11 CONTRACTOR TO COORDINATE WITH THE TOWN OF EXPANSION LO EMBED FILTER CLOTH co0 — — — — RESTRAINT (1/4 SOUTHOLD TO CONSTRUCT, MAINTAIN, & NYLON ROPE 2"" REMOVE A — — — — — CONCRETE WASHOUT PIT AT THE TOWN OWNED 00 1 A MIN. OF 6" IN GROUND CY) PROPERTY ON THE WESTERLY SIDE OF AIRPORT ROAD 0 1 4- FLAT WASHERS) "I 0 SECTION VIEW I-- INSTALLATION DETAIL BAG DETAIL 0 CONSTRUCTION SPECIFICATIONS DUMP STRAP I'll 0 CD 1. WOVEN WIRE FENCE TO BE FASTENED SECURELY TO FENCE POSTS WITH A 3: WIRE TIES OR STAPLES, POSTS SHALL BE STEEL EITHER "T" OR "U" TYPE 1" REBAR FOR 10 .0 BAG REMOVAL DUMP OR HARDWOOD. A o FROM INLET STRAP Z 2. FILTER CLOTH TO BE FASTENED SECURELY TO WOVEN WIRE FENCE WITH Cn TIES SPACED EVERY 24" AT TOP AND MID SECTION, FENCE SHALL BE SILTSACK SIDEWALK REPLACEMENT Ld WOVEN WIRE, 6- MAXIMUM MESH OPENING. SECTION 01 STA 21+50 TO STA 25+00 0) 0 3. WHEN TWO SECTIONS OF FILTER CLOTH ADJOIN EACH OTHER THEY & I'll 0 SHALL BE OVER—LAPPED BY SIX INCHES AND FOLDED, FILTER CLOTH CATCH BASIN 0 SHALL BE EITHER FILTER X, MIRAF1 100K, STABILNKA T140N, OR APPROVED CONSTRUCTION DETAILS C� NOT TO SCALE r- EQUIVALENT. ... 4 A-. Ln 00 4. PREFABRICATED UNITS SHALL BE GEOFAB, ENVIROFENCE, OR APPROVED r- Cl) EQUIVALENT. 0 Designed By: Drawn By: Checked By: 5. MAINTENANCE SHALL BE PERFORMED AS NEEDED AND MATERIAL PmP PmP ..REMOVED WHEN "BULGES" DEVELOP IN THE SILT FENCE. A 4, Issue Date: Project No: Scale: Z < 04/28/2025 097857 11. 20' Ln Ld Drawing No.: 3 0 Of Q_ INLET SEDIMENT CONTROL DEVICE SHEET 3 OF 4 NOT TO SCALE I GENERAL NOTES: (608-01) CURB RAMP NOTES: (608-01) DEFINITION OF TERMS: (608-01) GENERAL NOTES FOR DRIVEWAY STANDARD SHEETS: (608-03) SITE CONDITIONS tS1DEWALK / CURB): (608-03) Drawing Copyright C)2025 „ " fir;,,,;,,,,, ,,,', 1' ARE N ACCORDANCE THE AMERICANS WITH DISABILITIES ACT (ADA) AND THE INTM CLEAR WIDTH OF A CURB RAMP SHALL BE 4'-0".THE DEPARTMENT'S PREFERRED CLEAR WIDTH ACCESSIBLE ROUTE. 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" ,, !. THESE SHEETS I A WITH E 1e. THEM IAI(c E T E PROJECT SPECIFIC CONCRETE SIDEWALK NOTES: REQUIREMENTS OF THE 2011 PROPOSED ACCESSIBILITY GUIDELINES FOR PEDESTRIAN FACILITIES 1N THE IS 5'-0". COMMERCIAL DRIVEWAYS. FIELD ENTRANCES AND RESIDENTIA. DRIVEWAYS ACCOMMODATE AN AASHTO AND INCLUDE STEEL MESH REINFORCEMENT WITH 3" OF TOP COVER. ,;;,, PUBLIC RIGHT OF NAY fPROWAG). 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 11 19. THE MAXIMUM GRADE (RUNNING SLOPE)FOR DESIGN AND LAYOUT OF A CURB RAMP SHALL BE 7.57. THE GRADE WHEELCHAIR AND OCCUPANT. TRUCK DESIGN VEHICLE. 23. FOR GRADE CHANGES 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 MINIMUMS 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 VERTICAL 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 REQUIRB AN EASEMENT OR A DRIVEWAY RELEASE. A CURVE'ON SHEET 2 FOR TYPICAL VERTICAL CURVE LENGTHS"L". WATER-CEMENT RATIO OF 0.45, & 7% (f1.07) ENTRAINED AIR. 7' 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 RAID WITH A GRADE (RUNNING SLOPE)OF DRIVEWAY RELOCATION WILL REQUIRE A TEMPORARY EASEMENT MAP. " ;,.,,'"� 8.3%. OR LESS WITHIN 15'-0" THE RAMP LENGTH SHALL NOT BE REQUIRED TO EXCEED 15'-I" FOR DESIGN PARALLEL CURB RAMP. A CURB RAMP WITH THE RAMP SLOPE ORIENTED PARALLEL TO THE CURB OR EDGE OF 24. WHERE THE EXISTING GRADE OF THE DRIVEWAY PROFILE IS LESS THAN OR EQUAL TO 2%. 2• MAXIMUM PERMITTED SLUMP FOR SIDEWALK CONCRETE IS 3 . THE CONTRACTOR MAY CHOOSE TO USE 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 A STATE HIGHWAY A MATCH THE CROSS SLOPE OF THE SIDEWALK TO THE EXISTING DRIVEWAY PROFILE GRADE. WATER REDUCING ADMIXTURES TO IMPROVE WORKABILITY. TO ENSURE THAT THE FINAL LAYOUT OF PEDESTRIAN FACILITIES MEETS ADA REQUIREMENTS. ANY COMMERCIAL HIGHWAY WORK PERMIT APPLICATION FORM PERM 33-COM) MUST BE FILLED OUT AND SURVEY WORK NECESSARY TO MEET THESE 2 REQUIREMENTS SHALL BE PAID FOR UNDER ITEM 625.01 - THE CROSS SLOPE OF THE CURB RAMP SHALL BE AS FLAT AS POSSIBLE AND STILL 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 2X SAWCUT THE DRIVEWAY 3. THE ADDITION OF SUPERFICIAL WATER TO THE SURFACE OF THE CONCRETE TO ASSIST IN FINISHING 400 Capital Boulevard,Suite 301 SURVEY OPERATIONS. 4 1� DRAINAGE. THE CROSS SLOPE OF A CURB RAMP SHALL BE 1.5%MAXIMUM FOR DESIGN AND LAYOUT,AND 2% PEDESTRIANS WITH DISABILITIES NIHIN OR COINCIDING WITH A PEDESTRIAN CIRCULATION PATH. AND RECONSTRUCT A MINIMUM OF 2' ON BOTH SIDES OF THE SIDEWALK,TO TRANSITION OP ERA11 ON S SHALL NOT BE PERMITTED. Rocky Hill,CT 06067 MAXIMUM FOR WORK ACCEPTANCE. THE FOLLOWING EXCEPTIONS ARE ALLOWEN 4. SEE THE DRIVEWAY TABLE IN THE CONTRACT PLANS FOR SPECIFIC DRIVEWAY LOCATIONS,WIDTHS P'W"), 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 f"L'),MATERIAL,AND ENTRANCE TYPE. 4. CONCRETE SHALL BE SEALED WITH CR ETED EFEN DER OR EQUAL FOLLOWING ALL MANUFACTURER'S 860-257-4557 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-CONH 5. DETECTABLE WARNING SURFACES SHALL BE PROVIDED WHERE HE PEDESTRIAN ACCESS ROUTE CROSSES DRIVEWAY SLOPE' ON SHEET 2,IT MAY BE NECESSARY TO DEPRESS THE SIDEWALK ACROSS e o on# OL,WHERE THERE IS ANY TRAFFIC SIGNAL WITHOUT A FLASHING RED,OR AT MISDBLOCK � � NY Certificate Authorization PER HIGHWAY DESIGN MANUAL CHAPTER 2. CROSSINGS, THE CROSS SLOPE OF THE CURB RAMP SHALL BE PERMITTED 10 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 45 HIGHWAY GRADE. EDGE OF PAVEMENT. PROVIDED AT CROSSINGS OF UNCONTROLLED DRIVEWAY APRON;. MAXIMUM DESIGN AND LAYOUT SLOPE OF 7SX. 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 8.3% WHERE EXISTING CONDITIONS DO NOT ALLOW THE AROUND ALL UTILITY POLES & HYDRANTS. THE 2 x2 SQUARE SHALL BE POURED INDEPENDENTLY OF THE 0 IRO 6. THE TAPER METHOD IS GENERALLY NOT RECOMMENDED FOR DRIVEWAYS WITH A DRIVEWAY OFFSET LESS CONSTRUCTION OF A SIDEWALK RAMP AT 6.3%OR LESS RUNNING SLOPE, THE RAMP LENGTH " ACCORDANCE WITH THE NOTES ON INSPECTION METHODS (MEASUREMENT)" ON SHEET it Of 12. 22. WHERE THE EXISTING ROADWAY GRADE EXCEEDS F MAXIMUM ALLOWABLE CROSS SLOPE FORA CURB RAMP, RUNNING SLOPE. THE GRADE THAT IS PARALLEL T HE DIRECTION OF PEDESTRIAN TRAVEL. THAN 16 FEET,UNLESS IT CAN BE FIELD VERIFIED THAT THE DRIVEWAY ENTRANCE WIDTH WILL SHALL NOT BE REQUIRED TO EXCEED 151-1" FOR DESIGN AND LAYOUT. THE RAMP LENGTH ADJACENT SIDEWALK WITH ASPHALT IMPREGNATED EXPANSION JOINT ON ALL SIDES ABUTTING CONCRETE. AND CANNOT BE CORRECTED WITHIN HE SCOPE OF HE PROJECT,THE RAMP SHOULD BE DESIGNED AND 5. JOINTS BETWEEN SIDEWALKS.CURB RAMPS, TURN( G SPACES AND ROADWAYS SHALL BE FLUSH AND FRE 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 /". VERTICAL SURFACE DISCONTINUITIES BETWEEN I1/4" 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 %2' SHALL BE BEVELED WITH A SLOPE NOT STEEPER THAN 1.2. THE BEVEL SHALL BE APPLIED VEHICULAR TRAFFIC DOES NOT PASS THROUGH A STOP-OR YIELD-CONTROLLED LOCATION WITHOUT STOPPING OR 7. TYPE 3 AND TYPE 4 DRIVEWAY ENTRANCES CAN BE USED WITHOUT CURB 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 PONDING AT THE DRIVEWAY ENTRANCE (FLAT DRIVEWAY) THE CURB RAMP,.FLARED SIDES SHALL BE INSTALLED WITH A MAXIMUM SLOPE OF 9.5X FOR DESIGN AND STYLE ENTRANCE. OR RUNNING DOWN THE DRIVEWAY (DOWNHILL DRIVEWAY SLOPE). IF CONDITIONS MAKE THE 6. SIDEWALKS ARE CONNECTED TO ROADWAYS BY BLENDED TRANSITIONS OR CURB RAMPS. BLENDED LAYOUT, AND 10% 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 SHEET CROSSING. 8. 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 (RUNNING 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 PEE CONTRACT DOCUMENTS. NOTED IN THE DRIVEWAY TABLE OF THE CONTRACT PLANS IN THE 'COMMENTS'COLUMN. 7. 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 25%TO MATCH EXISTING 10, UP TO 12" OF SUBBASE MAY BE REQUIRED FOR HEAVY HUCIS PER CONTRACT DOCUMENTS. VARIES ADDITIONAL "DETECTABLE WARNING NOTES" ON THIS SHEET,AND THE DETAILS ON SHEET 2 OF 12 FOR TERRAIN, UNLESS OTHERWISE SHOWN IN THE CONTRACT DOCUMENTS. WHERE GRADING IS NOT FEASIBLE DUE DEFINITION OF TERMS: (608-03) " " ENTRANCE TYPE: DIMENSIONS AND ORIENTATION. TO LIMITED ROW OR PNYSICAL CONSTRAINTS, A BACK CURB MAY BE INSTALLED. SEE DETAILS ON SHEET 3 OF It. THE DETAILS SHOW THE PAVEMENT LENGTH ("PL ) EXTENDING NDiNG TO THE MINI PAVING LIMIT ("MPL ). J", 4,000 PSI, AIR ENTRAINED 12 AND SHEET 9 OF 12. 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. Y8. 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 HE PEDESTRIAN ACCESS ROUTE SHOULD BE PERPENDICULAR TO THE DIRECTION OF BUILDINGS ABUTTING A HIGHWAY. BETTER MATCH THE EXISTING ENTRANCE TYPES ALONG THE HIGHWAY CORRIDOR WHILE TRAVEL AND SHALL NOT BE ROUNDED. VERTICAL ALIGNMENT SHALL BE GENERALLY PLANAR. 25. THE DEPARTMENT'S PREFERENCE IS TO INSTALL TWO SEPARATE CURB RAMPS AT A STREET CORNER THAT !2. A DRIVEWAY TIP-UP SECTION SHOULD EXTEND TO A LOGICAL TERMINI (EXAMPLE:SIDEWALK EDGE,WHERE CONSIDERING AVAILABLE SPACE, CONSTRUCTABILITY,SAFETY, AND FUNCTIONALITY. WELDED WIRE MESH FINISH OR OTHER APPROVED SERVES TWO SEPARATE PEDESTRIAN CROSSINGS, WITH EACH RAMP ALIGNED TO THE CROSSING THAT IT 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 THE DRIVEWAY TYPE SHALL COMPLY WITH TABLE 4 - 'DRIVEWAY ENTRANCE TYPE SELECTION' TOP 1 3 OF SLAB TEXTURE. 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 TIP-UP SECTION BACK TO THE EDGE OF DRIVEWAY IS 3 TO 4 TIMES THE ON SHEET 2. ( / ) " THE CONTRACT DOCUMENTS. DIAGONAL CURB RAMP) IS PERMITTED TO 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 HE CURB TRANSITION. Y9. FOR DRIVEWAYS WITH VARYING WIDTHS AND/OR CURVED ALIGNMENTS,DETERMINE THE " 10. SIDEWALK GRADE (RUNNING SLOPE) SHALL NOT EXCEED 4.5% FOR DESIGN AND LAYOUT OR 5X FOR WORK TURNING SPACE AND CLEAR SPACE NOTES: GOVERNMENTAL OR EDUCATIONAL INSTITUTION,PRIVATE UTILITY,HOSPITAL, CHURCH, DRIVEWAY WIDTH AND CORNER ANGLE 20'-0" FROM THE EDGE OF TRAVEL LANE. 8 CONCRETE FOR APRON SITE DEVELOPMENT PLAN 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, FEFER TO THE DRIVEWAY OPENING TABLES ON PREPARED FOR SHEET 4 FOR NO SHOULDER (0'OFFSET). SLOPE 1% MIN 2% MAX 1-1/2- SHALL IS STEEPER THAN SY.. WHEN THE ADJACENT HIGHWAY GRADE IS GREATER THAN 5%.HE SIDEWALK GRADE 26. WHERE A CHANGE IN DIRECTION IS REQUIRED TO UTILIZE A CURB RAMP,A TURNING SPACE SHALL BE 30. FOR A ONE-WAY DRIVEWAY ENTRANCE OR EXIT,THE DRIVEWAY ENTRANCE WIDENING IS ONLY NOT EXCEED THE HIGHWAY GRADE. PROVIDED AT THE BASE OR THE TOP OF CURB RAMP, AS APPLICABLE. TURNING SPACES SHALL BE PERMITTED MAJOR COMMERCIAL DRIYENAY-ANY COMMERCIAL DRIVEWAY WHERE HE ACTUAL OR NECESSARY ON OE 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 DEFINED IN THE HIGHWAY DESIGN MANUAL (HOM)CHAPTER 5 APPENDIX 5A ONCRE WALK::: .::::: 11. THE CROSS SLOPE of PEDESTRIAN ACCESS ROUTES SHALL BE 1.5Y.MAXIMUM FOR DESIGN AND LAYOUT,AND 15. DIMENSIONS AND ANGLES MAY BE INTERPOLATED FOR VALUES OTHER THAN THOSE SHOWN IN THE TABLES. CONTRACT PLANS TINDER 'COMMENTS'.FOR CURBED HIGHWAYS, A SMALL CORNER CURB FISHERS ISLAND, 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 OF 2 (OR'1/2 BULLNOSE CURB ALONG LOW SPEED HIGHWAYS)SHALL BE " FENCES) THE TURNING SPACE DIMENSIONS SHALL BE 4-0' x 4-0 MINIMUM. WHERE THE TURNING SPACE IS ANTICIPATED TRAFFIC VOLUMES ON A TYPICAL DAY ARE LESS THAN THE VALUES STIPULATED 16. THE SHOULDER PAVEMENT THICKNESSES SHOWN ARE DEFAULT VALUES UNLESS OTHERWISE SHOWN IN THE CONSTRUCTED TO ELIMINATE A SHARP CORER BEND IN THE CURB LINE (WHICH IS SAFER FOR 8 SUBBASE TOWN 0 F SOUTH 0 LD A. WHERE PEDESTRIAN STREET CROSSINGS ARE PROVIDED AT INTERSECTIONS WITHOUT YIELD- OR CONSTRAINED AT THE BACK OF SIDEWALK, THE TURNING SPACE SHALL BE 4'-w X 5'-0" MINIMUM. THE 5'-0" FOR A MAJOR COMMERCIAL DRIVEWAY. PLANS, MATERIALS SHALL BE AS SPECIFIED IN THE CONTRACT DOCUMENTS. SNOWPLOW OPERATIONS). 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 4.5% FIELD ENTRANCE - A DRIVEWAY SERVING A FARMYARD,CULTIVATED OR UNCULTIVATED FIELD, 8 IN DEPTH AFTER EQUESTRIAN AVENUE MAXIMUM FOR DESIGN AND LAYOUT,AND 5%MAXIMUM FOR WORK ACCEPTANCE. 28. TURNING SPACES SHALL NOT BE DESIGNED WITH A SLOPE GREATER THAN 1.5Y,IN ANY DIRECTION,WHILE MATERIAL: COMPACTION PLACED PROVIDING POSITIVE DRAINAGE. THE MAXIMUM SLOPE FOR WORK ACCEPTANCE IS 2.0% TIMBERLAND,OR UNDEVELOPED LAND NOT USED FOR INDUSTRIAL,COMMERCIAL, OR WIDTH / LENGTH: B. WHERE MIDBLOCK PEDESTRIAN SHEET CROSSINGS ARE PROVIDED,THE CROSS SLOPE OF A RESIDENTIAL PURPOSES NG USING 31. FOR DRIVEWAY MATERIAL REQUIREMENTS, USE TABLE 3 -'DRIVEWAY MATERIALS AND THICKNESS' IN TWO COURSES FROM WHISTLER AVENUE 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 17� EITH R OF THEREERE HE ARE LAYOUT CONSTRAINTS METHODS, THE ENGINEER MNT AY SPECTIfYTA SMALL ORNER CURBN OF THE DRIVEWAY fRW RADIUS OF 2'(OR A ON SHEET 2. TO EQUAL THE STREET OR HIGHWAY GRADE. PROVIDED WITHIN THE WIDTH OF THE PEDESTRIAN CROSSWALK, AND OUTSIDE THE PARALLEL VEHICLE TRAVEL " TO HENRY L. FERGUSON CHAPTER 2, SECTION 2.4. 1/2 BULL NOSE" CURB ALONG LOW SPEED"HIGHWAYS), PROVIDED HE DRIVEWAY OPENING MEETS THE 3P. FOR FIELD ENHANCES,THE MATERIAL WITHIN THE PAVEMENT LENGTH f PL")CAN CONSIST LANE. THE CLEAR SPACE MAY OVERLAP TURNING SPACES, DETECTABLE WARNING SURFACES, AND DROP CURBS. REQUIREMENTS OF THE "DRIVEWAY OPENING TABLES ON SHE:T 4. OF GRAVEL OR STONE AND BE CONNECTED TO THE EDGE E THE HIGHWAY TYPICAL CROSS SECTION MUSEUM 12. THE MINIMUIM CLEAR WIDTH FOR PEDESTRIAN ACCESS ROUTES IS 4'-O", EXCLUSIVE OF THE CURB.THE DRIVEWAY OFFSET -THE DISTANCE IN FEET MEASURED FROM THE INSIDE EDGE OF THE DEPARTMENT'S PREFERRED CLEAR WIDTH IS 5'-0". 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 PAYING LIMIT SMALL BE 10' FROM THE OUTSIDE EDGE OF SHOULDER WITHOUT REMOVING ANY OF THE EXISTING SHOULDER MATERIAL. 5'-0" PASSING SPACES (SHOWN iN DETAIL A DR B ON THIS SHEET), OR A FEATURE OF EQUAL OR GREATER DISTANCE 1S EQUAL TO THE WIDTH OF THE OUTERMOST LANE AND THE WIDTH OF THE PAVED TRAVEL LANE OR 2' BEHIND ANY SIDEWALK. 1F PRESENT,WHICHEVER IS GREATER. FOR MINOR COMMERCIAL J", 4,000 PSI, AIR ENTRAINED DIMENSIONS THAT MEETS THE SLOPE AND SURFACE CRITERIA, SHALL BE PROVIDED AT A MAXIMUM 30. DETECTABLE WARNING SURFACES COWS) 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' CONCRETE. PROVIDE BROOM 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 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 TEXTURE. 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. VEHICLE TRAVELED WAY. THE BUFFER ZONE MAY BE PLANTED OR 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 " EXCLUSIVE OF CURB, IS LESS THAN Y-O", THE SURFACE SHOULD BE PAVED OR CONSTRUCTED WITH REFUGE ISLAND IS GREATER THAN OR EQUAL TO 61. 4 x4 W4.OXW4.0 WELDED WIRE HARDSCAPE MATERIALS. 19. FOR GRADING AND CONSTRUCTION REQUIREMENTS OF TRANSITIONS FROM PLACED HMA TO EXISTING HMA VARIES C. PEDESTRIAN AT-GRADE RAIL CROSSINGS NOT LOCATED WITHIN A STREET OR HIGHWAY. MINIMUM 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 - SHOULDER SEE TABLE 3 ON SHEET 2 MESH (TOP 1/3 OF SLAB) CENTERLINE OF A DRIVEWAY FROM THE OUTSIDE EDGE OF THE OUTERMOST TRAVEL LANE THAT DRIVEWAY MATERIALS AND THICKNESS" 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). FOR 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 STOP PROVIDED WHERE THE PEDESTRIAN ACCESS ROUTE CROSSES 20. FOR PCC DRIVEWAYS, REFER TO THE 502 SERIES STANDARD iHEETS FOR METAL REINFORCEMENT, JOINT SIDEWALK WIDTH TRANSITION LENGTH 6" REVEAL (TYP) 5" CONCRETE FOR SIDEWALK OR CONSTRUCTED WITH HARDSCAPE MATERIALS. DRIVEWAYS WITH SIGNAL, YIELD OR CONTROL.DETECTABLE WARNING SURFACES SHALL NOT BE PROVIDED PAVEMENT LENGTH (PU -THE DISTANCE IN FEET MEASURED ALONG THE CENERLINE OF A TIES,SAWING AND SEALING, ETC. AT CROSSINGS OF UNCONTROLLED DRIVEWAYS. DRIVEWAY FROM THE HIGHWAY EDGE OF PAVEMENT TO THE END OF PROPOSED DRIVEWAY EDGE OF 41-O" MIN. 21-0" MIN. " 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 SC AT ACCESSIBLE RAMPS & APRONS 1-1 2" 32. WITH HE EXCEPTION OF THE DETECTABLE WARNING SURFACE TRUNCATED DOME DETAILS ON SHEET 2 OF 12, SC�'E VARIES VAR / VARIES (SEE 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. TRANSITION LENGTH (TL) -HE DISTANCE IN FEET MEASURED ALONG HE CENTERLINE OF A TABLE (SEE SAW CUT SHEET 680-10 FOR DETAILS. DRIVEWAY BEYOND THE DRIVEWAY PAVEMENT LENGTH IPU TO THE END OF PROPOSED DRIVEWAY ►2D IS MAX, TA (SEE NOTE 25) PAVEMENT ON CRETE WALK:::;.::: :. 33. DETECTABLE WARNING FIELDS SHALL EXTEND 24" MINIMUM IN THE DIRECTION OF PEDESTRIAN TRAVEL ACROSS WORK. THE TRANSITION LENGTH (TL) IS TYPICALLY USED FOR GRADING, LAYOUT, OR - -�- +- B- �1D 1T, WHERE EXISTING ROADWAYS ARE SAWCUT TO INSTALL CURBING AND/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 I - - - :�A " BE SAWCUT AT LEAST 2'-0" FROM THE PROPOSED CURB LINE TO ALLOW FOR ADEQUATE COMPACTION OF - - - 8 SUBBASE ASPHALT.IF 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 UNPAVED. 1 %2" MIN,TOP COURSE HMA (SEE NOTE 16} - �� /�/�/ THE BORDER SHALL AND2' MIN.BINDER COURSE (SEE NOTE 16) ��/ /��/��/ 1 $" IN DEPTH AFTER REBUILT USING CLASS A.C, OR D CONCRETE. SEE DETAILS ON SHEET 9 OF 12. REQUIRED. THE BORDER DIMENSION SHALL BE THE BACK OF THE INSIDE CURB OF THE CURB TOOLEDRADIUS.PROVIDE B EFVEHICLE TRAVELEDIWAY.DTHEABUFFERPZONEIBUFFERS PEDESTRIANS A SC FROM RTRAFFIC T AND EXISTING DRIVEWAY , TACK COAT(SEE NOTE 16} PROFILE ` BORDERS CAN40T 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) 1 /\ \ �\ COMPACTION PLACED 35. WHERE CURB IS NOT USED. THE EDGE OF PAVEMENT SHALL BE SUBSTITUTED FOR THE BACK OF CURB FOR APPURTENANCES. THE BUFFER ZONE MAY BE PLANTED OR PAVED. 12" MIN. SUBBASE COURSE (SEE NOTE 16) \ \ \ \ 7" �\////\<N��\,\/ IN TWO COURSES PLACEMENT OF DETECTABLE WARNINGS. SHARED-USE-PATH (SLIP) -A BICYCLE AND PEDESTRIAN FACILITY, TYPICALLY WITHIN THE ��I /�, / , RIGHT-OF-WAY, SEPARATED FROM MOTORIZED VEHICULAR TRAFFIC BY A BUFFER ZONE OR DETAIL 10 P O 36. ON SLOPES OF 5X OR GREATER, THE ROWS OF DOMES SHALL BE ALIGNED TO BE PERPENDICULAR DR RADIAL BARRIER. REFER TO HIGHWAY DESIGN MANUAL CHAPTER 1T AND AASHTO GUIDE FOR THE TO THE LOWER GRADE BREAK ON THE RAMP RUIN. 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 /_ ��' ARF 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 (HMA) SHOULDER � ti 5'0" MIN 5'0" bi" 5'0" MIN ALIGNMENT THAT IS PERPENDICULAR OR RADIAL TO THE LOWER GRADE BREAK IS NOT REQUIRED ON SLOPES V OF LESS THAN 5%. SIDEWALK - A SMOOTH, STABLE AND SLIP RESISTANT EXTERIOR PATHWAY INTENDED FOR * PEDESTRIAN USE ALONG A VEHICULAR WAY SEPARATED WITH A CURB OFFSET. EXPANSION JOINTS �A ' Lii 3T. THE DETECTABLE WARNING FIELD SHALL BE THE COLOR SPECIFIED IN THE CONTRACT DOCUMENTS OR MEET SPACED APPROXIMATELY 15' ", 11 jl Gu THE REQUIREMENTS OF THE STANDARD SPECIFICATIONS. DETECTABLE WARNING SURFACES SHALL CONTRAST HMA- HOT MIX ASPHALT - - W DUMMY JOINT EVERY 5' '' Z VISUALLY WITH ADJACENT CUTER, STREET OR HIGHWAY,OR PEDESTRIAN ACCESS ROUTE SURFACE, EITHER / t� 1. r t LIGHT-ON-DARK OR DARK-ON-LIGHT. FCC -PORTLAND CEMENT CONCRETE DIVIDED INTO RECTANGLES AS REQUIRED 2� ,�� PED. ACCESS ROUTE/ " " 099531 �' BUFFER ZONE -SIDEWALK WiDTH .SLOPE-TRANSITION 4 X4 W4.OxW4.0 WELDED WIRE A��rESS\ aP WIDTH VARIES C-0" MIN. MATERIAL AND MESH (TOP 1/3 OF SLAB) . (SEE NOTE 13) WIDTH VARIES " SEE NOTE 24 5 CONCRETE FOR SIDEWALK TIE 1NT0 EXISTING GROVE ---- " DETAIL "A" 25% MAX. 6" RYPJ 6" fTYPJ 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./ 10-0" MAX. ACTING UNDER THE DIRECTION OF A LICENSED PROFESSIONAL ENGINEER,ARCHITECT,LANDSCAPE ARCHITECT OR LAND ONE SIDE TAPERS / SIDEWALK TRANSITION ---,, m[1_,�fl� f EDGE OF 1.5%MAX. AERIES. - (SEE NOTE 21) 4'-O" MIN. 2'-0 MIN. /� 10 UW SURVEYOR TO ALTER AN ITEM M4 ANY WAY.IF AN ITEM BEARING THE to /S LANDSCAPE ARCHITECT OR LAND NF:"(��p$• i' �F,W�, FOR RAMPTSIIDE OPTIONS ROADWAY ($EE CLOSE 141 •� - SLOP 5'O MIN 5'O 5'-0 MIN 8 SUBBASE STAMP OF A LICENSED PROFESSIONAL IS ALTERED,THE ALTERING pi� _____:� I• --___ . �_�_ N y n . '�n 1- f/qX( i, VAAiE�-.. SC E VARIES S1RVEEYYOR SHALL STAMP THE DOCUMENT AND INCLUDE THE \�,. �� � .. . .. I .1 . ' w w „ n - _i �-6° MIN SUBBASE.WHERE EDGE OF SHOULDER fSEE TABLE 2 �� � � � �• NOTATON-ALTERED Br FOLLOWED BY THEIR SIGNATURE,THE \ :: t' A w Sly w^ RAMP, CROSS SLOPE REQUIRED fSEE NOTE 91 SHE�21 iSX MAX SAW CUT ���/���/���/�\�/��/�-/�\�/�\�//\// OF DATE of sucH ALT TME�A AND IiERAnO�NEanC DESCRIPTION s� �a�T- e ,,, . _ (SEE NOTE 25) !tq ' ' ' " 1!•t_-,T_-_._,- ,; 4" CONCRETE SIDEWALK SAW CUT - --'- -a.. RAMP s v. � ' .'"=,-',_':�`�` SURFACE TYPE (6" AT DRIVEWAYS) r "' a RAMP LLh >>e d'0°SIN: - 6" SUBBASE (SEE NOTE 25) (SEE NOTE 13) , r ` r fi" MIN.SUBBASE, WHERE EXISTING DRIVEWAY PROFILE LONGITUDINAL SECTION �'„ , r Z ". "' � ' s " SLOPE VARIES % :F, r "' ) REQUIRED(SEE NOTE 9) (SEE TABLE 2 vr•-T. " ,, i / ON SHEET 2) ;- Z � CONCRETE SIDEWALK _===i , " , ; r • ,e DETAIL 6 DETAIL "B" p01c4- n"---)rt6 `f-"'rv6 r 'a° r f �HANSITION SIDEWALK SEGMENT END DRIVEWAY RECONSTRUCTION PROFILE NOT TO SCALE ACCESSIBLE PASSING SPACE TRANSITION � ,, '' "~' V TO MATCH 1.5%MAX.CURB RAMP CROSS SLOPE FOR NEW SIDEWALK CONSTRUCTION ACROSS EXISTING DRIVEWAY BOTH SIDES TAPER Y�'". " N11 �55WArn(G , ,, -, IN FILL SECTION WITHOUT CLOSED DRAINAGE `�:' g doss SCE , ', �'� '' `� BUFFER ZONE TYPICAL SIDEWALK CROSS SECTION NO CURB WITH BUFFER ZONE IN A CUT SECTION RAMP BACK OPTION A: GRADED EARTH AND TURF "� ` �� r; T =, TRANSITION SIDEWALK SEGMENT END TO -1 `- MATCH EXISTING SIDEWALK CROSS SLOPE AND WIDTH CURB (TYPE VARIES) pED.ACCESS ROUE/ fSEE NYSDOT 609 SERIES ___1 <:Z- -EXISTING TRANSVERSE JOINT STANDARD SHEETS) SIDEWALK WIDTH SLOPE TRANSITION S' E.04p4• - '__1 4'-0" MIN. WIDTH VARIES AND SEE NOTE 24 _ �. �� "' TRANSITION BETWEEN CURB RAMP AND EXISTING SIDEWALK ,-" . . . . � TIE INTO BUFFER SIDEWALK WIDTH TRANSITION LENGTH I " : '" •• , �""I,, � - ,r, 1 6" (TYP.) EXISTING GROUND (SEE NOTE 21) 4'-0" MIN. 2'-0" MIN. USE FOR CROSS SLOPE AND WIDTH TRANSITIONS �. �`\tip` w�; ; :� s. ,sy�ga n )+ p�� \ +1,5Y.MAX. SA,S BUFFER ZONE ry `'� I. -------/ �-►- RtES S ETAAAE -le1.5% MAX. "ems'` -��= "�� - � � y �_�. CURB/EDGE OF SHOULDER W SHEET 2)__ �.------ �` ` RAMP ` - [)Pp 4�SxN. f ---- -- ram- - SAW CUT SS( `' 9x. (SEE NOTE 25) " 6" SUBBASE 6" MIN.SUBBASE,WHERE SAW CUT RAMP -a A . . R ", . . REQUIRED (SEE NOTE 9) (SEE NOTE 25) EXISTING DRIVEWAY SLOPE VARIES a • 6"� 4" CONCRETE SIDEWALK PROFILE (SEE TABLE 2 as a W' AT DRIVEWAYS) ON SHEET 2) '11- , ,,;" m " z SEE PAVEMENT ;,,Vs.,a. RECONSTRUCTION OPTIONS LVARIES DETAIL 5 .-,.tY:Ka6,2•., S:„ ;;:�;; ::„n.;,, A AND B ON THIS SHEET DRIVEWAY RECONSTRUCTION PROFILE RAMP SIDE OPTION B: GRADED EARTH SEE DETECTABLE WARNING al::xv^i 40f '4338.3381 '3��, FOR NEW SIDEWALK CONSTRUCTION ACROSS EXISTING DRIVEWAY PLACEMENT DETAILS ((SNEE SHEET OES 30-37) TYPICAL SIDEWALK CROSS SECTION CURBED WITHOUT BUFFER ZONE IN CUT SECTION OR WITH CURB AND CLOSED DRAINAGE CLEAR SPACE(SEE NOTE 29) cR�SS, A TIP-UP SECTION(TYP.) MAX. SLOPE 257 B E 2,-0 MIN PROPOSED CURB .+ 410• (SEE NOTE 12) ,,!/4 No. Submittal/Revision pp'd By Date 40�S�o ORWCONCRETE DRIYENAYSALT '� +�Dqq.,51 c� 1' ,� ___ FULL DEPTH SAWCUT e 1 PMP 07I28/2025 o �A y URB RAMP CONFIGURATION: TYPE 2 MATCH � IFFER ZONE - 511,�p n - w a, - + + f _ EXISTING PAVEMENT �� LAYOUT POINT /S//jF �/ TOWNCOMMENTS /< TRUNCATED DOME DIMENSIONS EXISTING .' , 1 \_ U~i ! Y ,. 1/. y DIM. MIN.(IN) MAX.(IN) �- - _ \ x llgxl� Sy '_ A B A i.6" 2.4" G1 GZ 1%2" TOP COURSE HMA-- '_1 �', I, . � _1f,ge `< ; 4' js� B 0 65" 1.5" 2 -3" LIFTS BASE COURSE HMA MIN. Fp . \,' `` N�lN Q? 00 �/ . ^" ROADWAY CROSS SLOPE �E r , ~ " b �- + - C 507 - 657 OF D DIM, CURB M M GRADE~ ;MATCH EXISTING PAVEMENT THICKNESS VP Ar" r(. \ (SEE NOTE 22) 1 fi-,�-1 F51, e D 0.9" 1.4" 12" SUBBASE COURSE /�fq Qp�9F� ' �S ANS 14 H 4e �`'" % �-DROP CURB y O �I r ?. `, ti6� x�A ', . 0` �dQ Oa 10� 1 TURNING SPACE, W fSEE NOTES 2fi MAX. 8) �N F��O /SF\�0("�` -'-, = SSt FOR CROSS SLOPE REQUIREMENTS I E CLEAR SPACE 4'-0" + ``• S*0 ',' . qo SEE NOTE 21 AND 22 `�► �S F ` BUFFER ZONELA�E . N F , N_I �� COUNTER SLOPE CONDITION t PAVEMENT RECONSTRUCTION OPTION A: HOT MIX ASPHALT LAYOUT POINT +- 1q FFl ,e G p4 RAMP --- - -:- - S/aF CORNER ANGLE IN f/'s° 1`0� �CD - --" s a - C 0.2" ALGEBRAIC DIFFERENCE BETWEEN ROADWAY CROSS SLOPE SEE NOTE !T `.Sp 1/!k , N . e Z :,-ti' = 7,SZpAR7 T STEEPEST i AND CURB RAMP GRADE 15 LESS THAN 12.SX �q� s s s° � RAMP -z t . I a 1• `� s6' pM Q SEE SHEET 3 OF 12- 4d" �,--a It ` , ' 11� \� •I ,�,• R1 p$5,1 jRAMP SIDE OPTION D: UNCURBED INTERSECTION FOR RAMP SIDE OPTIONS """" PcRaDE"" ---------- ____-_s � �s��F,yq�� `'; , \SF� '�a o ROADWAY`-`__' ao - SECTION E-E . , ( BUFFER ZONE DETECTABLE WARNING SURFACE OWS) TRUNCATED DOME DETAILS I �®� of GRADE BREAK TO BACK OF CURB . 1' CONSTRUCTION j _ LESS THAN 5'-0" CURB RAMP CROSS SLOPE TRANSITION G' -" G2 PROPOSED CURB � �t TYPE 3 DRIVEWAY ENTRANCE DETAILS 00 24" MIN. IN DIRECTION OF TRAVEL ROADWAY CROSS SLOPE VARIES IRO J FOR RESIDENTIAL OR COMMERCIAL DRIVEWAYS iN URBAN AREAS CURB RAMP GRADE OF ? WITH POSTED SPEEDS OF 45 MPH OR LESS 0 (SEE NOTE 33) �- f7.5X MAXJ �` 0 �pV r I/4" MAX. FULL DEPTH SAWCUT Q,�' "VOA`o TAPERNOTE:TSEE TAPER HOD WITH SME HOD OF LAYOUT NOIDEWALK AWAY FROM TES ON SHEB OR NO ET r 14i3 CURB (TYPJ i DROP CURB EXISTING PAVEMENT MATCH ��P � ti.X, Z4" MIN.TRANSITION SHIP(MAX.GRADE 4.5XI EXISTING 5_T � �P� ���pt� Designed By: Drawn By: Checked By: � RAMP SLOPE "'"Tali` d lye TOP COURSE HMA r __.-..--- _ ;Av�:g„Aa) '6 f � CLEAR SPACE 4'0" j 9..,..... 6" MiN.PCC OR MATCH PMP PMP >- a�a1a COUNTER SLOPE CONDITION 2 EXISTING PAVEMENT THICKNESS Issue Date: Project No: Scale: Z VERTICAL SURFACE DISCONTINUITIES A = :c2 - c1 12" SUBBASE COURSE � -DROP CURB SEE NOTE 5 ON SHEET I OF 12 ALGEBRAIC DIFFERENCE BETWEEN R(ADWAY SLOPE O4/28/2025 097857 AS NOTED Gn AND CURB RAMP GRADE IS GREATER THAN 12.5% F- GRADE BREAK AT BOTTOM OF RAMP DETECTABLE WARNING SURFACE LOCATED J-,_,_____ TRANSITION STRIP REQUIRED(MAX.CRADE 4SX) U ABOVE LOWER GRADE BREAK 2 17--71 DrawingNo.: (SEE NOTES 34 AND 36) I/4" - %2" MAX, II--- - PAVEMENT RECONSTRUCTION OPTION B: PORTLAND CEMENT CONCRETE j �. _ _ I SEE NOTE li } COUNTER SLOPE CONDITIONS SHEET 4 OF 4 DETECTABLE WARNING SURFACE PALCEMENT - OPTION 2 hi - - - I