Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Brushes Creek Bridge Replacement
i 1055 Frllnldln.Ave, 2.' fIo CJarden City, NY 11&30 Tel II: (S18) '1'47-8400 .xt: 380 FIX#: (5181741.1700 Mv Dlret:t t# (81'1 760-1310 E-mBII IIddrel.: ddelaolledDneIwDrkecijullers.com Fax . Fd (bJg7~. /RL:J, ~e.\/fllL Frellll Daniell. Varga D.u. '2 ( f3 0.... [i)lVV) D)C. . -Our Fill }<j -D} Ol7Lf , Insured: ~+~ Num". ClaIrMnt: L \ \ \ e. Ola(~ P"IIS 2- . Urgent DI'or RoovllW D PII.... Comment PI...e RllpIy C Pie... RecyoJe .Comm.nts I. t ~~ g/;JS-/tJ }; CONfIDENTIAL COMMUNICATION: 1h/I meso"". 10 Intendod only for \hi un of .....an(s) Ic I>f1cm ~ 10 _ddI'I8eed, Ind mav no! be othorwfs. dlolrlbuted. 00I'ied 0' dlsetooed. The conIents mty _100 conllln InI","",Uon 1hI1" prMeged, conficIentlal Ind ..empt from dloQasuro UIIdor IIppIIOOble law. Thea. ~gh1s ore not walvod by IranS/TIlalon of th. InJormlUcn viii fIooImI.. II you reoIIved thlo communlcellon In 'ITC', pi.... notify u.lmmedlately by lelophono (eol~ If _eeesol"") .nd r.'um th. orIgln., m....g. te u. oIlh. .bo.. odd'... by m.n. W. will relmbul'loany ....""oblo .""ensoo",eulTOd. -... - ADJUSTERS ,I · CLAIMS ADMINISTRATORS * ADJUSTERS * INVES'/'/GATORS AVIditY/, P.O, BOX 600& (:;AVOEN cn"L br/w YORK 11~0 August 27, 2003 Town of Southold P.O. Box 1179 Southold, NY 11971-0959 Betty Neville Our Insured Date of Loss Our Claim # Claimant Location of Loss : Town of Southold : 8/4/03 : K1-010174 : Ellie Diachun : Peconic Bay Blvck Laurel, NY (Brushes Creek Bridge) Dear Neville: Network Adjusters, Inc. is the authorized claim representatives for Specialty National Insurance Company, Acting as such, we will be responsible for the handling of this claim from its inception through the disposition. Please direct all inquiries, calls and correspondeace to the undersigned. Kindly contact the undersigned at your earliest convenience in regnrds to the above captioned claim in which I am handling on behalt'otthe Town of SouthoId. The prol~'y owner alleges excessive vibration due to nearby construction caused severe structural damage to her home. ~ m~l to obtain a copy of the certificates of insurance as well as the construction comract between Chesterfield Associates and the Town of Southold as w~ll as any other writtm agreemems for ~is project. You antidpated cooperation is appreciated. Claims Representative Network Adjusters (516) 750-1360 · ACORp PROnUCE~ (914)381-5511 Keevily Spero-Whitelaw Znc. 550 Mamaroneck Avenue Harrison, NY 10528 CERTIFIC' E OF LIABILITY INSURANCE FAX (914) ]81-1154 THIS CERTIFICATE IS ISSUED AS A MAl-rER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURED Chesterfield Associates Znc. P.O. Box 1229 56 South Country Road Nest Hampton Beach, NY 11978 COVERAGES INSURERS AFFORDING COVERAGE INSURERA: St. Paul Fire & Marine Tns. Co. INSURERB: St, Paul Mercury INSURERC. State Tnsurance Fund NAIC # THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLrCY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDI~qON 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADD'L A X Vessel P & I X Pollution Liab GEN'L AGGREGATE LIMIT APPLIES PER: -- PRO- B -- POLICY EFFEC~VE POLICY NUMBER DATF IMMffIDfY'(I 369FA0025 02/13/2004 GARAGE LIABILITY A POLICY EXPIRATION OATH f M M,'T) D*'YY) 02/13/2005 CK01800331 02/13/2004 02/13/2005 369FA0026 02/13/2004 02/13/2005 LIMITS EACH OCCURRENCE DAMAGE TO RENTED MED EXP (Any one pe~on) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMPIOP AGG COMBINED SINGLE LIMIT (Ea accider~t) PROPERTY DAMAGE (Per accident) AUTO ONLY - EA ACCIDENT OTHER THAN FA, ACC AUTO ONLY: AGG E,a~H OCCURRENCE AGGREGATE 1,000,000 50,000 5,000 1,000,000 2,000,000 2,000,000 $ 1,000,000 5,000,000 5,000,000 13801790 03/06/2004 03/06/2005 ~ STATU- x ITO.~..,T~I IO~ DSSC~PTION OF OPERA.OHS LOCATIONS/VEHICLESI~CLU~ONSADDEDBYENDORSEMENTISPECIALPROVISIONS Brushes Creek Bridge Replacement at Peconic Bay Blvd., Laurel, NY H2M Project No, $OMT 99-02 Foregoing per policy form. Additional Znsured status encompasses General Liabi]ity; Automobile Liability applies to anyone other than the named insured whild using with permission a covered "auto" owned, hire or borrowed with exceptions as outlined in Form CA 00 01 (1/87) lb. (1-5)-Town of $outhold CER~FICATEHOLDER Town of Southold Town Hall 53095 Main road Southold, NY 11971 ACORD 25 (2001/08) CANCELLATION BUT F,MLURE TO MAIL SUCH NO'rICE SHALL IMPOSE NO OSUGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGE~TS OR REPRESENTATIVES. AUTHOm~D REPRESENTATIVE ~ ~ LOUiSe Enqonqoro/t31E ©ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001108) Client#: 1809 CHEST~SSOC ACORD. CERTIFIC/I E OF LIABILITY INSU %NCE PRODUCER Allied North America Insurance Brokerage Corp. of New York 390 North Broadway Jericho, NY 11753 INSURED Chesterfield Associates, Inc. 56 South Country Road Westhampton Beach, NA' 11978 COVERAGES 09/17/03 3%11S CERTIFICATE IS ISSUED AS A MAII'ER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NO3' AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE pOliCIES BELOW. INSURERS AFFORDING COVERAGE .,SURER^ Combined Specialty Insurance Co. .INSOE£RE. Combined Specialty Insurance Co. ~NSUREEC Westchester Fire ,NSURERD Combined Specialty Insurance Co. INSURER E /HE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDrRON OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICf~ THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDFrlONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE POLJCY NUMEER a GENERAL UABlUTY 2CG50079700 G E N'L AGG REOATE LIM IT APPLIES PER I DEDUCTIBLE RETENTION $1 0 0 0 0 D WORKERS COMPENSATION AND EMPLOYERS' LJAEIUTY 12CA50079800 CUW773745 2CW50079900 02/13/03 09/16/03 OTHER .03/06/03 02/13/04 02/13/04 03/06/04 COM,BINEDSINGLE LIMIT $1, 000, 000 ] (BpOe rD I[,LsY~Io nN JLJRY ' EACHOCCURRENCE $51000, 000 AO(3REOATE '$$5' 000 , 000 DE~CR~T~N~F~PERAT1~AT~N$NEHI~$~CLUs~NsAD~E~BYEND~RSEME~PEc~ALPR~V~$~ Brushes Creek Brid~e Replacement at Peconic Bay Blvd., H2M Project No. SOMT 99-02 ForeBoin~ per policy form. Additional Liability; (See Attached Descriptions) CERTIRCATEHOLDER i i~DITION~INSURED;INSURER~R: Town of Southold Town Hall 53095 Main Road Southold, STY 11971 ACORD25'S(7/97)l of 3 #M229829 Laurel, NY Insured status encompasses General CANCELLATION ® ACORD CORPORATION 1988 IMPORTANT If the cedificate holder is an ADDITIONAL INSURED, the policy(les)must be endorsed. A statement on this certificate does not confer rights to the cedificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED1 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). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the cedificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD25'$(7;97)2 of 3 #M229829 DE~91PTIONS (Continued from ~lge 1 ) Automobile Liability applies to anyone other than the named insured while usin9 with permission a covered "auto" owned, hired or borrowed with exceptions as outlined in Form CA 00 01 (1/87) lb. (1-5): Town of Southold AMS 2S.3 (07/97) 3 of 3 #M229829 BRIDGE PERMIT (5-03-~.) W~KPa~AS by Title V of an act of Congress approved August 2, 1946, entitled "General Bridge Act of 1946," as ~r~ended (33 U.S.C. 525-533), the consent of Congress was granted for the construction, maintenance and operation of bridges and approaches thereto over the navigabl..~ar~ ~.~,z~.th..e' united States; AND ~S ~e....~'~t~etary of Tr~r~'a%%on has delegated the authority of% SeCtion 502(b) of that ~.'~'~.~.the Co~nt, U.S. Coast Guard, ~ Section 1.46(c) of Title '~'9.,..'0~,de of Federal Re~lations; ~ ~. ~:..:~S~. ~e,~or~..i.~Rn~truction:~i~2~.~' th~ ,,~dant taus t a~'~ve the -'toca~i6~:' ::~nd plus '~'~c ~':.bria~%and may ma t~n~ce ~d operatl-o~.- ~.-~ t~e .~tr~ure .d~med nec~ry in the /l~erest of p~lz.c' ~~%,.~s~.~con~ons to ~a~ the f~ l~w' '" '' "~' ~ ........ '~ ~ ~ '"~'- " 5;T%~, ~, ~%ND WHEMS~.$. tt~e Cemman~t~. ~h~ ..~a~-:.~a~d has delegated to '.the D~.str~c~'.....~~S' by Sectl-o~- 1 01- of T~t*~ 33, Code of.Federal fo~/t~e construction, rec.o~u~:~%on, o~ ~terat~on of ac~ss navigable waters of:. ~ :b~l~ .Sta~.~ ..... ..W ,~ ~AE. t~e . ~ ~ ~,OP ~.:~ S~u'&'mO~ ' has ,.'.st [or app~val the tocat%0~*'~ ~a~j~ ~ .,~o: be :ted across Brushes ..Cmeek a.t '~:N~W THEREFORE, This i~ · ~O:-"'.ic~,tlfY~. ?~th~t': :'fhe. loca and plans' '~tated March 2002'. ar'e .he~"e~"aD~ved by the C~ [er, First .~oast Guard Dzs~rzct,'~ stlbj.e.:c~:~.to ..t,.he .~ollowzng co~zons: 1. No. devla,tion "from, ]'~he. a~pro.?.e~'~ians'..':m~¥ be.,'i~a~e either before or after cbmpl, e~l on' o~'/,, the-:~ :'s't ruc tut e. i. '. ~ .unl es s the modification of said plans'-~i~as pre'~£ou$1y been submitted to and received the approval of the District Commander..'. /'~ ~o6/0~/2003 I5:49 FAX 6316944122 H2M GROUP ~002/002 [-t QFaOUP June 2, 2003 JeffGrube Chesterfield Associates Inc. 56 South Country Road, P.O. Box 1229 Westhamptort Beach, New York, 11978 Holzmacher, M=Lendon & Murrei[, P.C. ~- H2M Associates, Inc_ H2M Lab~, Inc. · H2M Constmclton Management. Inc. 575 Broad Hollow Road, Melville, New York 11747 (631) 756-8000, Fax: (631) 694-4122 e-mail; h?.m~h2m.c~m web: Re.' Peconic Bay Blvd. Bridge over Brushes Creek Job # SOHT 9902 Dear Mr. Grube: The following infom~ation is based upon your submittal to us for a review of an up-dated Construction Schedule dated June 2, 2003. Your schedule shows a completion date of August 8, 2003_ This is beyond the July 5, 2003 date that was established by adding one hundred ten (110) consecutive calendar days (as specified in the bidders proposal) to your commencement date of March 3, 2003. Further, there arc provisions in the proposal to assess liquidated damages commencing on the one hundred and eleventh (111) calendar day. Based on the foregoing, you must submit to this office, a formal request for an extension of time beyond July 5, 2003 and the reasons for the extcnsion. If you have may questions or require additional information please do not hesitate to call me at (631) 756-8000, ext. 1315. Vep/truly yours, .OLZIi/~ACH~/~ MCLENDON & M~RRELL, P.C. Frank R. Simone Project Managcr Cc J. Richtcr, Town Engineer, Town of Southold L. Saulino, [q2M Vice Prcsidcnt C. Gentile, Project Engineer ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 ~southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTII~~ THAT THE FOLLOWING RESOLUTION NO. 301 OF 2003 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON MAY 20, 2003: RESOLVED that the Town Board of the Town of Southold hereby authorizes Chan~e Order #2 for the Brushes Creek Brid~e Construction Project - to allow for the substitution of a lore-stressed, post tensioned concrete deck system in lieu of the cast-in-place concrete deck currently shown on the contract documents. This change will constitute a credit to thc Town in the amount of twelve thousand five hundred sixty-five dollars ($12,565.00) and has been approved by the office of H2M, the Town's Consulting Engineer for this project. Elizabeth A. Neville Southold Town Clerk PETER W. HARRIS Superintendent Highway Department Town of Southold 275 Peconic Lane · P.O. Box 178 Peconic, N.Y. 11958-0178 Tel. (631) 765-3140 (6311 734-5211 Fax (631) 765-1750 TO: FROM: DATE: RE: MEMORANDUM Elizabeth A. Neville Southold Town Clerk Peter W. Harris, Superintendent Southold Town Highway Department May 13, 2003 BRUSHES CREEK BRIDGE CONSTRUCTION PROJECT CHANGE ORDER#2 In :onnection v.'ith the ~b~,._, ?lease submit the following resolution ~in regard to a Change Order which has been approved by H2M) for the Town Board's consideration at its next Board meeting RESOLVED: THAT the Town Board of the Town of Southold hereby authorize Chanqe Order # 2 for the Brushes Creek Bridge Construction Project - to allow for the substitution of a pre- stressed, post tensioned concrete deck system in lieu of the cast- in-place concrete deck currently shown on the contract documents. This change will constitute a credit to the Town in the amount of twelve thousand five hundred sixty-five dollars ($12,565.00) and has been approved by the office of H2M, the Town's Consulting Engineer for this project. cc: James A. Richter Engineer PWH:jes .... Attachments .......... · ...... RESOLUTION MAY 20, 2003 V - 301 RESOLVED that the Town Board of the Town of Southold hereby authorizes Chan~e Order /t2 for the Brushes Creek Bridue Construction Project - to allow for the substitution of a ore-stressed, I~ost tensioned concrete deck system in lieu of the cast-in-I~lace concrete deck currently shown on the contract documents. This change will constitute a credit to the Toxvn in the amount of twelve thousand five hundred sixty-five dollars ($12,565.00) and has been approved by the office of H2M, the Town's Consulting Engineer for this project. 05/08z2003 07:59 FAX 6316944122 Holzmacher, McLendon & Murrell, ~.C. H2M Construction Management, Inc. H2M Associates. Inc. H2M Labs, Inc. 575 Broad Hollow Road, Melville, New York 11747 Ph: (631) 75§-8000 · Fax: (631) 694-4122 · www.h2m.com TO: JAMES RICHTER COMPANY: TOWN OF SOUTHOLD DATE: 05-07-03 TIME: 0750 FAX: 765-1366 FROM: FRANK SIMONE RE: BRUSHES CREEK BRIDGE REPLACEMENT PROJECT NO. PAGES (including cover sheet): Call us immediately if you do not receive all pages [] Urgent [] Review [] Comment [] Reply [] Keep or Discard Comments: AT'FAC'HEr) IS A COPY OF A LETTF_,K THAT I ~ BE MAI~ING OUT TODAY. AT Ol tR. MFFT1NG YESTERDAY WIi I-I Th~ CONTRACTOR. WE AGREED ON THE FOLLOWING: I~ THERE WILL BE TWO ADDITIONAL PILES DRIVEN AND THAT WiLL BE SIJP'F[CIEIN'T TO RETAIN THE FULl. H20 LOAD RATING THAI THE STRUCTURE WAS DESI@NED FOR. THIS IS TO BE DONE. TODAY. 2) THE BOTrOM OF THE FOOTING WILL BE LOWERED TO ENCAPSULATE THE TOPS OF THE DRIVEN PILES 3/WORK ON THE WEST SIDE WILL BEGIN SHORTLY. OUR INSPECTOR, KENNY MITCHELL. CAN FILl. YOU lin ON THE OTtIER DETAILS. PLEASE CALL ME IF YOU HAVE ANY OUESTIONS. CONFIDENTIALITY: This communication;-including attachments, is for the exclusive use of the addressee(s) and may contain proprietary, confidential or privileged information. If you are not the intended recipient, any use, copying, disclosure, or distribution er th_e taking of any action in reliance upon this information is strictly prohibited. If you are not the intended recipient. notify the sender immediately and delete this communication and destroy all copies. Ifl GIVOUP May 6, 2003 James Richter, Town Engineer Town of Southold Town Hall 53095 Route 25 Southold, New York, 11791-0959 Holzmacher, McLendon & Mun~ll, P.C. · H2M Associates, Inc. H2M Lab~, Inc. · HZM Construcl]on Management, Inc. 575 Broad HoUow Roa~l, Melville, Nevz York 11747 (631) 756-8000, Fax: (631) 694~122 e-mall: h2m~h2m, ccm web: ww~.h2m.~m RE: PECOMC BAY BLVD BRIDGE OVER BRUSHES CREEK, JOB # SOHT 9902 Dear James: Attached you will find a copy o£a letter from the Contractor for the subject project. A_~er reviewing the Contractor~ request for a substitution of the currently specified cast-in-place concrete deck ~dth a pre-s~ressed, post tensioned deck system, we hereby approve the change. The attendant reduction to the contract bid price will be $12,565.00. Also attached, therefore, is a change order refiecting this reduction. Please process the change order as soon as possible so ti:at the contractor may order the matcrial~ and keep the project on schedule If you have any quasiions or require additional information please do not hesitate to call me at (531) 756-8000, ext. 1315. Very truly yours, Frank R. Simone Senior Design Engineer FRS:fi:s Enc. 05/08/2003 08:00 FAX 63169451ZZ esSte eld SOClates Inc. Contractors & Engineers Since 1968 S6 ~outh Country Road -P.O. Box 1229 Wasthampton Beach, New York11978 phone: 631-288-5100 · fax: 631-288-5161 www_cheste rllaldassooiatesinc.com E-mall: in fo~chesterfieldtassociatesinc.com Apr~ 29, 2003 Holzmacher, McLendon & Murrell, P.C. 575 Broadhollow Road Melville, NY 11747 Attn: Mr. Frank Simone Project Engineer Town of Southold Demolition of Existing Structure & Installation of A New Bridge Structure at Brushes Creek Plea.se find enclosed quote from our precast manufacturer, Precast Systems, Inc. The quote is for the concrete additives a~ requested by your office. I have also enclosed a copy of our letter dated February 10, 2003 depicting the original contract credit for the substitution ofprecast bridge slabs. With the allowable 5% overhead and profit &dded to Pretest System's price, the total amount for the requested additives totals $3,284_40. The above amount would reduce the contract savings in the attached letter from $15,850.00 to $12,565.60. If you find this revised amount to be acceptable, kindly issue a change order to reflect the reduced contract sum. Sincerely, ey E Grube ral Manager Encl New England Division: 123 West Shore Road o Westport island, Maine 04578 - phone; 207-882-5400 · fax: 2o7-ee2-9308 ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 530015 Main Road P.O. Box 1170 Southold, New York 11071 Fax (631) 765-6145 Telephone (631) 765-1800 southo]dtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 3 OF 2003 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JANUARY 7, 2003: RESOLVED that the Town Board of the Town of Southold hereby acceots the bid of Chesterfields Associates in the amount of $569,650. for the demolition the existing, structure and installation of a new brid~e structure at Brushes Creek, Mattituck, in accordance with the plans and specifications prepared by H2M Group. Elizabeth A. Neville Southold Town Clerk RESOLUTION JANUARY 7, 2002 V - 3 RESOLVED that the Town Board of the Town of Southold hereby accel~tS the bid of Chesterfields Associates in the amount of $569,650. for the demolition the existing structure and installation of a new bridge structure at Brushes Creek, Mattituck, in accordance with the plans and specifications prepared by H2M Group. ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF V~TAL STATIST[CS MARRLAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFOB. MATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.nort hfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD March 31, 2003 Jeffrey E. Grube, Secretary-Treasurer Chesterfield Associates, Inc. 58 South Country Road Post Office Box 1229 Westhampton Beach, New York 11978 Dear Mr. Grube, The Southold Town Board adopted resolution number 191 at their regular meeting held on March 25, 2003 authoring change Order #1 for the Brushes Creek Bridge Construction Project. A certified copy of this resolution is enclosed. Very truly yours, eville Southold Town Clerk cc: Town Engineer H2M Associates ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765~6145 Telephone (631) 765-1800 sou£haldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 191 OF 2003 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON MARCH 25, 2003: RESOLVED that the Town Board of the Town of Southold hereby authorizes Change Order #1 for the Brushes Creek Bridge Construction Proiect: to allow for the installation of oak piles in lieu of steel monotube piles at a resultant cost savings of $16,225.00, as approved by thc office of H2M, the Town's Consulting Engineer for this project. Elizabeth A. Neville Southold Town Clerk ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS I~tANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1600 southoldtown.north£ork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD March 31, 2003 Louis Saulino, P.E. Holzmacher, McLendon & Murrell, P.C. 575 Broadhollow Road Melville, New York 11747-5076 Dear Mr. Saulino, The Southold Town Board adopted resolution number 183 at their regular meeting held on March 25, 2003 authorizing H2M to provide full-time inspection services in connection with the replacement of Brushes Creek Bridge. A certified copy of this resolution is enclosed. Enclosures cc: Town Engineer Chesterfield Associates, Inc. Very truly yours, Elizabeth A. Neville Southold Town Clerk ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS M-ANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hail, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldt own.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE, FOLLOWING RESOLUTION NO. 183 OF 2003 WAS ADOPTED AT THE REGULAR MEETING OF TH~ SOUTHOLD TOWN BOARD ON MARCH 25, 2003: RESOLVED that the Town Board of the Town of Southold hereby grants H2M Grouo the authority to orovide full-time insoection services in connection with the replacement of Brushes Creek Bridge at a total cost not to exceed the sum of $35,000.00. Elizabeth A. Neville Southold Town Clerk ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS NL~'qAGEMENT OFFICER FREEDOM OF INFORNL~.T[ON OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 sour holdtown.nort hfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE, FOLLOWING RESOLUTION NO. 191 OF 2003 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON MARCH 25, 2003: RESOLVED that the Town Board of the Town o£ Southold hereby authorizes Change Order #1 for the Brushes Creek Bridge Construction Project: to allow for the installation of oak piles in lieu of steel monotube piles at a resultant cost savings of $16,225.00, as approved by the office of H2M, the Town's Consulting Engineer for this project. Elizabeth A. Neville Southold Town Clerk ELIZABETH .4,. NEVILLE TOWN CLERK REGISTRAR OF ¥[TAL STATISTICS MARRL~.GE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OI~FICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.nor~hfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT TIlE FOLLOWING RESOLUTION NO. 183 OF 2003 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON MARCH 25, 2003: RESOLVED that the Town Board of the Town of Southold hereby grants H2M Grouo the authority to orovide full-time insoection services in connection with the replacement of Brushes Creek Bridge at a total cost not to exceed the sum of $35,000.00. Elizabeth A. Neville Southold Town Clerk C±ient#: 1809 CHESTASSOC ACORn,., CERTIFIC/ E OF LIABILITY INSUII NCE PRODUCER Allied North America Insurance Brokerage Corp. of New York 390 North Broadway Jericho, NY 11753 INSURED Chesterfield Associates, Inc. 56 South Country Road Westhampton Beach, NY 11978 COVERAGES 02/18/03 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE [,.SURE~ C~in~e~ Specialty Insurance Co. ,~SUaERB C~ined Specialty Insurance Co. ,NSUR5~C Westchester Fire State Insurance Fund FHE 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, EXCLUSIONSANDCONDITIONSOESUCR POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR I TYPE OF INSURANCE A, GENERAL LIABILITY ~ DEDUCTIBLE XJ RETEt~RON si0 0 0 0 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY POLICY NUMBER 2CG50079700 2CA50079800 CLTNT162400 POLICY EFFECTIVE DATE (MM/DD,'YY) 02/13/03 02/13/03 09/16/02 J6850002 112/01/02 I OTHER POLICY EXPIRATION -- DATE (MM.,~)D.,YY) I 02/13/04 [E~O~ 02/13/04 COMBINEG S,NGLE LJMIT rEa 09/16/o3 03/06/03 LIMITS ~1,000,000 550,000 ~_5,00_0 ~1,000,000 52,000,000 ~2,000,000 ¢1,000,000 $ $5,000,000 ~5,0 0~0L0 0 0 ~Cert to KE~__LL {[~ISEA SE -__EA EUPL__O~ RE, FO 1 1 OW ISEASE - FOL, C'¢ UMIT sF r om SIF DESCRIPTION OF OPERATIONS/LOCATIONS.,¥EHICLES,'~CLUSION$ ADDED BY ENDORSEMENT~PECIAL PROVISIONS Brushes Creek Bridge Replacement at Peconic Bay Blvd., H2M Project No. SOMT 99-02 Foregoing per policy form. Additional Liability; (See Attached Descriptions) CERTIRCATE HOLDER I I ~DITION~INSURED;INSURERLE~ER; Town of Southold Town Hall 53095 Main Road Southold, NY 11971 ACORD25'S(7/97) 1 of 3 #S202896/M202893 Laurel, NY Insured status encompasses General CANCELLATION SHOULD ANYOF THE ABOVE DESCRIB ED POLICIES BE GANCELLED BEFORE THE EXFIRATJON DATE THEREOF, THE ISSUING INSURER WI[.L ENDEAVOR TO MAIL ~ 0 DAYSWRITTEN NOTICE TO TH E C ERTIFrC ATE H OLD ER NAM ED TO TH E LEFT, B U T FAILURE TO D O SO SH ALL IM POLE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSU RER,ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ~/e~ ~/~ ~f~./~AT e ACORD CORPORATION ,,,8 IMPORTANT the certificate holder is an ADDITIONAL INSURED, the policy(les)must be endorsed. A statement on this cedificate does not confer rights to the certificate holder in lieu of such endorsement(s) 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). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD25'S(7/97)2 of 3 #S202896/M202893 DESCRIPTIONS (Continued from I~ge 1) Automobile Liability applies to anyone other than the named insured while using with permission a covered "auto" owned, hired or borrowed with exceptions as outlined in Form CA 00 01 (1/87) lb. ~1-5): Town of Southold AMS25.3(07/97) 3 of 3 #S202896/M202893 C ± i e n~.. 1809 ICHESTASSOC A'CORn , CERTIFI E OF LIABILITY INSI RANCE PRODUCER Allied North America Insurance Brokerage Corp. of New York 390 North Broadway Jericho, NY 11753 INSURED Chesterfield Associates, Inc. 56 South Country Road Westhamp~on Beach, NY 11978 COVERAGES 02/18/03 THIS CERTIFICATE IS ISSUED AS A MArl'ER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE '"SURE~ Combined Sp~ci~ty Insurance Co. ~,,~E~ Combined Specialty Insurance Co. ,,~c Westchester Fire [~SURE~O State Insurance Fund 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 WIIH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AEFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR .~. /~ENER~L L]&EILITr 2 CG5 0 0 ? 9 7 0 0 B Aurouom~E UAmU*¥ 2 CA5 0 0 7 9 8 0 0 C D GARAGE UABILJTY %EU, TT ,lO000 WORKERS COMPENSATION AND I EMPLOYERS' IJABILITY CUN7162400 6850002 POLICY EXPIRATION~ ' POLICY EFFECTIVE 02/13/03 02/13/03 02/13/04 ,EaCOMBINEDacc,der~,SIr~GLE LrMIT $1, 0 0 0, 0 0 0 BODILY INJUR¢ 09/16/02 09/16/03 12/01/02 03/06/03 PROPERTY DAMAGE (Per accident) $ AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY: AGG x E.L EACH ACCIDENT E L DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $5,000,000 $5,000,000__ $ $Cert to sFollow sFrom SIF DESCRIPTION OF OPERATIONS~OCATIONS~EHICLE$~CLUSIONS ~OED BY ENDORSEMENT~PECI~ PROVISIONS Brushes Creek Bridge Replacement at Peconic Bay Blvd., Laurel, NY H2M Project No. SOMT 99-02 Foregoing per policy form. Additional Insured status encompasses General Liability; (See Attached Descriptions) CERTIFICATE HOLDER [ I ~DmON~INSU~D;INSU~RLE~R: Town of Southold Town Hall 53095 Main Road Southold, NY 11971 ACORD25'S(W97)l of 3 #S202896/M202893 CANCELLATION IMPORTANT It the certificate homer is an ADDITIONAL INSURED, the policy(iesl must be endorsed A statement on this certfticate does not confer rights to the cedificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the polioy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certihcate holder in lieu of such endorsementls) DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the cedificate holder, nor does it affirmatively or negatively amend, extend or after lhe coverage afforded by the policies listed thereon. ACORD25-S(7/97)2 of 3 #S202896/M202893 DI~CRIPTIONS (Continued from~age 1) Automobile Liability applies to anyone other while using with permission a covered "auto" with exceptions as outlined in Form CA O0 O1 Southold than the named insured owned, hired or borrowed (1/87) lb. (1-5,1 : Town of AM$ 25.3 (07/9~ 3 of 3 #S202896/M202893 JOSHUA Y. HORTON SUPERVISOR TO~,~q HALL - 53095 MAIN ROAD Fax (5161-765-1366 JAMES A. RICHTER, R.A. ENGINEER TOWN OF SOUTHOLD, NEW YORK 11971 Tel.(516)-765 -1560 OFFICE OF THE ENGINEER TOWN OF SOUTHOLD MEMORANDUM To: From: Subject: Date: Joshua Y. Horton Southold Town Board Members James A. Richter, R.A.<~ Engineering Department -"~1'~ Brushes Creek Bridge January 16, 2003 A meeting has been set for Thursday, January 23 @ 9:30 AM in the conference room in Town Hall. The contract for the replacement of Brushes Creek Bridge has been awarded to Chesterfields Associates. ^ pre-construction meeting has been set between the Contractor, H2M Group and the Town of Southold to review previously discussed construction options, proposed time schedules and contract requirements. Gregg Yakaboski, Town Attorney Peter Harris, Highway Superintendent ACORD,. PRODUCER Allied North America Insurance Brokerage Corp. of New York 390 North Broadway Jericho, NY 11753 Chesterfield Associates, Inc. 56 South Country Road Westhampton Beach, NY 11978 COVERAGES ClienO 1809 ~HESTASSOC CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE Combined Specialty Insurance Co. Co~lbined Specialty Insurance Co Westchester Fire I,~,S~RE~ Combi~ Sp~ialty Insurance Co. F THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWffHSTANDING ANY REQOIREMENT, 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 ANDCONDJ~ONSOFSUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS A LGENERAL LIABILIT' 2 CG5 0 0797 0 0 I I FOLI~, X I .,ECT X l LOC B~ ,AUTOI'IOBILE~rh ~. _'T,i:UABILITY I] 2 CA5 0 0 7 9 8 0 0 C ~xc~ss u~u~v ~C~7 ~ 6 2 4 0 0 RETEr~TIiH ~10000 D WORKERS COMPENSATION AND 2 CW5 0 0 7 9 9 0 0 02/13/03 i02/13/04 02/13/03 02/13/04 09/16/02 09/16/03 03/06/03!03/06/04 Brushes Creek Bridge Replacement at Peconic Bay Blvd., Laurel, NY H2M Project No. SOMT 99-02 Foregoing per policy form. Additional Insured status encompasses General Liability; ~See Attached Descriptions) CERTIFICATE HOLDER i [ ~DITION~INSURED;INSURERLE~ER: Town of Southold Town Hall 53095 Main Road Southold, NY 11971 ACORO25'S(7/97) l of 3 ~M203563 -~5, qoo, oqo_ tS, 000,0_00 CANCELLATION SHOULD ANY OF THE ABOVE BE$CRIBED POLICIES B E CANCELLED BEFORE THE EXPER ATION DATE THEREOF, THE ISSUING tNSURER WILL ENDEAVOR TO MAIL ~ 0 DAYS WRI'C~EN NOTICETO THE CERTIFICATE HOLDERNAMED TOTHELEFT, EUTFAJLURE TODOSOSHALL IM POS E NO OB LIGATION OR UAE ILITY OF ANY KIND U PON TH E INSU RER,IT$ AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE IMPORTANT If the cedificate holder is an ADDITrONAL INSURED, the policy('iesl must be endorsed A statement on this cedificate does not confer rights to the certificate holder in lieu of such endorsement(s) if StJBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain pohcies may require an endorsement. A statement on this cerbficate does not confer righ'~s to the certihcate holder in lieu of such endorsemen[(s). DISCLAIMER The CedifJcate of Insurance on t~e reverse s~de of th~s form does not constitute a contract between the issuing insurer(si, authorized representative or producer, and the certificate holder, nor does it afbrmabvely or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD25-S(7/97)2 O'[= 3 #H203553 DESCRIPTIONS (Continued fromt~age 1) Automobile Liability applies to an}~one other than the named insured while using with permission a covered "auto" owned, hired or borrowed with exceptions as outlined in Form CA 00 01 ~1/87~ lb. ~1-5) : Town of $outhold AMS25.3(07/97) 3 of 3 #M203563 OFFICE ENG I R James A. Richter, R.A. RECEIVED ~AR 2 7 2003 fl Southol,q Town C. lo~d~ ~, qsSte eld socrates Inc. Contractom & Engineers Since 1968 56 South Country Road · P.O. Box 1229 Westhampton Beach, New York 11978 phone:631-288-5100 · fax: 631-288-5161 w',~w.chesterfleldassoclatesinc.com E-mail: In fo~chestedieldassociatesinc.com OF TRANSMITF^I. TO Holzmacher, McLendon & Mun'ell, P.C. 575 Broadhollow Road Melville, NY 11747 2/20/2003]J°eN° 465.03 Frank Simone, Project Engineer Town of Soulhold Demolition of E~ding Structure & Installation of a New Bridge Structure Brushes Creek Matffiuck, NY WE ARE SENDING YOU J'~J Attached J'-J llnder sel~ar~ ~ove~- via Os~o,~ D,,r~ D~. COPIES DATE NUMBER 1 2/18r~003 I 2/18/2003 I 2/2Or2003 3 2/18/'2003 RNS118304 DESCRIPTION Ce~iflc~e o~ ~ Im Ce~flcate ~ Di~bir~ Insurame THESE ARE TRANSMITTED a~ checked below: ~lFor your use C] As requested ~] For renew and comment [-J For bids due REMARKS COPY TO: ,.'r-~ v,j ..j file // New England Division: 123 West Shore Road · Westport Island, Maine 0~1578 · phone: 207-882-5400 · fax: 207-882-9308 02/2~/2003 ~0:29 PA..T. 516 681 1~9 ALLIED GROUP ~ 002/003 E~PLOYER'5 APPLICATION FOR CERTIfiCATE OF COMPLIANCE WITH DISJ~BILJTY BENEFITS LAW I1~:~ ~KUCTION8 TO EMPI-OY~R~ ~ PART I ONL.Y ~i hsve y~Clr Diss~f Ben~ I~urm~ O,,~'~m, .m'~m~lete Pa~ 2. CHE,,~"ER~.D/~$OC~ATE,~. INC. P.O. BOX SOUTH COUNTY ROAD W~THAMPTON BF-,~CH. NY 11g?'~ Ha,Yom i. Re [flSur,,nc~ Company 73-27702 CERTIFICATE OF COMPLIANCE WITH DIGAI~IUTY BENEFITS LAW STATE OF NEW YORK WORKERS' 130MPEN,~I~TION BOARD DB-lZO.1 02/2072003 Z0:29 F/L~ 516 681 7499 ALLJ.~D GRODP FILE No.ZS4 (Y'~20 '03 09: ID:TI'~ HTFD "?': '- ~3 418~ a. (al (b) DISABE. n'Y BEN~i-- LAW Gect. ion 220 pe~elSea The head ~t* s slam 1'ne head at m stale ~' munk::lpal dep~rlrne~L ~rd. ~mlak~ a" ~ial mu~efa:ed ~' mqulr~ I~ la~ t~ enter into m~ ~oetract far or In eonnec~i~n wtth any work i~'wo~'lng the emple~n~ of ~ in aul~rl~ng any ~uch ~e~tracL shall nm enter lain any such cnntmc~ unlem; proof duly ~Ul~Cflbed I~ an Inr, uranee ~trl~ Is pmduc~ In a fon~ Sa~factory to the ek~l~nan, tirai file paymer~ of ~Jla~ilily benc,~s f~r all emplo~ ha~ I:een secured ~ pm..ddecl by ~is art/cie. D~--120.1 (409) Reverse Client#~809 ~ESTASSOC ' AcORn CERTIFIOA'I'E OF LIABILITY INSUR'RNOE Allie~ North America Insurance Brokerage Corp. of New York 390 North Broadway Jericho, NY 11753 INSURED Chesterfield Associates, Inc. 56 South Country Poad Westhampton Beach, NY 11978 COVERAGES DATE (MMIDD,¥Y) 02/18/03 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURERA Combined Specialty Insurance Co. ,NSURE"E Combined Specialty Insurance Co. ,~$URE~c Westchester Fire ,NSURERU State Insurance Fund INSURER E THE POLICIES OF iNSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NO'DA/ITHSTAND)NG ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT W)TH 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. EXCLUSIONSANDCONDITIONSOFSUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR POLICY EFFECTIVE POLICy EXPIRATION LTR TYPE OF INSURANCE POUCY NUMBER DATE (MM~DD/YY) DATE (MM~DD/YY} A GE~E"ALL'AB~UTY 2CG50079700 02/13/03 02/13/04 X CO~I M E RCIAL G EN E RAL LIABtLITY PRO- B AU~TOMOBILE UAEILITY 2CA50079800 02/13/03 02/13/04 L~MITS EACH OCCURRENCE FIRE DAMAGE (Any one fire) MED E×P (Any one person) COMBINED SINGLE UMIT lEa acmdent) BODILY INJURY PROPERTY DAMAGE (Per acc,Cent) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT ANY AUTO OTHER THAN EA ACC C EXCE$SUABiUTY CLTNT162400 09/16/02 09/16/03 EACHOCCVnAENCE *1,000,000 *50,000 *5,000 *1,000,000 *2,000,000 *2,000,000 ,10000 D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY 6850002 i2/01/02 OTHER 03/06/03 XTo"'WD AT ' E L EACH ACCIDENT si,000,000 $ $ $ $ *5,000,000 *5,000,000 $ ,Cert to E L DISEASE - EA EMPLOYEE *Fo 11 ow EL DISEASE-POLICYLIMIT ,From SIF DE$CRIPTIONOFOPERATIONS~OCATIO~NEHIC~S~D(CLUSIO~ ~DEOBYENDORSEMENT~PEClALP~VI$10~ Brushes Creek Bridge Replacement at Peconic Bay Blvd., Laurel, NY H2M Project No. SOMT 99-02 Foregoing per policy form. Additional Insured status encompasses General Liability; (See Attached Descriptions) CERTIFICATE HOLDER [ I ~DmON~INSU~D;I~U~R ~ER: Town of Southold Town Hall 53095 Main Road Southold, ~TY 11971 ACORD 25-S (7/97) 1 of 3 #S202896/M202893 CANCELLATION AOOROCO.PORAT, O.,.S IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(les)must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this cediticate does not confer rights to the cedificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD25'S(7/97)2 of 3 #S202896/M202893 DES~IPTIONS (Continued from P~e 1) Automobile Liability applies to anyone other than the named insured while~usi~g with permission a covered "auto" owned, hired or borrowed with exceptions as outlined in Form CA 00 01 (1/87) lb. (1-5): Town of Southold AMS25.3(07197) 3 of 3 #S202896/M202893 New York State Insurance Fand Workers Compensation & Disability Benefits ~cial~st~ Since ! 91 qr 8 CORPORATE CENTER DR, 3RD FLR, MELVILLE, NEW YORK 11747-3129 Phone: (631) 756-4300 CERTIFICATE OF WORKERS' COMPENSATION INSURANCE ALLIED SAFETY MANAGEMENT INC 390 NORTH BROADWAY JERICHO NY 11753 POLICYHOLDER CHESTERFIELD ASSOCIATES INC BOX 1229 WESTHAMPTON BEACH NY 11978 POLICY NUMBER I CERTIFICATE NUMBER I 685000-2 _. ~ ._ 349192 CERTIFICATE HOLDER TOWN OF SOUTHOLD TOWN HALL 53095 MAIN ROAD SOUTHOLD NY 11971 PERIODCOVERED BY THiS CERTIFICATE 12/01/2002--'- -- -~:_.TO-O3/06/2003 DATE 2/18/2003 THIS IS TO CERTIFY THAT THE POLICYHOLDER NAMED ABOVE IS INSURED WITH THE NEW YORK STATE INSURANCE FUND UNDER POLICY NO. 685 000-2 UNTIL 03/06/2003, COVERING THE ENTIRE OBLIGATION OF THIS POLICYHOLDER FOR WORKERS' COMPENSATION UNDER THE NEW YORK WORKERS' COMPENSATION LAW WITH RESPECT TO ALL OPERATIONS IN THE STATE OF NEW YORK. IF SAID POLICY IS CANCELLED. OR CHANGED PRIOR TO 03/06/2003 IN SUCH MANNER AS TO AFFECT THIS CERTIFICATE, 30 DAYS WRITTEN NOTICE OF SUCH CANCELLATION WILL BE GIVEN TO THE CERTIFICATE HOLDER ABOVE. NOTICE BY REGULAR MAIL SO ADDRESSED SHALL BE SUFFICIENT COMPLIANCE WITH THIS PROVISION. THE NEW YORK STATE INSURANCE FUND DOES NOT ASSUME ANY LIABILITY IN THE EVENT QF FAILURE TO GIVE SUCH NOT~CE. THIS CERTIFICATE iS ISSUED AS A MA3-fER OF INFORMATION ONLY AND CONFERS NO RIGHTS NOR INSURANCE COVERAGE UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICY. THIS POLICY IS CANCELLED EFFECTIVE 03/06/2003. NEW YORK STATE INSURANCE FUND DIRECTOR, INSURANCE FUND UNDERWRITING This certificate can be validated on our web site at https://www.nysif.com/cert/certval.asp VALIDATION NUMBER: 635187217 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A311 Bond No. RNS118304 Performance Bond KNOW ALL MEN BY THESE PRESENTS: that Chesterfield Associates, Inc. 56 S. Country Road, Westhampton Beach, NY 11978 (Here insert full name and ad&ess or legal rifle of Contractor) as Principal, hereinafter called Contractor, and RLI Insurance Company 180 Summit Avenue, Montvale, NJ 07645 (Here inset~ full name and address or legal tide of Surety) as Surety, hereinafter called Surety, are held and firmly bound unto Town of Southold Town Hall, 53095 Main Road Southold, NY (Here insert full name and address or legal ~fle of Ovmer) as Obligee, hereinafter called Owner, in the amount of Five Hundred Sixty Nine Thousand Six Hundred Fifty ...... ************* Dollars ($569,650.00) for the payment whereof Contractor and Surety bind themseNes, their henrs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated February 10, 2003 entered into a contract with Owner for Brushes Creek Bridge Replacement at Peconic Bay (Here insert full name. ad&ess and description of pro}eot) in accordance with Drawings and Specifications prepared by (Here insert full name and address or legal fide of Architec0 xvhich contract is by reference made a part hereof, and is hereinafter referred to as the Contract. PERFORMANCE BOND NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faith frilly perform said Contract, then this obligation shag be null and void; otherwise it shall remain m hill force and effect. The Surety hereby waives notice of:my alterarion or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly 1) Complete the Contract in accordance with its terms and conditions, or 2) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, it the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available as Work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under the paragraph) sufficient hinds to pay the cost of completion less the balance of the contract price; but not exceeding, induding other costs and damages for which the Surety may be liable hereunder, the amount set forth in the ftrst paragraph hereof. The tenm "balance of the contract price," as used in this paragraph, shall mean the total amount payable by Owner to Contract under the Contract and any amendmenr~ thereto, less the amount properly paid by Owner to Contractor. Any suit under this bond must be instituted before the expirafon of two (2) years from the date on which final payment under the Contract falls due. No right of action sha~ accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators or successors of the Owner. Signed and sealed this 18th day of February ,2003 (Witness) (Witness) Chesterfield Associates. Inc. { (Prindpal) (Seal) (Title) RLI Insurance Company { (Se ) ACKNOWLEDGEMENT OF CONTRACTOR, IF A CORPORATION STATE OF NEW YOrK ,) COUNTY OF ~,,,c, !,J~ ON THE 18TH DAY OF FEBRUARY 2003, BEFORE ME PERSONALLY CAME ~'~,L,L TO ME KNOWN, WHO, BEING BY ME DULY SWORN, DID DEPOSE AND SAY THAT (S)HE RESIDES AT , THAT ISlHE THE ~( ('e__~- ~)¢,e_~ ,&R-,,,-~- -- ,_,-- CHESTERFIELD ASSOCIATES, INC. THE CORPORATION DESCRIBED IN AND WHICH EXECUTED THE ABOVE INSTRUMENT; AND THAT (S)HE SIGNED HIS/HER NAME THERETO BY ORDER OF THE BOARD OF DIRECTORS OF SAID CORPORATION. JANET A. CUP. ABA Nataly Public, ,ate ~o~l~w No. 01CU6077 Commission ,:~ire~ July 1, ACKNOWLEDGEMENT OF SURETY STATE OF NEW YORK,) COUNTY OF NASSAU,) ON THE 1BTH DAY OF FEBRUARY 2003, BEFORE ME PERSONALLY CAME D,.AVID A. GOLDSTEIN TO ME KNOWN, WHO, BEING BY ME DULY SWORN, DID DEPOSE AND SAY THAT (S)HE RESIDES AT MERRICK, NY THAT (S)HE IS THE A170RNEY-IN-FACT OF RLI INSURANCE COMPANY THE CORPORATION DESCRIBED IN AND WHICH EXECUTED THE ABOVE INSTRUMENT; THAT (S)HE KNOWS THE SEAL OF SAID CORPORATION; THAT ONE OF THE SEALS AFFIXED TO THE FOREFGOING INSTRUMENT IS SUCH SEAL; THAT IT WAS SO AFFIXED BY ORDER OF THE BOARD OF DIRECTORS OF SAID CORPORATION; AND THAT (S)HE SIGNED HIS/HER NAME THERETO BY LIKE ORDER. GAYE CONKLIN Notary Public, State of New York No. 01004982812 Oualii~ed in Nassau Caunty /-) Commission Expires June 10, 20TM /D I V NJ RLI Insurance Company A Division of RLl Insurance Company P.O. Box 3967 Peoria, IL 61612-3967 Know.dH Men 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, an Illinois corporation, does hereby make, constitute and appoint: QEORGE O. BREWSTER. DAVID A. GOLDSTEIN. NANCY B. SCHNEE. FERN PERRY. GAYE CONKLIN in the City of Jericho , State of New York its tree and lawful Agent and Attorney-N-Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described bond. Any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million Dollars ($10,000,000) for any single obligation. The acknowledgment and execution of such bond by the said Attorney-in-Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. The RLI Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors of RLI Insurance Company, mid 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, Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, and 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 RL! Insurance Company has caused these presents to be executed by its President with its corporate seal affixed this 15th day of State of lllinois } SS Count3, of Peoria October 2002 = . -.- [ ?ENL...: On this 15lb day of October , 2002, before me, a Notary Public, personally appeared Jonathan E. Michael who being by me duly sworn, acknowledged that he signed the above P~wer of Attorney as the aforesaid officer of the RLI Insurance Company and acknowledged said instrument to be the voluntary act and deed of said corporation. By: RLI lnsurpnce Company CERTIFICATE l, thc undersigned officer of RL[ Insaranee Company a stock corporat on of the State of Illinois, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, thru the Resolution of thc Company 05 set forth in the Power of Attorney, is now in forec. In testimony whereof, I have hereunto set my hand and the seal of thc RLI Insurance Company this day of ~ .~_. RLI Insurance Company $72422~02020d A0059001 RLI Insurance. Company · December .31,2.001' ' Admitte~i Assets ' Ftxad ~etu~ttlee $' 2B$106 ~ash ~ hand ang vn deposit ..... ; ........... (11,59L48~) State af ll//n~i~ ~. ~o._~nty of Peoria liabilities and Surplus ' Total Llabliftla; .... .. · r .................... ~ 4~,D~,e3B Unassigned surp!us ..................... 221,664.03B ' ~ 745,752.522 The underslgneE, being duly eworn, seya: That he ia the Pre~Ment of RM Ineuran~e Company;, that .~ald Company/~ e corporation duly ~an~ed, in the ~ate of Illinoi~, and ficenseW and en~e~eff b bu,/ne= i~ ~e Stetm of ~e~ ~o~ an~ ha~ duly comp~ wi~h ~ the requ[rement~ of the ;a~ of ~a~ ~e applicable of · ei~ Company and [$ duly qua/fi/ed to act es Sure~ under ~uch law¢; that sai~ Company ~$ el~o c~mplled w~h end /~ du/~ quaEffed ~o acLa= Sure~ under ~e Act of Con,roms appmveW July 1947, SU.S.C sec. S-132 and Thmt ~o the b~st of hi~ knowledge end belief the abo~ sZetement i= a full, true, and co~ect ~tetem~t of ~e E~an~al cond/ffon of ~esmW Company on ~e 31st day u/December 2~01. Swam to before me this lBth day of February 2002. GREGORY F, YAKABOSKI TOWN ATTORNEY greg.yakaboski~'t own.southold.ny.us PATRICIA A. FINNEGAN ASSISTANT TOWN ATTORNEY pat ricia.finnegan~,town.sout hold.ny.us JOSHUA Y. HORTON Supervisor To~vn Hall, 53095 Route 25 P.O. Box 1179 Southold, New York 11971-0959 Telephone (63 l ) 765-1939 Fac~infile (631'1 765-1823 OFFICE OF THE TOWN ATTORNEY TOWN OF $OUTHOLD Memorandum To' From: Date: Re: Elizabeth A. Neville Town Clerk Gregory F. Yakaboski, Esq. Town Attorney February 10, 2003 Chesterfield Associates, Inc. - contract Betty: Attached, for safekeeping in your files, is a fully executed duplicate original contract agreement dated February 10, 2003, between the Town of Southold and Chesterfield Associates, Inc. for the Brushes Creek Bridge replacement. Thank you. Greg /md attachment cc: Jamie Richter, Town Engineering Inspector w/attachment Town Board w/o attachment CONTRACT CONTRACT IN TRIPLICATE FOR BRUSHES CREEK BRIDGE REPLACEMENT AT PECONIC BAY BLVD._DATED ~l~l~tt'q lO, 200~ BY AND BETWEEN THE TOWN OF SOUTHOLD, SOUTHOLD, SUFFOLK COUNTY, NEW YORK, (herein called the "Town") and 0~d(/$ F~.[Zl~"Ll) l~gOCl~t"~,.~ (herein called the "Contractor"). WITNESSETH, that the Town and the Contractor, in consideration of the prenfises and of the mutual covenants, considerations and agreements herein contained, agree as follows: This Contract is hereby awarded to the Contractor for the work and material called for under his bid in the proposal section of the Contract and designated as Items lA through 20A and lB through 20B and if required by the Town Engineer, Items: 1. CONTRACT DOCUMENTS AND DEFINITIONS The Notice to Bidders, Information for Bidders, Proposal, Contract, Specifications and Plans, 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 titles, headings, 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 fight upon the interpretation of the provisions to which they refer. Whenever the term "Contract Documents" is used, it shall mean and include this Contract, the Plans, Specifications, any Addenda, the Notice to Bidders, Information for Bidders and Proposal. 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. (a) Work - The term "work" as used herein refers to 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; and includes all plant, labor, materials, supplies, equipment and other facilities and acts necessary or proper for, or incidental to, the carrying out and completion of the terms of this Contract. The term "work performed" shall be construed to include material delivered to, and suitably stored at, the site of the project. FARM Al-03 C - 1 of 22 ¢©NT~^CT (b) Extra Work - The term "extra work" as used herein refers to, and includes, all work required by the Town ~vhich, in the judgment of the Engineer, involves changes in, or addi- tions to, xvork required by the Plans, Specifications and any addenda in their present forms. (c) Subcontract - 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. (d) Engineer - In the performance of the work, the Village shall be represented by Holzmacber, McLendon & Murrell, P.C., Consulting Engineers (herein called the "Engineer"). (e) 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 the last known business address of the person, firm or corporation for xvhom intended or to his, their or its duly authorized agent, representative 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. (f) Directed, Required, Approved, Acceotable - 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, in the judgment of the Engineer. 2. SCOPE OF THE WORK The Contractor will furnish all plant, labor, material, supplies, equipment and other facilities and things necessary or proper for, or incidental to, the work contemplated by this Con- tract 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 it by this Contract. 3. COMPENSATION TO BE PAID TO THE CONTRACTOR (a! Agreed Prices - It is understood and agreed that the Contractor will accept as payment m full, the summation of products of the actual quantities in place upon 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 reason of variations fi-om the estimated quantities set forth in the Proposal. (b) Extra Work - The Town 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: C-2 COhTTR~CT (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 prices or by a lump sum mutually agreed upon by the Town 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 or applied labor, premiums for Workers' Compensation Insurance, payroll taxes required by law, rental for plant and equipment used (excluding small tools) to which total cost will be added hventy percent (20%) as full compensation for all other items of profit, costs and expenses, including administration, overhead, superintendence, insurance, insurance other than Workers' Compensation Insurance, material 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 THE ESSENCE Inasmuch as the provisions of this Contract relating to the time for performing and completion of the work are for the purpose of enabling the Town to proceed with the c~.~,.*m,~tion of a public improvement in accordance with a predetermiged grogram~ : provisions are of the essence of this Contract. 5. COMMENCEMENT OF WORK The Contractor agrees that it will commence work within ten (10) consecutive calendar days (Sundays excepted) after signing this Contract. 6. TIME FOR COMPLETION The time for completion of this Contract shall be as indicated on the Proposal sheets, and the date of such completion shall be the date of the certificate of completion hereinafter specified. The Town 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 time. C-3 CO~TR~T 7. LIQUIDATED DAMAGES FOR DELAY The time limit being essential to, and of the essence of, this Contract, the Contractor hereby agrees that the Town 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 indicated on the Proposal sheets; which amount is hereby agreed upon, fixed and determined by the parties hereto as the liquidated damages, including overhead charges, services, inspector's xvages and interest on the money invested the Town 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; provided, however, that the Town 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 its work by reason of unforeseeable causes beyond its control and without its fault or negligence, including, but not restricted to, acts of God or of any public enemy, acts or neglect of the Town, acts or neglect of any other contractor, fires, floods, epidemics, quarantine restrictions, strikes, dots, civil com- motion or freight embargoes, the period herein above specified for completion of its work shall be extended by such time as shall be fixed by the Town. No such extension of time shall be considered a waiver by the Town of its righT-ir' terminate the Contract for abandonment or delay by the Contractor as hereinat~er provided, or relieve the Contractor from full responsibility for performance of its obligations hereunder. 9. CONTRACT SECURITY The Contractor shall furnish a surety bond in an mount equal to one hundred percent (100%) of the total Contract price as security for the faithful performance of this Contract, and for the payment of all persons performing labor or famishing materials in connection with this Contract. If at any tune the Town shall be or become dissatisfied with any surety or sureties then upon the Performance Bond; or if, for any reason such bond shall cease to be adequate security to the Town, the Contractor shall, within five (5) days after notice from the Town to do so, substitute an acceptable bond in such form and sum, and signed by such other surety as may be satisfactory to the Town. The premiums on such bonds shall be paid by the Contractor. No further payments shall be deemed due, nor shall be made until the new surety shall have been qualified. Prior to release of the Performance Bond, the Contractor shall furnish a maintenance bond equal to one hundred pement (100%) of the final Contract price, including extras. This maintenance bond shall remain in force for one (1) year after the date of the Final payment request. C-4 CONTRACT 10. CONTRACTOR'S INSURANCE The Contractor shall not commence any work until it has obtained, and has approved by the Town, all of the insurance required under this Contract as enumerated herein. (a) Compensation Insurance and Disability Insurance (b) Public Liability and Property Damage Insurance (c) Contractor's Protective Liability and Property Damage Insurance (d) Owner's (Town) Protective Public Liability and Property Damage Insurance (e) Automobile Public Liability and Property Damage Insurance The Contractor shall not permit any subcontractor to commence any operation on the site until satisfactory proof of carriage of the above required insurance has been posted with, and approved by, the Town. (a) Compensation Insurance - Disability Insurance: The Contractor shall take and maintain, during the life of this Contract, Workers' Compensation Insurance and Disability Insur- ance for all his employees employed at the site of the project; and in case of any of the work being sublet, the Contractor shall require the subcontractor similarly to provide Workers' Compensation Insurance and Disability Insurance for all of the latter's employees, unless such employees are covered by the protection afforded by the Contractor. (b) Public Liability and Property Damage Insurance: The Contractor shall take out and maintain, during the life of this Contract, such public liability and property damage insurance as will protect him and any subcontractor performing work covered by this Contract from claims for damages for personal 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 any one directly or indirectly employed by either of them, and the amounts of such insurance shall be as follows: Public Liability Insurance in an amount not less than One Million Dollars ($1,000,000.) for bodily injuries, including wrongful death to any one person, and subject to the same limit for each person in an amount not less than One Million Dollars ($1,000,000.) on account ofone accident. The Town of Southold shall be listed as an additional insured. Property Damage Insurance in an amount not less than Five Hundred Thousand Dollars ($500,000.) for damages on account of any one accident, and in an amount of not less than One Million Dollars ($1,000,000.) for damages on account of all accidents. The Town of $outhold shall be listed as an additional insured. C-5 CONTRACT (c) Liability and Property Damage Insurance: The above policies for public liability and property damage insurance must be so written as to include Contractor's Protective Liability and Property Damage Insurance to protect the Contractor against claims arising from the operations of any subcontractors. The Town of Southold shall be listed as an additional insured. (d) Owner's Protective Public LiabiliW and Property Damage Insurance: (Town and/or Board of Trustees of the Town an.d/or Holzmacher, McLendon & Murrell, P.C.). The Contractor shall furnish to the Town, with respect to the operations he or any of his subcontractors perform, a regular Protective Public Liability Insurance policy for, and in behalf of, the Town and/or Board of Trustees of the Town and/or Holzmacher, McLendon & Murrell, P.C., providing for a limit of not less than One Million Dollars ($1,000,000.) for all damages ar/sing out of bodily injuries to, or death of, one person and subject to the limit for each person, a total limit of One Million Dollars ($1,000,000.) for all damages arising out of bodily injuries to, or death of, two or more persons in any one accident; and regular Protective Property Damage Insurance providing for a limit of not less than Five Hundred Thousand Dollars ($500,000.) for all damages arising out of injury to, or destruction of, property in any one accident, and subject to that limit per accident, a total (or aggregate) limit of One Million Dollars ($1,000,000.) for all damages arising out of injury to, or destruction of, property during the policy period. The insurance must fully cover the legal liability of the Town and/ur the Board of Trustees of the Town as Owner, and/or Holzmacher, McLendon & Murrell, P.C., as Engineer. The coverage provided under this policy must not be affected if the Town or Engineer performs work in connection with the project either for, or in cooperation with, the Contractor or as an aid thereto, ~vhe~erthe same be a,part ofthe Contract or ~epar~te therefrolll, by means of its own employees or agents, or if the Town or Engineer directs or supervises the work to be performed by the Contractor. (e) Automobile Public Liability and Provertv Damage Insurance: The Contractor shall take out and maintain during the life of this Contract such automobile public liability and property damage insurance as shall protect him and any subcontractor performing work covered by this Contract from claims for damages for personal 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 any one directly or indirectly employed by either of them; and the amounts of such insurance shall be as follows: Automobile Public Liability Insurance in an amount not less than One Million Dollars ($l,000,000.) for bodily injuries, including wrongful death to any one person, and subject to the same limit for each person in an amount not less than One Million Dollars ($1,000,000.) on accountofone accident. The Town of Southold shall be listed as an additional insured. Automobile Property Damage Insurance in an amount not less than Five Hundred Thousand Dollars ($500,000.) for damages on account of any one accident, and in an amount of not less than One Million Dollars ($1,000,000.) for damages on account of all accidents. The Town of Southold shall be listed as an additional insured. C-6 6 OVP CONTRACT l l. PROOF OF CARRIAGE OF INSURANCE The Contractor shall furnish the Town with certificates of each insurer insuring the Contractor or any subcontractor under this Contract, except with respect to subdivision (d) of paragraph 10. In respect to this paragraph, the Contractor shall fitmish the Town with the original insurance policy. Both certificates, as furnished, and the insurance policy, as required, shall bear the policy numbers, the expiration date of the policy and the limit or limits of liability thereunder. Both the certificates and the policy shall be further endorsed to provide the Toxxm Clerk with any notice of cancellation at least ten (10) days prior to the actual date of such cancellation. 12. COMPLIANCE WITH LABOR AND PENAL LAWS The Contractor hereby expressly agrees to comply with all the provisions of the Labor Laws and any and all amendments thereto, insofar as the same are apphcable to this Contract. The Labor Laws (as amended) provide that no laborer, worker 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 day or more than five (5) days in any week, except in such emergency; that the wages to be paid for a legal day's work (as hereinbefore defined) to laborers, workers or mechanics upon the work called for under this Contract or for any materials 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, worker or mechanic employed by the Contractor, subcontractor or other person employed 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 Laws which require the payment of the prevailing rate of wages and the eight- (8) hour day. 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 or 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 Contract, 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 payment to any contractor or subcontractor to the extent of the amount or amounts due or to become due to it for daily or weekly wages for labor performed on the public improvement for which the Contract was entered into, or if for any other reason it may be deemed advisable, the comptroller of the State or other financial officer of the municipal corporation may deduct fi:om the whole amount of any payment on account thereof the sum or sums admitted by any contractor or subcontractor in such C-7 CONTRACT statement or statements so filed to be due and owing to it on account of labor perforated, and may withhold the amount so deducted for the benefit of the laborers for daily or weekly wages, whose xvages 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 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 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 frae of five hundred dollars ($500) or by imprisonment for not more than thirty (30) days, or by both fine and imprisonment for a second offense by a fmc of one thousand dollars ($1,000); 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 its 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 as set forth in the "Information for Bidders". Section 1918 of the Penal Law (as mended) provides that 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 (72) 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 aseerta'm whether there is within one hundred feet (100') in such street, highway or public place, or in the case of a proposed discharge of explosives within a radius of two hundred feet (200') of such discharge, any pipe of any person, corporation or municipality conveying combustible gas; and if there be any such pipe, he shall also give such notice to any 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 heroin 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 damage to any pipe conveying combustible gas. Any violation of the provisions of this section shall be a misdemeanor. C-8 CONTRACT In accordance with paragraph "a" of subdivision 3~a of Section 220 of the New York State Labor Law, the Contractor shall submit, and shall cause each subcontractor through which the Contractor performs any of its obligations hereunder to submit, to the Toxvn a transcript of each original payroll issued by the Contractor or the subcontractor, as applicable, with respect to work performed hereunder. Each such transcript must be received by the Town within thirty days after the relevant payroll is issued and shall be subscribed by a duly authorized officer of the Contractor or subcontractor, as applicable, in the following manner: "The undersigned, a duly authorized officer of [name of Contractor or subcontractor] does hereby certify as true this transcript of the corporation's original payroll record dated , for the pay period beginning and ending , and relating to all work or materials furnished during such period in connection with the [Identify Contract], and hereby affirms said transcript as true, under penalties of perjury, pursuant to Labor Law 220(3-a)(a) and Penal Law § 210.45" 13. OUALIFICATIONS 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. 14. NON-DISCRIMINATION There shall be no discrimination because of race, creed, color or sex in the employment of persons for work under this Contract, whether performed by the Contractor or any subcontrac- tor. Neither shall the Contractor nor any 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 or sex. There may be deducted from the amount payable to the Contractor by the Town under this Contract a penalty of Fifty dollars ($50) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of this section; provided that for a second or any subsequent violation of the terms of this section, this Contract may be canceled or terminated by the Town, and all monies due or to become due hereunder may be forfeited. C-9 I OVP CONTRACT 15. PASqV[ENT OF EMPLOYEES The Contractor and each of his subcontractors shall pay each of their employees engaged in work on the project under this Contract in full (less deductions made mandatory by law), in cash, and not less often than once a week. 16. ESTIMATES AND PAYMENTS (a) Monthly: At the end of each calendar month during the progress of the work, the Contractor shall submit a payment requisition to the Engineer. The Engineer will review the requisition and prepare a payment request based on the estimated amount of work performed and the quantity of materials furnished, based on the prices set forth in the Proposal. At the end of each calendar month during the progress of the work, the Engineer shall make up an approximate estimate of the work done and the materials furnished, based on the prices set forth in the Proposal. In consideration of the work done and the materials furnished, the Town will pay or cause to be paid to the Contractor for the amount estimated by the Engineer as due it, less a sum equal to five percent (5%) of such amount, and such additional amount as may be necessary to satisfy any claims, liens or judgments against the Contractor which have not been suitably discharged. The making of any such estimate or payment made thereon shall not be taken or construed as an acceptance by the Engineer or the Town of any work so estimated and paid for. The amount of the monthly estimate remaining unpaid will be retained by the Town as a guarantee that the Contractor will faithfully and completely fulfill all obligations imposed by the Contract and Specifications, and against any damages incurred by the Town by reason of any failure on the part of the Contractor to fulfill all conditions and obligations herein contained. All partial payments are subject to correction in the subsequent payment. No interest shall be allowed the Contractor on retained percentages. (b) Final Payment Request: Thirty (30) days after the Contxactor shall have substantially completed the work required of it under the Contract, the Engineer will prepare a final payment request of all work done. Thereafter, the Town will pay to the Contractor the full amount of the Contract, less a sum equal to two (2) times the value of any mmalnlng items to be completed and an amount necessary to satisfy any claims, liens or judgments against the Contractor which have not been suitably discharged, less any prior payments paid by the Village to or on behalf of the Contractor. (c) Maintenance Bond: In order to secure the performance of the covenant of the Contractor, prior to release of the Performance Bond, the Contractor shall deliver to the Town a maintenance bond equal to one hundred pemant (100%) of the total Contract price, including all extras. This maintenance bond shall remain in full force and effect for a period of one (1) year after the date of the final payment request; and such bond, which shall be executed by the Contractor and issued by a reliable, solvent surety company authorized to do business in the State of New York, shall guarantee to the Town that the Contractor shall promptly remedy any defects or faults that may occur within twelve (12) months after completion and acceptance of the work performed by the Contractor pursuant to this Contract. (d) Measurements for Pawnent: The Engineer shall make due measurement of the work done during the progress of the work; and its estimate shall be final and conclusive evidence of C- 10 CONTRACT the amonnts of xvork performed by the Contractor under, and by virtue of, this agreement; and shall be taken as the 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 be proved) be paid for by the Contractor. 17. 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 Town fi:om all claims and all liabilities to the Contractor for all things done or furnished in connection with this work, and for eve~ act and neglect of the Town and others relating to, or arising out of, this work, excepting the Contractor's claims for interest upon final payment, if this payment be improperly delayed. No payment, however, (final or otherwise) shall operate to release the Contractor or his sureties fi-om any obligations under this Contract or the Performance and/or Maintenance Bond. 18. 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 predetermined 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 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 final payment under this Contract, the Contractor shall furnish the Engineer with substantial proof (in affidavit form, or as required by the attorneys for the Town) that all bills for services and labor rendered and materials supplied have been paid. The enumeration of the above reports in no way relieves the Contractor of its responsibility under existing Federal or State laws of filing such other reports with agencies other than the Town as may be required by such existing laws or regulations. 19. INSPECTION AND TESTS All materials and workmanship shall be subject to inspection, examination and test by the Engineer, and other representatives of the Town at any time during the construction and at any and all places where manufacturing of materials used and/or construction is carried on. C-Il CONTRACT Without additional charge, the Contractor shall furnish promptly all reasonable facilities, labor and materials necessary to make tests so required safe and convenient. Iff at any time before final acceptance of the entire work, the Engineer considers necessary or advisable an examination of any portion of the work akeady completed, by removing or tearing out 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 expenses for such examination and of satisfactory reconstruction. IL however, such approval and consent shall have been given and such work is found to meet the requirement 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 costs of extra work. The selection of laboratories and/or agencies for the inspection and tests of supplies, materials or equipment shall be subject to the approval of the Engineer. Satisfactory documen- tary evidence that the material has passed the required inspection and tests must be furnished 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. 20. 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 on the Plans, shall have the same effect as if shown or mentioned respectively in both. In case of any conflict or inconsistency between the Plans and the Specifications, the Plans shall govern. Any discrepancy between the figures and drawings shall be submitted to the Engineer, whose decision thereon shall be conclusive. 21. SUBSURFACE CONDITIONS FOUND DIFFERENT Should the Contractor encounter subsurface conditions at the site materially differing fi.om those shown on the Plans or indicated in the Specifications, it shall immediately give notice to the Engineer of such conditions before they are disturbed; the Engineer shall thereupon promptly investigate the conditions; and if it finds they materially differ fi.om those shown on the Plans or indicated in the Specifications, it shall at once make such changes in the Plans and/or Specifications as it 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. C- 12 CONTRACT 22. CONTRACTOR'S TITLE TO MATERIALS No materials or supplies for the work shall be purchased by the Contractor or by 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 it has good title to all materials and supplies used by it in its work. 23. SUPERLNTENDENCE BY CONTRACTOR At the site of the work the Contractor shall 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. 24. PROTECTION OF WORK, PERSONS AND PROPERTY Precaution shall be exercised at all times for the proper protection of all persons, property and work. 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 its own expense any and all additional safety measures deemed necessary by the Town or its Engineer to adequately safeguard the traveling public. The Contractor shall give notice to the owners of all utilities that may serve the area and request their assistance in predetermining the location and depth of the various pipes, conduits, manholes, and other underground facilities. The Contractor shall, at all hours of the day, safely guard and protect its own work, adjacent property fi.om any damage, and 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 Town or its duly-authorized representatives. The Contractor shall provide and maintain such watchmen, barriers, lights, flares and other signals (at its own expense) as will effectively prevent any accident in consequence of its work for which the Town might be liable. The Contractor shall be liable for all injury or damage caused by its act or neglect, or that of its employees. 25. REPRESENTATIONS OF CONTRACTOR The Contractor represents and warrants: (a) that it is financially solvent and that it 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 C- 13 CONTRACT (b) that it is familiar with all Federal, State and municipal laws, 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 it can be satisfactorily constructed and used for the purpose for which it is intended, and that such con- struction xvill not injure any person or damage any property; and (d) that it has carefully examined the Plans, Specifications and the site of the work, and that from its own investigation it has satisfied itself as to the nature and location of the work, the character, location, quality and quantity of surface and subsurface materials, structures and utilities hkely to be encountered, the character of equipment, and other facilities needed for the performance of the work, the general local conditions which may in any way affect the work or its performance. 26. PATENT~GHTS As part of its 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 Town for any loss on account of any infringement of any patent rights, unless, prior to its use in the work of a particular process or a product of a particular manufacturer, it notifies the Town in writing that such process or product is an infringement of a patent. 27. SURVEYS The Contractor is responsible for furnishing all layouts, measurements, and lines and grades necessary for the execution of the work. 28. AUTHORITY OF THE ENGINEER In the performance of the work, the Contractor shall abide by all orders, directions and requirements of the Engineer; and shall perform all work to the satisfaction of the Engineer at such time and place, by such methods and in such manner and sequence as it 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, requirement~ or determinations. The enumeration herein or elsewhere in the Contract Documents of particular instances in which the opinion, judgment, discretion or determination of the Engineer shall control, or in which work shall be performed to its satisfaction or subject to its satisfaction, or subject to its approval or inspection, shall not imply that only matters similar to those enumerated shall be so governed and so performed; but without exception, all the work shall be governed and so performed. C- 14 CONTRACT 29. CHANGES AND ALTERATIONS The Town reserves the right to make alterations in the location, line, grade, plans, form or dimensions of the xvork or any part thereof, either before or after the commencement of the construction. If such alterations diminish the mount of work to be done no claim for damages or anticipated profits will be warranted on the work that 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. 30. CORRECTION OF WORK All work and 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 of materials, processes of manufacture, and methods of construction suitable for the purpose for xvhich they are used. Should they fail to meet its approval, they shall be forthwith reconstructed, made good, and replaced and/or corrected (as the case may be) by the Contractor at its own expense. Rejected material shall immediately be removed from the site. If, in the opinion of the Engineer, it is not desirable to replace any defective or damaged materials or to reconstnxct 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 its work shall be flee from any defects in materials or workmanship, and agrees to correct any defects that 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 its sureties from any obligations under or upon this Contract or the Performance and/or Maintenance Bond. 31. WEATHER CONDITIONS In the event of temporary suspension of the work, during inclement weather, or whenever the Engineer shall direct, the Contractor will, and will cause its subcontractors to, protect carefully its, and their, work and materials against damage or injury from the weather. If, in the opinion of the Engineer, any work or materials shall have been damaged or injured by reason of the failure on the part of the Contractor or any of its subcontractors to protect its or their work, such work and materials shall be removed and replaced at the expense of the Contractor. C- 15 CONTRACT 32. THE TO~XFNS' RIGHT TO WITHHOLD PAYMENTS_ The Town may withhold fi.om the Contractor so much of any approved payments due it as may, in the judgment of the Town, be necessary to: (a) assure the payment of just claims then due and unpaid of any persons supplying labor or materials for the work; or (b) protect the Tox~m fi.om loss due to defective work not remedied; or (c) protect the Town fi.om loss due to injury to persons or damage to the work or property of other contractors, subcontractors or other, caused by the act or neglect of the Contractor or any of its subcontractors. The Town shall have the right, as agent for the Contractor, to apply any such amounts so withheld in such manner as the Town may deem proper to satisfy such claims or to secure such protection. Such application of such money shall be deemed payments for the account of the Contractor. 33. THE TOWNS RIGHT TO STOP WORK OR TERMINATE CONTRACT The Town has the right to stop work or terminate the Contract, iff (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 its property and shall not be dismissed within 20 days at, er such appointment, or the proceedings in connection therewith shall not be stayed on appeal within the said 20 days; or (c) the Contractor shall refuse or fail, after notice or warning from the Engineer, to supply enough properly skilled workmen or proper materials; or (d) the Contractor shall refuse or fail to prosecute the work or any part thereof with such diligence as will insure its completion within the period herein specified (or in duly authorized extension thereof), or shall fall to complete the work within said period; or (e) the Contractor shall fail to make prompt payment to persons supplying labor or materials for the work; or (f) the Contractor shall fail or refuse to regard laws, ordinances, or the instruction of the Engineer or otherwise be guilty of a substantial violation of any provision of this Contract, then and in any such event, the Town (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 its rights to proceed, either as to the entire work or (at the option of the Town) 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 Town may deem expedient. In such C- 16 CONTRACT case, the Contractor shall 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 its sureties shall be liable to the Town for such excess. If the right of the Contractor to proceed xvith the work is so terminated, the Town 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 thereofi If the Town does not so terminate the right of the Contractor to proceed, the Contractor shall continue the work. 34. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If the work shall be stopped by order of the Court or any other public authority for a period of three (3) months without act or fault of the Contractor or of any of its agents, servants, employees or subcontractors, the Contractor may, upon ten (10) days' notice to the Town, discontinue its performance of the work and/or terminate the Contract, in which event the liability of the Town to the Contractor shall be determined as provided in the paragraphs immediately preceding, except that the Contractor shall not be obligated to pay to the Town any excess of the expense of completing the work over the unpaid balance of the compensation to be paid to the Contractor hereunder. 35. RESPONSIBILITY OF 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 fi.om any cause (either by act of commission or omission to properly guard and protect the work) that may be discovered at any time before the completion and acceptance shall be removed and replaced by good and satisfactory work without any charge to the Town; 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 it of any obligation to do sound and reliable work as herein prescribed, and that any omission to disapprove of any work by the Engineer at or before the time of a partial payment or other estimate shall not be consh-ued to be an acceptance of any defective work. 36. USES OF PREMISES AND REMOVAL OF DEBRIS The Contractor expressly undertakes at its own expense to: (a) take every precaution against injury to persons or damage to property; and (b) store its apparatus, materials, supplies and equipment in such orderly fashion at the site of the work as will not unduly interfere with the progress of its work or the work of any of its subcontractors; and C- 17 CONTRACT (c) place upon any of the completed work only such superimposed loads as are consistent with the safety of that portion of the work; and (d) fi'equently 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 and orderly and workmanlike appearance; and (e) remove all surplus material, temporary structures, plants of an3' description and debris of every nature resulting fi.om its operations, and to put the site in a neat and orderly condition before the Final payment request. 37. SUITS AT LAW The Contractor shall indemnify and save harmless the Town fi.om 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, its employees or agents, or any subcontractor; and in case of any such action shall be brought again.qt the Town, the Contractor shall immediately take charge of, and defend, the same at its own cost and expense. 38. 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 it sees fit, without previous instruction fi.om the Engineer. The Contractor shall notify the Engineer thereof immediately thereafter; and any compensation claimed by the Contractor due to extra work made necessary because of its 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 the work being accomplished under this Contract, then upon authorization from the Engineer to prevent such threatened injury or damage, it 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. 39. PROVISIONS REOUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by law to be inserted herein and the Contract shall be read and 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 forthwith be physically amended to make such insertion. C- 18 CO~TR~CT 40. SUBLETTING, SUCCESSOR AND ASSIGNS The Contractor shall not sublet any part of the work under this Contract nor assign any money due it heretmder without first obtaining the written consent of the Toxvn. This Contract shall endure to 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 its interest herein in whole or in part without consent of the other. 41. WAIVER OF IMMUNITY "This Contractor states that it is familiar with Chapter 94 of Sections 103-A and 103-B, General Municipal Law of the State of New York; and that any refusal on its part when called before a Grand Jury to testify concerning this transaction or transaction had with the Town, or to sign a waiver of immunity against subsequent criminal prosecution, or to answer any relevant questions concerning such transaction or contract, shall thereafter render such firm, partnership or corporation disqualified t~om receiving awards or entering into any contracts for a period of five (5) years after such refusal." Any contract so made without the foregoing declaration shall be subject to cancellation or termination by the Town of Southold without said Town incurring any penalty,or damages on account of such cancellation or termination. ~ q~F TRUSTEES Z.Y,-D ~HN M. ROMANELLI, DEPLrFY TOWN SUPERVISOR TRUSTEE TRUSTEE (SEAL) TRUSTEE CONTRPffOR BY: [/ d ~.~rg'f.-'l C- 19 ~2~ ~OVP CONTR^CT TITLE: C - 20 CONTRACT ACKNOWLEDGMENT OF CONTRACTOR, IF A CORPORATION STATE OF NEW YORK) )SS; COUNTY day of-'~{SetlOJ~, 200~] before me personally came and appeared On kJ~e~ 1~', ~rtl$~. ; to me known; who being by me duly sworn, did depose and say he resides at the corporation described in and which executed the foregoing instrument; that be knows the seal of said corporation, that one of the seals affixed to said instrument is such seal; that it was so affixed by order of the directors of said corporation; and that he signed his name thereto by like order. MELANIE DOROSKI NOThRY PUBLIC, ~tate of NOw ¥11~ No. 01D04634870 Ouallfied in Suffolk Coufllv ,~,,0 ACKNOWLEDGMENT OF CONTRACTOR, IF A PARTNERSHIP STATE OF NEW YORK) )SS: COUNTY OF ) On this day of , 20_, before me personally came and appeared ; to me known, and known to me to be one of the members of the firm of · described in and who executed the foregoing instrument; and he acknowledged to me that he executed the same as and for the act and deed of said firm. NOTARY PUBLIC C-21 C©NTR^CT ACKNOWLEDGMENT OF CONTRACTOR, IF AN IND1VDUAL STATE OF NEW YORK) )SS: COUNTY OF ) On this __ day of , 20_, before me personally came and appeared to me knoxvn and known to me to be the person described in and who executed the foregoing instrument and acknowledged that he executed the same. NOTARY PUBLIC C - 22 ACKNOWLEDGMENT OF OFFICER OF 'TO%]'4 OF SOUTHOLD EXECUTING CONTRACT STATE OF NEW YORK ) )ss: COUNTY OF SUFFOLK ) On this/~ dayof ~..~f~ ~v(Sf/ , 2003, before me personally came and appeared JOHN M. ROMANELLI, to me known, who being by me duly sworn did depose and say that he is the DEPUTY SUPERVISOR of the TOWN OF SOUTHOLD, described in and which executed the foregoing instrument; that he knows the seal of said Tox~m; that the seal affixed to said agreement is such Town seal, and that it xvas so affixed by order of the Town Board of the Toxvn of Southold; and that he signed his name thereto by like order. MELANIE DOROSKI NOTARY PUBLIC, State of New Yod( No, 01D04634870 Qualified In SuflolkCounty ,,, h/~! Commission E.x,oires September 30,/,,'~'U o C - 23 ~,~ I~C, U P' BIDDERS PROPOSAL OCT 24 2002 " Date: Telephone: To: SOUTHOLD TOWN BOPd~J3 TO~VN HALL - 53095 MAIN ROAD SOUTHOLD, NEW YORK MEMBERS OF THE BOARD: The undersigned as bidder declares that the only persons, company or parties interested in this proposal as principals are named below; that this proposals made without any connection, directly or indirectly, svith any other bidder for the same work: that it is in all respects fair and without collusion or fraud and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly in the performance of the contractor the supplies relating to it, or in any portion the profit thereof: that he has carefully examined the contract documents dated September 19, 2002 including bidding requirements; general and special contract conditions, specifications, contract drawings and addenda. Acknowledgement of addenda and their dates must be included as indicated at the bottom of this section. The undersigned further declares that he has satisfied himself by personal examination of the proposed work and by such other means as he may have chosen, as to the condition and requirements of the work and he proposes and ages that if his proposal be accepted he xvill contract to furnish all materials (not provide by the Town) and to perform all of the work required to construct, perform and complete the work at: BRUSHES CREEK BRIDGE REPLACEMENT PROJECT - Peconie Bay Blvd, Laurel, New York and all other work in connection therwith, in accordance with the contract documents and addenda, if any, prepared by the H2M Group, 575 Broad Hollow Road, Melville, New York 11747-5076 and shall comply with all of the stipulations contained therein and will furnish the required Performance and Maintenance Bond: that he will start the svork as directed by the Town and he xvill accept full pa3maent thereof as listed below. THE PRICES BID FOR THE FOLLOWING RESPECTIVE ITEMS SHALL BE PRICED ACCORDING TO THE TWO ALTERNATES AS NOTED BELOW. ALTERNATE "A" - ASSUMES A COMMENCEMENT OF CONSTRUCTION AT THE BEGINNING OF NOVEMBER 2002 WITH THE FOLLOWING RESTRICTIONS: WORK TO PROCEED WITH PROVISIONS FOR COLD WEATHER CONCRETING. ROADWAY CLOSED NO MORE THAN 110 CONSECUTIVE CALENDAR DAYS ROADWAY TO BE OPENED NO LATER THAN THE FIRST WEEK IN MAY, 2003 SOHT 99-02 BP- I BIDDERS PROPOSAL ALTERNATE "B" - ASSUMES A COMMENCEMENT OF CONSTRUCTION AT THE BEGINNING OF FEBRUARY 2003 WITH THE FOLLOWING RESTRICTIONS: ROADWAY CLOSED NO MORE THAN 110 CONSECUTIVE CALENDAR DAYS ROADWAY TO BE OPENED NO LATER THAN THE FIRST WEEK IN MAY, 2003 ALTERNATE "A" ITEM lA Mobilization and survey. LUMP SUM ITEM 2A Maintenance and protection of traffic LUMP SUM ITEM 3A Install new bridge rail. LUMP SUM ITEM 4A Install new bridge rail anchor units LUMP SUM ITEM 5A Provide and install silt fence (Approximately 400 L.F.) UNIT PRICE PER LINEAL FOOT SOHT 9%02 BP- 2 ($ DOLLARS ($ DOLLARS ($ DOLLARS ($ DOLLARS ($ DOLLARS B~IDDERS PROPOSAL Date: Name of Bidder: Telephone: ~ bt - :~ 27/J ~/ To: SOUTHOLD TOWN BOARD TOX,~2q HALL - 53095 MAiN ROAD SOUTHOLD, NEW YORK MEMBERS OF THE BOARD: The undersigned as bidder declares that the only persons, company or parties interested in this proposal as principals are named below; that this proposals made without any connection, directly or indirectly, with an.,,' other bidder for the same work: that it is in all respects fair and without collusion or fraud and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly in the performance of the contractor the supplies relating to it, or in any portion the profit thereofi that he has carefully examined the contract documents dated September 19, 2002 including bidding requirements; general and special contract conditions, specifications, contract drawings and addenda. Acknowledgement of addenda and their dates must be included as indicated at the bottom of this section. The undersigned further declares that he has satisfied himself by personal examination of the proposed work and by such other means as he may have chosen, as to the condition and requirements of the work and he proposes and ages that if his proposal be accepted he will contract to furnish all materials (not provide by the Town) and to perform all of the work required to construct, perform and complete the work at: BRUSHES CREEK BRIDGE REPLACEMENT PROJECT - Peconic Bay Bird, Laurel, New York and all other work in connection ther~vith, in accordance with the contract documents and addenda, if any, prepared by the H2M Group, 575 Broad Hollow Road, Melville, New York 11747-5076 and shall comply with all of the stipulations contained therein and will furnish the required Performance and Maintenance Bond: that he will start the work as directed by the Toxvn and he will accept full payment thereof as listed below. THE PRICES BID FOR THE FOLLOWING RESPECTIVE ITEMS SHALL BE PRICED ACCORDING TO THE TWO ALTERNATES AS NOTED BELOW. ALTERNATE "A" - ASSUMES A COMMENCEMENT OF CONSTRUCTION AT THE BEGINNING OF NOVEMBER 2002 WITH THE FOLLOWING RESTRICTIONS: WORK TO PROCEED WITH PROVISIONS FOR COLD WEATHER CONCRETING. ROADWAY CLOSED NO MORE THAN 1 i0 CONSECUTIYE CALENDAR DAYS ROADWAY TO BE OPENED NO LATER THAN THE FIRST WEEK IN MAY, 2003 SOHT 99-02 BP- I I~2,~G [~() U ~ BIDDERS PROPOSAL ALTERNATE "B" - ASSUMES A COMMENCEMENT OF CONSTRUCTION AT THE BEGINNING OF FEBRUARY 2003 WITH THE FOLLOWING RESTRICTIONS: ROADWAY CLOSED NO MORE THAN 110 CONSECUTWE CALENDAR DAYS ROADWAY TO BE OPENED NO LATER THAN THE FIRST WEEK IN MAY, 2003 ALTERNATE "A" ITEM IA Mobilization and survey. ITEM 2A Maintenance and protection of traffic LUMP SUM DOLLARS ($ dc, ooo DOLLARS ITEM 3A Install new bridge rail. (Approximately 90 L.F.) I'FEM 4A Lnstall new bridge rail anchor units LUMP SUM '~ { tA/- '~'U/)/~ d ITEM 5A Provide and install silt fence (Approximately 400 L.F.) UNIT PR/CE PER LINEAL FOOT ,~t~. SOHT 99-02 BP- 2 ($ 3~ ,~ ~ ) DOLLARS DOLL.,~RS ($ -q ~-~'-~'-t~- )/ DOLLARS ~¥ IIIDDERS PROPOSAL TOTAL ($ 4ooo- ) DOLLARS ITEM 6A Excavation (Approximately 700 C.Y.) ($ 3s-ma-- ) DOLLARS ITEM 7A Backfilling. (Approximately 480 C.Y.) UNIT PRiCE PER CUBIC YARD 4''6v'' t:2[x) ll&x*~' TOT~ ~ ~-~ 2x'tw ITEM 8A Install new asphalt pavement (Approximately 280 Tons UNIT PRiCE PER ($ 1o- ) DOLLARS ($ Cote0-- DOLLARS DOLLARS TOTAL !TEM9A Install new concrete structure including piles, formwork, concrete walls, footings, abutments, deck and steel reinforcement. LUMPSUM_ -{t,v~ (-7'cw'~ ~.,~ {'-- It' ~/ ['~-']~,~._ ~b,k[~% ~'0tt'' /'-"1 DOLLARS ($ ) DOLLARS SOHT 99-02 BP- 3 BIDDERS PROPOSAL ITEM 10A Install two 15' pavement transitions including saw-cutting, milling and new asphalt. UMPSUM ITEM 1 lA Remove and salvage existing aluminum box culvert, headwalls, endxvalls; (See Construction note 5 on sheet IN-l). Remove and store existing metal guide rail. ITEM 12A Remove and dispose of existing abutment, pier cap, wood piles ITEM 13A Remove, store and reinstall existing street signs, wood post fence; clean existing catch basin; re-vegetate disturbed slopes. ITEM 14A Prepare sub-~¥ade, install topsoil and seed (Approximately 4,500 square feet) UI'ClT PRICE PER S QU.~RE FOOT DOLLARS DOLLARS DOLLARS DOLLARS (S DOLLARS DOLLARS SOIfl' 99-02 BP- 4 l~M,% Z,3~L! ~ I]IDDERS PROPOSAL ITEM 15A Install recycled concrete aggregate base course. (Approximately 80 cubic yards) UNIT PRICE PER CUBIC YARD ~'94n0 (JO ][B. A4.~ TOTAL ~ ,-~tzq4~ dffO/t'~6~ ITEM 16A Install new pavement markings LUMP SUM ¢~UA) ~]'~bO &t c4 ITEM 17A De-water excavation for concrete work LUMP SUM ~4C~ ~ ~ ($ Cc' - ) DOLLARS DOLLARS ($ 3crvo- ) DOLLARS DOLLARS ITEM 18A Provide and install temporary tight sheeting in excavated areas. ITEM 19A DOLLARS Remove existing bulkhead and install nexv vinyl sheet piling on the South side of the structure. Install new vinyl sheet piling at the end of wing walls on the North side. Price includes the cost of installing tie rods, anchors and 6" x 6" angle iron. (Approximately 1000 S.F.) SOItT 99-02 BP- 5 BIDDERS PROPOSAL UNIT PRICE PER SQUPd~E FOOT TOTAL DOLLARS ($~0, ~nro DOLLARS ITEM 20A Remove and dispose of unsuitable material (Approximately 50 c.y.) UNIT PRICE PER CUBIC YARD TOTAL Ot'~,t 44.4X,%'C~,~ ~'-4 ($ -30 '~ DOLLARS ($ /5'~-o- DOLLARS TOTAL BID (ALTERNATE "A") DOLLARS SOHT 99-02 BP- 6 BIDDERS PROPOSAL ALTERNATE "B" ITEM lB Mobilization and sun'ey. DOLLARS ITEM 2B Maintenance and protection of traffic LUMP DOLLARS ITEM 3B Install new bridge rail. (Approximately 90 l.f.) £UMP SUM DOLLARS ITEM 4B Install new bridge rail anchor units ITEM 5B Provide and install silt fence (Approximately 400 L.F.) UNIT PRICE PER LINEAL FOOT ~ (J.0/[~ - TOTAL ($ DOLLARS ($ /o -- DOLLARS DOLLARS SOHT 99-02 BP- 7 · t~C Fq;O U P BIDDERS PROPOSAL ITEM 6B Excavation (Approximately 700 C.Y.) LUMP SUM ~ ~/A~ ($ DOLLARS ITEM 7B Backfill. (Approximately480 C.Y.) UNIT PRICE PER cubic YARD -b~ fl,~ t/a~ - ($ /D DOLLARS TOTAL DOLLARS ITEM 8B Install new asphalt pavement (Approximately 280 Tons UNIT PRICE PER DOLLARS DOLLARS ITEM 9B Install new concrete structure including piles, formwork, concrete walls, footings, abutments, decks and steel reinforcement.. ~ __.($ DOLLARS SOHT 90-02 BP- 8 Id~C~ 12C, U ~' BIDDERS PROPOSAL ITEM 10B Install 15' pavement transition including saw-cutting, milling and new asphalt. LUMP SUM ~Ltc4 s~"NO/4X~ ~J)]~.4 - ($ DOLLARS 1TEM liB Remove and salvage existing aluminum box cuh, ert, headwalls, endwalls; (See Construction note 5 on sheet IN-1 ). Remove and store existing metal guide rail. ~1 ~ DOLL.S ITEM 12B Remove and dispose of existing abutment, pier cap, wood piles. LUMP SUM ~.~ '4Oa. a~ ~ ¢4x. AZg ~.O. vF./xzJ2 ~ ($ q ~ DOLLARS ITEM 13B Remove, store and reinstall existing street signs, wood post fence; clean existing catch basin; re-vegetate disturbed slopes. LUMP SUM ~/,~ ~4,c,~ ~ -- DOLLARS ITEM 14B Prepare sub-grade, install topsoil and seed (Approximately 4,500 square feet) UNIT PRICE PER SQUPd~E FOOT If¢~. ff~ol {~t.'~t. ($ DOLLARS DOLL.ad?,_S SOHT 99-02 BP- 9 I~J',~C- F~C,U P BIDDERS PROPOSAL ITEM 15B Install recycled concrete aggregate base course (Approximately 90 cubic yard) CUBIcUN1T PRICEy.&RDPEr DOLLARS TOTAL ~ ~(.4/A~.;~d~ ./7~'-,,~ ~t~aS.-~-~ ./'.,~z2[/.d~ ($ ~:~ DOLLARS ITEM 16B Install new pavement markings LUMP SUM '~bb~O '~(-O~ DOLLARS ITEM 17B De- water excavation for concrete work. DOLL,S ITEM 18B Provide and install tempor~ ti~t sheeting in excavated areas. U'aDOLLARS ITEM 19B Remove existing bul~ead and install new vinyl sheet piling on the South side of the structure. Mstall new vinyl sheet piling at the end of the wing walls on the north side. Includes the cost of tie rods, anchors and 6" x 6" angle iron. 1oo0 ff~ ~r UNIT PRICE PER SQUARe eOOZ SOH[ 99-02 DOLLARS BP- 10 I~IDDERS PROPOSAL TOTAL DOLLARS ITEM 20B Remove and dispose of unsuitable material (Approximately 50 C.Y.) UNIT PRICE PER CUBIC YARD ']~¢~'7 ~]~c. -- DOLLARS ($ /5'Lro'' DOLLARS TOTAL BID (ALTERNATE "B") 5i ;)lC./. DOLLARS ALL WORK UNDER THIS CONTRACT SHALL COMMMENCE WITHIN TEN DAYS OF NOTICE TO PROCEED (GIVEN TO THE CONTRACTOR BY THE TOWN OF SOUTHOLD) AND SHALL BE COMPLETED NO LATER THAN MAY 12, 2003. FAILURE OF THE CONTRACTOR TO COMPLETE WORK BY THE SPEC[FlED DATE SHALL SUBJECT HIM TO LIQUIDATED DAMAGES (AS SET FORTH IN THE CONTRACT) 1N THE SUM OF THREE HUNDRED F[FTY DOLLARS ($350,00) PER DAY, COMMENCING ON MAY 13, 2003. THE ROADWAY SHALL NOT BE CLOSED ANY LONGER THAN ONE HUNDRED TEN (l 10) CALENDAR DAYS AFTER THE DATE THAT THE CONTR~.CTOR SPEC[Fi-ES THAT THE DETOUR IS IN PLACE AND CONSTRUCTION WILL COMMENCE. FAILURE OF THE CONTICACTOR TO OPEN THE ROADWAY BY THE SPECW1ED TIME FRAME SHALL SUBJECT HIM TO LIQUDATED DAMAGES (AS SET FORTH IN THE CONTRACT) IN THE SUNI OF THREE HUNDRED FIFTY DOLL.MRS ($350.00) PER DAY COMMENCING WITH THE l I 1TM CALENDAR DAY. SOHT 99-02 BP- i1 ~_~$G [~ © o P · BIDDERS PROPOSAL WITHIN TEN (10) DAYS AFTER ACCEPTANCE OF THIS BID BY THE TO~qq, THE UNDERSIGNED WILL EXECUTE THE CONTRACT WITH THE TOWN AND FURNISH THE REQUIRED BONDS AND INSURANCE. THE BOARD OF TRUSTEES OF THE TOWN OF SOUTHOLD RESERVES THE RIGHT TO AWARD THIS CONTR&CT BASED ON THE TOTAL BASE BIDS, ALTERNATE BIDS OR ANY COMBINATION OF THESE. THE BOARD OF TRUSTEES RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS. The undersigned as bidder further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a contract pursuant to such proposal and to the requirement s of the Town and shall fail to give the required security with in the ten (10) (lays after notice of the acceptance of said proposal; shall have been deposited in the mail addressed to him at the address given in the proposal; that he shall be considered to have abandoned the contract and the sum represented by the certified check accompanying this proposal shall be forfeited to the Town as liquidated damages. Otherwise the certified check shall be returned to the bidder within the forty- five (45) days after the date of receMng the bids. We the undersigned further agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45) days. The Town will accept or reject this proposal or by mutual agreement, extend this time period. The ~tndersigned hereby acknowledges receipt of the following addenda (if any): ADDENDA NUMBER: 'f~ ~ / DATED: ! ADDENDA NUMBER: DATED: ADDENDA NUMBER: Signature of Bidder ~~ DATED: Bidders Address Telephone Number: ~' ~J - 3 fi'/-(/ tOff Date: Federal I.D. #or Social Security # SOHT 99-02 BP- 12 BIDDERS PROPOSAL INTENTIONALLY LEFT BLANK SOHT 994)2 BP- 13 H2M GROUP PROPOSAL OFFER OF SURETY (To be completed by Each Bidder) In the event the above proposal is accepted and the undersigned is awarded the Contract for the work, the undersigned offers as surety for faithful performance, bond and/or bonds to protect labor and material men, the following surety: SURETY COMPANY Signature: (Bidder) CERTIFICATE OF SURETY to be signed by a duly authorized official, agent or attorney of the Surety Company. In the event that the above Proposal is accepted and the contract for the work is awarded to said (Bidder's Name) the will execute (Surety Company) the Surety Bonds as herein-before provided. Signed: Date: Authorized Official, Agent or Attorney IMPORTANT: THIS PAGE MUST BE FILLED OUT WHEN CERTIFIED CHECK IS SUBMITTED IN LIEU OF BID BOND, OR BID MAY BE REJECTED. SOHT 99-02 BP-14 H2M GROUP PROPOSAL STATEMENT OF NON-COIJ,I ISION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for xvork or sen,ices performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: (1) The prices in this bid have been arrived at independently ~vithout collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otherwise required by laxv, the prices which have been quoted in this bid have not been knoxvingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION Resolved that ~3r'Ca cO++ (Name of signatory) ~ (Na, erlerlerlerlerlerl~-~{'Corpo~ration) be authorized to sign and submit the bid or proposal bf this corporation fdr the folloxving Project: BRUSHES CREEK BRIDGE REPLACEMENT Peconic Bay Blvd. Laurel, New York 11948 SOHT 99-02 BP45 H2M GROUP PROPOSAL and to include in such bid or proposal the certificate as to non-collusion required by section one- hundred-three-d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable tinder the penalties of perju .ry. The foregoing is true and correct copy of the resolution adopted by corporation at a meeting of the Board of Directors, held on the day of (~ ,*J- ,2Or-C (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. SOHT 99-02 BP46 H2M GROUP PROPOSAL NEW YORK STATE AFFIRMATIVE ACTION CERTIFICATION (TO BE COMPLETED BY EACH BIDDER) Bidder's Certifications: A bidder will not be eligible for award of a contract under this Invitation for Bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: BIDDER'S CERTIFICATION (Bidder) Certifies that: It intends to use the following listed construction trades in the work under the contract (,t./~.0.~ 2.~%. ;and, As to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part 1 of these Bid Conditions for participation in the Nassau-Suffolk County Plan It will comply with the said County area within the scope of coverage of that Plan, those trades being: /(44~t~. jV~ox. ~'~ ; and/or, As to those trades for which it is required by these Bid Conditions to comply with Part II of these Bid Conditions, it adopts the minimum minority man- power utilization goals and the specific affirmative action steps contained in said Part II, for all construction work (both state and non-state) in the afore- mentioned area subject to these Bid Conditions, these trades being: ~'/~ ~'O ; and, SOHT 99-02 It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any subcontractor under this contract the subcontractor certification require~by these Bid Conditions. ( ignature of Authd~flzed Representative of'Bldd,gl'~ BP-17 ~1~,~ ,7} ~OL~ D PROPOSAL BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, as Principal and (Bidder's Name) as Surety are (Name of Surety) hereby held and firmly bound unto the Inc. Village of Patchogue, Suffolk County, New York, as Obligee, in the penal sum of: ($ ) for the pajy~nent of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. Signed this __ day of ,19__ The condition of the above obligation is such that, whereas, the Principal has submitted to the said Village, a certain Proposal dated to enter into a contract in writing, for the work described in the contract documents for: NOW THEREFORE, (a) If said Proposal shall be rejected, or, in the alternate (b) If said Proposal shall be accepted and the Principal shall execute and deliver a contract properly completed in accordance with said Proposal and shall furnish the Performance Bond and the Labor and Material Bond with a Surety Company authorized to do business in the State of New York as Surety on each bond, and shall in all other respects perform the agreement created by the acceptance of said Proposal, then this obligation shall be void, otherwise thc same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event exceed the penal amount of this obligation as herein stated. $OHT 99-02 BP- l 8 PROPOSAL BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the tmdersigned, Amma Construction Corp. (Bidder's Name) Safeco Insurance Company of America (Name of S arety) as Principal and as Surety are hereby held and firmly bound unto the Inc. Village of Patchogue, Suffolk County, New York, as Obligee, in the penal sam ot~ 5% of 5% of amount bid ($ amount bid for the payment of which, well and truly to be made, we hereby jointly and seYerally bind ourselves, our heirs, executors, administrators, successors and assigns. Sigrled this 14t__hday of October ,20 0~2 The condition of the above obligation is such that. whereas, the Principal has .submitted to thc said Village, a certain Proposal dated October 17, 2002 to enter into ai contract in wriling~ for the work described in the con~'act doctunents for: Replacemetn fo Peconic Bay Blvd. Bridge over Brushes Creek, Laurel, NY NOW T.HEREFOP~, (a) ffsaid Proposal shall be rejected, or, in the alternate Co) If said Proposal shall be accepted and the Principal shall execute and deliver a contract properly completed in accordance with said Proposal and shall furnish the ~erformancc Bond and the Labor and Material Bond with a Surety Company a~thorized to do business in the State cf New York as Surety on each bond, and shall in all other respeats perform thi~ agreement created by the acceptance of said Proposal, then this obligation shall be void, otherwise the same shall remain in force and eft;.-ct; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event exceed the penal amount of this obligation as herein stated. I~OHT 99-02 BP-18 ~ C[POUP PROPOSAL The Surety, for value received, hereby stipulates and agrees that the obligations of)said Surety and its bond shall be in no way impaired or affected by any extension of time within which the Obligee may accept such Proposal; and said Surety does hereby waive notie~ ot! any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunder set their h~nds and seals, and such of them as are corporations have caused their corporate seals to be herehnto affixed and these presents to be signed by their proper officer% the day and year first set ~"orth above. (SE.aL) Amma C~o~truction Corp. ~.~~cipal) By:. (SEAL) Safeco Insurance Company of America .. (Sure,t%) ~aenese Thompson, Attorney-in-t-act gOHT 99-02 BP- ~ q Individual Acknowledgment State of County of On this day of , before me personally came to me known, and known to me to be the individual in and who executed the foregoing instrument, and acknowledged to me that he/she executed the same. My commission expires Notary Public Corporation Acknowledgment State of New York County of ~__J~C~ On the /(~ day of Oc~ of the year_2002 before me personally came~/~¢~#J-~¢~,'~// to me known; who being by me ~uly sworn, did depose and say that he/she/they reside(s) in t,hat he/she/they is (are) the I'~)~J~ of the ~ (-.~q~-~4-~,--- , the corporation described in and which executed the above instrument; that he/she/they know(s) the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority of the board of directors of said corporation, and that he/she/they signed his/her/their name(s) thereto by like authority, ary Public~ ecu SAN IVIENAFRA My Commission expires NOTARY PUBLIC, State of New Yorl~ Lo.-'- N~. 0161ESO04099 Not_Z.' Qualified in Suffolk County ....................................... ~'e,r,,, Ex~i~3 N~,v ~-E'~' .................................................................... Surety Acknowledgment State of New York County of Nassau On the 14th day of October of the year 2002 before me personally came Denese Thompsoncame known, who, being by me duly sworn, did depose and say that he/she/they is an attomey in fact of Safeco Insurance Company of America corporation described in and which executed the within instrument; that he/she/they know(s) the corporate seal of said corporation; that the seal affixed to the within instrument is such corporate seal, and that he/she/they signed the said instrument and affixed the said seal as Attorney-in-fact by authority of the Board of Directors of said corporation and by authority of this office under the standing resolution thereof. My commission expires ~j;~~No~i~ /, ~E~-~ ofary Public KATHY A. BELLONE Notary Public State of ~','ew Y0d( No. 01BE,_~076958 (~ualified in Nassau C0un~ Commission Expires 7-01 SA F ECO' · OF ATTORNEY No, 10O06 KNOW ~I.L BY THESE PRESENTS: apmtnt R.A. PIERSON, SECRETARY MIKE MCGAVIC K. PRESIDENT CEK'ilFICATE Extrect fi'om Ihe B~.aWS c~ ~AFECO INSURANC~ COMPAN t~ OF AMERICA e~l ~* GENERAL. INSURANCE COMPANY' OF AMF. RJCAc 'ArlJc~e V. SectJe~ 13. - FIDELITY AND SURETY BOND~ .. I~e PmsJdefl~ any Vice President. I~e S~m~j, and ~ Assistant Vice Pre.dent appainted fo~ b~a{ (i) The pm~t~s ~f ArlJ~e V. Sec~n 13 ~" ~e By-Law~ anti mm 14th ~ay~ October 2002 PIERSON, SECRETARY SAFECO' FIRST NATIONAL ]iWSURANC~ COMPANY OF AMERICA FINANCIAL STATEMENT ~ DECEMBER 31, 2001 Assets Cash and Bank Deposits ....................................... $ 255,903 *Bonds -- U-S. Government ................................. 12.893,586 *Oth~ Bonds ......................................................... 113,436,615 *Stocks .................................................................. 31A25,905 Real Es~ ............................................................ 3,707,180 Agents' Balanc~ or Uncollected Premiums ........ 17.755,933 Accrued Imereat z..~d Ren~ ..................................1,982,974 Off, er Admitted Assets ......................................... 14,445,492 Linblllfies Unearned En~tiums ............................................... $ 34,785,783 Reserve £or Clalms and Claims Expense ................ 92,154,744 ~e for D[vi~ ~ ~1~ ................. ~5,119 A~fi~ S~ ~e~c ................................. - ~ f~ Co~i~s, T~ ~d $139,837,~5 ~pi~ S~k ............................. $ ~,~,~ ~d in ~1~ ........................... 581,835 Un~ S~1~ ................... 50,~, 117 T~ ~b~i~ ~d Su~ ..... $I~ Bonds are ~ated at am0~'dzed or investmet~t value; Stocks at Assodadon Market Values. Securities can/ed at $18,729,990 are deposited as requited by law. [. MICHAEL C. PETERS, pm~ident of Fu-st Nmiooal In sttrance Company of Ame~ca. do hereby certify that the forego'rog is a true, and correct statement of fi~e Assets and Liabilities of ~aid Corporation, as of December 3 I. 2001, lo the best of my knowledge and belief. IN wrrNE~$ WHEREOF, I have hereunto se~ my hand and a~xed the seal of said Corporaton at Seattle, Washington, this Ist day of March, 2002. .Pz~d~t RECEIVED BIDDERS PROPOSAL OCT 2 4 20O2 Town Clare Date: /°/ea~//"O~ Name of Bidder:__ Telephone: ?,a~,~ - ~-/OO To: SOUTHOLD TOWN BOARD TOWN HALL - 53095 MAIN ROAD SOUTHOLD, NEW YORK MEMBERS OF THE BOARD: The undersigned as bidder declares that the only persons, company or parties interested in this proposal as principals are named below; that this proposals made without any connection, directly or indirectly, with any other bidder for the same work: that it is in all respects fair and without collusion or fraud and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly in the performance of the contractor the supplies relating to it, or in any portion the profit thereof: that he has carefully examined the contract documents dated September 19, 2002 including bidding requirements; general and special contract conditions, specifications, contract drawings and addenda. Acknowledgement of addenda and their dates must be included as indicated at the bottom of this section. The undersigned further declares that he has satisfied himself by personal examination of the proposed work and by such other means as he may have chosen, as to the condition and requirements of the work and he proposes and ages that if his proposal be accepted he will contract to furnish all materials (not provide by the Town) and to perform all of the work required to construct, perform and complete the work at: BRUSHES CREEK BRIDGE REPLACEMENT PROJECT - Peconic Bay Bled, Laurel, New York and all other work in connection ther~vith, in accordance xvith the contract documents and addenda, if any, prepared by the H2M Group, 575 Broad Holloxv Road, Melville, New York 11747-5076 and shall comply with all of the stipulations contained therein and will furnish the required Performance and Maintenance Bond: that he will start the work as directed by the Town and he will accept full pa.vment thereof as listed below. TIlE PRICES BID FOR THE FOLLOWING RESPECTWE ITEMS SHALL BE PRICED ACCORDING TO THE TWO ALTERNATES AS NOTED BELOW. ALTERNATE "A" - ASSUMES A COMMENCEMENT OF CONSTRUCTION AT THE BEGINNING OF NOVEMBER 2002 WITH THE FOLLOWING RESTRICTIONS: WORK TO PROCEED WITH PROVISIONS FOR COLD WEATHER CONCRETING. ROADWAY CLOSED NO MORE THAN 110 CONSECUTIYE CALENDAR DAYS ROADWAY TO BE OPENED NO LATER THAN THE FIRST WEEK IN MAY, 2003 SOHT 99-02 BP- I BIDDERS PROPOSAL ALTERNATE "B" - ASSUMES A COMMENCEMENT OF CONSTRUCTION AT THE BEGINNING OF FEBRUARY 2003 WITH THE FOLLOWING RESTRICTIONS: ROADWAY CLOSED NO MORE THAN 110 CONSECUTIVE CALENDAR DAYS ROADWAY TO BE OPENED NO LATER THAN THE FIRST WEEK IN NIAY, 2003 ALTERNATE "A" ITEM lA Mobilization and survey. LUMP SUM ~'/.g :r'~ DOLLARS ITEM 2A Maintenance and protection of traffic ITEM 3A Install new bridge rail. (Approximately 90 L.F.) LUMP S~ ITEM 4A Install new bridge rail anchor units ITEM 5A Provide and install silt fence (Approximately 400 L.F.) UNIT PRICE PER LINEAL FOOT /~*..)~. ~ SOHT 99-02 BP- 2 ($ oa) DOLLARS DOLLARS DOLLARS DOLLARS BIDDERS PROPOSAL TOTAL DOLLARS ITEM 6A Excavation (Approximately 700 C.Y.) LUMP SUM ~7~/1/~.r~ 71)~d, ~ ($ 33, oeo oa) DOLI~ARS ITEM 7A Backfilling. (Approximately 480 C.Y.) UNIT PRICE PER CUBIC YARD t~! ~: ~ ($ Ko, oo ) DOLLARS ($~ooa. DOLLARS ITEM 8A Install new asphalt pavement (Approximately 280 Tons) UNIT PRICE PER ($ /ao. o,, ) DOLLARS ITEM 9A Install new concrete structure including piles, fomm,ork, concrete walls, footings, abutments, deck and steel reinforcement. L~PSUM Tea i,J,,,~,~> ,~ ~~ g DOLLARS DOLL,~RS SOHT 99-02 BP- 3 BIDDERS PROPOSAL ITEM 10A h~stall two 15' pavement transitions including saw-cutting, milling and new asphalt. DOLLARS ITEM llA Remove and salvage existing aluminum box culvert, headwalls, endwalls; (See Construction note 5 on sheet IN-l). Remove and store existing metal guide rail. ! ITEM 12A Remove and dispose of existing abutment, pier cap, wood piles ($ 7, 700 DOLLARS ($ DOLLARS ITEM 13A Remove, store and reinstall existing street signs, xvood post fence; clean existing catch basin; re-vegetate disturbed slopes. LUMP SUM / ITEM 14A Prepare sub-grade, install topsoil and seed (Approximately 4,500 square feet) UNIT PRICE PER SQUARE FOOT TOTAL ($ ~, '2oo. oo) DOLLARS ($ c9.~o ) DOLLARS ($ 3, (, DOLLARS SOHT 99-02 BP- 4 BIDDERS PROPOSAL ITEM 1SA Install recycled concrete aggregate base course. (Approximately 80 cubic yards) UNIT PRICE PER ITEM 16A Install new pavement markings L~ SUM ~./6 A/7" ITEM 17A Dc-water excavation for concrete work LUMP SUM 7",~/Z-7~ ~lX ITEM 18A Provide and install temporary, tight sheeting in excavated areas. L~.'IP l ITEM 19A ($ foO. ) DOLLARS DOLLARS DOLLARS (s 4..,oeo, DOLLARS DOLl. ARS Remove existing bulkhead and install new vinyl sheet piling on the South side of the structure. Install new vinyl sheet piIing at the end of wing walls on the North side. Price includes the cost of installing tie rods, anchors and 6" x 6" angle iron. (Approximately 1000 S.F.) SOHT 99-02 BP- 5 I~,~ ~C, O 7~ BIDDERS PROPOSAL UNIT PRICE PER SQUARE FOOT DOLLARS TOTAL DOLLARS ITEM20A UNIT PRICE PER CUBIC YARD TOTAL 7'/-'~ 7'-/~/oo~,0.~,L..O Remove and dispose of unsuitable material (Approximately 50 c.y.) DOLLARS DOLL.S TOTAL BID (ALTERNATE "A") ($ ~qgoq/6.,:;0. DOLLARS SOHT 9%02 BP- 6 BIDDERS PROPOSAL ALTERNATE "B" ITEM lB Mobilization and sun, ey. ITEM 2B Maintenance and protection of traffic LUMP SUM ~/~'~ '7't~O~,0'/~O DOLL)RS DOLLARS ITEM 3B Install new' bridge rail. (Approximately 90 l.f.) LUMP SUM '7~;~7'~ ITEM 4B Install new bridge rail anchor units LUMP SUM ITEM 5B Provide and install silt fence (Approximately 400 L.F.) UNIT PRICE PER LINEAL FOOT ~O,~ ~' TOTAL DOLLARS DOLLARS DOLLARS DOLLARS $OHT 99-02 BP- 7 BIDDERS PROPOSAL ITEM 6B Excavation (Approximately 700 C.Y.) LUMP SUM 7~l,r/~ T]C/Z,~g DOLLARS ITEM 7B Backfill. (Approximately 480 C.Y.) UNIT PRICE PER ($ 5'0.0(5 ) DOLLARS ITEM 8B Install next' asphalt pavement (Approximately 280 Tons) UNIT PRICE PER TON O~.g~7 ~got..~g~d~g:) ,( Afro ($ DOLLARS DOLLARS DOLLARS ITEM 9B Install new concrete structure including piles, fom~work, concrete walls, footings, abntments, decks and steel reinforcement. LUMP SUNI 7'''/A'O /~t~/Z,~J> ~ ~~ ~; ~ ~ DOLLARSr$ ~¢¢ 0~, ~ SOHT 99-02 BP- 8 BIDDERS PROPOSAL ITEM 10B Install l 5' pavement transition including saw-cutting, milling and new asphalt. DOLLARS ITEM 11B Remove and salvage existing aluminum box culvert, headwalls, endwalls; (See Construction note 5 on sheet 1N-I ). Remove and store existing metal guide rail. LUMP SUM ITEM 12B DOLLARS Remove and dispose of existing abutment, pier cap, wood piles. LUMP SUM T~/tq_~-~ ~,~A4 ~ ~I/~iZ~O ~'~ DOLLARS ITEM 13B Remove, store and reinstall existing street signs, wood post fence; clean existing catch basin; re-vegetate disturbed slopes. ITEM 14B DOLLARS Prepare sub-grade, install topsoil and seed (Approximately 4,500 square feet) UNIT PRICE PER SQUARE FOOT /~O -~::~'~ ti 6C/4 ~ ~/.oT~ (* DOLLARS DOLL, MRS ~ ¢oo, o,~ ) o, ~,o ) ~ 6oo. o)o SOHT 99-02 BP- q BIDDERS PROPOSAL ITEM 15B Install recycled concrete aggregate base course (Approximately 90 cubic yard) UNIT PRICE PER CUBIC YARD DOLLARS TOTAL ITEM 16B Install new pavement markings LUMP SUM DOLLARS ($ &o. oo ) ($ fco.. DOLLARS DOLLARS ITEM 17B De- water excavation for concrete work. LUMP SUM 7~1~_,,w St y,. "/"10-oo-r,-,-, ~/a.,)D ITEM 18B Provide and install temporary tight sheeting in excavated areas. LUMP SUNi /t~eTt./ ~/;g~.s,~ 7'~g}g49 ITEM 19B DOLLARS Remove existing bulkhead and install new vinyl sheet piling on the South side of the structure. Install new vinyl sheet piling at the end of the wing walls on the north side. Includes the cost of tie rods, anchors and 6" x 6" angle iron. UNIT PRICE PER SQUARE FOOT BP- lo SOHT 99-1)2 DOLLARS BIDDERS PROPOSAL TOTAL DOLLARS ITEM 20B UNIT PRICE PER CUBIC YARD TOTAL 7',,.o Remove and dispose of unsuitable material (Approximately 50 C.Y.) DOLLARS DOLL.S TOTAL BID (ALTERNATE "B") ALL WORK UNDER THIS CONTRACT SHALL COMMMENCE WITHIN TEN DAYS OF NOTICE TO PROCEED (GIVEN TO THE CONTRACTOR BY THE TOWN OF SOUTHOLD) AND SHALL BE COMPLETED NO LATER THAN MAY 12, 2003. FAILURE OF THE CONTRACTOR TO COMPLETE WORK BY THE SPECIFIED DATE SHALL SUBJECT HIM TO LIQUIDATED DAMAGES (AS SET FORTH IN THE CONTRACT) IN THE SUNI OF THREE HUNDRED FIFTY DOLLARS ($350.00) PER DAY, COMMENCING ON MAY 13, 2003. THE ROADWAY SHALL NOT BE CLOSED ANY LONGER THAN ONE HUNDRED TEN (110) CALENDAR DAYS AFTER THE DATE THAT THE CONTRACTOR SPECIFIES THAT THE DETOUR IS IN PLACE AND CONSTRUCTION WILL COMMENCE. FAILURE OF THE CONTRACTOR TO OPEN THE ROADWAY BY THE SPECIFIED TIME FR~&ME SHALL SUBJECT HIM TO LIQUIDATED DAMAGES (AS SET FORTH IN THE CONTKACT) IN THE SUNI OF THREE HUNDRED FIFTY DOLLARS ($350.00) PER DAY COMMENCING WITH THE l i lTM CALEND,,LR DAY. SOHT 99-02 BP- ii ~2MG hO0 P, BIDDERS PROPOSAL WITHIN TEN (10) DAYS AFTER ACCEPTANCE OF THIS BD BY THE TOWN, THE UNDERSIGNED WILL EXECUTE THE CONTRACT WITH THE TOWN AND FURNISH THE REQUIRED BONDS AND INSURANCE. THE BOARD OF TRUSTEES OF THE TO~VN OF SOUTHOLD RESERVES THE RIGHT TO AWARD THIS CONTRACT BASED ON THE TOTAL BASE BDS, ALTERNATE BDS OR ANY COMBINATION OF THESE. THE BO.~RD OF TRUSTEES RESERVES THE RIGHT TO REJECT AND' AND ALL BIDS. The undersigned as bidder further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a contract pursuant to such proposal and to the requirement s of the Town and shall fail to give the required security with in the ten (10) days after notice of the acceptance of said proposal; shall have been deposited in the mail addressed to him at the address given in the proposal; that he shall be considered to have abandoned the contract and the sum represented by the certified check accompanying this proposal shall be forfeited to the Town as liquidated damages. Otherxvise the certified check shall be returned to the bidder within the forty- five (45) days after the date of receiving the bids. We the undersigned further agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45) days. The Town will accept or reject this proposal or by mutual agreement, extend this time period. The undersigned hereby acknowledges receipt of the following addenda (if any): ADDENDA NUMBER: P~DDENDA NUMBER: DATED: DATED: )ff)DENDA NUMBER: Signature of Bidder ,j~ '~~ DATED: Bidders Address ~.O. t~l~Y /~_- ~ Telephone Number: ~'-ff--~"' 5~/~'~ Date: //qT~ Federal I.D. # or Social Security # ,//-- , SOHI 994)2 BP- 12 H2M GROUP PROPOSAL STATEMENT OF NON-COLI,I$SION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or sen'ices perfomled or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as tree under the penalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless othenvise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION Resolved that ...qF[)4- /+t4..-~-.¢ of the f.t4',"-sP/..,,c~t,f..~.o ,%so'c.,.,-,~.r, (Name of signatory) (Name of Corporation) be authorized to sign and submit the bid or proposal of this corporation for the following Project: BRUSHES CREEK BRIDGE REPLACEMENT Peconic Bay Blvd. Laurel, New York 11948 SOHT 99-02 BP45 H2M GROUP PROPOSAL and to include in such bid or proposal the certificate as to non-collusion required by section one- hundred-three-d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties o f peri ury. The foregoing is tree and correct copy of the resolution adopted by corporation at a meeting of the Board of Directors, held on the / ~ r/, day of /9[ · ,c...-o'.r,-t._ , ~ / ~ ~ ? (SEAL OF THE CORPORATION) Laxvs of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. Signature SOHT 99-02 BP-16 H2M GROUP PROPOSAL NEW YORK STATE AFFIRMATIVE ACTION CERTIFICATION (TO BE COMPLETED BY EACH BIDDER) Bidder's Certifications: A bidder will not be eligible for award of a contract under this Invitation for Bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: BIDDER'S CERTIFICATION Certifies that: (Bidder) It intends to use the following listed construction trades in the work under the contract As to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part 1 of these Bid Conditions for participation in the Nassau-Suffolk County Plan It will comply with the said County area within the scope of coverage of that Plan, those trades being: As to those trades for which it is required by these Bid Conditions to comply with Part II of these Bid Conditions, it adopts the minimum minority man- power utilization goals and the specific affirmative action steps contained in said Part II, for all construction work (both state and non-state) in the afore- mentioned area subject to these Bid Conditions, these trades being: It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any subcontractor under this contract the subcontractor certification required by these Bid Conditions. '~'~ (Signature of Authorized Representative of Bidder) SOHT 99-02 BP-17 QUALIFICATION OF BIDDERS TOWN OF SOUTHOLD SUFFOLK COUNTY NEW YORK The Town may make such investigation(s) as the Town deems necessary to determine the responsibility of any Bidder or to determine the ability of any Bidder to perform the Work. Bidders shall furnish to the Town all information and data required by the Town, including complete financial data, within the time and in the form and manner required by the Town. The Town reserves the right to reject any bid if the evidence required by the Town is not submitted as required or if the evidence submitted by or the investigation of any Bidder fails to satisfy the Town that the Bidder is responsible, or is able or qualified to can3, out the obligations of the Contract or to complete the Work as contemplated. The following is a list showing the name of the Owner, Location, Date of Construction, General Description of Work, Amount of the Contract and Contract Period for projects of similar nature in size, construction method and construction procedure, which have been completed by the undersigned as the prime contractor, and which have been in operation for a period of not less than one year, (minimum of five such projects). Project No.1 Contact Name and Phone Number: Location: ~ /w~-e , t' , &a_[ General Descrivtion: $ P/~-,-~,,- Contract .~nount: Contract Period: SOHT 99-02 QB - 1 of 5 QUALIFICATION OF BIDDERS Project No.2 Contact Name and Phone Number: Location: b~Je g'kk4 ~'O 4-~ ,- General Description: Contract ?u-nount: Contract Period: Project No.3 Owner: Contact Nme ~d Phone Number: Location: General Description: Contract Amount: Contract Period: Proiect No.4 Contact Name and Phone Number: General Deschption: Contract Amount: Contract Period: $OHT 99-02 QB - 2 of 5 QUALIFICATION OF BIDDERS Proiect No.5 / - Owner: ,Md,,./~Orl~ ~-4'f~ ~4F, o4~ /rC,^5~0~'['~-75o,'--'' Contact Name and Phone Number: Location: , , General Description: Contract Amount: Contract Period: The following is a list of the major areas of construction work under this contract to be performed by subcontractors to the bidder, showing the Type of Work and the name of the Oxvner, Location and Date of Construction for work of similar nature in size, construction method and construction procedure, which have been completed by the undersigned, and which have been in operation for a period of not less than one year, (minimum of five such projects). Subcontractor Name: Tvl~e of Work: ,/~%t~l/vg,-~ C.4,~- ~,,'?h~t~ ~, Owner Contact Name Phone Number Location Contract Amount SOHT 09-N2 QB - 3 of 5 QUALIFICATION OF BIDDERS Subcontractor Name: T¥1~e of Work: Owner Contact Name Phone Number Location Contract Amount The Town of Southold reserves the right to reject any and all bids which do not include a completed qualifications section and/or do not meet the necessary qualifications criteria, for both prime contractor and subcontractors, as described within this qualifications section, for construction work to be performed and completed as required by the contract documents. BIDDER FIRM NAME: ADDRE S S: PREPARED BY: S ONED BY: TITLE: SOHT 99-02 QB - 5 of 5 PRO?OSAL BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, CHESTERFIELD ASSOCIATES, INC. (Bidder's Name) as Pr/n¢ipal and RLI INSURANCE COMPANY (Name of Surety) as Surety are hm-eby held and firmly bound unto thc l.nc. Village ofPatchogue, Suffolk County. New York. as Obligee, in the penal sum of: FIVE PERCENT OF TOTAL BID AMT ...... ($5% OF BID ) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. Signed thisl7TFday of OCTOBER ,g~2002 The condition of the above obligation is such that. wherea~, the Principal ha~ submitted to the said Village, a em'rain Proposal datedOCTOBER 17, 2002 to enter into a contract in writing, for the work described in the contract documents for: REPLACEMENT OF PECONIC BAY BLVD. BRIDGE OVER BRUSHES CREEK LAUREL, NY H2M PROJ# NO. SOHT 99-02 NOW THEREFORE, (a) If said Proposal shall be rejected, or, in the alternate (b) If said Proposal shall be accepted and the Principal shall execute and deliver a contract properly completed in accordance with said Proposal and shall t~xrnish the Performance ~ond and the Labor and Material Bond with a Surety Company authorized to do business in the Stato of New York a~ Surety on each bond, and shall in all other respects perform the agreement created by the acceptance of said Proposal, then this obligation shall be void, otherwise th; same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event exceed the penal amount of this obligation aa herein stated. $OHT 99-02 BP-18 PROPOSAL The Surety, for value received, h~rehy stipulates and agrees that the. obligations of said Surety and its bond shall be in no' way' impaired or ~ffected by any extension of time within which the Obligce may accept such Proposal; and said Surety does hereby waive notice of any such extension. h'q wITNESS WHEREOF, the Principal and the Surety have hereunder set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereunto affixed and these presents to be signed by their proper offiee~s, the day and year first set forth above. [SEAL) CHESTERFIELD ASSOCIATES, INC. (SEAL) RLI INSURANCE COMP/A~ %AViD A. IN FACT gOHT 99-02 BP- I q ILLINOIS Of NEW YORK RLI INSURANCE COMPANY a cozporation of authorized to transact business in the State bmreby =onsents and ~3rees that if the acc.~,'~[3al'~.,~nc~ ~ of CHESTERFIELD ASSOCIATES, INC, TOWN OF SOUTHOLD for REPLACEMENT OF PECONIC BAY BLVD. BRIDGE OVER BRUSHES CREEK LAUREL, NY H2M PRO J# SOHT 99-02 PERFORMANCE/PAYMENT TOWN OF SOUTHOLD RLI INSURANCE COMPANY will becc~ bound, as Surety, a~d will ex~-'ute bond in the amount and foxm ,'.~,l'led for by the conditioned for the pzu~er and faithful fulfl 1 lment of ~ ccmtract. ~ of OCT I ? 2002 RLI INSURAN..GE~OMPANY ACKNOWLEDGEMENT OF CONTRACTOR, IF A CORPORATION STATE OF .EW YORK COUNTY ON THE 17TH DAY OF OCTOBER, 2002, BEFORE ME PERSONALLY CAME ~.e.,4~ TO ME KNOWN, WHO, BEING BY ME DULY SWORN, DID DEPOSE AND SAY THAT (StilE RESIDES AT ~'~q'~(.~.p(O~xxJ ,'~ THAT (S)HE IS THE -tgr . ld; E OF CHESTERFIELD ASSOCIATES, INC., THE CORPORATION DESCRIBED IN AND WHICH EXECUTED THE ABOVE INSTRUMENT; AND THAT (S)HE SIGNED HIS/HER NAME THERETO BY OR.~/ER OF THE BOARD OF DIRECTORS OF SAID CORPORATION. _~_~/~ ,? . JAND^. CmA"A No. 01CU6077055 ,[fid/JaP/Public Qualitled in Suffolk Coum~f/ / / Commission Exp;res July 1, 2O,j~~ // // ACKNOWLEDGEMENT OF SURETY STATE OF NEW YORK,) COUNTY OF NASSAU,) ON THE 17TH DAY OF OCTOBER., 2002, BEFORE ME PERSONALLY CAME DAVID A. GOLDSTEIN TO ME KNOWN, WHO, BEING BY ME DULY SWORN, DID DEPOSE AND SAY THAT (S)HE RESIDES AT MERRICK, NYTHAT (S)HE IS THE ATTORNEY-IN-FACT OF RLI INSURANCE COMPANY THE CORPORATION DESCRIBED IN AND WHICH EXECUTED THE ABOVE INSTRUMENT; THAT (S)HE KNOWS THE SEAL OF SAID CORPORATION; THAT ONE OF THE SEALS AFFIXED TO THE FOREFGOING INSTRUMENT IS SUCH SEAL; THAT IT WAS SO AFFIXED BY ORDER OF THE BOARD OF DIRECTORS OF SAID CORPORATION; AND THAT (S)HE SIGNED HIS/HER NAME THERETO BY LIKE ORDER. GAVE CONKLIN Notary Pubhc, State o4 New Yorl~ No. 01004982812 Qualified in Nassau County Commission Expires June 10, 20 A Division ofRLI ]nsurcm~e Company P.O. Box 3967 Peoria, IL 61612-3967 Know Ali Men by These Presents: POWEI F ATTORNEY RLI Insurance Company 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, an Illinois corporation, does hereby' make, constitute and appoint: GEORGE O. BREWSTER. DAVID A. GOLDSTEIN~ NANCY B. SCHNEE. FERN PERRY. GAYE CONKLIN in the City of JERICHO , State of NEW YORK its true and lawful Agent and Attorney-in-Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described bond. Any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million Dollars ($10,000,000) for any single obligation. The acknowledgment and execution of such bond by the said Attorney~in-Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers &this Company. The RLI Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors of RLI Insurance Company, and 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, Vice President. or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, and 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 Ai~omey, 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 has caused these presents to be executed by its President with its corporate seal affixed this 23rd day of May State of Illinois ) SS Count3.' of Peoria , 2002 . ,,,,::'~'~ c ~ ,~',::,,,~ ....~,oT. ..... o .,, , ~*.." ~: _._ ....~ ?EAL..." i On this 23rd da.,,' of May 2002 , before lne, a Notary Public. personally appeared J~nathan E. Michael ', ,.'.,ho being b3 me duly sworn, acknowledged that he signed thc above Power of Anorney as the aforesaid officer of the RL[ Insurance Company and acknowledged said instrument to be the voluntar> act and deed of said corporation. RLI Insurance Company By: (~~PresidenC~t~~ CERTIFICATE 1, the undersigned officer of RL! Insurance Company. a stock corporation of the State of Illinois, do hereby ceftin, that the attached Power of Attorne3 is in full force and effect and is irrevocable; and furthermore, that thc Resolution of the Company as set forth in the Pm~er of Attorney, is now in force. In testimon3 whereof, I have hereunto set my hand ~.~3.11~,~al o,4',4111~, RLI Insurance Company this 17TH [lay of ut, J_une, lx . zuuz . ' Notaryt pu~jcO~~ RLI Insurance Company iD.I- V I 8 I o NJ ~ Division ofP. ZJln~uranc~ Cor~pany P,O. Box 39~7 PeoH~ IL 61612-3967 Phone: 309~92-1000 800~5-2402 F~: 309-692-8637 RLI Insurance ComPany · December .31, 2001' AdmRted Assets Fixed Maturities ....................... $ 265,109,536 Equity RecutJtJes ....................... Short-term investments .................. Real estate ............................. Cash on hand and On deposit ................ Other invested assets ..................... Agents' balances ........................ investment hlcorne due and accrued .... .... ... Reinsurance recoverable on paid Josses.. ........ Receivable from affiliates .................... 320,651,355 4g,299,285 6,019,339 10,613,732 52,524.898 4,429,392 9¢,477 15,739,177 3,099,572 1,847,740 27r982~482 UabilitJes and Surplus Ceded Reinsurance Premium Payable ......... 23,189,324 Total Admitted Assets ..................... $ 749.732.922 State of l//Jnois ~s. County of Peoria Common stock ........................ $ 10,000,375 Additional paid-in capital .................. 60,025,474 Unassigned surpius ..................... 221,584,039 The undersigned, being duly sworn, says: That he/$ the Pres/dent of RU Insurance Company; that said Company is a corporation duly .organ/zed, in the State of Illinois, and [icensed and engaged in buMness in the Stats of lqew ~Zork and has duly complied with ali the requirements of the laws of said State applicable of said Company and ia duly qual/fied to act aa Surety under such laws/ that sa/d Company has a/au comp#ed w/th and is duly qualified to act as Surety under the Act of Congress approved July 194 ?, gU. S. C sec. E-13; and that to the best of hie knowledge and belief the abo~e statement ia a full, true, and correct statement of the financial condition of the 3aid Company on the 3 1st day of December 200 1. Attest: Corporate Seal Affixed ~ ~;~~Pre$/dent, CEO Jonathan E. Michael ' "~ Secretary mille U. Hensey ~/ Sworn to before me thie 15th day of February 2002. BIDDERS PROPOSAL OCT 2 4 2002 [)ate: Name of Bidder: Southold Town Clerl~ Telephone: To: SOUTHOLD TOWN BOARD TOWN HALL - 53095 MAIN ROAD SOUTHOLD, NEW YORK MEMBERS OF THE BOARD: The undersigned as bidder declares that the only persons, company or parties interested in this proposal as principals are named below; that this proposals made without any connection, directly or indirectly, with any other bidder for the same work: that it is in all respects fair and without collusion or fraud and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly in the performance of the contractor the supplies relating to it, or in any portion the profit thereof: that he has carefully examined the contract documents dated September 19, 2002 including bidding requirements: general and special contract conditions, specifications, contract drawings and addenda. Acknowledgement of addenda and their dates must be included as indicated at the bottom of this section. The undersigned further declares that he has satisfied himself by personal examination of the proposed work and by such other means as he may have chosen, as to the condition and requirements of the work and he proposes and ages that if his proposal be accepted he will contract to furnish all materials (not provide by the Town) and to perfonn all of the work required to construct, perform and complete the work at: BRUSHES CREEK BRIDGE REPLACEMENT PROJECT - Peconic Bay Bird, Laurel, New York and all other work in connection therwith, in accordance with the contract documents and addenda, if any, prepared by the H2M Group, 575 Broad Hollow Road, MeMlle. New York 11747-5076 and shall comply with all of the stipulations contained therein and will furnish the required Performance and Maintenance Bond: that he will start the work as directed by the Town and he will accept full pa?nent thereof as listed below. THE PRICES BID FOR THE FOLLO \ lNG RESPECTIX. E I3 EMS SHALL BE PRICED V ACCORDING TO THE Tx` O ALTERNATES AS NOTED BELOW. ALTERNATE "A" - ASSLnMES A COMMENCEMENT OF CONSTRUCTION AT THE BEGINNING OF NOVEMBER 2002 WITH THE FOLLOWING RESTRICTIONS: WORK TO PROCEED WITH PROVISIONS FOR COLD WEATHER CONCRETiNG. RO?d)\VAY CLOSED NO MORE THAN 110 CONSECUTIVE CALENDAR DAYS ROADWAY TO BE OPENED NO LATER THAN THE FIRST WEEK IN MAY, 2003 SOHT 99-02 BP- l BIDDERS PROPOSAL ALTERNATE "B" - ASSUMES A COMMENCEMENT OF CONSTRUCTION AT THE BEGINNING OF FEBRUARY 2003 WITH THE FOLLOWING RESTRICTIONS: ROADWAY CLOSED NO MORE THAN 110 CONSECUTIVE CALENDAR DAYS - ROADWAY TO BE OPENED NO LATER THAN THE FIRST WEEK IN MAY, 2003 ALTERNATE "A" ITEM lA Mobilization and survey. LUMP SUNI ITEM 2A Maintenance and protection of traffic LUMP SUM ITEM 3A Install next' bridge rail. LUMP SUM ITEM 4A h~stalI new bridge rail anchor units LUMP SUNI ITEM 5A Provide and install silt fence (Approximately 400 L.F.I L~NIT PRICE PER LINEAL FOOT SOHT 99-{)2 BP- 2 ($ DOLLARS ($ DOLL.MRS ($ DOLLARS ($ DOLLARS ($ DOLLARS lq:~,~G 5'C U P BIDDERS PROPOSAL ITEM 6A .(s&, 000 DOLLARS Excax anon (Approximately 700 C.'~ .) ITEM 7A DOLLARS Backfilling. {Approxunatel~ 480 C.5 .) UNIT PRiCE PER..,~ .,-- CUBIC YARD [ I,U~---'t,.)T~(~ f'-lOE - TOTAL ITEM 8A Install new asphalt pavement (Approximately280 Tons) TON_ ITEM 9A Install new concrete structure including piles, footings, abutments, deck and steel reinforcement. i'brmwork, concrete walls. DOLLARS ($ [~, 000 DOLLARS 00 _($ t ) DOLLARS DOLL,ARS DOLLARS SOHT 99-02 BP- 3 BIDDERS PROPOSAL ITEM 10A Install two 15' pavement transitions including saw-cutting, milling and new asphalt. ITEM 1 IA Remove and salvage existing aluminum box culvert, headwalls, endwalls; (See Construction note 5 on sheet IN-l). Remove and store existing metal guide rail. ITEM 12A Remove and dispose of existing abutment, pier cap, wood piles ITEM 13A Remove, store and reinstall existing street signs, v¢ood post fence; clean existing catch basin; re-vegetate disturbed slopes. ITEM 14A Prepare sub-grade, install topsoil and seed (Approximately 4.500 square feet) UNIT PRICE PER SQUARE FOOT DOLLARS DOLLARS ($(2, ooo. ) DOLLARS DOLLARS OO ($ . DOLLARS DOLLARS SOHT 99-02 BP- 4 ]1 BIDDERS PROPOSAL ITEM 15A Install recycled concrete aggregate base course, (Approximately 80 cubic yards) UNIT PRICE PER c u lc_FI TOTAl. ITEM 16A Install new pavement markings ITEM I?A De-water excavation for concrete work ITEM 18A Provide and install temporaO' tight sheeting in excavated areas. C ITEM 19A DOLLARS ($~,0a3'~ DOLLARS DOLLARS <$ i 77, DOLLARS DOLLARS Remo`.'e existing bulkhead and instaL1 ne,.', vinyl sheet piling on the South side of the structure. Install new vinyl sheet piling at the end of wing walls on the North side. Price includes the cost of installing tie rods, a ~chors a id 6 x 6" angle iro ~. I Approximately 1000 S.F.i SOItT 99-02 BP- 5 BIDDERS PROPOSAL UNIT PRICE ~ , , .. goo PERSQUAREFOOT t L. UOJT¥- k)i~°g- ~O~-Ct~re5 ~ ~dqsZ ) ~ O - C~ DOLL,~S . ~(- ~O'- ('e~ DOLLARS ITEM 20A Remove and dispose of unsuitable material (Approximately 50 c.y.) UNIT PRICE PER CUBIC YARD 'Th\/U&X"'(- bO LLA~G -c,.,4c~ -- A. JO ,- C e--w-cS DOLLARS DOLLARS TOTAL BID (ALTERNATE "A") ~ &-M 0,.9 - .t4 oW b~O'> - DOLLARS SOHT 99-02 BP- 6 1fl~,'3 :,2 C' :' BIDDERS PROPOSAL ALTERNATE "B" ITEM lB Mobilization and survey. ~- ~0 e~ DOLLARS ITEM 2B Maintenance and protection of traffic LUMP SL~I ITEM 3B 7--,q ~c-W - 7-,o~0-¢/+,,c,' ~ -- {sZ '% ooo % co-ed - /..)0 - ~' &-ur~/~ DOLLARS Install new bridge rail. (Approximately 90 1.£) LUMP SUM -~/q t(~ Y- ~'-/6:M 7-- '7-)40US;14-ewb -- o ~ ,~s 753 ~. °°°'7 DOLLARS ITEM 4B Install new bridge rail anchor units _ ~[- ~O- C'C-~ DOLLARS ITEM 5B Provide and install silt fence (Approximately 400 L.F.) '1tbs DOLLARS DOLLARS SOHT 99-{~2 BP-" BIDDERS PROPOSAL ITEM 6B Excavation (Approximately 700 C.Y.) ITEM 7B DOLLARS Backfill. (Approxm~ateB, 480 C.'~ .) UNIT PRICE PER~ o--~,[ - {LgO- c"~ C-3w ~ DOLLARS -- e,,~,~'d~_ - /,.90 - e ~-X--)XU% DOLLARS ITEIM 8B Install new asphalt pavement (Approximately 280 Tons) UNIT PRICE PER ~U 0 - ($ {Oo DOLLARS TOTAL ITEM 9B Install new concrete structure including piles, formwork, concrete wails. footings, abutments, decks and steel reinforcement. SOH f 9V-FQ BP- 8 BIDDERS PROPOSAL ITEM 10B Install 15' pavement transition including saw-cutting, milling and new asphalt. ~_b, iPSU:,i ff [ ~/~- T-~c.~'/rz,~.- lba~ ~,.t ec~-- _ ~'- ~-- ~'d-~ DOLLARS ITEM 11B LUMP SL~.I ITEM 12B Remove and salvage existing aluminum box culvert, headwalls, endwalls; (See Construction note 5 on sheet IN-1 ). Remove and store existing metal guide rail. Remove and dispose of existing abutment, pier cap, wood piles. LUMP SL~IT2OCLU~ - T-,swo'SA-,ua,- ~zzrt~>~ - _($12, o00. DOLLARS OO ITEM 13B Remove, store and reinstall existing street signs, wood post fence; clean existing catch basin; re-vegetate disturbed slopes. (e c-,C[ - ~0- 6 ~ I ~ DOLLARS ITEM 14B Prepare sub-grade, install topsoil and seed (Approximately 4.500 square feet) UNIT PRICE PER~ SQUARE FOOT DOLLARS i,s ~ O00 DOLl_ARS SOHF 99-02 BP- 9 BIDDERS PROPOSAL ITEM 15B Install recycled concrete aggregate base course (Approximately 90 cubic yard) uNrr PmCE P~R ~c-rS"- ~o~-cr~ec5 - cumc VAR~ w0 '- DOLL.S Od..> {-') e>~: C /~ i~ ~" ~ ~- /.-~0- C e.-'~'~ DOLLARS ITEM 16B Install new pavement markings ~ ~ ~0-- ~7 ~ DOLLARS ITEM 17B De- water excavation tbr concrete work. ITEM 18B Provide and install tempora0, tight sheeting in excavated areas. DOLL)dP.S ITEM 19B Remove existing bulkhead and install new vinyl sheet piling on the South side of the structure. Install new vinyl sheet piling at the end of the wing walls on the north side. Includes the cost of tie rods, anchors and 6" x 6" angle iron. UNIT PRICE PER _ ~o- C6~"[5 SOHT 99-02 BP- l~/ DOLLARS BIDDERS PROPOSAL _ ,z.,.~' - ~- <:'c""~F,5~ DOLLARS ITEM 20B Remove and dispose of unsuitable material (Approximate y 50 C.Y.) UNIT PRICE PER CUBIC YARD 7"-/q ! ~'~-~t~_ hod Cl~ l"d'5 TOTAL .. a. .C ($ DOLLARS c""'"~7~-O -- (~" C'Wt'-'" ~,--~ DOLLARS TOTAL BID (ALTERNATE "B") ,oo.- (~7qc:, 0 ~ Tl DOLLARS ALL WORK UNDER THIS CONTRACT SHALL COMMMENCE WITHIN TEN DAYS OF NOTICE TO PROCEED (G~EN TO THE CONTP~ACTOR BY THE TOWN OF SOUTHOLD) AND SHALL BE COMPLETED NO LATER THAN MAY 12, 2003. FAILURE OF THE CONTRACTOR TO COMPLETE WORK BY THE SPECIFIED DATE SHALL SUBJECT HIM TO LIQUIDATED DAMAGES (AS SET FORTH 1N THE CONTRACT) IN THE SUM OF THREE HUNDRED FIFTY DOLLARS ($350.00) PER DAY. COMMENCING ON MAY 13, 2003. THE ROADWAY SHALL NOT BE CLOSED ANY LONGER THAN ONE HUNDRED TEN (110) CALENDAR DAYS AFTER THE DATE THAT THE CONTRACTOR SPECIFIES THAT THE DETOUR IS 1N PLACE AND CONSTRUCT[ON WILL COMMENCE. FA[LURE OF THE CONTRACTOR TO OPEN THE ROADWAY BY THE SPECIFIED TIME FRAME SHALL SUBJECT HIM TO LIQUIDATED DAMAGES (.AS SET FORTH IN THE CONTRACT~ IN THE SUM OF THREE HUNDRED FIFTh' DOLLARS ($350.00) PER DAY COMMENCING WITH THE 11 lnl CALENDAR DAY. SOHT 9%02 BP-Il IDDERS PROPOSAL WITHIN TEN (10) DAYS AFTER ACCEPTANCE OF THIS BID BY THE TO~,q'4, THE UNDERSIGNED WILL EXECUTE THE CONTRACT WITH THE TOWN AND FURNISH THE REQUIRED BONDS .AND INSU1L&NCE. THE BO?d~D OF TRUSTEES OF THE TOWN OF SOUTHOLD RESERVES THE RIGHT TO AWARD THIS CONTRACT BASED ON THE TOTAL BASE BIDS, ALTERNATE BIDS OR ANT COMBINATION OF THESE. THE BOARD OF TRUSTEES RESERVES THE RIGHT TO REJECT ANY AND ALL BI:DS. The undersigned as bidder further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a contract pursuant to such proposal and to the requirement s of the Town and shall fail to give the required security with in the ten (10) days after notice of the acceptance of said proposal; shall have been deposited in the mail addressed to him at the address given in the proposal; that he shall be considered to have abandoned the contract and the sum represented by the certified check accompanying this proposal shall be forfeited to the Town as liquidated damages. Otherwise the certified check shall be returned to the bidder within the forty- five (45) days after the date of receMng the bids. We the undersigned further agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45) days. The Town will accept or reject this proposal or by mutual a~eement, extend this time period. The undersigned hereby acknowledges receipt of the following addenda (if any): ADDENDA NUMBER: [ DATED: I0 -- [ ~"'O~___~ .ADDENDA NUMBER: DATED: .ADDENDA NUMBER: DATED: ............. : Signature of Bidder~t~r L Bidders Address Federal I.D. ~ or Social Security SOHT 09-~ ~2 BP- 12 H2M GROLPP PROPOSAL STATEMENT OF NON-COIJ USION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1. 1966, eveD' bid or proposal hereafter made to a political subdMsion of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perju .ry; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case ora joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: (l) 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 any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been ~knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has full.',' informed himself regarding the accuracy of the statements contained m this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behal£ C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execntion of this certificate by the signature ofttfis bid or proposal on behaIfofthe corporate bidder. Resolx ed that RESOLUTION (Name of signatoD') Name of Corporation) be authorized to sign and submit the bid or proposal of this corporation for the following Project: BRUSHES CREEK BRIDGE REPLACEMENT Peconic Bay Blvd. Laurel, New York 11948 SOHT 99-02 BP4 5 } H2M GROUP PROPOSAL and to include in such bid or proposal the certificate as to non-collusion required by section one- hundred-three-d (103-d) of the General Municipal Lax,,, as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of perju~. The foregoing is true and correct cop3' of the resolution adopted by corporation at a meeting of the Board of Directors. held on the (SEAL OF THE CORPORATIONI Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. Signature SOHT 99-02 BP46 H2M GROUP PROPOSAL NEW YORK STATE AFFIRMATIVE ACTION CERTIFICATION (TO BE COMPLETED BY EACH BIDDER) Bidder's Certifications: A bidder will not be eligible for award of a contract under this Invitation for Bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: Certifies that: BIDDER'S CERTIFICATION (Bidder) It intends to use the following listed construction trades in the work under the c~ntract /"/f-~O~ ~ , As to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part 1 of these Bid Conditions for participation in the Nassau-Suffolk County Plan It will comply with the said County area within the scope of coverage of that Plan, those trades being: CP~ ~ t>c~' I~---'~- :and/or, As to those trades for which it is required by these Bid Conditions to comply with Part II of these Bid Conditions, it adopts the minimum minority man- power utilization goals and the specific affirmative action steps contained in said Part II, for all construction work (both state and non-state)in the afore- mentioned area subject to these Bid Conditions, these trades being: ; and, It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any subcontractor under this contract the subcontractor certification required by these Bid Conditions. SOHT 99-02 BP- 17 l~,~ 14C,'L' E: BIDDERS PROPOSAL Date: Name of Bidder: Telephone: To: SOUTHOLD TOWN BOAR_D TOX,~Tq HALL - 53095 MAIN ROAD SOUTHOLD. NEW YORK MEMBERS OF THE BOARD: The undersigned as bidder declares that the only persons, company or parties interes:ed in this proposal as principals are named below; that this proposals made without any connection, directly or indirectly, with any other bidder for the same work: that it is in all respects fair and without collusion or tYaud and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly in the performance of the contractor the supplies relating to it, or in an5' portion the profit thereof: that he has carefully examined the contract documents dated September 19, 2002 including bidding requirements; general and special contract conditions, specifications, contract drawings and addenda. Acknowledgement of addenda and their dates must be included as indicated at the bottom of this section. The undersigned further declares that he has satisfied himself by personal examination of the proposed work and by such other means as he may have chosen, as to the condition and requirements of the work and he proposes and ages that if his proposal be accepted he will contract to furnish all materials (not provide by the Town) and to perform all of the work required to construct, perform and complete the work at: BRUSHES CREEK BRIDGE REPLACEMENT PROJECT - Peconic Bay Bh'd, Laurel, New York and all other work in cotmection them'ith, in accordance with the contract documents and addenda, if an3', prepared by the H2M Group, 575 Broad Hollow Road, MeMlle, New York 11747-5076 and shall comply with all of the stipulations contained therein and will furnish the required Performance and Maintenance Bond: that he will start the work as directed by the Town and he will accept full payment thereof as listed below. THE PRICES BID FOR THE FOLLOWING RESPECTD/E ITEMS SHALl_ BE PRICED ACCORDING TO THE TWO ALTERNATES AS NOTED BELOW. ALTERNATE "A" - ASSL~IES A COMMENCEMENT OF CONSTRUCTION AT THE BEGINNING OF NOVEMBER 2002 WITH THE FOLLOWING RESTRICTIONS: WORK TO PROCEED WITH PROVISIONS FOR COLD WEATHER CONCRETING. ROADWAY CLOSED NO MORE THAN 110 CONSECUTIA~E CALENDAR DAYS ROADWAY TO BE OPENED NO LATER THAN THE FIRST WEEK IN MAY, 2(i03 SOHT 99-(2 BP- I ~ (M~././t/~4'X-~7 PROPOSAL, BID BOND Three Giralda Farms [Name o f S,,rety) KNOW ALL MEN BY THESE PRESENTS, that we, the undersigns-~ LODUCA ASSOCIATES, INC. 171 Bridge Road [slandia, NY 11749 _. a~ F--n,:ipal and (Bidder's Name) CENTENNIAL INSURANCE COMPANY Madison, NJ 07940-1004 ....... c~ ~'~uret5' are hereby held and firmly bound unto the hc. Village of Patchogue. Suffolk County, New York, as Obligee, in the penal sum of; Five percent of P.P. _ (~ ;: ~.l' !~.P.) for the payment of which, well and truly to be made, we hereby jointly ant se~t:r,¢~/ brad ourselves, our heirs, executors, administrators, successors and assigns. Signed this 17 r~ay of October, 2002 The condition of the above obligation is such that, whereas, the Principal ~xs suamitted to the said Village, a certain Proposal dated 10/17/2002 to enter intc ~ contract in writing, for the work described in the contract documents for: REPLACEMENT OF PECONIC BAY BLVD BRIDGE OVER BRUSH CREEK LAUREL, H2M PROJECT # SOHT qq-~2 NOW THEREFORE, (a) If said Proposal shall be rejected, or, in the alternate (b) If s&id Proposal shall be accepted and the Principal shall execu:c and dehver a contract properly completed in accordance with said Proposal and shall furnish th[- ?edbrrnance Bond and the Labor and Material Bond with a Surety Company authorized to do ~,xs/nes~ m the State of New York as Surety on each bond, and shall in all other respects perform, ae agreement created by the acceptance of said Proposal, then this obligation shall be void, otherwise the same shall remain in force and e.'fect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event exceed the penal amount of this obligation as herein stated. IIOHT 99-02 BP-I 8 The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of time within which the Obligee may accept such Proposal; and said Surety doe, hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunder set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereunto affixed and these presents to be signed by their proper officers, the day and year first set forth above. (SEAL) LODUCA ASSOCIATES, INC. (S AL) CENTENNIAL INSURANCE COMPANY (Surety) Attorney-in-Fact SOHT 99-02 BP- ~ ~ STATE OF COUNT'/' ( On I which exeet the impressi order of the ** LODUCA ., NOWLEDGEMENT OF PRINCIPAL, IF A CORPORATION ) SS: ) Jay of before me personally came and appeared to me ng~ by me duly sworn, dick depose and. ~ay that he resides at ~,.~ that he is the 7~*~ f~or~o f/-,~,,..~/~qohl~r~F, orporation described in and ~ ~regoing ins~m~t; that he ~ows the seal of said co~orat[on; that one of 'fixed to said instrument is ~ impression of such se~; ~at it w~ so af~xed by 's o~ said co~oration; and :, ~at he si~ed his n~to by lik~.order/ .,'~,S~ of NeW ~/OWLEDGEMENT OF PRINCIPAL, IF A PARTNERSHIP STATE OF COUNTY O ) ) ) On th the person d, executed the :ay of ,19 - before me personally came and appeared to me known and known to me to be ~d in and who executed the foregoing instrument and acknowledged that he NOTARY PUBLIC $OHT 99-02 BP-2 o Power of KNOW ALL MEN BY THESE PRESENTS, that the Atlantic Mutual Insurance Company and Centannial Insurance Company, corporations duly organized under the laws of the State of New York hereinafter called Companies, do hereby appoint Anthony J. Romano, Thomas Bean, Fred Nicholson, Eleanor Doudera, Gerard S. Macho[z, Elta Sagistano, Claudia Grosso, Theresa J. Foley, Susan Ravid, Mary Nice J. Corbett their Ne and lawful Attorneys-in-Fact to make, execute, seal and deliver on their behalf as surety any and ali bonds and undertakings of suretyship and other documents that the ordinary course of surety business may require. Such bonds and undertakings when duly executed by the aforesaid Attomey(s)-in-Fact shall be binding upon the Companies as fully and to the same extent as if such bonds and undertakings were signed by the President and Secretary and sealed with its corporate sea[ This Power of Attorney is issued pursuant to and by authority of the following resolution of the Board of Trustees of Atlantic Mutual Insurance Company and the Board of Directors of Centennial Insurance Company adopted effective December 1, 1999 and now in full force and effect; RESOLVED that the Chairman, President or Senior Vice President-Surety may appoint other officers of the Compar~y or agents of the Company to act as its lawful Attomey-in Fact in any State, Territory or Federal District to represent this Company and. to act on its behalf within the scope of the authority granted to them in writing, which authority may include the power to make, execute, seal and deliver on behalf ot this Company as surety, and as its act and deed, any and all bonds and undertakings of suretyship and such other documents as are required in the ordinary course of surety business; and that the Secretary, Assistant Secretary or any Officer of the Corporation be, and that each or any of them is, anthodzed to verity any affidavit or other statement relating to the foregoing and to any resolutions adopted by its Board of Trustees (or Board of Directors, as applicable}; and that any such Attorney-in-Fact may be removed and the authority so granted rnay be revoked by the Chairman, President, Senior Vice President-Surety or by the Board of Trustees (or Board of Directors, as applicable). IN WITNESS WHEREOF, each of the Companies has caused this Power of Attorney to be signed and its corporate seal to be affixed by its authorized Officer this Fourth day of,lanuarv. 2000. Attest M'ch; B. Keegan, Vice President State of New Jersey County of Passaic'.~ SS Atlantic Mutual Insurance Company Centennij~n.~urance Company Thomas P. Gorke, BeniorMce President On this Fourth day of Janualy. 2000. before me, a Notary Public of the State and County aforesaid residing therein, duly commissmned and sworn, personally came the above named officer of the Company who being by me first duly sworn according to law, did depose and aay that he is the officer of the Company described in and which executed the foregoing instrument; that he knows the seal of the Company; that the sea~ affix'ed lo such instrument is the corporate seal of the Company; and that the col]:)orate seal and his signature as such officer were affixed and subscched to the said instrument by order of the Board of Trustees (or Board of Directors, as applicab!..e.):. .... '"'"~'~ ~'~'~..'"' My commission expires February 10. 2007 I, the undersigned Michael B. K~an. Vim Pre~idant of Atlantic Mutual thsurance Company and Centennial Insurance Company, do hereby c~rtity that the original power of aitorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this Certificate and I do further certity that the Senior Vice President who executed said Power of Attorney was one of the Officers authorized by the Board of Trustees and Board of Directors to appoint an attomey-in-fact pursuant to the Board resolution stated above dated December 1, 1999. This Certificate may be signed and sealed by facsimile under and by authority of the following resolution of the Board of Trustees of Atlantic Mutual Insurance Company and the Board ot Directors of Centennial Insurance Company, adopted at a meeting duly called and held on the 1 st day of December, 1999. RESOLVED, that the use of a pdnted facsimile of the corporate seal of the Company and of the signature of an Officer or the Company on any cerfitication of the correctness of a copy of an instrumeni executed by the Chairman, President or Senior Vice President-Surety pursuant to the Board resolution, dated December 1, 1999, appointing and authorizing an attorney-in-fact to execute in the name of and on behalf of the Company, surety bonds, undertakings and other instruments, shall have the same effect as if such seal and such signature had been manually affixed and made, is hereby authorized and approved. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal of each of the Companies to these presents this I7th dayot Or'rnh~'r' 20 02. ' ~ ~'~'"*'"" '~ 17ch da October, 2002 ~' "~' ' On this ...................................................... y of ........................................................... , before me personally came Susan Ravid to me known, who, being by me duly sworn, did depose and say; that he resides in ................................. Nassau County, New York .. Attorney-in-Fact ..................................................................................... that he is rne .............................................................................................. of the ................ ~E~[~.~!.~.~.. ~.l~....~.~ ...................................... the corporation described in and which executed the above 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 cor- poration, and that he signed hfs name thereto by like order, RffA SA~IST~NO Notary Pubtic, St~',i~ c,~ ,"law York (Sea{) ~_/~ ~0~_~ No. 01SA567:355 Ouadfled in Nassau County ,, Commission Expires AprO.~ ................. ....... ,L-v Provisioo for Rc~urance C~ded ~i~uranc~ Prcmiv. ms payable ..... Other Li~bililies Total Liabiliti~ 2.q21,080 1.954.3lfi ~66S.940 3 l 3,0~0,45~ Tom] Asset~ Capital paid Up 71 ~72,0~6 Surplu~ 793 l t303 Surpiu~ as Regs.,ds Policyholders Total Liabilities & Surplu-~ Sue'ar[tiaa carried ~t $36,754,058 hl the foregoing gat~m~nu, x~c deposited a~ requ/r~d by law. STATE OF NEW JEI~EY ) ) SS COUNTY OF MORRIS ) lnsnranc~ CorOpa.v,y bahs5 d~y ~wO~. depoges ~d says C. E. Go[~n~ ~f F~cial O~cer or' ~e C~te~i~ ' a~ve ~escrihed offic~ of said compmy; ~ said ~mp~Y ~ a co~[ion duly ~g~iz~ ex~g ~d e~ag~g a s~ c~p~>' ~d~ ~d by vL~c of ~he 3a~= cf ~e Sure of ~ew Ymk, ~ h~ duly compH~d wi~ ~1 requ~*menB hws of ~d ~m~ ~ppli~le to ~id ~p~Y ~d ~ ~[~ q~lifcd w a~ ~ ~ure~ under ~ch Isw~; ~ ~ ~bove ~mtemeat of~ ~seB ~d Habaides of said comply of ~t 3lst day of P~b~, 2001- Subscribed md ,worn ,o b=for~ me ~ / ~Y of ~g~ ~ /f ' CAROL HALL BIDDERS PROPOSAL OCT ;2 4 2002 Southold Town Clerk Date: Name of Bidder: Telephone: ? To: SOUTHOLDTOWNBOARD TO~VNHALL-53095 MAIN ROAD SOUTHOLD, NEWYORK MEMBERS OF THE BOARD: The undersigned as bidder declares that the only persons, company or parties interested in this proposal as principals are named below; that this proposals made without any connection, directly or indirectly, with any other bidder for the same work: that it is in all respects fair and without collusion or fraud and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly in the performance of the contractor the supplies relating to it, or in any portion the profit thereof: that he has carefully examined the contract documents dated September 19, 2002 including bidding requirements; general and special contract conditions, specifications, contract drawings and addenda. Acknowledgement of addenda and their dates must be included as indicated at the bottom of this section. The undersigned further declares that he has satisfied himself by personal examination of the proposed work and by such other means as he may have chosen, as to the condition and requirements of the work and he proposes and ages that if his proposal be accepted he will contract to furnish all materials (not provide by the Town) and to perfom~ all of the work required to construct, perform and complete the work at: BRUSHES CREEK BRIDGE REPLACEMENT PROJECT - Peconic Bay Blvd, Laurel, New York and all other work in connection therwith, in accordance with the contract documents and addenda, if any, prepared by the H2M Group, 575 Broad Hollow Road, Melville, New York 1174%5076 and shall comply with all of the stipulations contained therein and will furnish the required Performance and Maintenance Bond: that he will start the work as directed by the Town and he will accept full pa.vment thereof as listed below. THE PRICES BID FOR THE FOLLOWING RESPECTIVE ITEMS SHALL BE PRICED ACCORDING TO THE T~/O ALTERNATES AS NOTED BELOW. ALTERNATE "A" - ASSUMES A COMMENCEMENT OF CONSTRUCTION AT THE BEGINNING OF NOVEMBER 2002 WITH THE FOLLOWING RESTRICTIONS: WORK TO PROCEED WITH PROVISIONS FOR COLD WEATHER CONCRETING. ROADWAY CLOSED NO MORE THAN 110 CONSECUT~rE CALENDAR DAYS ROADWAY TO BE OPENED NO LATER THAN THE FIRST WEEK IN MAY, 2003 SOHT 99-02 BP- 1 BIDDERS PROPOSAL ALTERNATE "B" - ASSUMES A COMMENCEMENT OF CONSTRUCTION AT THE BEGINNING OF FEBRUARY 2003 WITH THE FOLLOWING RESTRICTIONS: ROADWAY CLOSED NO MORE THAN 110 CONSECUTIVE CALENDAR DAYS - RO.ADWAY TO BE OPENED NO LATER THAN THE FIRST WEEK IN MAY, 2003 ALTERNATE "A" ITEM lA Mobilization and survey. LUMP SUM L); r~o_,lr ,~ ITEM 2A Maintenance and protection of traffic LUMP SUM[ T~,,¢ M~,- ~:,~-e. ITEM 3A Install new bridge rail. LUMP SUM 'Tc,/oe,4y - ~L~,~ ITEM 4A Install new bridge rail anchor units LUMp SUM T~, +¼,,~.~, ($ qOxO0~ DOLLARS DOLLARS DOLLARS ITEM 5A Provide and install silt fence (Approximately 400 L.F.) UNIT PRICE PER LINEAL FOOT 'Ye~-x d~II~-~-- SOHT 99-02 BP- 2 ($ DOLLARS DOLLARS BIDDERS PROPOSAL Date: Telephone: To~ SOUTHOLD TOWN BOARD TO~VN HALL - 53095 M.~IN ROAD SOUTHOLD, NEW YORK MEMBERS OF THE BOARD: The undersigned as bidder declares that the only persons, company or parties interested in this proposal as principals are named below; that this proposals made without any connection, directly or indirectly, ;vith any other bidder for the same work: that it is in all respects fair and without collusion or fraud and that no person acting for or employed by the aforementioned oxvner is or will be interested directly or indirectly in the performance of the contractor the supplies relating to it, or in any portion the profit thereof: that he has carefully examined the contract documents dated September 19, 2002 including bidding requirements; general and special contract conditions, specifications, contract drawings and addenda. Acknowledgement of addenda and their dates must be included as indicated at the bottom of this section. The undersigned further declares that he has satisfied himself by personal examination of the proposed work and by such other means as he may have chosen, as to the condition and requirements of the work and he proposes and ages that if his proposal be accepted he will contract to furnish all materials (not provide by the Town) and to perform all of the work required to construct, perfom~ and complete the work at: BRUSHES CREEK BRIDGE REPLACEMENT PROJECT - Peconic Bay Blvd, Laurel, New York and all other work in connection therwith, in accordance with the contract documents and addenda, if any, prepared by the H2M Group, 575 Broad Holloxv Road, Melville, New York 11747-5076 and shall comply with all of the stipulations contained therein and will furnish the required Performance and Maintenance Bond: that he will start the work as directed by the Town and he will accept full payment thereof as listed below. THE PRICES BD FOR THE FOLLOWING RESPECTIVE ITEMS SHALL BE PRICED ACCORDING TO THE TWO ALTERNATES AS NOTED BELOW. .ALTERNATE "A" - ASSUMES A COMMENCEMENT OF CONSTRUCTION AT THE BEGINNING OF NOVEMBER 2002 WITH THE FOLLOWING RESTRICTIONS: WORK TO PROCEED WITH PROVISIONS FOR COLD WEATHER CONCRETING. ROADWAY CLOSED NO MORE THAN l l0 CONSECUTIVE CALENDAR DAYS ROADWAY TO BE OPENED NO LATER THAN THE FIRST WEEK IN MAY, 2003 SOHT 99-02 BP- I BIDDERS PROPOSAL ALTERNATE "B" - ASSUMES A COMMENCEMENT OF CONSTRUCTION AT THE BEGINNING OF FEBRUARY 2003 WITH THE FOLLOWING RESTRICTIONS: ROADWAY CLOSED NO MORE THAN 110 CONSECUTWE CALENDAR DAYS ROADWAY TO BE OPENED NO LATER THAN THE FIRST WEEK IN MAY, 2003 ALTERNATE "A" ITEM lA Mobilization and survey. LUMP SUM ITEM 2A Maintenance and protection of traffic ITEM 3A Install new bridge rail. (Approximately 90 L.F.) LUMP SUM ITEM 4A Install new bridge rail anchor units LUMP SUNI T.~ ~ ~Lk f~ ~D e..~_ cl. ITEM 5A Provide and install silt fence (Approximately 400 L.F.) UNIT PRICE PER LINEAL FOOT '-/"~- ~ et o[1. ir % SOHT 99-02 BP- 2 ($ c~o~c~c~ DOLLARS DOLLARS DOLLARS ($ IOiOID~ DOLLARS ($ I0,~)O DOLLARS BIDDERS PROPOSAL TOTAL ITEM 6A Excavation (Approximately 700 C.Y.) ITEM 7A Backfilling. (Approximately 480 C.Y.) UNIT PRICE PER CUBIC YARD TOTAL ITEM 8A Install new asphalt pavement (Approximately 280 Tons) UNIT PRICE PER TON ~ TOTAL ~'uOe, m~-,,/~ lroOc-) ITEM 9A Install new concrete structure including piles, formwork, concrete walls, footings, abutments, deck and steel reinforcement. / SOHT 99-02 BP- 3 DOLLARS DOLLARS ($ .3o, DOLLARS ($ lq, qOc2 DOLLARS ($ ~t0.0O DOLLARS DOLLARS DOLLARS BIDDERS PROPOSAL ITEM 10A Install Bvo 15' pavement transitions including saw-cutting, milling and new asphalt. ($ &O(30 DOLLARS ITEM IlA Remove and salvage existing aluminum box culvert, headwalls, endwalls; (See Construction note 5 on sheet IN-l). Remove and store existing metal guide rail. LUMP ITEM 12A Remove and dispose of existing abutment, pier cap, wood piles ITEM 13A Remove, store and reinstall existing street si~s, wood post fence; clean existing catch basin; re-vegetate disturbed slopes. ITEM 14A Prepare sub-grade, install topsoil and seed (Approximately 4,500 square feet) UNIT PRICE PER SQUARE FOOT C)rx ~_. ~ -'-- ~ ($ IffT20o DOLLARS DOLLARS DOLLARS ($ I.©~ DOLLARS ($ ~/~ 8'00 DOLLARS SOHT 99-02 BP- 4 ~M,G 7~© u P BIDDERS PROPOSAL ITEM 15A Install recycled concrete aggregate base course. (Approximately 80 cubic yards) UNIT PRICE PER CUBIC Y;d~D ($ qO, o O DOLLARS ($ DOLLARS ITEM 16A Install nexv pavement markings LUMP SUM DOLLARS ITEM 17A De-water excavation for concrete work DOLLARS ITEM 18A Provide and install temporary tight sheeting in excavated areas. LUMP SUM ($qO O0 ) DOLLARS ITEM 19A Remove existing bulkhead and install new vinyl sheet piling on the South side of the structure. Install new vinyl sheet piling at the end of wing walls on the North side. Price includes the cost of installing tie rods, anchors and 6" x 6" angle iron. (Approximately 1000 S.F.) SOHT 99-02 BP- 5 BIDDERS PROPOSAL UNIT PRICE PER SQUARE FOOt T~ia-4N/ ~ ~ ($~0,0C)) [ DOLLARS TOTAL '"["~; C~,/ DOLL.~S ITEM 20A Remove and dispose of unsuitable material (Approximately 50 c.y.) UNIT PRICE PER CUBIC YARD ~ ~-~r,&-/- 40o ($ 9a.oc~ DOLLARS DOLLARS TOTAL BID (ALTERNATE "A") DOLLARS SOHT 99-02 BP- 6 BIDDERS PROPOSAL ALTERNATE "B" ITEM lB Mobilization and su~'ey. LUMP SUM / (Sci 0,~ o0 0 DOLLARS ITEM 2B Maintenance and protection of traffic 1 ($ DOLLARS ITEM 3B Install new bridge rail. (Approximately 90 l.f.) LUMP SUNI DOLLARS ITEM 4B Install new bridge rail anchor units LUMP SUM To.v-, +[-,e~ t ,~a~ ($/O~ DOLLARS ITEM 5B Provide and install silt fence (Approximately UNIT PRICE PER LINEAL FOOT 4OO L.F.) ($1o. DOLLARS TOTAL ~-00 ~-- DOLLARS SOHT 99-02 BP- 7 t-I~,~G F~ O U P BIDDERS PROPOSAL ITEM 6B Excavation (Approximately 700 C.Y.) 4:,,,-e-. ko,,1,-eg. (,aq~soo DOLLARS ITEM 7B Backfill. (Approximately 480 C.Y.) UNIT PRICE PER cumc yaRD Tkr,-,t,[ ~ ($ DOLLARS TOTAL DOLLARS ITEM 8B Install new asphalt pavement (Approximately 280 Tons) UNIT PRICE PER TON ($ DOLLARS TOTAL DOLLARS ITEM 9B Install new concrete structure including piles, formxvork, concrete walls, footings, abutments, decks and steel reinforcement. ($ :l (~0~ DOLL,ad~S SOHT 99-02 BP- 8 ~l~,~Qr~ou P BIDDERS PROPOSAL ITEM 10B Install 15' pavement transition including saw-cutting, milling and new asphalt. LUNIP SUM ~'~q -31~Ot.g.%~v~ ~ DOLLARS ITEM liB Remove and sah'age existing alunfinum box culvert, headwatls, endwalls; (See Construction note 5 on sheet IN-1 ). Remove and store existing metal guide rail. LUMP SLFM ITEM 12B DOLLARS Remove and dispose of existing abutment, pier cap, wood piles. LUMP SUM 'Tcoe~ ~¥ '~oO~ ITEM 13B Remove, store and reinstall existing street signs, wood post fence; clean existing catch basin; re-vegetate disturbed slopes. ITEM 14B ($3ExO 02). o0 DOLLARS ($ DOLLARS Prepare sub-grade, install topsoil and seed (Approximately 4,500 square feet) UNIT PRICE PER SQUARE FOOT ($ h O0 ) DOLLARS DOLLARS SOHT 99-02 BP- 9 Ifl~Gr2©LJP BIDDERS PROPOSAL ITEM 15B Install recycled concrete aggregate base coarse (Approximately 90 cubic yard) UNIT PRICE PER CUBIC YARD DOLLARS ($ ~0. Cbe~ DOLLARS ITEM 16B Install new pavement markings LUMP SUM 'Tco,. -~n0 s0t vx ($ DOLLARS ITEM' 17B De- water excavation for concrete work. DOLLARS ITEM 18B Provide and install temporary, tight sheeting in excavated areas. LUmp SUM / DOLLARS ITEM 19B Remove existing bulkhead and install new vinyl sheet piling on the South side of the structure. Install new vinyl sheet piling at the end of the wing xvalls on the north side. Includes the cost of tie rods, anchors and 6" x, 6" angle iron. UNIT PRICE PER SQUARE FOOT__ ! DOLL&RS SOHT 99-02 BP- 10 BIDDERS PROPOSAL TOTAL ITEM 20B Remove and dispose of unsuitable material (Approximately 50 C.Y.) UNIT PRICE PER CUBIC YARD TOTAL 'T~oo "~-,,~xu<.-~,,,g ($ oo0 ) DOLLARS DOLLARS ($ gl,tOO DOLLARS TOTAL BID (ALTERNATE "B") DOLLARS ALL WORK UNDER THIS CONTRACT SHALL COMMMENCE WITHIN TEN DAYS OF NOTICE TO PROCEED (GIVEN TO THE CONTRACTOR BY THE TOWN OF SOUTHOLD) AND SHALL BE COMPLETED NO LATER THAN MAY 12, 2003. FAILURE OF THE CONTRACTOR TO COMPLETE WORK BY THE SPECIFIED DATE SHALL SUBJECT HIM TO LIQUIDATED DANIAGES (AS SET FORTH IN THE CONTRACT) IN THE SUM OF THREE HUNDRED FIFTY DOLLARS ($350.00) PER DAY, COMMENCING ON MAY 13, 2003. THE ROADWAY SHALL NOT BE CLOSED ANY LONGER THAN ONE HUNDRED TEN (110) CALENDAR DAYS AFTER THE DATE THAT THE CONTRACTOR SPECIFIES THAT THE DETOUR IS IN PLACE .AND CONSTRUCTION WILL COMMENCE. FAILURE OF THE CONTRACTOR TO OPEN THE ROADWAY BY THE SPECIFIED TIME FRAME SHALL SUBJECT HIM TO LIQUIDATED DAMAGES (AS SET FORTH IN THE CONTRACT) IN THE SUNI OF THREE HUNDRED FIFTY DOLLARS ($350.00) PER DAY COMMENCING WITH THE 111TM CALENDAR DAY. SOHT 9%02 BP- 11 IDDERS PROPOSAL WITHIN TEN (10) DAYS AFTER ACCEPTANCE OF THIS BID BY THE TOWN, THE UNDERSIGNED WILL EXECUTE THE CONTRACT WITH THE TOWN AND FURNISH THE REQUI]~ED BONDS AND INSURANCE. THE BOARD OF TRUSTEES OF THE TOWN OF SOUTHOLD RESERVES THE RIGHT TO AWARD THIS CONTRACT BASED ON THE TOTAL BASE BIDS, ALTERNATE BIDS OR ANT COMBINATION OF THESE. THE BOARD OF TRUSTEES RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS. The undersigned as bidder further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a contract pursuant to such proposal and to the requirement s of the Town and shall fail to give the required security with in the ten (10) days after notice of the acceptance of said proposal; shall have been deposited in the mail addressed to him at the address given in the proposal; that he shall be considered to have abandoned the contract and the sum represented by the certified check accompanying this proposal shall be forfeited to the Town as liquidated damages. Otherwise the certified check shall be retumed to the bidder within the forty- five (45) days after the date of receiving the bids. We the undersigned further agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45) days. The Town will accept or reject this proposal or by mutual agreement, extend this time period. The undersigned hereby acknowledges receipt of the following addenda (if an>'): ADDENDA NUMBER: ADDENDA NUMBER: DATED: DATED: .ADDENDA NUMBER: D AT ED: Signature o f Biddet/ ,/,,,~,4)~/]~ ¢C&~I/,-~.~I ~idders Addres Telephone Number: Federal I.D. # or Social Security # SOHT 99-02 BP- 12 H2M GROUP PROPOSAL STATEMENT OF NON-COI.I.I ISION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as tree under the penalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of kno~vledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor. (3) No attempt has been made or ~vill be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION Resolved that ~t~ ~.t~.L ~~o~/~q//~/~£ the (Nam~ of signatory) (Name of Corporati~)n) be authorized to sign and submit the bid or proposal of this corporation for the following Project: BRUSHES CREEK BRIDGE REPLACEMENT Peconic Bay Blvd. Laurel, New York 11948 - SOHT 99-02 BP45 H2M GROUP PROPOSAL and to include in such bid or proposal the certificate as to non-collusion required by section one- hundred-three-d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and correct copy of the resolution adopted by corporation at a meeting of the Board of Directors, held on the ,20t~ (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September l, 1965. Si~ture \ SOHT 99-02 BP-16 H2M GROU~ PROPOSAL NEW YORK STATE AFFIRMATIVE ACTION CERTIFICATION (TO BE COMPLETED BY EACH BIDDER) Bidder's Certifications: A bidder will not be eligible for award of a contract under this Invitation for Bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: Certifies that: BIDDER'S CERTIFICATION (Bidder) It intends t_[Q_.~se the following listed construction trades in the work under the contract * 'l~-~le ~/~v~ ; and, As to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part 1 of these Bid Conditions for participation in the Nassau-Suffolk County Plan It will comply with the said County area within the scope of coverage of that Plan, those trades being: ; and/or, As to those trades for which it is required by these Bid Conditions to comply with Part II of these Bid Conditions, it adopts the minimum minority man- power utilization goals and the specific affirmative action steps contained in said Part II, for all construction work (both state and non-state) in the afore- mentioned area subject to these Bid Conditions, these trades being: ; and, SOHT 99-02 It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any subcontractor under this contract the subcontractor certification required by these Bid Conditions. (Signature of Authorized Repre~htative of Bidder) BP-17 AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we l'ladhue Contracting, Inc. 99 gourndale Rd. South, Manhasset Nt' 11030 as Principal, hereinafter called the Principal', and Centennial Insurance Company Three Giralda Farms, ~adison, NJ 07940-1004 a corporation duly organized under the laws of the State of NY as Surety, hereinafter called the Surety, are held and firmly bound unto Town of Southold, To~ CLerk, Southold Town Hall, 53095 Main Rd., Southold, NY 11971 asObligee, hereinafter called theObligee, in the sum of Five Percent of the Amount Bid Dollars ($5% of amc b~c~, for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind oursel,,es, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Brushes Creek Bridge Replacement Peconic g WHEREAS, the Principal has submitted a bid for Blvd., Laurel, NY 11958 NOW, 'I'}~EREFORE, If the Obbgee shall accept the bid of the Pnnclpal and the Prinopal shall enter into a Contract w~th the Obligee rn accordance w~th /he terms o[ 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 pedormance of such Contract and for the prompt payment of labor and matena[ furn,shed rn the prosecubon thereof, or in the event of the iailure of the Principa: to enler such Contract and give such bond or bonds, d the Principal shall pay to the Obhgee /he d:fference not to exceed the penalty hereof between the amount specified m said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered b~, said bid, then this ob[~ga,on sha[[ be null and void other~,:se to remain ~n full force and effect. Signed and sealed this 17th day of October 'kgK 2002 Madhue Contracting, Inc. 1~.~ fPrmclpal; ,Seal) Centennial Insurance Company Robert W. O~Kana (l,ue)ArEornev-In-Facr ACKNOWT_.EGEMENT OF PRINCIPA.L, OF A CORPORATION STATE OF cou rvoF ,qOnthis_~__~dayof 8C~ . ~00~ before me pe~on~ly cm~ ~?~ ~W/~m me ~o~ who, being by me duly ~om ~d de~d sa~ ~e [asides at · e coloron des~bed m md wNch ex~ ~e foregoing insment ~at he ~ows · e se~ ofs~d co~omfio~ ~t one of~e se~s ~ed to ~e foregoing i~ent is such se~; ~t it w~ m ~ed by order of~e bo~d of ~ton of smd co.mOon; ~d ~t he si~ed Ns me ~o by tike orden Notary. Public MAUREEN T CONFORTtN Notary Pubhc, State of New Yo~k No 01CO4850066 Ouahf[ed m Suffolk County Corem ss on t=xp~res January 2~ ~ ~-~-'~-%= STATE OF New York COUNTY OF Nassau On this 17th day of October 2002 , before me personally came Robert W. 0'Kane tO me known, who. being by me duly sworn, did depose and say that he is an Attorney-N-Fact of Centennial Insurance Company the corporation described in and wh/ch executed the w/thin instrument; that he knows the corporate seal of said corporation; that the seal affixed to the within inslamment is such corporate seal, and that he signed and said instrument and affixed the said seal as Attorney-In-Fact by authority, of the Board of Directors of said corporation and by author/ty of th/s office under the Standing Resolutions thereof. My commission expires _-- _ AtlanticMutual Po v,er of A orney Ceute~ial [~ce Comply ~ KNOW ALL MEN BY THESE PRESENTS, that (he Atlantic Mural ~nsurance Cdmpany and Centennial insurance Company, corpora[oas duly organized dnder the ~aws of the S~ate of New ','or~ herei¢a~er called Companies, do hereby appoint Joseph Stoic, Robe~ Kempner, Robe~ W. O'~ne, William F. Hoehn, Jr. Iheir ~m~e and lawful Attorneys-in-Fact to make, execute, seal and deliver on their behalf as surety any and all bonds and undertal<ings of sure~/sh~p and Char documents that [he ordinar/course of surety business may require· Such bonds and under[al(rags when duly executed by the aforesaid A~torney(s)-[h-Fact shall be bndfug upon the ,~ompanies es fully and to the same extent as if such bonds and undertakings were signed by the President and Secretar/and sealed with ~[s corporate seal This Power of A[torne,/ is issued pursuant to and by authord7 of the fallowing resolution cf the Board of Trustees cf Atlandc Mutual [hsurance Company and [he 8nard oi: Directors of Centennial Insurance Company adopted effective December t, 1999 end now in Full force and effect; RESOLVED [hat the Chairman, President or Senior Vice President-Surety may appoint other officers of the Company or agents of the Company to act as its lawful Attomey-fu Fact in any State, Terdton/or Federal District to represent this Compan,/and to act on its behalf within the scope of the authooty granted Ic them in writing, which authority may include the power to make, execute, seal and deliver on behalf of this Company as surety, and as its act and deed, any and all bonds and dndertaldngs of sureb, ship and such other documents as are required in the ordinar/course of surety business; and that [he Secretan/, Assistant Secretary. or any Officar of the Corporation be, and that each er any of them is, authorized In vedf'/any affidavit or other statement relating [o the foregoing and In any resolutions adopted by its Beard af Trustees (or Board of Directors, as applicable); and [hat any such Attorney-in-Fact may be removed and the authodb/so granted may be revoked by the Chairman, President, Senior Vice Presiden[-Sureb/or by the Board of Trustees (or Board of Directors, as applicaPlej. tN WITNESS WHEREOF, each of [he Companies has caused this Power of .'A~tomey to be signed and its corporate scsi [o be affixed by its authorized Officer tho Foudh day of Januae/, 2000. iVlichael B. Keegan,//ice President Sro[eof New Jersey ) County of Passaic~ SS atlantic Mutual [hsuranoe Company CentenniCfCnsurance Company / "/" --"', A'", J Thomas P. Gcrke, Senior'S/ice Presdent ,On tho Fourth day of Januap/, -n0O0, before me, a i'dotary Public of the State and County aforesaid residing Ihere~n, duly uomrmseloned and sworn, personalh' came [he above named officer of ~he Company who being by me first duly sworn according to' law, did depose and say that ]~e is [he officer o1: ~he Company described in and which executed the foregoing ~ns[rument; ~hat he knows the seal of the Company; [hat the seal aftixed to such instrumem is the corporate seal of the Comport,/; and that [he corporate seal and his signature as such officer were affixed and subscnbed ~o the said instrument by order ef the Board of Trustees/or Beard of Directors, as applical:~!~j.: ...... · to' ~ E..~.5.~-,..' My commmslon expires Februar'! 18, 2007 k he undermgned Michael B. Keedan, Vice President of Atlantic 'Vlutud insurance Company and ,.Centennial insurance Dempany. ,do hereby car~ift that t~e ongmal power ,:,f attorney of which the foregoing is a full, [rue and correct copy. ~s in full force and effecl on the date ,si this Certificate and I do further carOM/ that the Semor '/Ice President who execu ed said Power ,si Attorney ,,~as one of the Officers authori-_ed ~y (he Board of Trustees and Board et D~rectors to appomt an at[erney-~n-lact pursuant to the Board resolution stated above da[ed OecamPer 1 1999. This Certificate may be signed and sealed by facsimile under end by au hot ty of the fo ow ng resolution of the Board o¢ Trustees of Atlantic Mutual Insurance Compare.,, and the Board ,~F Directors of,_'entenmal Insurance Bompany, adopted at a meeting ,dui'/,;ailed sad held on the I st da,/,of ,December. 1999 RESOLVED. that [he use of a pnnted facsimile of [~e corporate seal ,of (he Company and ,si [ha s~gneture of an 'Sfficer of [he Company on an,., certification of !de correcmess of a :opy ef an [nstrumen~ executed b~ the Chmrman, Presiden[ or 3en~or ',ice President-Surety pursuan~ Board resolution, dated OecemUer ~, 1999, appom[Jng and authorizing an sEorney4n-Fact ~o execde ~n the came of and ,on be~df of bhe ,Comport'/ surety bonds, dnde~aXmgs and other [nstrumems, shall have the same effect as if such seal ~nd suc~ signature ~ad been manually a~xed and made, ,s hereby au[horrzed and approved. tN WITNESS 'NHEREOF I have ~ereunto set my hand and a~xed the corporate seal a~ each ,3[ · the ,Companies [o these presents ~h[s 17th da,/. ef October 2002 ,,1 ~ ' ~._ ,~¢ ,~_" ,,. Michael B. Keegsn. ,isa PFesJden~ 7,~ oer]~/t~ au~enuc% ,3[ dl~S Power .of A~omey. call 1-800-.I I 1-0586 and ask 'er ¢e Power ,of A~orne'! .2[erX. ~I~NTENNIAL INSURANCE COMPanY Financial Statement As of December 31, 2001 Assets Bonds Stocks Cash on Hand/Deposit Short Term Investments Agent's Balances Funds Held Dept. with Reins. Co. Reinsurance Recoverable Receivable from pareh~, Accrued Interest & Dividends Equity/Deposits,rPools & Assoc. Other Assets $321,699,937 5,527,782 9,572,700 23,474,829 80,5060,563 4,446,512 5,522,802 2,629,41 I 10,203,911 Liabilities, Surolus & Other Funds Losses Reins. Payable on Paid Losses Loss Adjustment Expenses Contingent Commissions Other Expenses Taxes, Licenses and Fees Federal & Foreign Income Taxes Unearned Premiums Remittances and Items not Allocated Fund Held - Reins. Treaties Dividends Policyholders Drafts Outstanding ' Due to Affiliates Payable to Securities Provision for Reinsurance Ceded Reinsurance Premiums Payable Other Liabilities Total Liabilities $145,304,551 42,423,585 3,468,994 4,203,764 3,029,135 52,669,266 165,224 41,451,158 965,621 4,073,484 4,082,080 2,421,080 1,954,316 5,668,940 313,000,458 Total Assets $463,584,447 Capital Paid Up 71,272,086 Surplus 79,311,903 Surplus as Regards Policyholders Total Liabilities & Surplus 150,583,989 $463,584,447 Securities carried at $36,754,058 in the foregoing statements, are deposited as required by law. STATE OF NEW JERSEY SS COUNTY OF MORRIS C. E. Golding, Chief Financial Officer of the Centermia[ Insurance Company, being duly sworn, deposes and says that he is the above described officer of said company; that said company is a corporation duly organized, existing and engaging in business as a surety company under and by virtue of the laws of the State of New York, and has dul)' complied with all requirements of the laws of said state applicable to said company and is duly qualified to act as surety under such laws; that the above is a true statement of the assets and [iabilities of said company Of the 31 st day of December, 2001. Subscribed and s~vorn to before me this J da3 of CAROL HALL NOTARY PUBLIC OF NEW JERSEY My Commission Expires June 1, 200~ · E. Golding, ChiefFifiancial Offic ~ QUALIFICATION OF BIDDERS TOWN OF SOUTHOLD SUFFOLKCOUNTY NEW YORK The Town may make such investigation(s) as the Town deems necessary to determine the responsibility of any Bidder or to determine the ability of any Bidder to perform the Work. Bidders shall furnish to the Town all infomaation and data required by the Town, including complete financial data, within the time and in the form and manner required by the Town. The Town reserves the fight to reject any bid if the evidence required by the Town is not submitted as required or if the evidence submitted by or the investigation of any Bidder fails to satisfy the To;vn that the Bidder is responsible, or is able or qualified to carry out the obligations of the Contract or to complete the Work as contemplated. The following is a list showing the name of the Owner, Location, Date of Construction, General Description of Work, Amount of the Contract and Contract Period for projects of similar nature in size, construction method and construction procedure, which have been completed by the undersigned as the prime contractor, and which have been in operation for a period of not less than one year, (minimum of five such projectsL Proiect No.1 Owner: Contact Name and Phone Number: Location: General Description: Contract Amonnt: Contract Period: SOHT 99-02 QB- I of 5 MADHUECONTRRCTIN~ INC 99 BOURNDALERO S MANHASSETN¥ 11030 Owner Village of Rockville Centre NYS Department of Transportation Avolon Bay Communities, Inc. Town of Hempstead Village of Island Park Town of Hempstead Village of Massapequa Park Nassau County Dept. of Public Works New York City Dept of Design & Construction LIRR - Babylon NYC Parks Department Village of Thomaston City of Glen Cove Village of Rockville Centre Town of Huntington Town of Brookhaven Description Hempstead Lake Athletic Field Improvement Project Road work, Rte. 111 Road work, Pulaski Road Baldwin Parking Field Construction Long Beach Road Beautification Project OL~tfall Restoration, Bulkhead Reconstruction Installation of Handicap Ramps Roosevelt and Milburn Creek Park Restoration Installation of Pedestrian Ramps State Storehouse & Employee Facility Van Cortlandt Park Thomaston Roads Stage IV Glen Cove Esplanade Rockville Centre Roads Main St Improvements New Cell Construction Phase VIII, IX Brookhaven Landfill Contact Kevin McAndrew, RLA 516 827-4900 Carlos Palomeque 631 218-6445 Andrew Forsberg 212-370-9269 William Rockensies, P.E 516 489-5000 Ann Brerlin 516 431-0600 William Rockensies, P.E 516 489-5000 Skip Horal 516 798-0244 William Vlasik 516 571-4183 William Svilar, P.E. 718 391-2427 David Washington 631 893-4965 Eliecer Pertuz 718 760-6827 Bob Stern 516 482-3110 Nick DeSantis 516 676-4402 Steve Kritsas 516 678-9211 Tom Mazzola 631 351-3053 Chris Dwyer 631 286-8668 Price Date $2,397,211 02 $173,008 O2 $65,000 O2 $242,295 O2 $178,191 02 $656,011 01 $172,400 01 $274,459 01 $6,348,130 01 $2,941,000 01 $7,492,000 01 $284,0OO 01 $449,000 01 $962,000 01 $474,OO0 01 $3,980,000 01 Owner Village of Lattingtown Town of Southampton Village of Great Neck Estates Village of Lynbrook Diocese of Rockville Centre Village of Great Neck Village of Hempstead Great Neck Plaza Village of Kings Point Diocese of Rockville Centre Fox Navigation Great Neck Park District City of Glen Cove City of Glen Cove Diocese of Rockville Centre Long Island Water Great Neck Park District Description Closure of breach in the frost creek boat basin LIRR Station Improvements 2000/2001 Road Improvements Program Lynbrook Pool Complex Greis Park St. Patrick's Convent Renovation Steamboat Road Retaining Wall Parking Garage Fields 5 & 6 Reconstruction Great Neck Plaza Parking Garage Repairs Reconstruction of Broadlawn Road St. Patrick's Parish Center Ferry Terminal Building & Dock Wyngate Park Rehabilitation Glen Cove Ferry Parking Lot Glen Cove Wetlands Restoration St. Rosalie Rehabilitation Water Tank Dome Cutter Mill Park Rehabilitation Contact Chuck Bowman 631 727-2400 Nancy Lenz 631 348-7600 Jo Choo 631 592-2660 Thomas Burke 516 827-4900 Lee Sagastano 516 364-8150 Don Sloss 631 756-8000 Jim O'Callahn 516 827-4900 Harry Perlman 516 482.4500 Richard Weber 516 746-2350 Lee Sagastano 516 364-8150 Joe Wilson 860 437-6930 Sol Wesler 516 '789-8818 Tom Cancillere 516 676-2000 Greg Scott 631 232-2600 Lee Sagastano 516 364-8150 Hans Tuneblom 856 346-8279 George Desmaris 631 694-3040 Price Date $164,856 01 $1,412,219 01 $1,900,000 00 $1,917,796 00 $4O5,OOO 00 $84,090 00 $763,000 00 $783,639 00 $471,000 00 $3,293,892 00 $350,000 00 $417,077 00 $239,247 99 $248,490 99 $803,500 99 $260,000 99 $58,000 99 Owner Great Neck Park District Merchant Marine Academy Great Neck Park District Diocese of Rockville Centre Nassau County Valley Stream Village of Saddle Rock Great Neck Park District Town of North Hempstead Village of Sea Cliff Village of Williston Park Village of Kings Point Town of Babylon Great Neck Estates Nassau County Town of North Hempstead State Construction Fund Nassau County Description Steppingstone Park Retaining Wail Merchant Marine Museum Rehabilitation Peninsula Park St. Aloysius Rehabilitation Welwyn Preserve Valley Stream Roads Saddle Rock Tennis Court Steppingstone Porch Roof Replacement Harbor Links Mini Golf Course Bulkhead & Park Renovations 1999 Road Improvements Road Work Various Roads Babylon Landfill Final Cover System Road Reconstruction Various Roads Inwood Park Rehabilitation Harbor Links Golf Course Various Contracts Construction Sand/Salt Building - Technology College Farmingdale Inwood Park Rehabilitation Park Support Buildinq Contact George Fehrman 631 434-7900 Linda Fasbac 516 773-5515 George Desmaris 631 894-3040 Jack Baumann 516 482-2770 William Vlasak 516 571-4031 Sean Lindvall 516 827-4900 Leonard Samansky 516 482-9400 George Ferman 631 434-7900 Paul Roth 631 451-6222 William Vlascik 516 571-4183 Ken Pritchard 518 364-9892 Richard Weber 516 746-2350 William Huff 631 422-7955 Joe Choo 516 938-5666 John Longo 516 563-4800 Commissioner Paul Roth 631-451-6222 Michael Clemente 518 443-5700 John Longo 516 563-4800 Price Date $144,274 99 $47,500 99 $35,000 99 $624,998 99 $1,492,170 99 $273,008 99 $35,513 99 $74,079 99 $574,434.00 99 $379,949.00 99 $473,610 99 $471,016 99 $3,959,035 99 $256,590 99 $1,891,080 98 $13,300,000 98 $171,200 98 $198,000 98 Owner Town of North Hempstead Town of Hempstead Village of Thomaston Town of North Hempstead Nassau County Nassau County Great Neck Estates Village of Mineola Piping Rock Club Town of North Hempstead Village of Thomaston Village of Lake Success Long island Water Great Neck Estates St John's University Nassau County Town of North Hempstead Description Construct a Sewer Pump Station at Harbor Links Road Reconstruction - Various Roads Baldwin Road Rehabilitation Parking Lot at Harbor Links Golf Course Installation of Handicap Ramps Phase IV Wantagh Park Pool Modernization Road Work for the Village of Great Neck Estates Reconstruction of Village Pool Reconstruction of Beach Club Bluff Stabilization at Harbor Links Golf Course Road Reconstruction Drainage Improvements at Lake Success Backwash Facility Road Reconstruction Marillac Hall site & landscaping work Installation of Handicap Ramps Phase II 18 Hole Final Shaping at Harbor Links Golf Course Contact Paul Roth 631-451-6222 Rich Hueglin 516 489-5000 Bob Stern 516 482-3110 Paul Roth 631-451-6222 Gerry Leonetti 571-4385 Larry Feeley 516 563-4804 Joe Choo 516 938-5666 Louis DiDomenico 516-746-0750 Heidi DeBethman Bulter, Rogers, Baskett 212-686-9677 Paul Roth 631-451-6222 Pat Knowles 516 482-3110 Richard Petraca 516 827-6900 Vincent Boccia 516 593-1000 Joseph Choo 516 938-5666 Grant Kassap Scorcia & Diana 285-5365 Gerry Leonetti 571-4385 Paul Roth 631-451-6222 Price $829,953 $1,298,190 $2,322,O65 $1,840,000 $1,500,000 $7,000,00O $500,000 $1,462,000 $840,000 $3,223,139 $1,730,000 $196,000 $109,000 $75,000 $440,000 $1,500,000 $4,244,502 Date 98 98 98 98 98 98 98 97 97 97 97 97 97 97 97 97 97 G. PENZA & SONS~ INC. 457 BROOK AVENUE, DEER PARK, N.Y. 11729 (516) 242-5115 / FAX: (516) 242-414~ Town Clerk's Office Town Of Southold Southold, NY 11971 Attn: Lynn Bond September 26, 2002 Dear Lynn, Enclosed is a certified check in the mount of $25.00 to cover the cost of obtaining plans for the "Brushes Creek Bridge Replacement" project. As per our conversation, please place the plans in the enclosed return envelope, or envelopes, if the plan~ don't fit in one, and ensure a UPS pick-up by calling UPS at 1-800-742-5877. Thank you for your assistance. Sincerely, Phil Coward {631) 732-1103 FAX ,, ~ ENGINEERS E-Mad BccGreg@optonhne.net ~,~,~ ~ ¥ BI-COUNTY CONSTRUCTION CO R~.. GREGORY W. COUCH PRESIDENT 21 COMMERCIAL BLVD. MEDFORD, NEW YORK 11763 UPS Next Dayai~r UPS Worldwide I~ess Shipping Document ir~tructi~ ~ ba~k. DII 1 ~BOO~gCKAJPS (80(%742~877) m'":'""'""'"'""""- J143 894 416 3 .., . WEIGHT DIMENSIONAL WEIGHT · NEXT DAY EXPRESS PICKUP DELIVERY $ i~1 INSURED VALUE ~cc~ AMOUNT SHIPPER'S COPY $ , /oo'r?/3 ID) ~TREETADDRESS CITY AND STATE ZIP CODE 1 ~ SHIPPER'S SIGNATURE DATE OF SHrPMENT ~, [/~4 Airbill · Express Date 9/27/02 Account Number Name E. Neville, Town Clerk Companv TOWN OF ~;OUTHOLD Address 530c~5 ROUTE ~5 C~ SOUTHOLD 2 Yew Imemal Billing Referents 3 To N_ame Sttn: Sue Company AMMA Construction Corp Address 192 West 9th St__ 8257 0105 10&7 -70:;'C~-B si.t. NY_ ZIP 115'71 Ph0.~J 631 I 351-6124 9676 Se.d~'~ Copy X'l'a ,i~pmss Package Service ~ q~ m ~,~ ,a,. 4b Exprea= Freight Sec'ice 5 Peekaging HubtinGton Sta sat. NY ZIP 11746 See back for application instructions. Questions? Visit our Web site at www.fedex.com or call 1-800.Go-FedEx~ (800)463-3339. 6 SpecialHandJing ~l~.~m~l---- SA11~t)~ ~St~YOe~ I~HOLD_.W~ HOLD..~4mdmy I 01643:34287 TO AMMA CONSTRUCTION~)RP. 192 West 9th Street ~ HUNTINGTON STATION, NEW YORK 11746 (&~l ~ 351-6124 FAX (~/) 351.7062 ATTENTION WE ARE SENDING YOU [~ Attached E3 Under separate cover via [] Shop drawings [] Prints [] Plans [] Copy of letter [] Change order [] [] Samples the following items: [] Specifications COPIES I DATE NO. DESCRIPTION RECEIVED 8EP 2 7 I ]~HESE ARE TRANSMITTED as checked below: [] For approval LJ For your use ~ As requested [] For review and comment [] FOR BIDS DUE REMARKS __ [] Approved as submitted [] Approved as noted ~ Returned for corrections [] S~hold Town Clerk [] Resubmit_ [] Submit [] Return copies for approval copies for distribution corrected prints [] PRINTS RETURNED AFTER LOAN TO US COPY TO SIGNED: ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hail, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING October 24, 2002 Brushes Creek Bridge Replacement Four (4) Bidders: 1. Amma Construction Corp., 192 W. 9m St., Huntington Station, NY 11746 Alternate "A' total bid: $571,050. Alternate "B" total bid: $591,550. 2. Chesterfield Associates, Inc. PO Box 1229, Westhampton Beach, NY 11978 Alternate "A' total bid: $569,650. Alternate "B' total bid: $569,650. 3. Loduca Associates, Inc., 171 Bridge Road, Islandia, NY 11749 Alternate "A' total bid: $779,500. Alternate "B' total bid: $790,000. 4. Madhue Contracting, Inc. 99 Bourndale Rd. S., Manhasset, NY 11030 Alternate "A' total bid: $ 672,600. Alternate "B' total bid: $672,600. JOSHUA Y. HORTON ~ JAMES A. RICHTER, R.A. SUPERVISOR ENGINEER TOWN HALL - 53095 MAIN ROAD TOWN OF SOUTHOLD, NEW YORK 11971 Fax (516) - 765 - 1366 Tel. (516) - 765 - 1560 OFFICE OF THE ENGINEER TOWN OF SOUTHOLD MEMORANDUM To: From: Subject: Date: Joshua Y. Horton Southold Town Board Members James A. Richter, R.A. ~J~~__~ Engineering Department --~i,~ Brushes Creek Bridge January 16, 2003 A meeting has been set for Thursday, January 23 @ 9:30 AM in the conference room in Town Hall. The contract for the replacement of Brushes Creek Bddge has been awarded to Chesterfields Associates. A pre-construction meeting has been set between the Contractor, H2M Group and the Town of Southold to review previously discussed construction options, proposed time schedules and contract requirements. CC: Gregg Yakaboski, Town Attorney Peter Harris, Highway Superintendent New York State Department of Environmental Conservation Division of Environmental Permits, Region One Building 40 -SUNY, Stony Brook, New York 11790-2356 Phone: (631) 444-0365 · FAX: (631) 444-0360 Website: www.dec.state.ny .us Erin M. Crotty Commissioner REQUEST FOR ADDITIONAL INFORMATION October 28, 2002 Frank Simone H2M Group 575 Broad Hollow Road Melville, NY 11747 RECEIVED OCT 3 0 2002 Re: Brushes Creek Bridge Peconic Bay Blvd. ¼ mile east of Laurel Lane Laurel, NY 11948 DEC# 1-4738-01090/00005 Southold Town Cler~ Dear Mr. Simone: I am writing in response to your letter of October 10, 2002 inquiring about the relocation of the gas main by Keyspan. This work will require an amendment to your existing permit. There is no need for the utility company to submit anything directly to us. At this time, the only additional information we require to process your request for this amendment is a more detailed description of the project. Specifically, what will the proposed jacking in of the plastic pipe entail? What kind of equipment will be used, and how much area will be affected or disturbed? If you have any questions, please call me at 631-444-0403. When this information is received, processing of your request will continue. Please send this information to my attention at the above address. Sincerely, Sherri Aicher Environmental Analyst cc: Town of Southold [] TELEPHONED [] CAqE FO SEE YOU [] RETURNED YOUR CALL MESSAGE: Q PLEASE CAL _ [~ WANTS TO SEE YOU [~ WILL CALLAGAiN SIGNED ~ ~ 10/03/2002 License Type/Fee Type Bid Specifications & Fees 2002 Brushes Creek Bridge) License # 1 Town Of Southold General Licensing Report For License Type: Bid Specifications & Fees Date Range: 09/01/2002 to 10/03/2002 Issue Date/ Expiration Date Licensee Total Notes 09/20/2002 Town, Clerk's Office $0.00 P.o. Box 1179 Southold, NY 11971 Page: Bid Specifications & Fees (2002 Brushes Creek Bridge) Bid Specifications & Fees 2002 Brushes Creek Bridge) Bid Specifications & Fees (2002 Brushes Creek Bridge) B~d Specifications & Fees (2002 Brushes Creek Bridge) Bid Specifications & Fees 2002 Brushes Creek Bridge) Bid Specifications & Fees 2002 Brushes Creek Bridge) Bid Specifications & Fees (2002 Brushes Creek Bridge) Bid Specifications & Fees (2002 Brushes Creek Bridge) Bid Specifications & Fees (2002 Brushes Creek Bridge) 10 11 12 4 5 09/27/2002 G., Penza & Sons Inc $25.00 457 Brook Avenue Deer Park, NY 11729 (516) 242-5115 09/30/2002 Ferran, Development Corp. $25.00 93 Allen Blvd. Farmingdale, NY 11735 (631) 249-4975 10/01/2002 Bore, Industries thc. $25.00 Contact Fred Mahlstedt 16 Hulse Read East Setauket, NY 11733 (631) 331-8500 Bi-county, Construction Corp. 21 Commercial Blvd. Medford, NY 11763 09/23/2002 $25.00 Brushes Creek 09/25/2002 Galvin, Bros., Inc. $25.00 149 Steamboat Road Great Neck, NY 11024 (516) 466-3785 09/26/2002 Cybersteel, Inc $25.00 630 Ocean Avenue Suite 3c Brooklyn, NY 11226 (715) 501-0081 09/26/2002 L.I.I., Industries Inc $25.00 19 B Sfiriz Road Brookhaven, NY 11719 (631) 737-4600 (631)286-3222 (631) 732-0800 09/23/2002 Chesterfield, Associates Inc. $25.00 Pob 1229 Westhampton Beach, NY 11978 (631) 288-5100 09/23/2002 Bi-ceunty, Paving Corp. $25.00 701-9 Koehler Ave. Ronkonkoma, NY 11779 47-20 2~TM A~'FJ~IUF~ LA.C, NY 1 1103 TEL: ( '718) 204-494,3 FAX; ('71 S) 204-8~61 RECEIVED OCT Soethold Town Clerk To: Southold [own Clerk Please send us the bid package lbr BRUSHES CREEK BRIDGE REPLACEMENT at the above address. Our FEDEX account number is 232725281. S incerel.~ Elektra Pappas Estimated Department 1010812002 License Type/Fee Type Bid Specifications & Fees (2002 Brushes Creek Bridge) Bid Specifications & Fees (2002 Brushes Creek Bridge) Bid Specifications & Fees (2002 Brushes Creek Bridge) License # 11 12 13 Town Of Southold General Licensing Report For License Type: Bid Specifications & Fees Date Range: 09/01/2002 to 10/08/2002 Issue Date/ Expiration Date 09/30/2002 Ferranl Development Corp. (631) 249-4975 93 Allen Blvd. Farmingdale, NY 11735 10/01/2002 Bore, Industries Inc. (631) 331-8500 Contact Fred Mahlstedt 16 Hulse Road East Setauket, NY 11733 10/04/2002 Richter, James (631) 765-1560 Engineering Dept Total Notes $25.00 $25.00 $0.00 Page: 2 Bid Specifications & Fees (2002 Brushes Creek Bridge) Bid Specifications & Fees (2002 Brushes Creek Bridge) Bid Specifications & Fees (2002 Brushes Creek Bridge) 14 15 via H2M 10/04/2002 10/07/2002 10/02/2002 LO1 Duca Associates Inc. (631) 234-0646 171 Bridge Rd Islandia, NY 11749 $25.00 D., S. Brown Co $25.00 (419) 257-3561 300 East Cherry St P O Box 158 N Baltimore, OH 45872 Newborn, Construction Inc $25.00 (631) 878-6666 55 Clinton Street Po Box 624 Center Moriches, NY 11934 Quantity Sub Total: 16 Amount Sub Total: $350.00 Quantity Grand Total: 16 Amount Grand Total: $350.00 10/08/2002 License Type/Fee lype Bid Specifications & Fees (2002 Brushes Creek Bridge) Bid Specifications & Fees (2002 Brushes Creek Bridge) Bid Specifications & Fees (2002 Brushes Creek Bridge) Bid Specifications & Fees 2002 Brushes Creek Bridge) Bid Specifications & Fees (2002 Brushes Creek Bridge) Bid Specifications & Fees 2002 Brushes Creek Bridge) Bid Specifications & Fees (2002 Brushes Creek Bridge) Bid Specifications & Fees (2002 Brushes Creek Bridge) Bid Specifications & Fees (2002 Brushes Creek Bridge) Bid Specifications & Fees (2002 Brushes Creek Bridge) Town Of Southold ~J~ ~ General Licensing Report For License Type: Bid Specifications & Date Range: 09/01/2002 to 10/08/2002 Issue Date/ License # Expiration Date Licensee Total Notes 01 09/20/2002 Town, Clerk's Office $0.00 02 03 O4 05 06 O7 08 09 10 P.o. Box 1179 Southold, NY 11971 09/23/2002 Bi-county, Construction Corp. (631) 732-0800 21 Commercial Blvd. Medford, NY 11763 $25.00 Brushes Creek 09/23/2002 Chester~eld, Associates Inc. $25.00 (631) 286-5100 Pob 1229 Westhampton Beach, NY 11978 09/23/2002 Bi-county, Paving Corp. $25.00 (631) 737-4600 701-9 Koehler Ave. Ronkonkoma, NY 11779 09/25/2002 Galvin, Bros., Inc. $25.00 (516) 466-3785 149 Steamboat Road Great Neck, NY 11024 09/26/2002 Cybereteel, Inc $25.00 (718) 501-0081 630 Ocean Avenue Suite 3c Brooklyn, NY 11226 09126/2002 L.I.I., Industries Inc $25.00 (631) 286-3222 19 B Stidz Road Brookhaven, NY 11719 09~26/2002 James, H. Rambolnc. $25.00 (631) 283-1254 229 Bishops Lane Southampton, NY 11968 09/27/2002 Aroma, Construction Corp $25.00 (631) 351-6124 192 West 9th St Huntington Sta, NY 11746 09/27/2002 G., Penza & Sons Inc $25.00 (516) 242-5115 457 Brook Avenue Deer Park, NY 11729 Page: Town Of Southoid P.O Box 1179 Southold, NY 11971 * * * RECEIPT * * * Date: 10/02/02 Transaction(s): 1 2002 Brushes Creek Bridge Check#: 1153 Receipt~: Total Paid: 1153 Subtotal $25.00 $25.00 Name: ClerkID: Newborn, Construction Inc 55 Clinton Street Po Box 624 Center Moriches, NY 11934 LINDAC Intemal ID: 63047 ENGINEERS ARCHITECTS PLANNERS SCIENTISTS SURVEYORS Holzmacher, McLendon & Murrell, P.C. 575 Broad Hollow Road, Melville, NY 11747 (631) 756-8000 · FAX: (631) 694-4122 TO: TOWN CLERKS OFFICE TOWN OF SOUTHOLD LETTER OF TRANSMITTAL DATE: ATTENTION RE: October 1, 2002 ELIZABETH NEVILLE BRUSHES CREEK BRIDGE PROJECT WE ARE TRANSMITTING HEREWITH: Shop Drawings __Copy of Letter Prints X Other __.Specifications Sketches COPIES DRAWING NO. DESCRIPTION ORIGINAL CHECK FOR PURCHASE OF PLANS AND SPECS X For your use __Other As requested For review & comment REMARKS: ATTACHED IS A CHECK FROM NEWBORN CONSTRUCTION COMPANY. BASED ON THE ATTACHED NOTICE, THEY CAME TO OUR OFFICE FOR PICK-UP OF PLANS AND SPECS. I GAVE THEM A COPY OF EACH RATHER THAN HAVE THEM GO TO YOUR OFFICE. COPY TO.' Very truly yours, HOLZMACHER, McLENDON & MURRELL, P.C. L:\H2MFORMS\TRANSMT2.DOC By: FRANK R. SIMONE, PROJECT MANAGER r~, USAAirbill ~,:,:,,!~ 8257 0105 9665 Dat~e~/~ ' T - 0 ~ Accou~Namber _ ....... 1~=702~-.~ Send~'SName E~IZ~ ~* ~E~I~ Phone( ~/ ) 7~ ~'/~ Company TOWN nF ~f]J.ITHI')I Address 5~0C~5 RrTtJTF ~5 c,~SOUTHOLD sat~ NY z~P 11~71 2 Your Internal Billing Reference 3 To Addre.,,..~O £. ~.1-1 ~ILy $ 7- See back for application instructions. Questions? Visit our Web site at www.fedex.com or call 1,800-Go. FedEx~ (800)463-3339. Bt using ~1~$ Air ~lllwu agrae to ~le service condruons on ~le bacx at mis ~r ~.11 .... 0215 ga E~(press Package Service 5 Packaging 6 Special Hamlling o DeS Ibis shipmem cent ale dangermJS ~oods? 7 Payment ! 0164334~87 D.S. The D.S. Brown Company 300 E. Cherry Street North Baihmore, Ohio 45872 419.257 3561 Fax: 419.257.2200 e-moil: d~.b@dsbrown.com www.dsbrow~ eom Lewis Engineering Division 4201Nofex Drive Chaska, Minnesota 55818 612.368.8000 Fax: 612.448.7000 international Division 57 Pioneer Road Singapore 628508 65 862.6266 Fax: 65.862.6255 dsT~rown@mbox 2.sJnonet com.sg g 6 October 4, 2002 Town Clerk Town of Southold 53095 Main Road Southold, NY 11971 Re: Plans & Proposals (Prefer 1/2 size, if available, we are supplier) Project & Bid Date: New Bridge Over Brushes Creek, Suffolk Co. Bid Date: 10/17/02 Please send one plan and proposal for the project(s) listed above to the following address: D. S. Brown Company 300 E. Cherry Street North Baltimore, OH 45872 Fax: 419-257-2200 UPS: #-474-581 FedEx: #0436-0070-2 PLEASE SEND BY UPS or FEDEX USING 2-DAY DELIVERY. Please call if you have any questions. Thank you, Judy Baumgartner Plans Orderer Tel: 419-257-3561, ext. 3250 Enclosure: Check #1232 - $25 - Payable to Southold Town Clerk \\Dsbrown\vol3\users\jbaurn\WPDOCS\Plans Ordedng\DSB-FEDEX Plans letter.doc Equal Opportunity Employer Owner Town of North Hempstead Town of North Hempstead St. Frances de Chantal Church Town of Hempstead Village of Kings Point Village of Atlantic Beach Description Construct a Par 3 Golf Course & Rec. Facility Harbor Links Golf Course Rough Grading Renovation and Addition to Convent Reconstruction of roads in EImont Roads, curbs and drainage Atlantic Beach Concrete Roadway Construction Contact Paul Roth 631-451-6222 Paul Roth 631-451-6222 Claude Cuvie 243-5005 John Flataco 938-0600 Jim Davis 482-7872 Emily Siniscalchi 516 371-4600 Price $481,349 $1,700,000 $750,000 $1,850,000 $532,0OO $76,280 Date 97 97 96 96 96 96 H2M GROUP Dat~ 7/29/02 James Richter, Town Engineer J.Horton, 3~. McMahon, J. Cushman, Peter Harris FRANK R. SIMONE Brushes Creek Bridge Replacement As per your request fi.om our meeting on July 24, I am forwarding the following items for your rev/ew. Please forward the necessary copies to those people at the meeting and also one for the Highway Superintendent. 1. Six (6) copies of the proposed MPT plans. 2. Six (6) copies of the proposed Construction and Inspection Schedules. Also note that the selection of an Alternate in the Construction Schedule will dictate the time of our next meeting. Please call me if you have any questions. 7/29/02 I BRIDGE ~PLACEMENT AT BRUSHE~REEK Date CONSTRUCTION SCHEDULE 8/14 8/14 - 9/4 9/15 10/3 10/4- 10/31 11/4 - 5/6/03 Meet with Town to finalize comments. Finalize plans, specifications and estimate for advertising and solicitation of bids. Advertise for bid opening. Bid opening. Review bids, make recommendations. Award contract, review shop drawings. Submit list of subs, supplies, etc. for approval. Construction takes place with restrictions: 1. Provision for cold weather concrete placement 2. Roadway closed for no more than 120 consecutive calendar day period. 3. Road to be opened no later than first week of May. NOTE: This Alternate is not recommended since it requires a gap in the construction of the the winter months and the weather. 9/15/02+ 11/7/02+ 12/5/02+ 12/15/02+_ 12/22/02+_ 12/22 to 2/1/03 2/1/03 Meet with Town of Southold to review Advanced Plans. Deliver Plans and Specs to Southold for bid advertisement. Bid opening. Contract award. Contract signing. Ordering materials, shop drawings. Commence construction INSPECTION SCHEDULE Inspection Responsibility Operation Primary Secondary Clearing and grubbing, Town of Southold H2M place of signs, install silt fence Excavation, stockpiling Pile installation, sheeting installation, de-watering Forn~ing walls & pile caps Pouring concrete, backfill structure Form deck Pour deck, install bridge rail, install bridge guide rail. Place asphalt Re-vegetate sloWeS Topsoil/seeding Clean-up p:W lO0"~Frs\Soht9902\Construction-lnspection~Schcdule Duration (Weeks) Town of Southold H2M 2 H2M Town of Southold 2 Town of Southold H2M H2M Town of Southold Town of Southold H2M H2M Town of Southold 2 2 1 3 H2M Town of Southold 1 Town of Southold H2M 2 LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for furnishing all of the labor, materials and equipment as specified in the bid documents for the construction ora new bridge over Brushes Creek with the drawings & specifications prepared by the H2M Group 575 Broad Hollow Road, Melville, NY 11747 Drawings and Specifications may be obtained at the Office of the Town Clerk, Town of Southold, Town Hall, 53095 Main Road, Southold, New York 1 197 l, Monday through Friday, 8:00 am to 4:00 pm on or after September 19, 2002. A fee of twenty-five ($25.00) dollars, cash or check, made payable to the Toxvn of Southold will be required for one (1) copy of the Contract Documents. There are no refunds. The sealed bids, together with a Non-Collusive Bid Certificate, and bank draft, certified check, or bid bond in the amount of 5% of the amount of the bid, xvill be received by the Toxvn Clerk of the Town of Southold at the Southold Town Hall, 53095 Main Road, Southold, New York, until 10:00 A.M., Thursday, October 17, 2002, at xvhich time they will be opened and read aloud in public. The Town Board of the Town of Southold reserves the right to reject any and all bids and waive any and all informalities in any bid should it be deemed in the best interest of the Town of Southold to do so. All bids must be signed and sealed in envelopes plainly marked xvith BRUSHES CREEK BRIDGE REPLACEMENT, and submitted to the Office of the Town Clerk. The bid price shall not include any tax, federal, state, or local, from which the Town of Southold is exempt. Dated: September 16, 2002. ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON SEPTEMBER 19, 2002, AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO BOX 1179, SOUTHOLD, NY 11971 Copies to the following: The Suffolk Times Town Board Members Town Attorney Superintendent of Highways Harris John Cushman, Comptroller Dodge Reports Brown's Letters Burrelle's Information Services Construction Data Town Clerk's Bulletin Board STATE OF NEW YORK ) SS: COUNTY OF SUFFOLK) ELIZABETH A. NEVILLE, Town Clerk of the Town of Southold, Nexv York being duly sworn, says that on the I~ day of,.. ~o.~')~: , 2002, she affixed a notice of which the annexed printed notice is a tree copy, in a proper and substantial manner, in a most public place in the Town of Southold, Suffolk County, New York, to wit: Town Clerk's Bulletin Board, 53095 Main Road, Southold, New York. BRUSHES CREEK BRIDGE REPLACEMENT Southold Town Clerk Sworn before me thist 14 dayo[ ¢,.~ ~ ,2002. ~ LYI'4DAM BOHN #OTARY puBLtC,'_'~.tat' No. 01 i~u602093~ ~uatifled irt Suttolk H2M GROUP NOTICE TO BIDDERS PROJECT: BRUSHES CREEK BRIDGE REPLACEMENT PECONIC BAY BLVD, LAUREL NEW YORK 11958 The Town Board of the Town of Southold will receive bids for furnishing all of the labor, materials and equipment as specified in the bid documents for the construction of a new bridge over Brushes Creek with the Drawings & Specifications prepared by the H2M Group 575 Broad Hollow Rd, Melville N.Y.11971. Bids will be received at the office of the Southold Town Clerk, Southold Town Hall, 53095 Main Road, Southold, New York 11971, until 10:00 AM, Thursday October 17th 2002 Day Month & Date Year All specifications are provided herein: drawings to be attached. Drawings and Specifications for all work maybe examined and obtained at the Town Hall on or after September 19, 2002 between the hours of 9:30 A.M. and 4:30 P.M. Monday through Friday excluding Holidays. A fee of twenty-five dollars ($ 25.00), cash or check, made payable to the Town of Southold will be required for one (1) copy of the Contract Documents. There are no refunds. This invitation to bid is not an offer and shall in no way bind the Town of Southold to award a contract for performance of the project. Should the Town of Southold decide to award a contract, it shall be awarded to the lowest responsible bidder. The Town of Southold reserves the right to waive any informalities, to reject any or all bids and to retain bids for 45 days from the date of receipt. The CONTRACTOR SHALL NOT withdraw his bid during this period. Bid Security in the form of a certified check or Bid Bond in the amount of 5% of the Base Bid will be required of each bidder. Performance and Payment Bonds in the amount of 100% of the Contract Price will be required of the successful bidder. Dated: August 13 2002 SOHT 99-02 BY ORDER OF THE SOUTHOLD TOWN BOARD By: Elizabeth A. Neville Southold Town Clerk NB-] ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORmaTION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD TO: FROM: DATE: RE: FAX TRANSMITTAL THE SUFFOLK TIMES ATT: JOAN ANN LYNDA M. BOHN 9/16/2002 LEGAL NOTICES FOR PUBLICATION IN 2002 Number of pages being faxed 2 including cover page If total transmittal is not received, please call 631 765-1800. Notice to Bidders: Brushes Creek Bridge Replacement PLEASE ACKNOWLEDGE RECEIPT OF THIS LEGAL NOTICE WITHIN ONE (1) HOUR BY SIGNING BELOW AND RETURNING BY FAX TO 765-6145, ATTENTION: BETTY NEVILLE. THANK YOU. Received By Date H2M GROUP ~ 7/29/02 To: James Richter, Town Engineer ~e~ ,I.Horton, J. McMahon, J. Cushman, Peter Harris From~ FRANK R. SIMONE ~ Brushes Creek Bridge Replacement As per your request t~om our meeting on July 24, I am forwarding the following items for your review. Please forward the necessary copies to those people at the meeting and also one for the Highway Superintendent. 1. Six (6) copies of the proposed MPT plans. 2. Six (6) copies ofthe proposed Construction and Inspection Schedules. Also note that the selection of an Alternate in the Construction Schedule will dictate the time of our next meeting. Please call me if you have any questions. Attachments 7/29/02 I Date CONSTRUCTION SCHEDULE 8/14 8/14 - 9/4 9/15 10/3 10/4 - 10/:31 11/4 - 5/6/05 Meet with Town to finalize comments. Finalize plans, specifications and estimate for advertising and solicitation of bids. Advertise for bid opening. Bid opening. Review bids, make recommendations. Award contract, review shop drawings. Submit list of subs, supplies, etc. for approval. Construction takes place with restrictions: 1. Provision for cold weather concrete placement 2. Roadway closed for no more than 120 consecutive calendar day period. 3. Road to be opened no later than first week of May. NOTE: This Alternate is not recommended since it requires a gap in the construction of the the winter months and is the weather. 9/15/02+ 11/7/02+ 12/5/02+ 12/15/02_+ 12/22/02+_ 12/22 to 2/1/03 2/1/03 Meet with Town of Southold to review Advanced Plans. Deliver Plans and Specs to Southold for bid advertisement. Bid opening. Contract award. Contract signing. Ordering materials, shop drawings. Commence construction INSPECTION SCHEDULE Inspection Responsibility Operation Primary Secondary Clearing and grubbing, Town of Southold H2M place of signs, install silt fence Excavation, stockpiling Pile installation, sheeting installation, de-watering Forming walls & pile caps Pouring concrete, backfill structure Form deck Pour deck, install bridge rail, install _bridge guide rail. Place asphalt Re-vegetate slo~-e~ Topsoil/seeding Clean-up p:\ 7100\Frs\Soht9902\Construction-lnspection_Schedule Town of Southold H2M H2M Town of Southold Town of Southold H2M Town of Southold H2M H2M Town of Southold H2M Town of Southold H2M Town of Southold Town of Southold H2M Duration (Weeks) 3 2 2 2 2 1 3 1 2 ELIZABETH A. NEVILLE TOWN CLERK REGISTR.~ OF VITAL STATISTICS NLMtRL~GE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORkL~,TION OFFICER To~vn Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 5:]2 OF 2002 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON AUGUST 13, 2002: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs Town Clerk Elizabeth Neville to advertise for bids for the reolacement of the Brushes Creek Bridge. Elizabeth A. Neville Southold Town Clerk ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS/vLANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF $OUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 276 OF 2002 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON APRIL 25, 2002: RESOLVED that thc Town Board of the Town o£ Southold hereby authorizes and directs Supervisor Horton to execute all necessary documents to apply for a "de-watering permit" for the Brushes Creek Brid~e Pro|ect. Elizabeth A. Neville Southold Town Clerk ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VIT.M. STATISTICS MARRb~.GE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORi%L~.TION OFFICER To~vn Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 sour holdtown.nor t hfork.net OFFICE OF THE TOWN CLERK TOV(N OF SOUTHOLD THIS IS TO CERTII~r THAT THE FOLLO~VING RESOLUTION NO. 220 OF 2002 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON MARCH 26, 2002: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs Suoervisor Joshua Y. Horton to si~n an A~reement between the Town of Southold and the NYSDOT for the Brushes Creek Replacement Project and all related documents for this project, subject to the approval of the Town Attorney. Elizabeth A. Neville Southold Town Clerk THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 870 OF 2001 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON DECEMBER 18, 2001: RESOLVED that the Town Board of the Town of Southold hereby modifies the Hi~,hwav Fund Whole Town 2001 budget as follows: TO: Revenues: DA.3505.10 AooroDriations DA.5120.2.500.100 Multi-Modal Program Brushes Creek Bridge $ 150,000.00 Bridge Reconstruction $ 150,000.00 Elizabeth A. Neville Southold Town Clerk THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 438 OF 2001 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JUNE 5, 2001: RESOLVED that the Toxvn Board of the Town of Southold hereby authorizes and directs Supervisor Cochran to execute all permit applications and related documents necessary for the Brushes Creek Bridge reconstruction project all in accordance with the Town Attorney. Elizabeth A. Neville Southold Town Clerk THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON DECEMBER 12, 2000: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs Supervisor Jean W. Cochran to execute an agreement with Holzmacher, McLendon, and McMurrell, P.C. Associates Inc. for engineering services for the reconstruction of the Brushes Creek Bridge, all in accordance with the approval of the Town Attorney. Elizabeth A. Neville Southold Town Clerk THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 437 OF 2001 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JUNE 5, 2001: WHEREAS the Toxvn Board of the Town of Southold is considering a proposal to rebuild and reconstruct the Brushes Creek Bridge on the same site; be it therefore RESOLVED that the Town Board of the Town of Southold declares this to be a Type II Action under the SEQRA Rules and Regulations, 6 NYCRR 617.5.(c)(2) be it further RESOLVED that no further review is required for SEQRA purposes. Elizabeth A. Neville Southold Town Clerk TOW# CLERI[ COPY 1 TOWN OF SOUTHOLD SUFFOLK COUNTY NEW YORK REPLACEMENT OF PECONIC BAY BOULEVARD BRIDGE OVER BRUSHES CREEK LAUREL, NEW YORK H2M PROJECT NO. SOHT 99-02 SEPTEMBER 19, 2002 gI~M,C~,2,~_., ::' TABLE OF CONTENTS TOWN OF SOUTHOLD BRUSHES CREEK BRIDGE REPLACEMENT CONTENTS NOTICE TO BIDDERS INSTRUCTIONS FOR BIDDERS BIDDER'S PROPOSAL GENERAL CONDITIONS QUALIFICATIONS OF BIDDERS INDEMNITY, LIMITATION OF LIABILITY LABOR REGULATIONS NON-DISCRIMINATORY CLAUSE CONTRACT PAGE(S) NB-1 IB 1-3 BP 1-24 GC 1-1l QB 1-5 ILL 1-2 LR 1-10 N 1-2 C 1-23 TECHNICAL SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS 01010 01019 01030 01040 01045 01060 01200 01310 01340 01400 01500 01570 01600 01610 01620 01650 01701 01710 01720 01730 01750 SUMMARY OF WORK CONTRACT CONSIDERATIONS ALTERNATES COORDINATION CUTTING AND PATCHING REGULATORY REQUIREMENTS PROJECT MEETINGS PROJECT PROGRESS SCHEDULE SHOP DRAWINGS, PRODUCT DATA, SAMPLES QUALITY CONTROL CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS INTERRUPTION OF SERVICES MATERIALS AND EQUIPMENT TRANSPORTATION AND HANDLING STORAGE AND PROTECTION STARTING OF SYSTEMS CONIRACT CLOSEOUT INSPECTIONS FINAL CLEANING PROJECT RECORD DOCUMENTS OPERATING AND MAINTENANCE DATA FINAL APPLICATION SOHT 99-02 TOC-I TABLE OFCONTENTS DIVISION 2 - TECHNICAL SPECIFICATIONS 02101 02102 02110 02118 02222 02223 02232 02240 02250 02275 02367 02391 02484 02510 02572 02575 02580 02581BB 02851BR 02936 BASIC MAINTENANCE AND PROTECTION OF TRAFFIC MOBILIZATION AND SURVEY SITE CLEARING LANDSCAPING, GRADING & TOPSOIL EXCAVATION BACKFILLING RECYCLED CONCRETE AGGREGATE BASE COURSE DE-WATERING TEMPORARY SHEETING AND BRACING SILT FENCE CONCRETE FILLED STEEL PIPES PROTECTIVE COATING FOR STEEL PILING VINYL SHEET PILING ASPHALTIC CONCRETE PAVING SAW CUTTING EXISTING PAVEMENT PAVEMENT PROFILING AND MILLING PAVEMENT MARKINGS BOX BEAM GUIDE RAIL AND SECTION STEEL BRIDGE RAIL SEEDING DIVISION 3 - CONCRETE 03101 CONCRETE DIVISION 5 - METALS 05170 STEEL TIE RODS FOR MARINE CONSTRUCTION 05500 METAL FABRICATIONS DIVISION 6 - 16 NOT USED APPENDICES "A" PREVAILING WAGE RATES "B" PERMITS SOHT 99-02 TOC-2 H2M GROUP NOTICE TO BIDDERS PROJECT: BRUSHES CREEK BRIDGE REPLACEMENT PECONIC BAY BLVD, LAUREL NEW YORK 11958 The Town Board of the Town of Southold will receive bids for furnishing ail of the labor, materials and equipment as specified in the bid documents for the construction of a new bridge over Brushes Creek with the Drawings & Specifications prepared by the H2M Group 575 Broad Hollow Rd, Melville N.Y.11971. Bids will be received at the office of the Southold Town Clerk, Southold Town Hall, 53095 Main Road, Southold, New York 11971, until 10:00 AM, Thursday October 17th 2002 Day Month & Date Year All specifications are provided herein: drawings to be attached. Drawings and Specifications for all work maybe examined and obtained at the Town Hall on or after September 19, 2002 between the hours of 9:30 A.M. and 4:30 P.M. Monday through Friday excluding Holidays. A fee of twenty-five dollars ($ 25.00), cash or check, made payable to the Town of Southold will be required for one (1) copy of the Contract Documents. There are no refunds. This invitation to bid is not an offer and shall in no way bind the Town of Southold to award a contract for performance of the project. Should the Town of Southold decide to award a contract, it shall be awarded to the lowest responsible bidder. The Town of Southold reserves the right to waive any informalities, to reject any or all bids and to retain bids for 45 days from the date of receipt. The CONTRACTOR SHALL NOT withdraw his bid during this period. Bid Secudty in the form of a certified check or Bid Bond in the amount of 5% of the Base Bid will be required of each bidder. Performance and Payment Bonds in the amount of 100% of the Contract Price will be required of the successful bidder. Dated: Setember 18, 2002 SOHT 99-02 BY ORDER OF THE SOUTHOLD TOWN BOARD By: Elizabeth A. Neville Southold Town Clerk NB-1 H2M GROUP INSTRUCTIONS FOR BIDDERS A. PROPOSALS Proposals must be made in strict accordance with the "Proposal Form" provided. The bidders shall write in ink, both in words & numerals, the price for which he proposed: to furnish all materials, plant, equipment, tools, shoring or bracing, scaffolds, or other facilities, & to perform all labor and services necessary for the proper completion of the work in strict accordance with the plans and specifications, and subject at all times to the approval of the Amhitect. Each proposal must be signed in writing with the full name and address of bidder. Proposals shall be addressed as indicated on Invitation for Bids and shall be delivered enclosed in an opaque sealed envelope marked "Proposal" bearing title of work, and Bidders Name. No proposal shall be considered that has not been received by the Southold Town Clerk prior to the hour and date stated. B. PROPOSAL GUARANTY A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond or certified check in the amount of 5% of the total bid, for each item bid, and made payable to the Town of Southold. As soon as the proposal prices have been compared, the Owner shall return the bidder's bond or the certified checks accompanying such proposals as, in his judgment, would not likely be involved in making the award. All other proposal quantities will be held until the contract and contract bond have been executed after which they will be released or returned to the respective bidders whose proposals they accompanied. C. OMISSIONS AND DISCREPANCIES Bidders should carefully examine the drawings and specifications, visit the site of work, and fully inform themselves of all conditions and matters that can in any way affect the work or the cost thereof. Should a bidder find discrepancies in or omissions from the drawings, specifications, or other documents or should he be in doubt as to their meaning, he should at once notify the Architect who may issue a written instruction to all bidders. SOHT 99-02 It3-1 H2M GROUP D. PUBLIC OPENING OF PROPOSALS Proposals will be opened and read publicly at the time and place indicated in the Invitation for Bids. Bidders, their authorized agents, and other interested parties are invited to be present. E. AWARD OF CONTRACT Award of contract will be made as soon as practical. A contract may be awarded to a responsible bidder other than the lowest money bidder, if it is in the best interest of the Town. No bid may be withdrawn after scheduled closing time for receipt of bids for a pedod of 45 days pending execution of a contract by successful bidder. The competency and responsibility of the bidder and his sub-contractors will be considered in making the award. The Town reserves the right to waive any technical error, to accept any bid, or to reject any or all bids. The contract form will be the current edition of AIA Document A101 "Standard form of Agreement between Owner and Contractor". The Town will either award the project or reject all proposals received within forty-five (45) days after the formal opening of proposals. The acceptance of a proposal will be a notice in writing signed by the Town Clerk and no other act shall constitute the acceptance of a proposal. The acceptance of a proposal shall bind the successful bidder to execute the contract and to deliver separate performance and payment bonds made by a Surety Company, as stipulated herein. The amount of the bonds shall not be less than one hundred percent (100%) of the contract price for each item of the work as specified on the Proposal Form. F. WITHDRAWALS OF PROPOSALS Any bidder upon his or her authorized representative's written request presented not later than the hour set for the opening thereof, will be given permission to withdraw his proposal. At the time of opening the proposals, when such proposals are reached, it will be returned to him unread. G. REJECTION OF PROPOSALS The Town reserves the right to waive any technical error and to reject any and/or all proposals. Without limiting the generality of the foregoing, any proposal which in incomplete, obscure, or irregular may be rejected; any proposal accompanied by an SOHT 99-02 IB-2 l-I 2~,1 GROUP insufficient or irregular certified check or bidder's bond bay be rejected, any proposal having interlineations, erasure or corrections may be rejected. H. PLANT & EQUIPMENT The bidder shall state in his bid that be has available or under his control, plant and equipment of the character and in the amount required to complete the proposed work within the specific time. I. TIME FOR EXECUTION OF CONTRACT Any bidder whose proposal shall be accepted will be required to appear before the Town in person; or if a firm or corporation, a duly authorized representative shall so appear, and execute six (6) copies of the Contract and furnish satisfactory Performance and Payment Bond within ten (10) days after notice that the Contract has been awarded to him. Failure to execute Contract shall constitute a breach of the agreement effected by the acceptance of the Proposal. The damages to the Town for such breach will include loss from interference with his construction program and other items, the accurate amount of which it will be difficult or impossible to compute. The amount of the certified check or bidder's bond accompanying the Proposal of such bidder shall be retained by the Town, not as a penalty, but as liquidated damages for such breach. In the event any bidder whose proposal shall be accepted shall fail or refuse to execute the Contract as herein before provided, the Town may, at there option, determine that such bidder has abandoned the Contract, and thereupon, his proposal and acceptance thereof shall be null and void, and the Town shall be entitled to liquidated damages as above provided. J. TIME LIMIT TO COMMENCE AND COMPLETE WORK The contractor shall commence work within ten (10) calendar days after the date stipulated in the notice to proceed that was given to him by the Town of Southold. He shall complete the work within the calendar day limit as set forth by him in his Proposal, but not later than the first week in May, 2003. SOHT 99-02 iB-3 1~,$1~,:3,~_~ ~' BIDDERS PROPOSAL Date: Name of Bidder: Telephone: To~ SOUTHOLD TOWN BOARD TOWN HALL - 53095 MAIN ROAD SOUTHOLD, NEW YORK MEMBERS OF THE BOARD: The undersigned as bidder declares that the only persons, company or parties interested in this proposal as principals are named below; that this proposals made without any connection, directly or indirectly, with any other bidder for the same work: that it is in all respects fair and without collusion or fraud and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly in the performance of the contractor the supplies relating to it, or in any portion the profit thereofi that he has carefully examined the contract documents dated September 19, 2002 including bidding requirements; general and special contract conditions, specifications, contract drawings and addenda. Acknowledgement of addenda and their dates must be included as indicated at the bottom of this section. The undersigned further declares that he has satisfied himself by personal examination of the proposed work and by such other means as he may have chosen, as to the condition and requirements of the work and he proposes and ages that if his proposal be accepted he will contract to furnish all materials (not provide by the Town) and to perform all of the work required to construct, perform and complete the work at: BRUSHES CREEK BRIDGE REPLACEMENT PROJECT - Peconic Bay Blvd, Laurel, New York and all other work in connection therwith, in accordance with the contract documents and addenda, if any, prepared by the H2M Group, 575 Broad Hollow Road, Melville, New York 11747-5076 and shall comply with all of the stipulations contained therein and will furnish the required Performance and Maintenance Bond: that he will start the work as directed by the Town and he will accept full payment thereof as listed below. THE PRICES BID FOR THE FOLLOWING RESPECTWE ITEMS SHALL BE PRICED ACCORDING TO THE TWO ALTERNATES AS NOTED BELOW. ALTERNATE "A" - ASSUMES A COMMENCEMENT OF CONSTRUCTION AT THE BEGINNING OF NOVEMBER 2002 WITH THE FOLLOWING RESTRICTIONS: WORK TO PROCEED WITH PROVISIONS FOR COLD WEATHER CONCRETING. ROADWAY CLOSED NO MORE THAN 110 CONSECUTIVE CALENDAR DAYS ROADWAY TO BE OPENED NO LATER THAN THE FIRST WEEK IN MAY, 2003 SOHT 99-02 BP- 1 I~,~C~i~OL,I F-' BIDDERS PROPOSAL ALTERNATE "B" - ASSUMES A COMMENCEMENT OF CONSTRUCTION AT THE BEGINNING OF FEBRUARY 2003 WITH THE FOLLOWING RESTRICTIONS: ROADWAY CLOSED NO MORE THAN I l0 CONSECUTIVE CALENDAR DAYS ROADWAY TO BE OPENED NO LATER THAN THE FIRST WEEK IN MAY, 2003 ALTERNATE "A" ITEM lA Mobilization and survey. LUMP SUM ITEM 2A Maintenance and protection of traffic LUMP SUM ITEM 3A Install new bridge rail. LUMP SUM ITEM 4A Install new bridge rail anchor units LUMP SUM ITEM 5A Provide and install silt fence (Approximately 400 L.F.) UNIT PRICE PER LINEAL FOOT SOHT 99-02 BP- 2 ($ DOLLARS ($ DOLLARS ($ DOLLARS ($ DOLLARS ($ DOLLARS BIDDERS PROPOSAL Date: Name of Bidder: Telephone: To~ SOUTHOLD TOWN BOARD TOWN HALL - 53095 MAIN ROAD SOUTHOLD, NEW YORK MEMBERS OF THE BOARD: The undersigned as bidder declares that the only persons, company or parties interested in this proposal as principals are named below; that this proposals made without any connection, directly or indirectly, with any other bidder for the same work: that it is in all respects fair and without collusion or fraud and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly in the performance of the contractor the supplies relating to it, or in any portion the profit thereof: that he has carefully examined the contract documents dated September 19, 2002 including bidding requirements; general and special contract conditions, specifications, contract drawings and addenda. Acknowledgement of addenda and their dates must be included as indicated at the bottom of this section. The undersigned further declares that he has satisfied himself by personal examination of the proposed work and by such other means as he may have chosen, as to the condition and requirements of the work and he proposes and ages that if his proposal be accepted he will contract to furnish all materials (not provide by the Town) and to perform all of the work required to construct, perform and complete the work at: BRUSHES CREEK BRIDGE REPLACEMENT PROJECT - Peconie Bay Blvd, Laurel, New York and all other work in connection thcrwith, in accordance with the contract documents and addenda, if any, prepared by the H2M Group, 575 Broad Hollow Road, Melville, New York 11747-5076 and shall comply with all of the stipulations contained therein and will furnish the required Performance and Maintenance Bond: that hc will start the work as directed by the Town and hc will accept full payment thereof as listed below. THE PRICES BID FOR THE FOLLOWING RESPECTIVE ITEMS SHALL BE PRICED ACCORDING TO THE TWO ALTERNATES AS NOTED BELOW. ALTERNATE "A" - ASSUMES A COMMENCEMENT OF CONSTRUCTION AT THE BEGINNING OF NOVEMBER 2002 WITH THE FOLLOWING RESTRICTIONS: WORK TO PROCEED WITH PROVISIONS FOR COLD WEATHER CONCRETING. ROADWAY CLOSED NO MORE THAN 110 CONSECUTIVE CALENDAR DAYS - ROADWAY TO BE OPENED NO LATER THAN THE FIRST WEEK IN MAY, 2003 SOHT 99-02 BP- 1 BIDDERS PROPOSAL ALTERNATE "B" - ASSUMES A COMMENCEMENT OF CONSTRUCTION AT THE BEGINNING OF FEBRUARY 2003 WITH THE FOLLOWING RESTRICTIONS: ROADWAY CLOSED NO MORE THAN 110 CONSECUTIVE CALENDAR DAYS - ROADWAY TO BE OPENED NO LATER THAN THE FIRST WEEK IN MAY, 2003 ALTERNATE "A" ITEM IA Mobilization and survey. LUMP SUM ITEM 2A Maintenance and protection of traffic LUMP SUM ITEM 3A Install new bridge rail. (Approximately 90 L.F.) LUMP SUM ITEM 4A Install new bridge rail anchor units LUlVlP SUM ITEM SA Provide and install silt fence (Approximately 400 L.F.) UNIT PRICE PER LINEAL FOOT SOHT 99-02 BP- 2 ($ DOLLARS ($ DOLLARS ($ DOLLARS ($ DOLLARS ($ DOLLARS BIDDERS PROPOSAL TOTAL ITEM 6A Excavation (Approximately 700 C.Y.) LUMP SUM ITEM 7A Backfilling. (Approximately 480 C.Y.) UNIT PRICE PER CUBIC YARD TOTAL ITEM 8A Install new asphalt pavement (Approximately 280 Tons) UNIT PRICE PER TON TOTAL ITEM 9A. Install nexv concrete structure including piles, formwork, concrete walls, footings, abutments, deck and steel reinforcement. LUMP SUM SOHT 99-02 BP- 3 ($ DOLLARS ($ DOLLARS ($ DOLLARS ($ DOLLARS ($ DOLLARS ($ DOLLARS ($ DOLLARS I~.MG ~4C, L~P BIDDERS PROPOSAL ITEM 10A Install two 15' pavement transitions including saw-cutting, milling and new asphalt. LUMP SUM ITEM llA Remove and salvage existing aluminum box culvert, headwalls, endwalls; (See Construction note 5 on sheet IN-l). Remove and store existing metal guide rail. L~PSUM ITEM 12A Remove and dispose of existing abutment, pier cap, wood piles LUMP SUM ITEM 13A Remove, store and reinstall existing street signs, wood post fence; clean existing catch basin; re-vegetate disturbed slopes. LUMP SUM ITEM 14A Prepare sub-grade, install topsoil and seed (Approximately 4,500 square feet) UNIT PRICE PER SQUARE FOOT TOTAL SOHT 99-02 BP- 4 ($ DOLLARS ($ DOLLARS ($ DOLLARS ($ DOLLARS ($ DOLLARS ($ DOLLARS BIDDERS PROPOSAL ITEM 1SA Install recycled concrete aggregate base course. (Approximately 80 cubic yards) UNIT PRICE PER CUBIC YARD TOTAL ITEM 16A Install new pavement markings LUMP SUM ITEM 17A De-water excavation for concrete work LUMP SUM ITEM 18A Provide and install temporary tight sheeting in excavated areas. LUMP SUM ITEM 19A ($ DOLLARS ($ DOLLARS ($ DOLLARS ($ DOLLARS ($ ) DOLLARS Remove existing bulkhead and install new vinyl sheet piling on the South side of the structure. Install new vinyl sheet piling at the end of wing walls on the North side. Price includes the cost of installing tie rods, anchors and 6" x 6" angle iron. (Approximately 1000 S.F.) SOHT 99-02 BP- 5 BIDDERS PROPOSAL UNIT PRICE PER SQUARE FOOT TOTAL ($ DOLLARS ($ DOLLARS ITEM 20A Remove and dispose of unsuitable material (Approximately 50 c.y.) UNIT PRICE PER CUBIC YARD TOTAL ($ DOLLARS ($ DOLLARS TOTAL BID (ALTERNATE "A") ($ DOLLARS SOHT 99-02 BP- 6 BIDDERS PROPOSAL ALTERNATE "B" ITEM lB Mobilization and survey. LUMP SUlVl ITEM 2B Maintenance and protection of traffic LUMP SUlVl ITEM 3B Install new bridge rail. (Approximately 90 1.f.) LUMP SLIM ITEM 4B Install new bridge rail anchor units LUMP SUIVI ITEM 5B Provide and install silt fence (Approximately 400 L.F.) UNIT PRICE PER LINEAL FOOT TOTAL ($ DOLLARS ($ DOLLARS ($ DOLLARS ($ DOLLARS ($ DOLLARS ($ DOLLARS SOHT 99-02 BP- 7 BIDDERS PROPOSAL ITEM 6B Excavation (Approximately 700 C.Y.) LUMP SUM ITEM 7B Backfill. (Approximately 480 C.Y.) UNIT PRICE PER CUBIC YARD ($ DOLLARS ($ DOLLARS TOTAL ITEM 8B Install new asphalt pavement (Approximately 280 Tons) UNIT PRICE PER TON ($ DOLLARS ($ DOLLARS TOTAL ($ DOLLARS ITEM 9B Install new concrete structure including piles, form~vork, concrete walls, footings, abutments, decks and steel reinforcement. LUMP SUM ($ DOLLARS SOHT 99-02 BP- 8 BIDDERS PROPOSAL ITEM 10B Install 15' pavement transition including saw-cutting, milling and new asphalt. LUMP SUM ITEM liB ($ DOLLARS Remove and salvage existing aluminum box culvert, headwalls, endwalls; (See Construction note 5 on sheet 1N-I ). Remove and store existing metal guide rail. LUMP SUM ($ DOLLARS ITEM 12B Remove and dispose of existing abutment, pier cap, wood piles. LUMP SUM ($ DOLLARS ITEM 13B Remove, store and reinstall existing street signs, wood post fence; clean existing catch basin; re-vegetate disturbed slopes. LUMP SUM ($ DOLLARS ITEM 14B Prepare sub-grade, install topsoil and seed (Approximately 4,500 square feet) ($ DOLLARS UNIT PRICE PER SQUARE FOOT TOTAL ($ DOLLARS SOHT 99-02 BP- 9 Ifl~or~©u~ ITEM 15B Install recycled concrete aggregate base course (Approximately 90 cubic yard) UNIT PRICE PER CUBIC YARD DOLLARS ($ TOTAL ($ DOLLARS ITEM 16B Install new pavement markings LUMP SUM ITEM 17B De- water excavation for concrete work. LUMP SUM ITEM 18B Provide and install temporary tight sheeting in excavated areas. LUMP SUM ITEM 19B ($ DOLLARS ($ DOLLARS ($ DOLLARS Remove existing bulkhead and install new vinyl sheet piling on the South side of the structure. Install new vinyl sheet piling at the end of the wing walls on the north side. Includes the cost of tie rods, anchors and 6" x 6" angle iron. UNIT PRICE PER SQUARE FOOT SOHT 99-02 BP- 10 ($ DOLLARS BIDDERS PROPOSAL TOTAL ITEM 20B Remove and dispose of unsuitable material (Approximately 50 C.Y.) UNIT PRICE PER CUBIC YARD {$ DOLLARS ($ DOLLARS TOTAL ($ DOLLARS TOTAL BID (ALTERNATE "B") ($ ) DOLLARS ALL WORK UNDER THIS CONTRACT SHALL COMMMENCE WITHIN TEN DAYS OF NOTICE TO PROCEED (GIVEN TO THE CONTRACTOR BY THE TOWN OF SOUTHOLD) AND SHALL BE COMPLETED NO LATER THAN MAY 12, 2003. FAILURE OF THE CONTRACTOR TO COMPLETE WORK BY THE SPECIFIED DATE SHALL SUBJECT HIM TO LIQUIDATED DAMAGES (AS SET FORTH IN THE CONTRACT) IN THE SUM OF THREE HUNDRED FIFTY DOLLARS ($350.00) PER DAY, COMMENCING ON MAY 13, 2003. THE ROADWAY SHALL NOT BE CLOSED ANY LONGER THAN ONE HUNDRED TEN (110) CALENDAR DAYS AFTER THE DATE THAT THE CONTRACTOR SPECIFIES THAT THE DETOUR IS IN PLACE AND CONSTRUCTION WILL COMMENCE. FAILURE OF THE CONTRACTOR TO OPEN THE ROADWAY BY THE SPECIFIED TIME FRAME SHALL SUBJECT HIM TO LIQUIDATED DAMAGES (AS SET FORTH IN THE CONTRACT) IN THE SUM OF THREE HUNDRED FIFTY DOLLARS ($350.00) PER DAY COMMENCING WITH THE 1 l 1TM CALENDAR DAY. SOHT 99-02 BP- 11 BIDDERS PROPOSAL WITHIN TEN (10) DAYS AFTER ACCEPTANCE OF THIS BID BY THE TOWN, THE UNDERSIGNED WILL EXECUTE THE CONTRACT WITH THE TOWN AND FURNISH THE REQUIRED BONDS AND INSURANCE. THE BOARD OF TRUSTEES OF THE TOWN OF SOUTHOLD RESERVES THE RIGHT TO AW,~cRD THIS CONTRACT BASED ON THE TOTAL BASE BIDS, ALTERNATE BIDS OR ANY COMBINATION OF THESE. THE BOARD OF TRUSTEES RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS. The undersigned as bidder further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a contract pursuant to such proposal and to the requirement s of the Town and shall fail to give the required security with in the ten (10) days after notice of the acceptance of said proposal; shall have been deposited in the mail addressed to him at the address given in the proposal; that he shall be considered to have abandoned the contract and the sum represented by the certified check accompanying this proposal shall be forfeited to the Town as liquidated damages. Otherwise the certified check shall be returned to the bidder within the forty- five (45) days after the date of receiving the bids. We the undersigned further agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45) days. The Town will accept or reject this proposal or by mutual agreement, extend this time period. The undersigned hereby acknowledges receipt of the following addenda (if any); ADDENDA NUMBER: DATED: ADDENDA NUMBER: DATED: ADDENDA NUMBER: DATED: Signature of Bidder Bidders Address Telephone Number: Date: Federal I.D. # or Social Security # SOHT 99-02 BP- 12 r BIDDERS PROPOSAL INTENTIONALLY LEFT BLANK SOHT 99-02 BP- 13 H2M GROUP PROPOSAL OFFER OF SURETY (To be completed by Each Bidder) In the event the above proposal is accepted and the undersigned is awarded the Contract for the work, the undersigned offers as surety for faithful pedormance, bond and/or bonds to protect labor and material men, the following surety: SURETY COMPANY Signature: (Bidder) CERTIFICATE OF SURETY to be signed by a duly authorized official, agent or attorney of the Surety Company. In the event that the above Proposal is accepted and the contract for the work is awarded to said (Bidder's Name) the will execute (Surety Company) the Surety Bonds as herein-before provided. Signed: Date: Authorized Official, Agent or Attorney IMPORTANT: THIS PAGE MUST BE FILLED OUT WHEN CERTIFIED CHECK IS SUBMITTED IN LIEU OF BID BOND, OR BID MAY BE REJECTED. SOHT 99-02 BP- 14 H2M GROUP PROPOSAL STATEMENT OF NON-COLI,I JSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the troth thereof, such penalties being applicable to the bidder, as well as the person signing in its behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature o f this bid or proposal on behalf of the corporate bidder. RESOLUTION Resolved that o f the (Name of signatory) (Name of Corporation) be authorized to sign and submit the bid or proposal of this corporation for the following Project: BRUSHES CREEK BRIDGE REPLACEMENT Peconic Bay Blvd. Laurel, New York 11948 SOHT 99-02 BP45 H2M GROUP PROPOSAL and to include in such bid or proposal the certificate as to non-collusion required by section one- hundred-three-d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is tree and correct copy of the resolution adopted by corporation at a meeting of the Board of Directors, held on the day of ,20 (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. Signature SOHT 99-02 BP46 H2M GROUP PROPOSAL NEW YORK STATE AFFIRMATIVE ACTION CERTIFICATION (TO BE COMPLETED BY EACH BIDDER) Bidder's Certifications: A bidder will not be eligible for award of a contract under this Invitation for Bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: BIDDER'S CERTIFICATION (Bidder) Certifies that: It intends to use the following listed construction trades in the work under the contract ;and, As to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part 1 of these Bid Conditions for participation in the Nassau-Suffolk County Plan It will comply with the said County area within the scope of coverage of that Plan, those trades being: ;an~or, As to those trades for which it is required by these Bid Conditions to comply with Part II of these Bid Conditions, it adopts the minimum minority man- power utilization goals and the specific affirmative action steps contained in said Part II, for all construction work (both state and non-state) in the afore- mentioned area subject to these Bid Conditions, these trades being: ; and, It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any subcontractor under this contract the subcontractor certification required by these Bid Conditions. SOHT 9%02 (Signature of Authorized Representative of Bidder) BP-17 PROPOSAL BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, (Bidder's Name) (Name of Surety) hereby held and firmly bound unto the Inc. Village of Patchogue, Suffolk County, New York, as Obligee, in the penal sum of: as Principal and as Surety are ($ for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. Signed this day of ,19__ The condition of the above obligation is such that, whereas, the Principal has submitted to the said Village, a certain Proposal dated to enter into a contract in writing, for the work described in the contract documents for: NOW THEREFORE, (a) If said Proposal shall be rejected, or, in the alternate (b) If said Proposal shall be accepted and the Principal shall execute and deliver a contract properly completed in accordance with said Proposal and shall furnish the Performance Bond and the Labor and Material Bond with a Surety Company authorized to do business in the State of New York as Surety on each bond, and shall in all other respects perform the agreement created by the acceptance of said Proposal, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event exceed the penal amount of this obligation as herein stated. $OHT 9%02 BP- 18 PROPOSAL The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of time within which the Obligee may accept such Proposal; and said Surety does hereby waive notice of any such extension. IN WgFNESS WHEREOF, the Principal and the Surety have hereunder set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereunto affixed and these presents to be signed by their proper officers, the day and year first set forth above. (SEAL) (Principal) By: (SEAL) (Surety) By: $OHT 99-02 BP- ~ et ~,~ ,% ~,©~_9 P PROPOSAL ACKNOWLEDGEMENT OF PRINCIPAL, IF A CORPORATION STATE OF ) ) SS: COUNTY OF ) On this __ day of before me personally came and appeared to me known, who, being by me duly sworn, did depose and say that he resides at that he is the of , the corporation described in and which executed the foregoing instrument; that he knows the seal of said corporation; that one of the impressions affixed to said instrument is an impression of such seal; that it was so affixed by order of the directors of said corporation; and that he signed his name thereto by like order. (SEAL) NOTARY PUBLIC ACKNOWLEDGEMENT OF PRINCIPAL, IF A PARTNERSHIP STATE OF ) ) SSi COUNTY OF ) On this__ day of ,19__ before me personally came and appeared to me known and known to me to be the person described in and who executed the foregoing instrument and acknowledged that he executed the same. (SEAL) NOTARY PUBLIC $OHT 99-02 BP-2 0 PROPOSAL ACKNOWLEDGEMENT OF PRINCIPAL, IF AN INDIVIDUAL STATE OF ) ) SS: COUNTY OF ) On this__ day of , 19 before me personally came and appeared to me known and known to me to be the person described in and who executed the foregoing instrument and acknowledged that he executed the same. (SEAL) NOTARY PUBLIC $OHT 99-02 BP-21 H2M GROUP PROPOSAL FORM OF MAINTENANCE BOND KNOW ALL MEN BY THESE PRESENTS: That We, (hereinafter called the Principal) as Principal and the c Corporation with an office and place of business for the State of New Your at the Surety), as Surety, are held and firmly bound unto the , New York, (hereinafter called (hereinafter called the Oblige), as Oblige in the sum of ($ ). DOLLARS, lawful money of the United States of America, for the payment whereof the Principal and Surety bind themselves, their successors and assigns, jointly and severally, firmly by these presents. Signed, sealed and dated this day of ,20 WHEREAS, the Principal heretofore entered into a written contract with the Oblige for WHEREAS, said Contract provides that the Principal shall guarantee SOHT 99-02 BP-22 H2M GROUP PROPOSAL NOW, THEREFORE, the condition of this obligation is such, that if the above Principal shall indemnify the Oblige against loss by reason of his failure to make good at his own expense any defects or deficiencies in materials or workmanship which may appear in the work under said contract with the period of _ year (s) from the date of acceptance of the work, then this obligation shall be void; otherwise to remain in full force and effect. Principal BY: BY: STATE OF ) COUNTY OF ) SS: On this day of 20__ before me personally appeared the within named me known, and known to me to be individual described in and who executed the within bond, and acknowledged to me that he (HAS/HAS NOT) (HAS/HAS NOT) executed the same. to the NOTARY PUBLIC SOHT 99-02 BP-23 H2M GROUP PROPOSAL GENERAL RELEASE (To be submitted with requisition for Final Payment) KNOWN ALL MEN BY THESE PRESENTS that for (Contractor) and in consideration of the sum of lawful money of the United States of America, to it in hand paid (dollars) by: (Owner/Con~actJng Agency) and its successors and assigns and administrators, of and from any and all manner of action and actions, cause and causes of action, suits, debts, dues, sum and sums of money, accounts, reckonings, bonds, bills, specialties, covenants, contracts, controversies, agreements, promises, variances, trespasses, damages, judgments, patents, extents, executions, claims and demands whatsoever in law and equity, which against the said , and (Owner/Contra~ng Agency) H2M GROUP now have or which heirs, executors, or administrators hereafter can, shall, or may have, for upon or by reason of any matter, cause or thing whatsoever, from the beginning of the world to the day of the date of these presents rising out of the construction, in accordance with the contract entered into between parties hereto, dated: supplements thereto. , 20 1 and any admittance or IN WITNESS WHEREOF, the undersigned corporation has caused this agreement to be signed by its affixed and duly attested by and its corporate seal to be hereto its this day of ,20 __ Attest: Principal: SOHT 99-02 BP-24 GENERAL CONDITIONS 1.0 - SCOPE The work included under this contract consists of furnishing all materials, labor and equipment necessary to construct and complete all general construction at the site, in accordance with the specifications, as indicated. 2.0 - GENERAL CONDITIONS The GENERAL CONDITIONS are hereby made a part of these specifications and are attached herein. Where an.,,' article of the GENERAL CONDITIONS is supplemented hereby, the provisions of such article shall remain in effect. All the supplemental provisions shall be considered as added thereto. Where any such article is amended, voided or superseded thereby, the provisions of such article not so specifically amended, voided or superseded shall remain in effect. Work, materials, plant, labor and other requirements of the General Conditions shall be furnished by the Contractor. No direct payment shall be made for these General Conditions, and payment shall be deemed to be included in the contract price of various items of the entire contract. 3.0 - CONTRACT DOCUMENTS The contract documents include, but are not limited to, the GENERAL CONDITIONS. SPECIFICATIONS, PLANS, PROPOSAL, CONTRACT and other attachments and sections, sections as either cited on the Index page(s) or actually included in the bound documents. Each section of the contract documents is intended to be complementary to the other sections. It is intended that they include all items of labor and materials and everything required and necessary to complete the work. even though some items of work or materials may not be particularly mentioned in every section or may have been inadvertently omitted from the drawings or specifications, or both. Where any article of the GENERAL CONDITIONS is supplemented hereby, the provisions of such articles shall remain in effect. All the supplemental provisions shall be considered as added thereto. Where any such article is amended, voided, or superseded thereby, the provisions of such article not so specifically amended, voided, or superseded shall remain in effect. SOHT 99-02 GC - I of 11 I~ GP~OU P GENERAL CONDITIONS 4.0 - APPROVAL OF SUBCONTRACTORS AND MATERIALS Prior to commencing any work under this contract, the Contractor shall submit to the Owner for approval a list of all the subcontractors and material suppliers it proposes to use for this contract. No subcontractor or material supplier will be permitted to deliver materials or perform any work on this contract until it has been approved by the Owner. 5.0 ~ NO DIRECT PAYMENT No direct payment will be made for work done and for materials furnished under these GENERAL CONDITIONS of the contract, but compensation shall be deemed to have been included in the contract price of the entire work. 6.0 - WORKMANSHIP It is the intent of these specifications to describe definitely and fully the character of materials and workmanship required with regard to all ordinary features, and to require first class work and materials in all particulars. For any unexpected features arising during the progress of the work and not fully covered herein, the specifications shall be interpreted by the Owner to require first class work and materials and such interpretations shall be accepted by the Contractor. 7.0 - COOPERATION The Contractor, and all their subcontractors shall coordinate their work with all adjacent work and shall coordinate with all other trades so as to facilitate the general progress of the work. Each trade shall afford all other trades every reasonable opportunity for the installation of their work and for the storage of their material. 8.0 - INSPECTION The Contractor shall, at all times, provide convenience of access and safe and proper facilities for the inspection of all parts of the work. No work, except such shop work as may be so permitted, shall be done except in the presence of the Owners Representative or his assistants. The Contractor shall notify the Owner 24-hours in advance as to when he intends to start or resume the work. No materials of any kind shall be used upon the work until it has been inspected and accepted by the Owner; all materials rejected shall be immediately removed from the work and not again offered for inspection. SOHT 99-02 GC - 2 of 11 I~ G?C,~I~' GENEI~4L CONDITIONS Any materials or workmanship found at any time to be defective shall be remedied at once, regardless of previous inspection. The inspection and observation of the ~vork by the Owner is intended to aid the Contractor in applying labor and materials to and in accordance with the specifications, but such observations shall not operate to release the Contractor from any of his contract obligations. 9.0 - LABOR All contractors and subcontractors employed upon the work shall and will be required to conform to the Labor La~vs of the State of Ne~v York and the various acts amendatory and supplementary thereto; and to all other laws, ordinances and legal requirements applicable thereto. All labor shall be performed in the best and most workmanlike manner by mechanics skilled in their respective trades. The standards of the work required throughout shall be of such grade as will bring results of the first class only. 10.0- PERMITS AND REGULATIONS The Contractor shall file for and obtain all permits (including but not limited to Architectural Review Board, Planning, Zoning, Building and Building Sign) for the project. The Owner shall pay all fees associated with filing for the building permit. The contractor shall apply for and pay for all other permits necessary to conduct the work and complete this contract. The Contractor shall file for and obtain the Certificate of Occupancy. All work shall be performed in strict accordance with the regulations and requirements of the various civil agencies having jurisdiction thereof. Upon completion of the work provided for in this contract, and before final payment shall be made, the Contractor shall furnish the Owner with any necessary certificates of approval issued by these various agencies. 11.0 ~ INTERPRETATION OF DRAWINGS, ETC. In thc event of discrepancies bev, vecn the drawings and the specifications, thc following order shall be given preference when making interpretations: A. Addenda (later dates to take precedence over earlier dates) B. Detailed Specifications C. Drawings (schedules or notes to take precedence over other data shown on drawings) D. General Conditions On all plans, drawings, crc., the figure dimensions shah govern in the case of discrepancy between thc scales and figures. SOHT 99-02 GC - 3 of 11 GENERAL CONDITIONS The Contractor shall take no advantage of any error or omission in the plans, or of any discrepancy between the plans and specifications, and the Owner shall make such interpretations as may be deemed necessary for the fulfillment of the intent of the specifications and the plans as construed by him, and his decision shall be final. All work that may be called for in the specifications and not shown on the plans, or shown on the plans and not called for in the specifications, shall be furnished and executed by the Contractor as if designated in both. Should any xvork or material be required which is not denoted in the plans and specifications, either directly or indirectly, but which is necessary for the proper carrying out of the intent thereof, it is understood and agreed that the same is implied and required, and that the Contractor shall perform such work and furnish such materials as if they were completely delineated and described. 12.0 - ADDITIONAL WORK Additional work, if required to be performed under this contract, will be in accordance with the applicable paragraphs of the contract. The Owner shall be the sole judge as to whether such work was intended as part of the contract or is in addition thereto. 13.0 - OCCUPATIONAL SAFETY AND HEALTH ACT The Contractor shall meet all standards of Occupational Safety and Health Act of 1970 (OSHA 1970) and subsequent revisions. This shall include, but not be limited m, the following areas: sanitation, noise, radiation, gases, vapors, fumes, mists, dust, illumination, ventilation, protective equipment, fire protection, waste disposal, electrical hazards, scaffolds and ladders, floor holes and wall openings, and heavy equipment. All specific requirements of OSHA 1970 shall be adhered to. 14.0 - SAFETY PROVISIONS The Contractor shall take every precaution and shall provide such equipment and facilities as are necessary or required for the safety of its employees. In case of an accident, first aid shall be administered to any who may be injured in the progress of the work. In addition, the Contractor shall be prepared for the removal to the hospital for treatment of any employee either seriously injured or ill. 15.0 - SANITARY REGULATIONS In addition to compliance with OSHA 1970, The Contractor shall erect and maintain necessary sanitary conveniences for the use of employees on the work. Such conveniences shall be properly secluded fi.om observation, and their use shall be strictly enforced. Such sanitary conveniences shall be constructed in compliance with all laws, ordinances and regulations governing these facilities. The contents of same shall be removed with sufficient frequency to prevent nuisance, and disposed of to the satisfaction of the Oxvner. SOHT 99-02 GC - 4 of l 1 I~ ~.~ ?<,¥%17~ GENERAL CONDITIONS The Contractor shall obey and enforce such other sanitary regulations and orders and shall take such precautions against infectious diseases as may be deemed necessa~. In case any infectious diseases occur among its employees, it shall arrange for the immediate removal of the patient from the work and his isolation from all persons connected with the work. The building of shanties or other structures for housing the men, tools, machinery or supplies will be permitted only at approved places, and the sanitary condition of the grounds in and at such shanties or other structures must, at all times, be maintained in a satisfactory manner. 16.0 - TEMPORARY ENCLOSURES The Contractor shall provide temporary weather-tight and insulated enclosures for all exterior openings as soon as walls and roof are built so as to protect all work from the weather. 17.0 - TEMPORARY LIGHT, WATER, ETC. The Contractor shall provide temporary light and power complete with all wiring, lamps and similar equipment as required for the completion of work. The Owner will pay for all current used. The Contractor shall provide temporary water complete with all piping, fittings and similar equipment as required for the completion of work. The Owner will pay for all water used. The Contractor shall provide and maintain proper ambient temperature and humidity required by manufacturers' instructions for all applied finishes or work, for each material or application unless building system is approved, tested and operational for this use. Maintain environmental requirements prior to, during and after installation or application. 18.0 - TEMPORARY SHEDS (FOR STORAGE) The Contractor shall provide and maintain on the premises, where directed, watertight storage sheds for storage of all materials which might be damaged by weather, and shall remove them from the site at the completion of the work. The Contractor shall be responsible tbr all stored mater/als or equipment. 19.0 - TEMPORARY STAIRS, LADDERS, RAMPS, RUNWAYS AND HOISTS The Contractor shall furnish and maintain all equipment, such as temporary compressors, generators, heaters, fences, stairs, ladders, ramps, scaffolds, hoists, runways, derricks, chutes, elevators, etc., as required for the proper execution and completion of the work. All such apparatus, equipment and construction shall meet all requirements of the Labor Laws and other state or local laws applicable thereto. 20.0 - SCAFFOLDING SOHT 99-02 GC-5ofll GENERAL CONDITIONS All scaffolds shall be built in accordance with the requirements of all state and local laws and regulations. The Contractor shall provide exterior and interior scaffolding as required The Contractor shall allow other contractors and subcontractors hired by the Owner to use scaffolds provided by him. 21.0 - PROPER METHOD OF WORK AND PROPER MATERIALS The Owner's Architect/Engineer shall have the power in general to direct the order and sequence of the work, which shall be such as to permit the entire work under this contract to be begun and to proceed as rapidly as possible, and such as to bring the several parts of the work to a successful completion at about the same time. [f at an), time before the commencement or during the progress of the work, the materials and appliances used or to be used appear to the Owner as insufficient or improper for assuring the quality of work required, or the required rate of progress, he may order the contractors to increase their efficiency or to improve their character, and the failure of the Owner 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, benchmarks, etc. 22.0 - SIGNS No signs or advertisements will be allowed to be displayed unless a permit is obtained and the sign is approved by the Owner. 23.0 - GRADES, LINES, LEVELS AND SURVEYS A. All grades, lines, elevations and benchmarks shall be established and maintained by the Contractor who shall be responsible for same. B. The Contractor shall verify all grades, lines, levels and dimensions as shown on the drawings, and he shall report any errors or inconsistencies in the above to the Owner before commencing work. SOHT 99-02 GC - 6 of l 1 GENERAL CONDITIONS 24.0 - RESPONSIBILITY OF THE ARCHITECT/ENGINEER AND CONTRACTOR DURING CONSTRUCTION The Architect/Engineer is responsible solely for the general and/or detailed observation of the work being performed. Such observation will be periodic and strictly to assure conformance of the Contractor with the plans and specifications, such that the end product will conform to the plans and specifications. The Contractor is responsible for complete conformance to the plans and specifications, proper construction procedures; coordination with subcontractors, other contractors and utilities, and safe working conditions for its employees. 25.0- LABOR All contractors and subcontractors employed upon the work shall and will be required to conform to the Labor Laws of the State of New York and the various acts amendatory and supplementary thereto, and to all other laws. ordinances and legal requirements applicable thereto. All labor shall be performed in the best and most workmanlike manner by mechanics skilled in their respective trades. The standards of the work required throughout shall be of such grade as will bring results of the first class only. 26.0 - CONTRACTOR'S REPRESENTATIVE The Contractor shall employ a competent superintendent who shall be in attendance at the job site during the entire duration of the project and who shall be responsible for coordinating the work of all contractors and who shall be responsible for security of the building and for opening and/or unlocking temporary and/or permanent doors for access by the other contractors on a daily basis. The superintendent shall follow without delay all instructions of the Design Teams Architect/Engineer or his assistants in the prosecution and completion of the work in conformity with this contract, and shall have full authority to supply labor and material immediately. The Contractor shall also have a competent representative available to receive telephone messages and provide a reasonable reply as soon as possible, but not later than 24 hours. SOHT 99-02 GC - 7 of 11 GENERAL CONDITIONS 27.0 - GENERAL PROTECTION Thc Contractor shall place a sufficiency of red lights on or near any work accessible to the public and keep them burning sunset to sunrise. He shall erect suitable railings or barriers, and shall provide watchmen on the work by day or night, as required and deemed necessary for the safety of the work on public or adjoining property. The Owner reserves the right to remedy any neglect on the part of any Contractor as regards the protection of the work which may come to its attention, after 24-hour 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. 28.0 - PROTECTION OF WORK The Contractor shall protect materials and work from deterioration and damage. All work of whatever kind which, during its progress or before it is finally accepted, may have become damaged from any cause, shall be removed and replaced by good and satisfactory work. The Contractor shall bear and sustain all damage of every name and nature resulting from the work or resulting to the work during its progress, from any cause whatsoever, and shall save the Owner harmless in all things and free from loss resulting from any act or omission on the part of said Contractor, subcontractor, his agents or employees. The Contractor shall take particular care of all finished work which shall, at all times, be covered and thoroughly protected from injury and defacement, and he shall cover all structures whenever they are liable to be damaged by the weather, wind or other elements. 29.0 - PROTECTION OF EXISTING WORKS All existing structures, including piping, utilities, fencing, landsaping or any other items in this area or on Owners property near the proposed construction, shall be protected against damage as may be required by the Design Team Architect/Engineer or the Owner. The Contractor shall be responsible for any damage to the existing works and appurtenances during construction operations. Such damage shall be corrected by replacing the items damaged to their original condition and position at the Contractor's cost and expense, to the satisfaction of the Owner, and the Contractor shall indemnify and hold harmless the Owner for any and all losses which the Owner may sustain by reason of such damage to the premises. 30.0 - INCOMPETENT EMPLOYEES The Contractor shall employ only competent, skilled and faithful workers to do the work. Upon request of the Owner in writing, the Contractor shall suspend or discharge from the work any disobedient, disorderly or incompetent person or persons employed thereon, and will not again employ any person so suspended or discharged without the consent of the Owner. This requirement shall not be made on the basis of any claim from compensation or damages against the Owner or any of its officers or agents. SOHT 99-02 GC - 8 of 1 l GENERAL CONDITIONS 31.0 - CLAIMS OR PROTESTS If the Contractor considers any work required of it to be outside the requirements of the contract or considers any record or ruling of the Owner or Inspectors as unfair, it shall ask for written instructions or decisions immediately, and then file a written protest with the Owner against the same within five (5) days thereafter, or be considered as having accepted the record or ruling. 32.0 - NOTIFICATION, INTERFERENCE AND INJURY TO UTILITIES The Contractor shall cooperate in every way with the utility companies. All excavation shall be done in compliance with Article 36 of the General Business Law and notices given as provided by CLS General Business Law, Part 761. All conduits, water mains and gas mains encountered in the construction shall be properly and safely taken care of by the Contractor, who shall, upon encountering same, notify the public corporation to whom they belong, in order that they may be changed in such a manner as not to interfere with the final construction. In case any damage shall result to any service pipe for water or gas, or any private or public sewer or conduit, by mason of negligence on the part of the Contractor, the Contractor shall, without delay and at its own expense, repair the same to the satisfaction of the Owners Representative. If such repairs are not made promptly or satisfactorily, the Owner may have the repairs made by another contractor, or otherwise, and deduct the cost of same from any monies due or to become due the Contractor. 33.0 - INFRINGEMENT OF PATENTS The Contractor further agrees to hold itself responsible for any claims made against the Owner for any infringement of patents by the use of patented articles in any one phase of construction of the work and the completion of same, or any process connected with the work agreed to be perirbrmed under this contract or of any materials used upon the said work, and to save harmless and indemnify the Owner fi.om all costs, expenses and damages which the Owner shall be obliged to pay by reason of any infringement of patents used in the construction and completion of the work. 34.0 - CASH ALLOSVANCE The Owner reserves the right to deduct any or all cash allowance hereafter mentioned and pumhase such material referred to, delivering same to the Contractor who shall install same complete. The Contractor will be reimbursed when these allowances are exceeded or will be required to give a deduction when the purchases do not equal the allo~vances. Cash allowances referred to do not include installation unless specifically mentioned, but the Contractor shall be required to install same. SOHT 99-02 GC - 9 of 11 GENERAL CONDITIONS 35.0 ~ CLEANING UP Thc Contractor shall remove all debris and rubbish from the site as fast as it accumulates during thc course of construction. On completion of the contract, and at thc time of final inspection by thc Owner, the premises shall be left in a clean, presentable condition including, but not limited to, the following items: General broom cleaning. Clean all floors of spots, paint, stains, marks, etc. Remove marks, stains, fingerprints, dirt and other soil from painted and other finished surfaces. 36.0 - PLANS AND SPECIFICATIONS This Contractor will be furnished three (3) sets of contract documents. will be furnished at cost of reproduction. Additional sets 37.0 - IDENTIFICATION OF UTILITIES The Contractor shall be responsible for locating and protecting all existing utilities, services and facilities whether or not indicated on the Contract Drawings. The Contractor shall contact all utilities, suppliers, manufacturers, public agencies and private services for the proper mark-out and identification of all underground utilities and services. The Contractor shall identify and mark out existing owner-installed underground utilities and services which were not previously marked out. All underground utilities and services damaged shall be repaired or restored to a pre- existing or specified condition. 38.0 - DAMAGES All damage, direct or indirect, of whatever nature resulting fi.om either the performance of, or resulting to, the work under this contract during its progress fi.om whatever cause, shall be borne and sustained by the Contractor, and all work shall be solely at its risk until the date of the final payment request, as prepared by the Design Team's Architect/Engineer. 39.0 - GUA1L~NTEE/WARR~TY The Contractor shall guarantee and warrant its work and that of its subcontractors against defects in workmanship and/or material for a period of one (1) year from the date of final payment request, as prepared by the Design Team's Architect/Engineer, except as otherwise SOHT 99-02 GC - 10 of 11 GENERAL CONDITIONS specified. Upon written notification from the Owner, the contractor shall repair, replace or reconstruct such defects to the satisfaction of the Owner, at no cost to the Owner. 40.0 - STANDARDIZATION The Detailed Specifications indicate specific manufacturers and/or catalog numbers, etc., for the purpose of standardization xvithin the Owner in order to minimize stockpiling of replacement parts. 41.0 - DEFINITIONS Thc words "or approved equal" as hereinafter used shall refer to thc usc of an equal product that has received prior approval by thc Owner. The word "Owner" refers to thc Town of Southold or its designated representative. The word "Town" refers to the Town of Southold Highway Department. The word "Architect / Engine&' refers to the contracted Architect / Engineer. Thc word "Owners Representative" refers to the representative designated by the Ow'ncr. SOHT 99-02 GC - 11 of 11 ~,~ 7-51~2.~. QUALIFICATION OF BIDDERS TOWN OF SOUTHOLD SUFFOLK COUNTY NEW YORK The To~vn may make such investigation(s) as the Tmvn deems necessary to determine the responsibility of any Bidder or to determine the ability of any Bidder to perform the Work. Bidders shall furnish to the Town all information and data required by the Town, including complete financial data, within the time and in the form and manner required by the Town. The To~vn reserves the fight to reject any bid if the evidence required by the Town is not submitted as required or if the evidence submitted by or the investigation of any Bidder fails to satisfy the Town that the Bidder is responsible, or is able or qualified to carry out the obligations of the Contract or to complete the Work as contemplated. The folloxving is a list showing the name of the Owner, Location, Date of Construction, General Description of Work, Amount of the Contract and Contract Period for projects of similar nature in size, construction method and construction procedure, which have been completed by the undersigned as the prime contractor, and which have been in operation for a period of not less than one year, (minimum of five such projects). Proiect No.l Owner: Contact Name and Phone Number: Location: General Descril~tion: Contract Amount: Contract Period: SOHT 99-02 QB - I of 5 I~.,~ -. - - ' ' r, QUALIFICATION OF BIDDERS Proieet No.2 Owner: Contact Name and Phone Number: Location: General Description: Contract Amount: Contract Period: Proiect No.3 Owner: Contact Name and Phone Number: Location: General Description: Contract Amount: Contract Period: Proiect No.4 Owner: Contact Name and Phone Number: Location: General Description: Contract Amount: Contract Period: SOHT 99-02 QB- 2 of 5 QUALIFICATION OF BIDDERS Project No.5 Contact Name and Phone Number: _Location: General Description: _Contract Amount: Contract Period: The following is a list of the major areas of construction work under this contract to be performed by subcontractors to the bidder, showing the Tsqpe of Work and the name of the Owner, Location and Date of Construction for work of similar nature in size, construction method and construction procedure, xvhich have been completed by the undersigned, and which have been in operation for a period of not less than one year, (minimum of five such projects). Subcontractor Name: T¥oe of Work: Owner Contact Name Phone Number Location Contract Amount SOHT 99-02 QB - 3 of 5 QUALIFICATION OF BIDDERS Subcontractor Name: Tvoe of Work: Owner Contact Name Phone Number Location Contract Amount Subcontractor Name: Tvoe of Work: Owner Contact Name Phone Number Location Contract Amount SOHT 99-02 QB - 4 of 5 QUALIFICATION OF BIDDERS Subcontractor Name: Tyne of Work: Owner Contact Name Phone Number Location Contract Amount The Town of Southold reserves the right to reject any and all bids which do not include a completed qualifications section and/or do not meet the necessary qualifications criteria, for both prime contractor and subcontractors, as described within this qualifications section, for construction work to be performed and completed as required by the contract documents. BIDDER FIRM NAME: ADDRESS: PREPARED BY: SIGNED BY: TITLE: SOHT 99-02 QB - 5 of 5 INDEMNITY, LIMITATION OF LIABILITY 1.0- INDEMNITY The Contractor and all subcontractors performing work in connection with this Contract shall HOLD HARMLESS, INDEMNIFY and DEFEND the Owner and Engineer, their consultants and each of their officers, agents and employees from any liability, claims, losses or damage including reasonable costs of defense arising out of or alleged to arise from the Contractor's or subcontractor's negligence in the performance of the work described in the Contract Documents, but not including liability that may be due to the sole negligence of the Owner, the Engineer or their officers, agents and employees. 2.0 - LB,IITATION OF LLABILITY The Contractor and all subcontractors agree to limit the liability of the Owner and the Engineer due to the Engineer's professional negligent errors or omissions such that the total aggregate liability of the Engineer to those named shall not exceed Fifty Thousand Dollars ($50,000) or five percent (5%) of the Contract award amount, whichever is greater. 3.0 - NO CLAIM FOR DELAY The Contractor and all subcontractors agree to HOLD HARMLESS from any and all claims for loss or damages of any nature against the Owner or Engineer for delays in commencement, performance or completion of the Contract, regardless of whether said delays are, or may be, caused by the Owner, Engineer or any governmental agency. 4.0 - ENVIRONMENTAL INDEMNIFICATION The Contractor shall, at his sole cost and expense, indemnify, protect, defend and hold harmless the Owner and Engineer from and against any and all damages, losses, liabilities, obligations, penalties, claims, litigation, demands, defenses, judgments, suits, actions, proceedings, costs, disbursements and/or expenses (including without limitation, attorney's and expert fees, expenses and disbursements) of any kind or nature whatsoever which may at any time be imposed upon, incurred by or asserted or awarded against the Owner and Engineer in connection with the Brushes Creek Bridge Replacement Project construction, relating to, resulting from or arising out of: SOHT 99-02 ILL- I of 2 INDEMNITY, LIMITATION OF LIABILITY (a) the presence, disposal, escape, seepage, leakage, spillage, discharge, emission, release or threatened release (whether accidental intentional( of any petroleum products, toxic ,r hazardous substances, industrial materials and wastes or other pollutants or environmental dangerous substances, materials or contaminants, as may be covered by any federal, state county or local law, ordinance, rule or regulation; (b) the failure to undertake promptly and to pursue diligently to completion all necessary, appropriate and legally authorized investigations, tests, monitoring, treatment, contamination, detoxification, neutralization, removal, clean up, and other remedial actions with respect to said occurrences and said products, substances, ~vastes, materials or contaminants (c) bodily injury, property damage and environmental damage attendant thereto; (d) a violation of any applicable federal, state, county or local environmental lay, ordinance, rule or regulation, directive or order; (e) non-compliance with any environmental or other permit, covenant or condition. SOHT 99-02 ILL- 2 of 2 H2M GROUP LABOR REGULATIONS COMPLIANCE WITH THE LABOR LAW AND OTHER DEPARTMENT OF LABOR REOULATIONS STATE REGULATIONS: 1. The Contractor shall comply with the applicable provisions of the "Labor Law" as amended, of the State of New York. This Contract shall be void unless applicable sections of said Labor Law are complied with. 2. Each and everj provision of law and clause required by law to be part of this Contract shall be deemed to be included herein and this Contract shall be read and enfomed as though it were inclnded herein, and. if through mere mistake or otherwise an>' such provision is not included, then upon the application of either party hereto, the Contract shall forthwith be physically amended to make such inclusion. Specifically, Section 220-E, of the Labor Law, as so amended, prohibits in contracts, discrimination on account of race, creed, color, or national origin in employment of citizens upon public works. There may be deducted from the amount payable to the Contractor by the Owner under this Contract a penalty of five ($5.00) dollars for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of said paragraph, this Contract may be canceled or terminated by the Owner and all monies due or to become due hereunder may be forfeited. B. FEDERAL REGULATIONS: CERTIFICATION OF NONSEGREGATED FACILITIES. By the submission of this bid, the bidder, offerer, applicant, or subcontractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their sen'ices at any location, under his control, where segregated facilities are maintained. He certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their sen'ices at any location, under this control, where segregated facilities are maintained. The bidder, offerer, applicant, or subcontractor agrees that a breach of this certification is a violation of the Equal Opportunity clause in his contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. He further agrees that (except ~vhere he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain SOHT 99-02 LR4 H2M GROUP LABOR REGULATIONS identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $ 10,000 which are not exempt from the provisions of the Equal Opportunity clause; that he will retain such certifications in his files; and that he will forward the following notice to such proposed subcontractors (except where the proposed subcontractors have submitted identical certifications for specific time periods): 2. NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REOU1REMENT FOR CERTIFICATIONS OF NON SEGREGATED FACILITIES. A certification of Non-segregated Facilities must be submitted prior to the award of a subcontract exceeding $10,000 - which is not exempt from the provisions of the Equal Opportunity clause. The certification may be submitted either for each subcontract or for all subcontracts during a period (i.e., quarterly, semiannually, or annually). NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. "During the performance of this contract", the Contractor agrees as follows: (1) (2) (3) The contractor will not discriminate against any employee or applicant for employment because of race, creed, color, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, creed, color, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, or national origin. The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers representative of the contractor's commitments under Section 202 of Executive Order No. 11245 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. SOHT 99-02 LR42 H2M GROUP LABOR REGULATIONS (4) The contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, and regulations, and relevant orders of the Secretary. of Labor. (5) The contractor will furnish all infom~ation and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for the purposes of investigation to ascertain compliance with such rules, regulations, and orders. 16) In the event of the contractor's noncompliance v,'ith the nondiscrimination clauses of this contract or with an3' of such roles, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Govemment contracts in accordance with procedures authorized in Executive Order No. 11245 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary, of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vender. The contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enfoming such provisions, including sanctions for noncompliance: Provided, however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States." 3. FEDERAL PROCUREMENT REGULATIONS EOUAL OPPORTUNITY IN EMPLOYMENT 1-12.805.4 Reports and Other Required Information (a) Requirements for prime contractors and subcontractors. (1) Each agency shall require each prime contractor and each prime contractor and subcontractor shall cause its subcontractors to file annually, on or before March 31, complete and accurate reports on Standard Form 100 (EEO-I) promulgated jointly by the Office of Federal Contract Compliance, the Equal Employment Opportunity Commission, and Plans for Progress, or on such form as may hereafter be promulgated in its place, if such prime contractor or subcontractor (I) is not exempt fi.om the provisions of this Sub-part 1-12.8 in accordance with 1-12.804; (ii) has 50 or more employees; (iii) is a prime SOHT 99-02 LR-3 H2M GROUP LABOR REGULATIONS contractor or first-tier subcontractor; and (iv) has a contract, sub-contract, or pumhase order amounting to $ 50,000 or more, or serves as a depository of Government funds in any amount, or is a financial institution which is an issuing and paying agent for U.S. savings bonds and savings notes: Provided, that any subcontractor below the first tier which performs construction xvork at the site of construction shall be required, to file such a report if it meets the requirements in subdivisions (I), (ii), and (iv) of this paragraph (a) (1). (2) Each person required by subparagraph (1) of this paragraph to submit repons shall file such a report with the contracting or administering agency within 30 days after the award to him of a contract or subcontract, unless such person has submitted such a report within 12 months preceding the date of the award. Subsequent reports shall be submitted annually in accordance with subparagraph (1) of this paragraph, or at such other intervals as the agency or the Director may require. The agency, with the approval of the Director, may extend the time for filing any report. (3) The Director, the agency, or the applicant, on their own motions, may require a prime contractor to keep employment or other records and to furnish in the form requested, within reasonable limits, such information as the Director, agency, or the applicant deems necessary for the administration of the Order. (4) The failure to file timely, complete, and accurate reports, as required, constitutes noncompliance with the prime contractor's or subcontractor's obligations under the Equal Opportunity clause and is a ground for the imposition by the agency, the Director, an applicant, prime contractor or subcontractor, of any sanction authorized by the Order and the regulations in this sub-part. Any such failure shall be reported in writing to the Director by the agency as soon as practicable after it occurs. 1-12.805.4 Reports and Other Recluired Information (b) Requirements for bidders or prospective contractors. (1) Each agency shall require each bidder or prospective prime contractor and proposed subcontractor, where appropriate, to state in the bid or at the outset of negotiations for the contract whether it has participated in any previous contract or subcontract subject to the Equal Opportunity clause; and, if so, whether it has filed with the Joint Reporting Committee, the Director, an agency, or the former President's Committee on Equal Employment Oppommity, all reports due under the applicable filing requirements. The statemem shall be in the form of a representation by the bidder or offeror substantially as follows: (2) "The bidder (or offeror) represents that he ( ) has, ( ) has not, participated in a previous contract or subcontract subject to the Equal Opportunity clause herein, or the clause originally contained in section 301 of Executive Order SOHT 99-02 LR4 H2M GROUP LABOR REGULATIONS No. 10925, or the clause contained in section 201 of Executive Order No. 11 114; that he ( ) has, ( ) has not, filed all required compliance reports; and that representations indication submission of required compliance reports, signed by proposed subcontractors will be obtained prior to subcontract awards." (The above representation need not be submitted in connection with contracts or subcontracts which are exempt from the clause.) When a bidder or offeror fails to execute the representation, the omission shall be considered a minor informality and the bidder or offeror shall be pernfitted to satisfy the requirement prior to award. (2) In any case in which a bidder or prospective prime contractor or proposed subcontractor, which participated in a previous contract of subcontract subject to Executive Orders No. 10925, 11114, or 11246, has not filed a report due under the applicable filing requirements, no contract or subcontract shall be awarded, unless such contractor submits a report covering the delinquent period or such other period specified by the agency or the Director. (3) A bidder or prospective prime contractor or proposed subcontractor shall be required to submit such information as the agency or the Director requests prior to the award of the contract or subcontract. When a determination has been made to award the contract or subcontract to a specific contractor, such contractor shall be required, prior to award, or after the award, or both, to furnish such other information as the agency, the applicant, or the Director requests. ( c ) Use of reports. Reports filed pursuant to this 1-12.805.4 shall be used only in connection with the administration of the Order, the Civil Rights Act of 1964, or in furtherance of the purposes of the Order and said Act. (d) Acquisition of Report Forms. Standard Form 100 is available in all GSA supply depots. Copies of the form may be obtained from GSA through the contracting or administering agency. The stock number for the form is as follows: SOHT 99-02 LR-5 H2M GROUP LABOR REGULATIONS Standard Form No. Stock Number Title 100 7540-926-2049 Equal employment oppommity employer information report. 1-12.805.4 PROCUREMENT STANDARDS All contracts for construction or repair shall include a prevision for compliance with the Copeland "Anti-Kick Back" Act (18 U.S.C. 874) as supplemented in Department of Labor Regulations (29 CFR, Part 3). This Act provides that each Contractor shall be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he is otherwise entitled. The Grantee shall report all suspected or reported violations to the Grantor Agency. Where applicable, all Contracts awarded in excess of $ 2,000 for construction contracts and in excess of $ 2,500 for other contracts which involve the employment of mechanics or laborers shall include a provision for compliance with Section 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-330) as supplemented by Department of Labor Regulations (29 CFR, Part 5). Under Section 103 of the Act, each Contractor shall be required to compute the wages of every mechanic and laborer on the basis of a standard work day of 8 hours and a standard work week of 40 hours. Work in excess of the standard work day or work week is permissible provided that the worker is compensated at a rate of not less than 1-1/2 times the basic Rate of pay for all hours worked in excess 8 hours in any calendar day or 40 hours in the xvork week. Section 107 of the act is applicable to construction work and provides that no laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health and safety as determined under construction, safety, and health standards promulgated by the Secretary of Labor. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. SOHT 9%02 LR6 It2M GROUP LABOR REGULATIONS Each contract of an mount in excess orS 2,500 axvarded by a Grantee or Sub-grantee shall provide that the recipient will comply with applicable regulations and standards of the Cost of Living Council in establishing wages and prices. The provision shall advise the recipient that submission of a Bid or offer or the submittal of an invoice or voucher for property, goods, or services fumished under a contract or agreement with the Grantee shall constitute a certification by him that amounts to be paid do not exceed maximum allowable levels authorized by the Cost of Living Council regulations or standards. Violations shall be reported to the Grantor Agency and the local Internal Revenue Service field office. Contracts and sub-grants of amounts in excess of $ 100,000 shall contain a provision which requires the recipient to agree to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act of 1970. Violations shall be reported to the Grantor Agency and the Regional Office of the Environmental Protection Agency. Contracts shall contain such contractual provisions or conditions which will allow for administrative, contractual, or legal remedies in instances where contractors violate or breach contracts terms, and provide for such sanctions and penalties as may be appropriate. All contracts, amounts for which are in excess of $ 2,500, shall contain suitable provisions for termination by the grantee including the manner by which it will be effected and the basis for settlement. In addition, such contracts shall describe conditions under which the contract may be terminated for default as well as conditions where the contract may be terminated because of circumstances beyond the control of the contractor. In all contracts for construction or facility improvement awarded in excess of $100,000, grantees shall observe the bonding requirements provided in Attachment B to this Circular. All contracts and sub-grants in excess of $ 10,000 shall include provisions for compliance with Executive Order No. 11246, entitled, SOHT 99-02 LR:7 H2M GROUP LABOR REGULATIONS "Equal Employment Opportunity", as supplemented in Department of Labor Regulations (41 CFR, Part 60}. Each contractor or sub- grantee shall be required to have an affirmative action plan which declares that it does not discriminate on the basis of race, coloc, religion, creed, national origin, sex, and age and which specifies goals and target dates to assure the implementation of that plan. The grantee shall establish procedures to assure compliance with this requirement by contractors or sub-grantees and to assure that suspected or reported violations are promptly investigated. COMPLIANCE WITH PROVISIONS OF THE LABOR LAW Pursuant to Article 8 of the Labor Law, the contractor's attention is directed to the following requirements: Section 220.2 which requires a stipulation 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 the contract shall be permitted or required to work more than eight hours in any one calendar day or more than five days in any one week except in the emergencies set forth in the Labor Law. Section 220.3 which requires a provision that each laborer, workman or mechanic employed by the contractor, subcontractor or other person about or upon such public work, shall be paid not less than the prevailing rate or wages and shall be provided supplements not less than the prevailing supplements as determined by the fiscal officer. Section 220.3-a also requires that the contractor and every subcontractor on public works contracts shall post in a prominent and accessible place on the site of the work a legible statement of all wage rates and supplements as specified in the contract to be paid or provided, as the case may be, for the various classes of mechanics, workingmen, or laborers employed on the work. Section 220.3-e provides that apprentices will be permitted to work as such only when they are registered, individually, under a bona fide program registered with the New York State Department of Labor. The allowable ratio of apprentices to journeymen in any craft classification shall not be greater than the ratio permitted to the contractor as to his work force on any job under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not registered as above, shall be paid the wage rate determined by the New York State Department of Labor for the classification of work he actually performed. The contractor or subcontractor will be required to furnish written evidence of the registration of his program and apprentices as well as of the appropriate rations and wage rates, for the area of construction prior to using any apprentice on the contract work. Section 220-e, which requires provisions by which the contractor with the State or SOHT 9%02 LR8 H2M GROUP LABOR REGULATIONS municipality agrees: (a) That in the hiring of employees for the performance of work under this contract or any subcontract hereunder, no contractor, subcontractor, nor any person acting on behalf of such contractm or subcontractor, shall by reason of race, creed, color or national origin discriminate against any citizen of the State of New York who is qualified and available to perform the work to which the employment relates; (b) That no contractor, subcontractor, nor any person on his behalf shall, in any manner, discriminate against or intimidate any employee hired for the performance of work under this contract on account of race, creed, color or national origin. (Your attention is directed to the provisions of the State law against Discrimination which also prohibits discrimination in employment because of age); ( c ) That there may be deducted from the amount payable to the contractor by the State or municipality under this contract a penalty of five dollars for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the contract; (d) That this contract may be canceled or terminated by the State or municipality, and all moneys due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the contract. The aforesaid provisions of Section 220-e which covers every contract for or on behalf of the State or municipality for the manufacture, sale or distribution of materials, equipment or supplies shall be limited to operations performed within the territorial limits of the State of New York. Section 222 which requires that preference in employment shall be given to citizens of the State of New York who have been residents for at least six consecutive months immediately prior to the commencement of their employment; that persons other than citizens of the State of New York may be employed when such citizens are not available; and that if the requirements of Section 222 concerning preference in employment to citizens of the State of New York are not complied with, the contract shall be void. Section 222-a which requires that if in the construction of' the public work a harmful dust hazard is created for which appliances or methods for the elimination of harmful dust have been approved by the Board of Standard Appeals, such appliances or methods shall be installed and maintained and effectively operated by the contractor; and that if the provisions of Section 222-a concerning harmful dust hazards are not complied with, the contract shall be void. OTHER REQUIREMENTS SOHT 99-02 LR9 H2M GROUP LABOR REGULATIONS Ever3' State contracting agency, including Public authorities, must include in each contract paragraphs (c) through (g) of the Standard State Contract Clauses promulgated by the Governor on September 12, 1963 and amended November 14, 1963. Labor classifications not appearing on the accompanying schedule of wages can be used only with the consent of the department of jurisdiction and then the rate to be paid will be given by the department of jurisdiction after being advised by the New York State Department of Labor. The contractor shall make such provision for disability benefits, workmen's compensation, unemployment insurance, social security and safety code provisions as are required by law. General Regulation No. l, as issued by the State Commission for Human Rights, requires that each contract contains a stipulation that: "It is hereby agreed by and between the parties hereto that every contractor and subcontractor engaged in the public work described in this contract shall post and maintain at each of his establishments and at all places at ~vhich the public work described hereunder is being conducted, the Notice of the State Commission for Human Rights indicating the substantive provisions of the La~v Against Discrimination, where complaints may be filed, and other pertinent information. Such Notice shall be posted in easily accessible and well lighted places customarily frequented by employees and applicants for employment." The Notice may be obtained from the depalhx~ent having jurisdiction, or from the office of the State Commission for Human Rights in the respective area. You are requested to refer to the Bureau of Public Work all charges of discrimination in employment including discrimination because of age, race, creed, color or national origin. SOHT 99-02 LRI-0 H2M GROUP NON-DISCRIMINATION CLAUSE Dunng the performance of this contract, the contractor agrees as follows: The contractor will not discriminate against any employee or applicant for employment because of race, creed, color, or national origin, and will take affirmative action to insure that the3' are afforded equal employment opportunities without discrimination because of race, creed, color, or national origin. Such action shall be taken with reference, but not limited to: recruitment, employment, job assignment, promotion, upgrading, demotion, transfer, layoff or termination, rates of pa5' or other forms of compensation, and selection for training or retraining, including apprenticeship and on-the-job training. The contractor will send to each labor union or representative of workers with which he has or is bound by a collective bargaining or other agreement or understanding, a notice, to be provided by the Commission of Human Rights, advising such labor union or representative of the Contractor's agreement under clauses "a." through "h." hereinafter called "non- discrimination clauses", and requesting such labor union or representative to agree in writing, whether in such collective bargaining or other agreement or understanding or otherwise, that such labor union or representative will not discriminate against any member or applicant for membership because of race, creed, color, or national origin, and will rake affirmative action to insure that they are afforded equal membership opportunities without discrimination because of race, creed, color, or national origin. Such action shall be taken with reference, but not be limited to: recruitment, employment, job assignment, promotion, upgrading, demotion, transfer, layoffor termination, rates of pay, or other forms of compensation, and selection for training or retraining including apprenticeship and on-the-job training. Such notice shall be given by the Contractor, and such written agreement shall be made by such labor union or representative, prior to the commencement of performances of this contract. If such a labor union or union representative fails or refuses so to agree in writing, the Contractor shall promptly notify the Commission tbr Human Rights of such failure or refusal. The Contractor will post and keep posted in conspicuous places, available to employee and applicants tbr employment, notices to be provided by the Commission for Human Rights setting forth the substance of the provision of clauses "a." and "b.' and such provisions of the State's Laws against discrimination as the Commission for Human Rights shall detemfine. The Contractor will state, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, that all qualified applicants will be afforded equal employment opportunities without discrimination because of race, creed, color, or national origin. SOHT 99-02 N~ 1 H2M GROUP e. The Contractor will comply with the prevision of Sections 291-229 of the Executive Law and the Civil Rights Law, will furnish all information and reports deemed nocessay by the Coimnission for Human Rights under these non-discrimination clauses as such sections of the Execufive Law and will, permit access to his books, records, and accounts by the Commission for Human Rights and Owner representatives counsel for the purposes of investigation to ascertain compliance with these non-discrimination clauses and such sections of the Executive Law and Civil Rights Law. This Contract may be forthwith canceled, terminated, or suspended in whole or in part, by the contracting agency upon the basis of a finding made by the Commission of Human Rights that the Contractor has not complied with these non-discrimination clauses, and the Contractor may be declared ineligible for future contracts made by or on behalf of the Owner/Contracting Agency until he satisfied the Commission for Human Rights that he has established and is carrying out a program in conformity with the provisions of these non- discrimination clauses. Such finding shall be made by the Commission for Human Rights after conciliation efforts by the Commission have failed to achieve compliance with these non-discrimination clauses and after a verified complaint has been filed with the Commission, notice thereof has been given to the Contractor and an opportunity has been afforded him to be heard publicly before three members on the Commission. Such sanctions may be imposed and remedies otherwise provided by law. g. If this Contract is canceled or terminated under clause "f.", in addition to other fights cf the Owner provided in this contract upon its breach by the Contractor, the Contractor will hold the Owner Harmless against any additional expenses or costs incurred by the Owner in complefmg the work or in purchasing the services, material equipment, or supplies contemplated by this contract, and the Owner may withhold payments from the contractor in an amount sufficient for this purpose and recourse may be had against the surety on the performance bond if necessary. The Contractor will include the provisions of clauses "a.", through "g." in every subcontract or purchase order in such a manner that such provisions will be binding upon each subcontractor or vendor as to operations to be performed within jurisdictional local of the Project being contracted by the Owner. The Contractor will take such action in enforcing such provisions of such subcontract or purchase as Owner/Contracting Agency may direct, including sanctions or remedies for non-compliance. If the Contractor becomes involved in or is threatened with litigation with a sub-contractor or vendor as a result of such direction by the Contraction Agency/Owner, the Contractor shall promptly so notify the Owner's representatives/counsel, request him to intervene and protect the interests of the Owner (Contracting Agency's jurisdictional area). SOHT 99-02 N-2. CONTRACT CONTRACT IN TRIPLICATE FOR BRUSHES CREEK BRIDGE REPLACEMENT AT PECONIC BAY BLVD._DATED , 2002, BY AND BETWEEN THE TOWN OF SOUTHOLD, SOUTHOLD, SUFFOLK COUNTY, NEW YORK, (herein called the "Town") and (herein called the "Contractor"). WITNESSETH. that the Town and the Contractor, in consideration of the premises and of the mutual covenants, considerations and agreements herein contained, agree as follows: This Contract is hereby awarded to the Contractor for the work and material called for under his bid in the proposal section of the Contract and designated as Items lA through 20A and lB through 20B and if required by the Town Engineer, Items: 1. CONTRACT DOCUMENTS AND DEFINITIONS The Notice to Bidders, Information for Bidders, Proposal, Contract, Specifications and Plans, 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 titles, headings, 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 this Contract, the Plans, Specifications, any Addenda, the Notice to Bidders, Information for Bidders and Proposal. 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. (a) Work - The term "work" as used herein refers to 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; and includes all plant, labor, materials, supplies, equipment and other facilities and acts necessary or proper for, or incidental to, the carrying out and completion of the terms of this Contract. The term "work performed" shall be construed to include material delivered to, and suitably stored at, the site of the project. SOHT 99-02 C - I CONTRACT (b) Extra Work - The term "extra work" as used herein refers to, and includes, all work required by the Town which, in the judgment of the Engineer, involves changes in, or addi- tions to, work required by the Plans, Specifications and any addenda in their present forms. (c) Subcontract - 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. (d) Engineer - In the performance of the work, the Village shall be represented by Holzmacher, McLendon & Murrell, P.C., Consulting Engineers (herein called the "Engineer"). (e) 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 the last known business address of the person, firm or corporation for whom intended or to his, their or its duly authorized agent, representative 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. (0 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 ot", and words of like import shall mean approved or acceptable to, or satisfactory to, in the judgment of the Engineer. 2. SCOPE OF THE WORK The Contractor will furnish all plant, labor, material, supplies, equipment and other facilities and things necessary or proper for, or incidental to, the work contemplated by this Con- tract 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 it by this Contract. 3. COMPENSATION TO BE PAID TO THE CONTRACTOR (a) A~reed 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 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 reason of variations from the estimated quantities set forth in the Proposal. (b) Extra Work - The Town 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: SOHT 99-02 C - 2 CONTRACT ( I ) 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 prices or by a lump sum mutually agreed upon by the Town and the Contractor; or 13) 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 or applied Iabor, premiums for Workers' Compensation Insurance, payroll taxes required by law, rental for plant and equipment used (excluding small tools) to which total cost will be added twenty percent (20%) as full compensation for all other items of profit, costs and expenses, including administration, overhead, superintendence, insurance, insurance other than Workers' Compensation Insurance, material 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 THE ESSENCE Inasmuch as the provisions of this Contract relating to the time for performing 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 it will commence work within ten (10) consecutive calendar days (Sundays excepted) after signing this Contract. 6. TIME FOR COMPLETION The time for completion o£this Contract shall be as indicated on the Proposal sheets, and the date of such completion shall be the date of the certificate of completion hereinafter specified. The Town 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 time. SOHT 99-02 C - 3 CONTRACT 7. LIOUIDATED DAMAGES FOR DELAY The time limit being essential to, and of the essence of, this Contract, the Contractor hereby agrees that the Town 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 indicated on the Proposal sheets; 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 the Iown 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; provided, however, that the Town 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 its work by reason of unforeseeable causes beyond its control and without its fault or negligence, including, but not restricted to, acts of God or of any public enemy, acts or neglect of the Town, acts or neglect of any other contractor, fires, floods, epidemics, quarantine restrictions, strikes, riots, civil com- motion or freight embargoes, the period herein above specified for completion of its work shall be extended by such time as shall be fixed by the Town. No such extension of time shall be considered a waiver by the Town 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 its obligations hereunder. 9. CONTRACT SECURITY The Contractor shall fumish a surety bond in an amount equal to one hundred percent (100%) of the total Contract price as security for the faithful performance of this Contract, and for the payment of all persons performing labor or fumishing materials in connection with this Contract. If at any time the Town shall be or become dissatisfied with any surety or sureties then upon the Performance Bond; or if, for any reason such bond shall cease to be adequate security to the Town, the Contractor shall, within five (5) days atter notice fi.om the Town to do so, substitute an acceptable bond in such form and sum, and signed by such other surety as may be satisfactory to the Town. The premiums on such bonds shall be paid by the Contractor. No further payments shall be deemed due, nor shall be made until the new surety shall have been qualified. Prior to release of the Performance Bond, the Contractor shall furnish a maintenance bond equal to one hundred percent (100%) of the final Contract price, including extras. This maintenance bond shall remain in force for one (1) year after the date of the Final payment request. SOHT 99-02 C - 4 CONTRACT 10. CONTRACTOR'S~SURANCE The Contractor shall not commence any work until it has obtained, and has approved by the Town. all of the insurance required under this Contract as enumerated herein. (a) Compensation Insurance and Disability Insurance Public Liability and Property Damage Insurance (c) Contractor's Protective Liability and Property Damage Insurance (d) Owner's (Town) Protective Public Liability and Property Damage Insurance (e) Automobile Public Liability and Property Damage Insurance The Contractor shall not permit any subcontractor to commence any operation on the site until satisfactory proof of carriage of the above required insurance has been posted with, and approved by, the Town. (a) Compensation Insurance - Disability Insurance: The Contractor shall take and maintain, during the life of this Contract, Workers' Compensation Insurance and Disability Insur- ance for all his employees employed at the site of the project; and in case of any of the work being sublet, the Contractor shall require the subcontractor similarly to provide Workers' Compensation Insurance and Disability Insurance for all of the latter's employees, unless such employees are covered by the protection afforded by the Contractor. (b) Public Liability and Property Damage Insurance: The Contractor shall take out and maintain, during the life of this Contract, such public liability and property damage insurance as will protect him and any subcontractor performing work covered by this Contract from claims for damages for personal injury, including accidental death; as well as fi.om claims for property damage which may arise from operations under this Contract, whether such operations be by himself or by any subcontractor, or by any one directly or indirectly employed by either of them. and the amounts of such insurance shall be as follows: Public Liability Insurance in an amount not less than One Million Dollars ($1,000,000.) for bodily injuries, including wrongful death to any one person, and subject to the same limit for each person in an amount not less than One Million Dollars ($1,000,000.) on account of one accident. Property Damage Insurance in an amount not less than Five Hundred Thousand Dollars ($500,000.) for damages on account of any one accident, and in an amount of not less than One Million Dollars ($l,000,000.) for damages on account of all accidents. SOHT 99-02 C - 5 CONTRACT (c) Liability and Property Damaee Insurance: The above policies for public liability and property damage insurance must be so written as to include Contractor's Protective Liability and Property Damage Insurance to protect the Contractor against claims arising fi.om the operations of any subcontractors. (d) Owner's Protective Public Liability and Property Damage Insurance: (Town and/or Board of Trustees of the Town and/or Holzmacher, McLendon & Murrell, P.C.). The Contractor shall furnish to the Town, with respect to the operations he or any of his subcontractors perform, a regular Protective Public Liability Insurance policy for, and in behalf of, the Town and/or Board of Trustees of the Town and/or Holzmacher, McLendon & Murrell, P.C., providing for a limit of not less than One Million Dollars ($1,000,000.) for all damages arising out of bodily injuries to, or death of, one person and subject to the limit for each person, a total limit of One Million Dollars ($1,000,000.) for all damages arising out of bodily injuries to, or death of, two or more persons in any one accident; and regular Protective Property Damage Insurance providing for a limit of not less than Five Hundred Thousand Dollars ($500,000.) for all damages arising out of injury to, or destruction of, property in any one accident, and subject to that limit per accident, a total (or aggregate) limit of One Million Dollars ($1,000,000.) for all damages arising out of injury to, or destruction of, property during the policy period. The insurance must fully cover the legal liability of the Town and/or the Board of Trustees of the Town as Owner, and/or Holzmacher, McLendon & Murrell, P.C., as Engineer. The coverage provided under this policy must not be affected if the Town or Engineer performs work in connection with the project either for, or in cooperation with, the Contractor or as an aid thereto, whether the same be a part of the Contract or separate therefrom, by means of its own employees or agents, or if the Town or Engineer directs or supervises the work to be performed by the Contractor. (e) Automobile Public Liability and Property Damage Insurance: The Contractor shall take out and maintain during the life of this Contract such automobile public liability and property damage insurance as shall protect him and any subcontractor performing work covered by this Contract from claims for damages for personal injury, including accidental death, as well as fi.om claims for property damage which may arise fi.om operations under this Contract, whether such operations be by himself or by any subcontractor, or by any one directly or indirectly employed by either of them; and the amounts of such insurance shall be as follows: Automobile Public Liability Insurance in an amount not less than One Million Dollars ($1,000,000.) for bodily injuries, including wrongful death to any one person, and subject to the same limit for each person in an amount not less than One Million Dollars ($1,000,000.) on account of one accident. Automobile Property Damage Insurance in an amount not less than Five Hundred Thousand Dollars ($500,000.) for damages on account of any one accident, and in an amount of not less than One Million Dollars ($1,000,000.) for damages on account of all accidents. SOHT 99-02 C - 6 CONTRACT l l. PROOF OF CARRIAGE OF INSURANCE The Contractor shall fumish the Town with certificates of each insurer insuring the Contractor or an3 subcontractor under this Contract, except with respect to subdivision (d) of paragraph 10. In respect to this paragraph, the Contractor shall furnish the Town with the original insurance policy. Both cemficates, as fnm~shed, and the insurance policy, as required, shall bear the policy numbers, the expiration date of the policy and the limit or limits of liability thereunder. Both the certificates and the policy shall be further endorsed to provide the Town Clerk with an5' notice of cancellation at least ten (10) days prior to the actual date of such cancellation. 12. COMPLIANCE WITH LABOR AND PENAL LAWS The Contractor hereby expressly agrees to comply xvith all the provisions of the Labor Laws and any and all amendments thereto, insofar as the same are applicable to this Contract. The Labor Laws (as amended) provide that no laborer, worker 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 day or more than five (5) days in any week, except in such emergency; that the xvages to be paid for a legal day's work (as hereinbefore defined) to laborers, workers or mechanics upon the work called for under this Contract or for any materials 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, worker or mechanic employed by the Contractor, subcontractor or other person employed about or upon the xvork, 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 Laws which require the pasment of the prevailing rate of wages and the eight- (8) hour day. 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 or any city, county, town or village, or other civil division of the State, of any sums due on account ora 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) certif54ng 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 Contract, 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 payment to any contractor or subcontractor to the extent of the amount or amounts due or to become due to it for daily or weekly wages tbr labor performed on the public improvement for which the Contract was entered into, or if for any other reason it may be deemed advisable, the comptroller of the State or other financial officer of the municipal corporation may deduct from the whole amount of any payment on account thereof the sum or sums admitted by any contractor or subcontractor in such SOHT 99-02 C - 7 CONTRACT statement or statements so filed to be due and owing to it 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 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 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) or by imprisonment for not more than thirty (30) days, or by both fine and imprisonment for a second offense by a fine of one thousand dollars ($1,000); 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 its 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 as set forth in the "Information for Bidders". Section 1918 of the Penal Law (as amended) provides that 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 (72) 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 (100') in such street, highway or public place, or in the case of a proposed discharge of explosives within a radius of two hundred feet (200') of such discharge, any pipe of any person, corporation or municipality conveying combustible gas; and if there be any such pipe, he shall also give such notice to any 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 damage to any pipe conveying combustible gas. Any violation of the provisions of this section shall be a misdemeanor. SOHT 99-02 C - 8 CONTRACT In accordance with paragraph "a' of subdivision 3-a of Section 220 of the New York State Labor Law, the Contractor shall submit, and shall cause each subcontractor through which the Contractor performs an3' of its obligations hereunder to submit, to the Town a transcript of each original pa.,a-oil issued by the Contractor or the subcontractor, as applicable, with respect to work performed hereunder. Each such transcript must be received by the Town within thirty days after the relevant pa.,a'oll is issued and shall be subscribed by a duly authorized officer of the Contractor or subcontractor, as applicable, in the tbllowing manner: "The undersigned, a duly authorized officer of [name of Contractor or subcontractor] does hereby certify as true this transcript of the corporation's original payroll record dated · for the pay period beginning and ending and relating to all work or materials furnished during such period in connection with the [Identify Contract], and hereby affirms said transcript as true, under penalties of perjury, pursuant to Labor Law 220(3-a)(a) and Penal Law § 210.45" 13. OUALIFICATIONS 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 emplo.vment of physically handicapped persons (otherwise employable) where each person may be safely assigned to work which they can ably perform. 14. NON-DISCRIMINATION There shall be no discrimination because of race· creed, color or sex in the employment of persons for work under this Contract, whether performed by the Contractor or any subcontrac- tor. Neither shall the Contractor nor any 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 or sex. There may be deducted from the amount payable to the Contractor by the Town under this Contract a penalty of Fifty dollars ($50) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of this section; provided that for a second or any subsequent violation of the terms of this section, this Contract may be canceled or terminated by the Town, and all monies due or to become due hereunder may be forfeited. SOHT 99-02 C - 9 CONTRACT 15. PAYMENT OF EMPLOYEES The Contractor and each of his subcontractors shall pay each of their employees engaged in work on the project under this Contract in full (less deductions made mandatory by law), in cash, and not less often than once a week. 16. ESTLMATES AND PAYMENTS (a) Monthly: At the end of each calendar month during the progress of the work, the Contractor shall submit a payment requisition to the Engineer. The Engineer will review the requisition and prepare a payment request based on the estimated amount of work performed and the quantity of materials furnished, based on the prices set forth in the Proposal. At the end of each calendar month during the progress of the work, the Engineer shall make up an approximate estimate of the work done and the materials furnished, based on the prices set forth in the Proposal. In consideration of the work done and the materials furnished, the Town will pay or cause to be paid to the Contractor for the amount estimated by the Engineer as due it, less a sum equal to five pement (5%) of such amount, and such additional amount as may be necessary to satisfy any claims, liens or judgments against the Contractor which have not been suitably discharged. The making of any such estimate or payment made thereon shall not be taken or construed as an acceptance by the Engineer or the Town of any work so estimated and paid for. The amount of the monthly estimate remaining unpaid will be retained by the Town as a guarantee that the Contractor will faithfully and completely fulfill all obligations imposed by the Contract and Specifications, and against any damages incurred by the Town by reason of any failure on the part of the Contractor to fulfill all conditions and obligations herein contained. All partial payments are subject to correction in the subsequent payment. No interest shall be allowed the Contractor on retained percentages. (b) Final Payment Request: Thirty (30) days after the Contractor shall have substantially completed the work required of it under the Contract, the Engineer will prepare a final payment request of all work done. Thereafter, the Town will pay to the Contractor the full amount of the Contract, less a sum equal to two (2) times the value of any remaining items to be completed and an amount necessary to satisfy any claims, liens or judgments against the Contractor which have not been suitably discharged, less any prior payments paid by the Village to or on behalf of the Contractor. (c) Maintenance Bond: In order to secure the performance of the covenant of the Contractor, prior to release of the Performance Bond, the Contractor shall deliver to the Town a maintenance bond equal to one hundred percent (100%) of the total Contract price, including all extras. This maintenance bond shall remain in full force and effect for a period of one (1) year after the date of the final payment request; and such bond, which shall be executed by the Contractor and issued by a reliable, solvent surety company authorized to do business in the State of New York, shall guarantee to the Town that the Contractor shall promptly remedy any defects or faults that may occur within twelve (12) months after completion and acceptance of the work performed by the Contractor pursuant to this Contract. (d) Measurements for Payment: The Engineer shall make due measurement of the work done during the progress of the work; and its estimate shall be final and conclusive evidence of SOHT 99-02 C - 10 CONT.&CT the amounts of work performed by the Contractor under, and by virtue of, this agreement; and shall be taken as the 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 be proved) be paid Ibr by the Contractor. 17. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE The acceptance b3 the Contractor of the final payment shall be, and shall operate as. a release to the Town from all claims and all liabilities to the Contractor for all things done or furnished in connection with this work, and for every act and neglect of the Town and others relating to, or arising out of, this work, excepting the Contractor's claims for interest upon final payment, if this pa3q'nent be improperly delayed. No payment, however, (final or otherwise) shall operate to release the Contractor or his sureties from an.',' obligations under this Contract or the Performance an&or Maintenance Bond. 18. 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 predetermined 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 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 final payment under this Contract, the Contractor shall furnish the Engineer with substantial proof(in affidavit form, or as required by the attorneys for the Town) that all bills for se~'ices and labor rendered and materials supplied have been paid. The enumeration of the above reports in no way relieves the Contractor of its responsibility under existing Federal or State laws of filing such other repons with agencies other than the Town as may be required by such existing laws or regulations. 19. INSPECTION AND TESTS All materials and workmanship shall be subject to inspection, examination and test by the Engineer, and other representatives of the Toxvn at any time during the construction and at any and all places where manufacturing of materials used and/or construction is carried on. SOHT 99-02 C - 11 CONTRACT Without additional charge, the Contractor shall furnish promptly all reasonable facilities, labor and materials necessary to make tests so required safe and convenient. 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 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 tbr the expenses 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 requirement 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 costs of extra work. The selection of laboratories and/or agencies for the inspection and tests of supplies, materials or equipment shall be subject to the approval of the Engineer. Satisfactory documen- tary evidence that the material has passed the required inspection and tests must be furnished 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. 20. 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 on the Plans, shall have the same effect as if shown or mentioned respectively in both. In case of any conflict or inconsistency between the Plans and the Specifications, the Plans shall govern. Any discrepancy between the figures and drawings shall be submitted to the Engineer, whose decision thereon shall be conclusive. 21. 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, it shall iramediately give notice to the Engineer of such conditions before they are disturbed; the Engineer shall thereupon promptly investigate the conditions; and if it finds they materially differ from those shown on the Plans or indicated in the Specifications, it shall at once make such changes in the Plans and/or Specifications as it 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. SOHT 99-02 C - 12 ~,~ CONTRACT 22. CONTRACTOR'S TITLE TO MATERIALS No materials or supplies for the work shall be purchased by the Contractor or by any subcontractor subject to an5' chattel mortgage or under a conditional sale or other agreement by which an interest is retained by the seller. The Contractor warrants it has good title to all materials and supplies used by it in its work. ~ N 23. SLIPERINTENDENCE BY CO, IRACTOR At the site of the work the Contractor shall 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. 24. PROTECTION OF WORK, PERSONS AND PROPERTY Precaution shall be exercised at all times for the proper protection of all persons, property and work. 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 its own expense any and all additional safety measures deemed necessary by the Town or its Engineer to adequately safeguard the traveling public. The Contractor shall give notice to the owners of all utilities that ma}, serve the area and request their assistance in predetermining the location and depth of the various pipes, conduits, manholes, and other underground facilities. The Contractor shall, at all hours of the day, safely guard and protect its own work, adjacent property from any damage, and 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 Town or its duly-authorized representatives. The Contractor shall provide and maintain such watchmen, barriers, lights, flares and other signals (at its oxvn expense) as ~vill effectively prevent any accident in consequence of its work for which the Town might be liable. The Contractor shall be liable for all injury or damage caused by its act or neglect, or that of its employees. 25. REPRESENTATIONS OF CONTRACTOR The Contractor represents and warrants: (a) that it is financially solvent and that it 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 SOHT 99-02 C - 13 CONTRACT (b) that it is familiar with all Federal, State and municipal laws, 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 it can be satisfactorily constructed and used for the purpose for which it is intended, and that such con- struction will not injure any person or damage any property; and (d) that it has carefully examined the Plans, Specifications and the site of the work, and that from its own investigation it has satisfied itself as to the nature and location of the work, the character, location, quality and quantity of surface and subsurface materials, structures and utilities likely to be encountered, the character of equipment, and other facilities needed for the performance of the work, the general local conditions which may in any way affect the work or its performance. 26. PATENT RIGHTS As part of its 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 Town for any loss on account of any infringement of any patent rights, unless, prior to its use in the work of a particular process or a product of a particular manufacturer, it notifies the Town in writing that such process or product is an infringement of a patent. 27. SURVEYS The Contractor is responsible for furnishing all layouts, measurements, and lines and grades necessary for the execution of the work. 28. AUTHORITY OF THE ENGINEER In the performance of the work, the Contractor shall abide by all orders, directions and requirements of the Engineer; and shall perform all work to the satisfaction of the Engineer at such time and place, by such methods and in such manner and sequence as it 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 instances in which the opinion, judgment, discretion or determination of the Engineer shall control, or in which work shall be performed to its satisfaction or subject to its satisfaction, or subject to its approval or inspection, shall not imply that only matters similar to those enumerated shall be so governed and so performed; but without exception, all the work shall be governed and so performed. SOHT 99-02 C - 14 CONTRACT 29. CHANGES AND ALTERATIONS The Town reserYes the right to make alterations in the location, line, grade, plans, form or dimensions of the work or any part thereof, either before or after the commencement of the construction. If such alterations diminish the amount of xvork to be done no claim for damages or anticipated profits will be ~arranted on the work that may be dispensed with. If such alterations increase the an~ount 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. 30. CORRECTION OF WORK All work and 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 of materials, processes of manufacture, and methods of construction suitable for the purpose for which they are used. Should they fail to meet its approval, they shalI be forthwith reconstructed, made good, and replaced and/or corrected (as the case may be) by the Contractor at its own expense. Rejected material shall immediately be removed from the site. 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 its work shall be free from any defects in materials or workmanship, and agrees to correct any defects that 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 its sureties from any obligations under or upon this Contract or the Performance and/or Maintenance Bond. 3 I. WEATHER CONDITIONS In the event of temporary suspension of the work, during inclement weather, or whenever the Engineer shall direct, the Contractor will, and will cause its subcontractors to, protect carefully its, and their, work and materials against damage or injury from the weather. If, in the opinion of the Engineer, any work or materials shall have been damaged or injured by reason of the failure on the part of the Contractor or an,',' of its subcontractors to protect its or their work, such work and materials shall be removed and replaced at the expense of the Contractor. SOHT 9%02 C - 15 CONTRACT 32. THE TOV~FNS' RIGHT TO WITHHOLD PAYMENTS The Town may withhold from the Contractor so much of any approved payments due it as may, in the judgment of the Town, be necessary to: (a) assure the payment of just claims then due and unpaid of any persons supplying labor or materials for the work; or (b) protect the Town from loss due to defective work not remedied; or (c) protect the Town from loss due to injury to persons or damage to the work or property of other contractors, subcontractors or other, caused by the act or neglect of the Contractor or any of its subcontractors. The Town shall have the fight, as agent for the Contractor, to apply any such amounts so withheld in such manner as the Town may deem proper to satisfy such claims or to secure such protection. Such application of such money shall be deemed payments for the account of the Contractor. 33. THE TOWNS RIGHT TO STOP WORK OR TERMINATE CONTRACT The Town has the right to stop work or terminate the 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 its property and shall not be dismissed within 20 days after such appointment, or the proceedings in connection therewith shall not be stayed on appeal within the said 20 days; or (c) the Contractor shall refuse or fail, after notice or warning from the Engineer, to supply enough properly skilled workmen or proper materials; or (d) the Contractor shall refuse or fail to prosecute the work or any part thereof with such diligence as ~vill insure its completion within the period herein specified (or in duly authorized extension thereof), or shall fail to complete the work xvithin said period; or (e) the Contractor shall fail to make prompt payment to persons supplying labor or materials for the work; or (0 the Contractor shall fail or refuse to regard laws, ordinances, or the instruction of the Engineer or otherwise be guilty of a substantial violation of any provision of this Contract, then and in any such event, the Town (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 its rights to proceed, either as to the entire work or (at the option of the Town) 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 Town may deem expedient. In such SOHT 99°02 C - 16 CONTILACT case, the Contractor shall not be entitled to receive an.',' 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 sen, ices, and any damages for delay), such excess shall be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor and its sureties shall be liable to the Town for such excess. If the fight of thc Contractor to proceed with the work is so terminated, the Town 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 Town does not so terminate the right of the Contractor to proceed, the Contractor shall continue the work. 34. CONTR, atCTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If the work shall be stopped by order of the Court or any other public authority for a period of three (3) months without act or fault of the Contractor or of any of its agents, servants, employees or subcontractors, the Contractor may, upon ten (10) days' notice to the Town, discontinue its performance of the work and/or terminate the Contract, in which event the liability of the Town to the Contractor shall be determined as provided in the paragraphs immediately preceding, except that the Contractor shall not be obligated to pay to the Town any excess of the expense of completing the work over the unpaid balance of the compensation to be paid to the Contractor hereunder. 35. RESPONSIBILITY OF WORK The Contractor agrees to be responsible for the entire work embraced in this Contract until its completion and final acceptance; and that any unfaithful or imperfect work that may become damaged from any cause (either by act of commission or omission to properly guard and protect the work) that may be discovered at any time before the completion and acceptance shall be removed and replaced by good and satisfactory work without any charge to the Town; 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 it of any obligation to do sound and reliable work as herein prescribed, and that any omission to disapprove of any work by the Engineer at or before the time of a partial payment or other estimate shall not be construed to be an acceptance o f any defective work. 36. USES OF PREMISES AND REMOVAL OF DEBRIS The Contractor expressly undertakes at its own expense to: (a) take every precaution against injury to persons or damage to property; and (b) store its apparatus, materials, supplies and equipment in such orderly fashion at the site of the work as will not unduly interfere with the progress of its work or the work of any of its subcontractors; and SOHT 9%02 C - 17 CONTRACT (c) place upon any of the completed work only such superimposed loads as are consistent with the safety of that portion of the work; and (d) 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 and orderly and workmanlike appearance; and (e) remove all surplus material, temporary structures, plants of any description and debris of every nature resulting from its operations, and to put the site in a neat and orderly condition before the Final payment request. 37. SUITS AT LAW The Contractor shall indemnify and save harmless the Town fi.om 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, its employees or agents, or any subcontractor; and in case of any such action shall be brought against the Town, the Contractor shall immediately take charge of, and defend, the same at its own cost and expense. 38. 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 it sees fit, without previous instruction from the Engineer. The Contractor shall notify the Engineer thereof immediately thereafter; and any compensation claimed by the Contractor due to extra work made necessary because of its 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 the work being accomplished under this Contract, then upon authorization from the Engineer to prevent such threatened injury or damage, it 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. 39. PROVISIONS REOUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by law to be inserted herein and the Contract shall be read and 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 forthwith be physically amended to make such insertion. SOHT 99-02 C - 18 I~ 2: 7_- CONTRACT 40. SUBLETTING, SUCCESSOR AND ASSIGNS The Contractor shall not sublet any part of the work under this Contract nor assign any money due it hereunder without first obtaining the written consent of the Town. This Contract shall endure to the benefit of, and shall be binding upon, the parties hereunder and upon their respectixe successors and assigns; but neither party shall assign or transfer its interest herein in whole or in part without consent of the other. 41. WAIVER OF IMMUNITY "This Contractor states that it is familiar with Chapter 94 of Sections 103-A and I03-B, General Municipal Law of the State of Nexv York; and that any refusal on its part when called before a Grand Jury to testify concerning this transaction or transaction had with the Town, or to sign a waiver of immunity against subsequent criminal prosecution, or to answer any relevant questions concerning such transaction or contract, shall thereafter render such firm, partnership or corporation disqualified from receiving awards or entering into any contracts for a period of five (5) years after such refusal." Any contract so made without the foregoing declaration shall be subject to cancellation or termination by the Town of Southold without said Town incurring any penalty or damages on account of such cancellation or termination. (SEAL) BOARD OF TRUSTEES TO\~,qN OF SOUTHHOLD JOSH HORTON, TOWN SUPERVISOR TRUSTEE TRUSTEE SOHT 99-02 C - 19 CONTRACT (SEAL} TRUSTEE CONTRACTOR BY: TITLE: SOHT 99-02 C - 20 ~,~ ~- CONTRACT ACKNOWLEDGMENT OF CONTRACTOR, IF A CORPORATION STATE OF NEW YORK) )SS: COUNTY OF On this __ da.,,' of ,20_, before me personally came and appeared ; to me known; who being by me duly sworn, did depose and say , that he is the of , he resides at the corporation described in and which executed the foregoing instrument; that he knows the seal of said corporation, that one of the seals affixed to said instrument is such seal; that it was so affixed by order of the directors of said corporation; and that he signed his name thereto by like order. NOTARY PUBLIC ACKNOWLEDGMENT OF CONTRACTOR, IF A PARTNERSHIP STATE OF NEW YORK) COUNTY OF On this __ day of , 20_. before me personally came and appeared ; to me known, and known to me to be one of the members of the firm of described in and who executed the foregoing instmmem; and he acknowledged to me that he executed the same as and for the act and deed of said firm. NOTARYPUBLIC SOHT 99-02 C - 21 CONTRACT ACKNOWLEDGMENT OF CONTRACTOR, IF AN INDIVIDUAL STATE OF NEW YORK} )SS: COUNTY OF ) On this day of , 20_, before me personally came and appeared to me known and known to me to be the person described in and who executed the foregoing instrument and acknowledged that he executed the same. NOTARY PUBLIC SOHT 99-02 C - 22 CONTRACT ACKNOWLEDGMENT OF OFFICER OF TOWN OF SOUTOLD EXECUTING CONTRACT STATE OF NEW YORK) )ss: COUNTY OF NASSAU ) On this day of , 20_, before me personally came and appeared to me known, who being by me duly sworn did depose and say that he is the SLnPERVISOR of the TOWN OF SOUTHOLD, described in and which executed the foregoing instrument; that he knows the seal of said Town; that the seal affixed to said agreement is such Town seal. and that it was so affixed by order of the Board of Trustees of said Town; and that he signed his name thereto by like order. NOTARY PUBLIC SOHT 99-02 C - 23 SECTION 01010 - SUMMARY OF WORK PART I - GENERAL 1.01 - WORK INCLUDED A. The work includes all labor, material, equipment and appliances required for the complete execution of the work in conjunction with the replacement of an the existing bridge over Brushes Creek at Peconic Bay Bird in the Town of Southold, as shown on the drawings and specified herein, shall include, but not be limited to, the following: 1. Removal of existing culvert. 2. Installation of a new concrete bridge. 3. Asphalt paving. 4. Compliance with the special conditions of the several governmental agency permits as outlined in Appendix "B". 1.02 - CONTRACTOR'S PRE-BID SITE INSPECTION A. Each bidder shall conduct an on-site inspection of the referenced location proposed for improvement prior to submission of a bid proposal. The bidder shall acquaint himself (herself) with all apparent conditions and characteristics of the location with regard to assessment of required material quantities, evaluation of quality of existing materials, access to the site and equipment, clearances and all related information necessary to develop an understanding of the required scope of the work and all field conditions. No consideration will be given for subsequent additional claims by the contractor of award after bidding with regard to apparent field conditions. B. The Town of Southold reserves the right to reject any bid due to the bidder's failure to comply with this requirement or for noncompliance with any term of bid procedure. 1.03 - OWNER OCCUPANCY A. The Owner will occupy the site and premises and conduct business during the entire period of construction. B. The site will remain open to the public during construction. C. Cooperate with Owner to minimize conflict, and to facilitate Owner's operations. D. Cooperate with the public and local businesses to facilitate business operations. SOHT 99-02 01010-1 SECTION 01010 - SUMMARY OF WORK E. Schedule the work to accommodate this requirement and contract period. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.01 - PERMITTING A. The Contractor shall be responsible to obtain any and ail other permits required by local, town, county or state agencies having jurisdiction and to perform the work prescribed herein to the satisfaction of the Engineer. 3.02 - GENER_4~L WORK A. Any changes made to existing structures to facilitate the execution of this contract must be restored to a new condition. All labor and materials shall be performed and supplied to provide for a first class finished product. Materials shall be subject to the approval of the Engineer. B. Security of the premises are the sole responsibility of the Contractor. END OF SECTION SOHT 99-02 01010-2 SECTION 01030 - ALTERNATES PART I - GENERAL 1.01 - SECTION INCLUDES A. Submission procedures. B. Documentation of changes to Contract Sum/Price and Contract Time. 1.02 - RELATED SECTIONS A. Proposal Form I. BP 1-24). B. Other sections referencing this section. C. All contractual requirements outlined in the documents. 1.03 - SUBMISSION REQUIREMENTS A. Submit Alternates identifying the effect on adjacent or related components. B. Alternates will be reviewed and accepted or rejected at the Owner's option. C. Coordinate related work and modify surrounding work to integrate the Work of each Alternate. 1.04 - SELECTION AND AWARD OF ALTERNATES A. Indicate variation of Bid Price for Alternates described below and listed in the PROPOSAL. This form requests a "difference" in Bid Price by adding to or deducting fi.om the base Bid Price. B. Bids will be evaluated on the base bid price, plus any combination of alternate items. After bid submittal, the Owner will consider a combination of alternates. 1.05 - WORK FOR ALTERNATES A. Work for alternate items selected shall include all related materials, labor, equipment and operations necessary to conduct and complete the alternate work and all other affected xvork or adjacent areas. B. There shall be no change in time or completion date for the selected alternates, unless specified herein or approved in xvriting by the Architect/Engineer and Oxvner. C. Alternates and associated work shall meet all standards and specifications delineated in the Contract Documents. SOHT 99-02 01030-1 SECTION 01030 - ALTERNATES !.06 - SCItEDULE OF ALTERNATES A. See proposal sheets BP 1-24 for a list of alternates. B. All alternate items shall be added to the base bid. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION A. Work for each alternate, related items and collateral work shall be completed in their entirety. B. If alternate items are not selected, work for the base bid and collateral work shall be completed in their entirety. END OF SECTION SOHT 99-02 01030-2 ~M ~ i - SECTION 01019 - CONTRACT CONSIDERATIONS PART 1.01 - A. B. C. 1.02 - A. 1.03 - A. C. D. E. 1 - GENERAL SECTION INCLUDES Schedule of Values. Application t'or Payment. Change procedures. SCHEDULE OF VALUES Submit a typed schedule on Owner forms listed in Agreement. If no forms are listed, submit a typed schedule on AIA Form G703-Application and Certificate for Payment Continuation Sheet. Contractor's standard form or electronic media printout will be considered. Submit Schedule of Values in the quantities and timeframe listed in Agreement. [f no quantities or timeframe is given, provide Schedule in duplicate within 15 days after date of Owner-Contractor Agreement. Format: Utilize Owner's format for Schedule of Values. If no format is provided, utilize the Table of Contents of this Project Manual. Identify each line item with number and title of the major specification Section, Include quantities of each item completed. Submit a revised schedule listing approved Change Orders, with each Application for Payment. Identify a 5% retainage to be deducted from the payment requested. APPLICATIONS FOR PAYMENT Submit an Application for Payment on Owner's forms listed in Agreement. If no forms are listed, submit AIA Fom~ G702-Application and Certificate for Payment and AIA G703-Continuation Sheet. Submit Application in quantities listed in Agreement. If no quantities are given submit three copies of each Application for Payment. Present required information in typewritten form and execute certification with a notarized signature of an authorized officer. Content and Format: Utilize Items and Quantities for listing items in Application for Payment. Payment Period: Submit at intervals stipulated in the Agreement or if no interval is stipulated, submit monthly. SOHT 99-02 01019-1 SECTION 01019 - CONTRACT CONSIDERATIONS G. H. 1.04 - A. B. Provide completed Labor Affidavit Form with application. Include an,,.' wai,,ers or additional forms required by Owner and listed in Agreement. Include an updated construction progress schedule with all applications for payment. CHANGEPROCEDURES All change procedures are to comply with Offer and Award Standard section. The Architect/Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by AIA A201, 1987 Edition, paragraph 7.4 by issuing supplemental instructions on AIA Form G710. The Architect/Engineer may issue a Proposal Request which includes a description of a proposed change with supplementary or revised Drawings and Specifications, a change in Contract Time for executing the change and the period of time during which the requested price will be considered valid. Contractor will prepare and submit an estimate within 7 days. The Contractor may propose a change by submitting request for change to the AmhitecffEngineer, describing the proposed change and its full effect on the Work. Include a statement describing the reason for the change, and the effect on the Contract Sum/Price and Contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. Execution of Change Orders: Architect/Engineer will issue change orders for signatures of parties as provided in the GENERAL CONDITIONS OF CONTRACT. 2-PRODUCTS Not Used. PART 3 - EXECUTION Not Used. END OF SECTION SOHT 99-02 01019-2 SECTION 0 1040 - COORDINATION PART I - GENERAL 1.01 - SECTION INCLUDES A. Public/private utilities. B. Coordination between Contractors. 1.02 - UTILITY COORDINATION Protect or leave undisturbed all site utility or building service lines encountered in the performance of the contract work unless otherwise directed by the Engineer. Examine all existing conditions and documents relative to the utilities. Contractor shall be responsible for any damage. Coordinate with the public and private utilities to review all pertinent drawings and documents of all existing overhead or underground utilities. Any documents made available are offered for information only and are not guaranteed as to accuracy or completeness. 1.03 - PUBLIC/PRIVATE UTILITIES Notify all public and private utilities in accordance with Article 20, Section 322-a of the New York State General Business Law for location and mark-out of existing utilities in the vicinity of the work. Repair all utilities damaged during the Work to the standards and approval of the respective utility and at no cost to the Owner. 1.04 - COORDINATION BETWEEN CONTRACTORS Each Contractor shall coordinate all work with other Contractors. Coordination includes but is not limited to: l. Schedule work progress with all trades throughout the project to prevent interferences. Accomplish work in coordination with the other Contractors in a manner that will allow each Contractor adequate time at the proper stage of construction to perform work of the Contract. Drawings are diagramatic; utilize spaces efficiently to maximize headroom and accessibility for installation, maintenance or replacement of construction elements. SOHT 99-02 01040~ 1 ~,~ -:5-_- SECTION 01040 - COORDINATION Furnish copies of approved shop drawings to each other Contractor whose work is connected to this Contract. Resolve all problems of connected, adjacent or otherwise related work. In case of conllicts due to improper coordination by any Contractor, the Engineer's resolution will be final. No compensation will be awarded for extra work required to resolve the conflicts. END OF SECTION SOHT 99-02 01040-2 SECTION 01045 - CUTTING AND PATCHING PART I - GENERAL 1.01 - SECTION INCLUDES A. Description. B. Contractor's responsibility. 1.02 - DESCRIPTION A. Cutting and patching covers, adjustment to, and necessary reworking of, elements of construction in both new and existing work. The following definitions for cutting and patching apply to this Contract. 1. Cutting: Physical modification of construction work, both new and existing, or physical removal of installed materials. 2. Patching: Restoration or replacement and installation of construction material, both new and existing, including finishing, patching, and painting required to restore the surface to the condition of finish at the time of cutting. 1.03 - CONTRACTOR'S RESPONSIBILITY A. The Contractor shall be responsible for all cutting, fitting or patching that is required to complete the work of its Contract or to make its several parts fit together properly. B. Do not endanger any work by cutting or digging, and do not cut or alter the work of any other Contractor except with the consent of the Engineer. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.01 EXAMINATION A. Examine existing conditions prior to commencing Work, including elements subject to damage or movement during cutting and patching. B. After uncovering existing Work, assess conditions affecting performance of work. SOHT 99-02 01045-1 SECTION 01045 - CUTTING AND PATCHING C. Beginning of cutting or patching means acceptance of existing conditions. D. Verify that utility services are available, of the correct characteristics, and in the correct locati'on. 3.02 PREPARATION A. Provide temporao' supports to ensure structural integrity of the Work. Provide devices and methods to protect other portions of Projec! from damage. B. Provide protection from elements for areas which may be exposed by uncovering work. C. Clean substrate surfaces prior to applying next material or substance. D. Seal cracks or openings of substrate prior to applying next material or substance. E. Apply any manufacturer required or recommended substrat¢ primer, sealer or conditioner prior to applying any new material or substance in contact or bond. Maintain excavations free of water. 3.03 - CUTTING A. The Contractor shall execute cutting (including excavating) or patching of work required tO: l. Make the several parts fit properly. 2. Uncover work to provide for installation of improperly sequenced work. 3. Remove and replace defective work. 4. Remove and replace work not conforming to requirements of Contract Documents. 5. Remove samples of installed work as specified for testing. 6. Install specified work in existing construction. 3.04 - RESTORATION A. Restore work which has been cut or removed; install new products to provide completed work in accordance with requirements of Contract Documents. SOHT 99-02 01045-2 l~:~,~ _-.~ £ SECTION 01045 - CUTTING AND PATCHING Refinish entire surfaces as necessaO' to provide an even finish. 1. Continuous Surfaces: To nearest intersections. 2. Assembly: Entire refinishing. Prepare existing surfaces properly to receive and, where required, bond with the work. END OF SECTION SOHT 99-02 0 1045-3 SECTION 01060 - REGULATORY REQUIREMENTS PART I - GENERAL 1.01- SECTION INCLUDES A. Codes. B. Go~ erning agencies. C. Permits. 1.02 - CODES A. All Work shall contbrm to and be performed in strict accordance with all governing agencies of the various state, town, village, county, and all departments having jurisdiction thereof, in the vicinity of or on the premises. B. Comply with the requirements of the various codes referred to in these Specifications. Such codes shall be the date of the latest revision in effect at the time of receiving bids. 1.03 - GOVERNING AGENCIES A. All work shall conform to and be performed in strict accordance with all governing agencies such as, but not limited to: 2. 3. 4. 5. 6. 7. 8. 9. Occupational Safety and Health Act - OSHA. New York State Department of Environmental Conservation. United States Coast Guard United States Army Corps of Engineers. Town of Southold, Board of Trustees. Suffolk County New York State Uniform Fire Prevention and Building Code. National Fire Protection Association - NFPA. New York State Energy Code. SOHT 99-02 01060-1 SECTION 01060 - REGULATORY REQUIREMENTS 10. 11. t2. 13. 14. 15. ADA - ,~anericans with Disabilities Act. ANSI - .~ner/can National Standards Institute. ASTM - American Society for Testing and Materials. NEC - National Electric Code. UFAS - Uniform Federal Accessibility Standards. UL - Under~vriters Laboratories. B. The Contractor must obtain approval fi.om the Owner's representative(s) before proceeding with any cutting, welding, or any other open flame operations. 1. The Owner's representative's permission will not be granted until: a. It has been determined that cutting and welding can be safely conducted at the desired location. b. All combustibles have been moved away or safely covered. c. A fire watchman with an approved fire extinguisher is posted at the work, during the work, and for a minimum of 60 minutes after the work is completed, to see that sparks or drops of hot metal do not start rites. 2. All gas operated cutting and welding equipment and operations must be in strict accordance with the approved safety procedures. 1.04 QUALITY ASSURANCE A. For Products or workmanship specified by association, trade, or other consensus standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes. B. Conform to reference standard by date of issue current on date for receiving bids or if given, the date specified in the specification sections, except where a specific date is established by code. C. Should specified reference standards conflict with Contract Documents, request clarification from the Architect/Engineer before proceeding. SOHT 99-02 01060-2 SECTION 01060 - REGULATORY REQUIREMENTS D. Neither the contractual relationship, duties, and responsibilities of the parties in Contract nor those of the Architect/Engineer shall be altered by the Contract Docmnents by mention or inference otherwise in any reference document. 1.04- PERMITS A. The Contractor shall obtain and pay for all permits, fees, licenses, certificates, inspections and other use charges required in connection with the work. 1.05- PERFOR3,IANCE BONDS A. The Contractor shall obtain, pay for and submit all bonds required in connection with the work. PART 2 - PRODUCTS Not Used. PART 3 - EXECUTION Not Used. END OF SECTION SOHT 99-02 01060-3 1~5~,~.2T . SECTION 01200 - PROJECT MEETINGS PART I - GENERAL 1.01 - SECTION INCLUDES A. General. B. Kick-off meeting. C. Monthly job meetiug. D. Minutes. 1.02 - GENERAL A. Project meetings will be held to accomplish the following: 1. Coordinate the xvork of the project. 2. Establish a sound working relationship among the Contractor(s), the Engineer and the Owner. 3. Review and update schedule; review job progress, payment requests, status of material deliveries, shop drawings; discuss change orders and quality of con- struction. 1.03 - KICK-OFF MEETING A. The Engineer will schedule the initial job meeting at the site of the work. The Engineer will notify all parties concerned of the time and place of the meeting. B. The meeting will be conducted by the Engineer. 1.04 - MONTHLY JOB MEETING A. Unless otherwise directed, monthly job meetings will be held by the Engineer. Present at these meetings shall be the Contractor or a representative authorized to make commitments for action on behalf of the Contractor, the Engineer and the Owner. B. The Contractor shall arrange for the participation of its subcontractors when their presence is required by the Engineer or the Owner. C. The minimum agenda will cover: 1. Review minutes of previous meetings. 2. Note field observations, problems and decisions. SOHT 99-02 01200-1 [~2',~ 2- SECTION 01200 - PROJECT MEETINGS 3. Identify. present problems and resolve them. 4. Plan v,'ork progress during next work period. 5. Review shop drawings and submittal schedules. 6. Review change order status. - Re,.'~cxt >talus ct'construction progreas schedule. 8. Coordinate access requirements. 1.05 - ~IINUTES A. The Engineer ,,','ill write minutes of all meetings and mail them to all parties present and to those on the distribution list given out at the kick-off meeting within 5 business days of the meeting. PART 2 - PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION SOHT 99-02 0 1200-2 - SECTION 01310 - PROJECT PROGRESS SCHEDULE PART I - GENERAL 1.01 - SECTION INCLUDES A. Project progress schedule. B. Revision of project progress schedule. 1.02 - PROJECT PROGRESS SCHEDULE A. Prepare a schedule for the work and promptly fumish the Engineer with such data as may be requested. B. Form: Bar Chart indicating start and finish of each segment of work. C. Format of Listings: The chronological order of the work. D Identification of Listings: By major items of each specification section or such further breakdown as the Engineer or Owner may require. E. Include: 1. Shop Drawings: a. Submittal dates. b. Required approval dates. 2. Product procurement and deliver, dates. 3. Dates for beginning and completion of each element of work. F. The construction schedule must be completed and approved prior to approval of the first payment application. G. The schedule, when approved by the Engineer and the Owner. shall establish the dates for starting and completing work for the var/ous portions of the Contract. The Owner will be responsible for coordinating the work progress schedules with the prime contractors. It shall be the duty of the Contractor to conform to the approved schedule and to perform its work within the time limits indicated. SOHT 99-02 01310-1 I~:~,~ = ~ SECTION 01310 ~ PROJECT PROGRESS SCHEDULE Coordinate letting of subcontracts, material purchases, shop drawing submissions, deliveo' of materials, sequence of operations, etc., to conform to the schedule. 1.03 - REVISION OF PROJECT PROGRESS SCHEDULE Thc Engineer x~ ill establish at program to re-tx aluatc and update the schedule monthly in accordance with job requirements. A representative of the Contractor shall furnish the Engineer anti thc Owner infom~ation necessaO, for such re-evaluating anti updating. The fom~ of such mfom~ation shall be as required bx tiao Engineer. The final detemaination to revise the schedule rests with the Owner. PART 2 - PRODUCTS Not Used. PART 3 - EXECUTION Not Used. END OF SECTION SOHT 99-02 01310-2 ~:~ ~5., _ SECTION 01340 - SHOP DRAWINGS, PRODUCT DATA, SAMPLES PART I - GENERAL 1.01 - SECTION INCLUDES A. Submittal Procedures - General B. Submittal Procedure (Material Brand Names "or Equal") C. Shop Draxx ings D. Product Data E. Actions F. Distribution G. Miscellaneous Submittals H. Material Safety Data Sheets (MSDS) I. Substitutions 1.02 - SUBMITTALS A. Within five (5) working days after the contract signing, submit to the Engineer a Submission Schedule, with all items requiting submittals. Make submission for approval prior to delivery of materials to job site. If material or equipment is installed before it is approved, the Contractor shall be liable for its removal and replacement at no charge if, in opinion of Engineer, material or equipment does not meet intent of Plans and Specifications. Submit shop drawings, product data and samples to the Engineer who will review the submittals for completeness and compliance with Contract Documents. Submit all items with a letter of transmittal listing project name, Engineer's name and address, Contractor's name and Subcontractors, Manufacturer an&'or Supplier's names, and number and title of plans or description of submittal. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the work or in the work of any other Contractor. All items shall bear the Contractor's stamp, initialed or signed, certifying to review and approval of submittal, verification of field measurements and compliance with Contract Documents. SOHT 99-02 01340-1 I~ .... SECTION 01340 - SHOP DRAWINGS, PRODUCT DATA, SAMPLES Make any corrections or changes in the submittals required by the Engineer and resubmit until approved. Submissions ,.,.rich are incomplete due to lack of Coraractor's approval, lack of proper identification, incorrect number or type of submittal items or similar reasons shall be returned without action for correct submission. 1.03 - SUBMITTAL PROCEDURE (MATERIAL BRAND NAMES "OR EQUAL") Thc Contractor may submit a request lbr approval lbr other brand names or products not listed or tbr "or equal" products, materials and equipment listed but not specified, to the Architect'Engineer 5 days prior to bid opening. If an "or equal" item is approved by the Architect'Engineer, the Architect/Engineer will provide a list of alternate approved items by addendum no later than 3 days prior to bid opening. The "or equal" review will be decided only during the bidding period. After the Contract is awarded, only the materials listed in the Contract Documents and their Addenda will be allowed on the project site. 1.04 - SHOP DRAWINGS Present original drawings in a clear and thorough manner. Identify details by reference to sheet and detail shown on Contract Plans. B. Marked-up prints or other reproductions of the Plans are not acceptable as shop drawings. Submit one (I) reproducible transparency and two (2) opaque reproductions; submit the number of copies the Contractor requires plus three (3) which will be retained by the Engineer. 1.05-PRODUCTDATA Preparation: Clearly mark each copy to identify pertinent products or models. Indicate specification section number of product. Show performance characteristics and capacities. Show dimensions and clearances required. Show wiring or piping diagrams and controls. Manufacturer's standard schematic drawings and diagrams: Modify drawings and. diagrams to delete information which is not applicable to the work. Supplement standard information to provide information specifically applicable to the work. Submit the number of copies which the Contractor requires, plus three (3) which will be retained by the Engineer. SOHT 99-02 01340-2 SECTION 01340 - SHOP DRAWINGS, PRODUCT DATA, SAMPLES 1.06 - ACTIONS All submittals will be reviewed and initialed by the Engineer for one of the following actions by the Contractor: 1. No Exception Taken: No corrections, no marks. Amend and Resubmit: Minor amount of corrections; noted items must not be fabricated without further correction; checking is not complete; details of items noted by checker are to be further clarified; items not noted to be corrected can be fabricated at Contractor's risk under this stamp. Rejected: Drawings are rejected as not in accordance with the contract, too many corrections or other justifiable reason. The drawing must be corrected and resubmitted. No items are to be fabricated under this stamp. 1.07 - DISTRIBUTION Distribute reproductions of shop drawings and copies of product data which carry the Engineer's stamp to: 1. Contractor's job site file. 2. Record documents file. 3. Other affected contractors. 4. Subcontractors. 5. Supplier or fabricator. 1.08 - MISCELLANEOUS SUBMITTALS Submit six (6) copies of tests, reports, certifications, guarantees, warranties, affidavits as required by the specifications sections or General Conditions, unless otherwise noted. 1.09 - MATERIAL SAFETY DATA SHEETS (MSDS) Comply xvith "Right to Know" requirements of Chapter 551 of Laws of New York, 1980, concerning notification of the use of toxic substances. Any product or substance used by the Contractor or its subcontractors which is listed in Subpart Z of OSHA Part 1910 Title 29 of the Code of Federal Regulations entitled "Toxic and Hazardous Substances" shall be identified to the Owner by the Contractor's submission of a standard Material Safety Data Sheet. SOHT 99-02 01340-3 [t:~,~ : SECTION 61340 - SHOP DRAWINGS, PRODUCT DATA, SAMPLES 1.10 A. The following MSDS or a manufacturer's standard fom~ IOSHA-20) shall be submitted to the Engineer to advise the Owner of the use of such material during the project before the material is brought on-site. SUBSTITUTIONS See Submittals (Material Brand Names "or Equal"). For time restrictions on requests for Sabstitutions during the bidding period xt rich re[ate to the requirements specified in this section. Substitutions may be considered when a Product becomes uuavailable through no fault of the Contractor. Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents. A request constitutes a representation that the Bidder: 1. Has investigated proposed Product and determined that it meets or exceeds the quality level of the specified Product. 2. Will provide the same warranty for the Substitution as for the specified Product. 3. Will coordinate installation and make changes to other Work which may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension which may subsequently become apparent. 5. Will reimburse Owner and ArchitecffEngineer for review or redesign services associated with re-approval by authorities. Substitutions will not be considered when the5' are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. END OF SECTION SOHT 99-02 01340-4 SECTION 01400 - QUALITY CONTROL PART I - GENERAL 1.01 - SECTION INCLUDES A. Quality assurance and control of installation. B. References. C. Inspection and testing laboratory set-~ices. D. Testing requirements. E. Testing schedules. F. Manufacturer's field services and reports. 1.07 - RELATED SECTIONS A. Section 01340 - Shop Drawings, Product Data, Samples. B. Section 01600 - Material & Equipment. C. Section 01610 - Transportation & Handling. D. Section 01620 - Storage & Protection. 1.03 - QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce work of specified quality. B. Comply fully with manufacturers' instructions, including each step in sequence. C. Should manufacturer's instructions conflict ;~ith Contract Documents, request clari- fication from Engineer before proceeding. D. Comply with specified standards as a minimum quality tbr the work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Perform work by persons qualified to produce workmanship of specified quality. SOHT 99-02 01400-1 ~.~ -. ~ SECTION 01400 - QUALITY CONTROL 1.04-REFERENCES A. Conform to reference standards by date of issue cnrrent on date of Contract Documents. B. Obtain copies of standards when required by Contract Documents. C. Should specified reference standards conflict with Contract Documents. request clarification from Engineer before proceeding. D. The contractual relauonship of tile parties to tile Contract shall not be altered t¥om tl~e Contract Documents by mention or inference otherwise in any reference document. For Products or workmanship specified by association, trade, or other consensus standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes. 1.05 - INSPECTION AND TESTING LABORATORY SERVICES A. The Contractor shall submit the name of an independent testing lab to the Owner's representative for approval. The independent firm will perform tests and other services specified in individual specification sections and as required by the ArchitecvEngineer. Testing and source quality control may occur on or off the project site. Perform off-site testing as required by the ,~u'chitect/Engineer or the Owner. Repons will be submitted by the independent firm to the Architect/Engineer, in duplicate indicating observations and results of tests and indicating compliance or non- compliance with Contract Documents. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage, sale access, and assistance by incidental labor as requested. 1. Noti(v ArchitectYEngineer and independent firm 72 hours prior to expected time for operations requiring services. 2. Make arrangements with independent firm and pay for additional samples and tests required for Contractor's use. F. Testing does not relieve Contractor to perlbrm Work to contract requirements. Re-testing required because of non-conformance to specified requirements shall be performed by the same independent finn on instructions by the Architect/Engineer. Payment for re-testing will be charged to the Contractor by deducting testing charges from the Contract Sum/Price. SOHT 99-02 01400-2 SECTION 01400 - QUALITY CONTROL 1.06 A. 1.07 - A. TESTING REQUIREMENTS Compaction Testing Perform compaction testing in accordance with ASTM D2922, Standard Text Methods for Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth). Perfom~ onc test per 200 square feet c~ery 6" lift. B. Concrete Testing 1. Collect samples in accordauce with ASTM CI72, Practice for Sampling Freshly Mixed Concrete. 2. Make test cylinders in accordance with ASTM C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. 3. Test concrete cylinders in accordance xvith ASTM C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4. Make four concrete test cylinders for each 50 cy of concrete, or portion thereof. MANUFACTURERS' FIELD SERVICES AND REPORTS When specified in individual specification Sections, the Contractor is responsible for coordinating required material or product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship and to initiate instructions when necessary. Individuals to report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers' written instructions. C. Submit report in duplicate within 7 days of observation to Engineer for review. PART 2 - PRODUCTS Not Used. PART 3 - EXECUTION Not Used. END OF SECTION SOHT 9%02 01400-3 [~:~,~ ~_-_, - SECTION 01500 - CONSTRUCTION FACILITIES & TEMPORARY CONTROLS PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Temporary Water. B. Temporary Electric. C. Protection of Existing Property. D. Security. E. Rubbish Removal. F. Dust Control. G. Temporary Sanitary Facilities. H. Temporary Heat. 1.0:2 - TEMPORARY WATER A. The Contractor will be responsible to provide temporary water at the project site. The contractors connecting to existing building water service must be coordinated and approved by the owner. B. Contractor must protect temporary lines against freezing or damage. C. Repair all damages caused by installation of leaky, defective or broken piping, connections or other fittings. D.Prevent the waste of water. E. Install a backflow prevention device at the source of water with thc Owner. !.03 - TEMPORARY ELECTRIC A. The Contractor will be responsible to provide temporary electric (lighting and power) at the project site. SOHT 99-02 01500-1 SECTION 01500 - CONSTRUCTION FACILITIES & TEMPORARY CONTROLS 1.04 - PROTECTION OF EXISTING PROPERTY A. Protect existing construction and finishes during performance of the work. B. Provide temporary safety fencing around all open excavations. 1.05 - SECURITY A. Perform work during the time that the road is officially detoured as per the approved Contractors schedule, except as otherwise approved in writing by the Engineer. B. Contractors are responsible to secure stored and installed materials to prevent theft and vandalism. 1.06 - RUBBISH REMOVAL A. Clean up rubbish (refuse, debris and removed materials and equipment) resulting from work at least once a day and more often if the rubbish interferes with the work of others or presents a hazard. Leave work areas broom clean at the end of each day. B. Dispose of rubbish and waste materials in accordance with NYSDEC Part 360 regulations and local ordinances. C. Place rubbish containers at locations to be approved by Owner. D. Remove rubbish at least once a week and more often if the rubbish presents a hazard. E. Burning of rubbish will not be permitted. 1.07 - DUST CONTROL A. Provide dust control methods for all demolition and construction operations. 1.08 -TEMPORARY SANITARY FACILITIES A. The Contractor shall provide temporary sanitary facility for duration of project. B. Maintain facility in a sanitary condition at all times. SOHT 99-02 01500-2 SECTION 01500 - CONSTRUCTION FACILITIES & TEMPORARY CONTROLS 1.09 - TEMPORARY HEAT A. The Contractoror shall provide and pay for all temporary heating as required £or construction operations. PART 2 - PRODUCTS Not Used. PART 3 - EXECUTION Not Used. END OF SECTION SOHT 99-02 01500-3 SECTION 01570 - INTERRUPTION OF SERVICES PART I - GENERAL 1.01 - SECTION INCLUDES A. Signs, signals and devices. B. Construction parking control. C. Flagmen, D. Flares and lights. E. Detours. F. Access. G. Haul routes. H. Traffic signs and signals. I. Maintenance. J. Removal. 1.02 - RELATED SECTIONS A. Section 01040 - Coordination and Meetings. B. Section 01500 - Construction Facilities and Temporary Controls. 1.03 - SIGNS, SIGNALS AND DEVICES A. Traffic stripes, signs, cones, drums, flares, lights and control signals and flagmen equipment shall be as approved by local jurisdictions and in accordance with the Manual of Uniform Traffic Control Devices (MUTCD). B. Posted traffic control and information signs: As approved by local jurisdictions. SOHT 99-02 01570-1 I~,~ : - SECTION 01570 - INTERRUPTION OF SERVICES 1.04 - CONSTRUCTION PARKING CONTROl. A. Control vehicular parking to prevent interference with public traffic and parking, access b3 emergency vehicles and Owner's operations. B. Monitor parking of construction personnel's xehiclcs. Maintain xehicular access to and through parking areas. C'. Prex eat parking on or a,..l, jaccnt to :lccess roads or itl non-designated areas. 1.0S - FLAGMEN A. Provide trained and equipped flagmen to regulate traffic when construction operations or traffic encroach ou public traffic lanes. 1.06 - FLARES AND LIGHTS A. Use flares and lights during hours of low visibility to delineate traffic lanes and to guide traffic. 1.07 - DETOURS A. Erect barricades, signs, warning lights, flares, flagmen, markings and other devices as outlined in the Manual of Uniform Traffic Control Devices for proper detour and to safely and clearly guide motorists and pedestrians through or around construction zones. B. Ensnre minimum disruption to traffic. C. Layout is subject to approval by the Engineer. D. For ~ork on State highways, prepare and submit a detailed Maintenance and Protection of Traffic Plan to the State Department of Transportation for approval prior to commencing work. 1.08 - ACCESS A. Provide, construct and maintain at all times temporary bridges or bridging across open trenches and excavations, obstructions and new pavements to provide adequate means of ingress and egress for both vehicular and pedestrian traffic to and from driveways, homes, business and commercial establishments and cul-de-sacs. SOHT 99-02 01570 - 2 SECTION 01570 - INTERRUPTION OF SERVICES B. Installation of such devices will not enable the Contractor to delay construction in that particular area. Disruption of traffic shall be minimized and construction shall be completed as soon as possible. 1.09 - HAUL ROUTES A. Consult with authority having jurisdiction in establishing public thoroughfares to be used for haul routes and site access. B. Confine construction traffic to designated haul routes. C. Provide traffic control at critical areas of haul routes to regulate traffic, to minimize interference with public traffic. 1.10 - TRAFFIC SIGNS AND SIGNALS A. At approaches to site and on site, install signs and signals as required at crossroads, detours, parking areas and elsewhere as needed to direct construction and affected public traffic. B. Install and operate traffic control signals to direct and maintain orderly flow of traffic in areas under Contractor's control, and areas affected by Contractor's operations. C. Relocate as work progresses, to maintain effective traffic control. 1.11 - MAINTENANCE A. Repair or remedy at any time, day or night, weekends and holidays included, holes, ruts, depressions, sunken trenches, deteriorated or sunken pavements within the contract limits for the duration of the contract. B. All drainage systems and traffic areas, vehicular and pedestrian, shall be maintained in a manner which will ensure safe, well-drained and efficient travelways for the duration o f the contract. C. Maintain all signs, barricades and other devices clean and in proper working condition for the duration of their use. D. Any damage to any portion of the work occurring due to the lack of maintenance by the Contractor shall be promptly repaired at the Contractor's expense. SOHT 99-02 01570 - 3 SECTION 01570 - INTERRUPTION OF SERVICES All existing signs, supports or travelways to remain arc to be protected and maintained during the course of construction. Existing signs or delineations to remain which may conflict with constrtiction signs, delineations or barricades shall be temporarily covered, shielded or removed from ,,icx~. [bt thc duration or' the contract, and returned to their original condition once required by the Engineer. Damaged or lost signs, delineations or barricades shall be replaced at the Contractor's expense. If the Contractor fails to maintain and protect traffic for a period of 24 hours, the Engineer may correct the adverse conditions in a way he deems acceptable which includes hiring outside sources. Costs for the corrective measures will be deducted from monies due the Contractor. 1.12 - REMOVAL Remove equipment and devices when no longer required, as determined by the Engineer. B. Repair damage caused by installation. C. Remove post settings to fifll depth. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION SOI-fT 99-02 01570 - 4 ~.~ -. 7 ~ SECTION 01600 - MATERIALS AND EQUIPMENT PART I - GENERAL 1.01 - SECTION INCLUDES A. Installation - General B. Manufacturer's Instructions & Identification 1.02 - INSTALLATION - GENERAL Materials shall be applied or installed under proper climatic conditions when they may be affected by temperature, moisture, humidity or dust. All work shall be installed so as to be readily accessible tbr operation, maintenance, inspection and repair. Minor deviations from the drawings may be made to accomplish this, but changes of magnitude or changes involving increased cost, shall not be made without authorization as provided under the contract. 1.03 - MANUFACTURER'S INSTRUCTIONS & IDENTIFICATION When the Contract Documents require that installation of Work shall comply with manufacturer's printed instruction, obtain and distribute copies of such instructions to parties involved in the installation, including copies to the Engineer and to the Owner. Maintain one (1) set of complete instructions at the job site during installation and until project completion. Handle, install, connect, clean, condition and adjust products in strict accord with such instructions and in conformity with specified requirements. Should job conditions or specified requirements conflict xvith manufacturer's instruction, consult with the Engineer/'or further instructions. 2. Do not proceed with Work without clear instructions. Manufacturer's identification shall be inconspicuous, but where nameplates contain information relative to characteristics or maintenance, they shall be clearly visible and located for easy access. END OF SECTION SOHT 99-02 01600-1 SECTION 01610 - TRANSPORTATION AND HANDLING PART I - GENER~4,L 1.01 - SECTION INCLUDES A. Use of facilities at project site. B. Transportation and Handhng C. Delia, eU· o(products. 1.02- USE OF FACILITIES A. The driveways and parking lots at the project site where work under the Contract is being performed are for the general use and conveuience of the Owner. If Contractor is permitted to use them, it must conlbrm to the regulations of the Owner. Repair and restore all damage to driveways and parking lots, curbs and planting to the original condition. 1.03 - TRANSPORTATION AND HANDLING A. Transport and handle materials and equipment in such a manner as to prevent their damage. 1.04 - DELIVERY OF PRODUCTS A. Arrange deliveries of products in accord with construction schedules, coordinate to avoid conflict with work and conditions at the site. l. Deliver products in undamaged condition in manufacturer's original containers or packaging with identifying labels intact and legible. 2. Inspect shipments immediately upon delivery, to assure compliance with requirements of Contract Documents and approved submittals, and that products are properly protected and undamaged. 3. Promptly remoxe damaged material and unsuitable items from the job site, and replace with material meeting the specified requirements, at no additional cost to the Owner. B. Have workers and equipment available to receive and unload products delivered to the site. Do not deliver, or have delivered, any products to the site unless such forces are available. SOHT 99-02 01610-1 SECTION 01610 - TRANSPORTATION AND HANDLING PART 2 - PRODUCTS Not used. PART 3 - EXECUTION Not used. END OF SECTION SOHT 99-02 01610-2 Iq~,~ ~_-: - SECTION 01620 - STORAGE AND PROTECTION PART I - GENEIL-M, 1.01 - SECTION INCLUDES A. Storage of materials and equipment. B. Protection or' work. 1.02 - SIOIL~GE A. Whene~er the Contract Documents require delivery by the Contractor of any materials, equipment or other items, the term delivery shall be deemed to include unloading and storing x~ ith proper protection. B. Store products according to manufacturer's instructions, with seals and labels intact and legible. 1. Store products subject to damage by the elements in weathertight enclosures. 2. Maintain temperature and humidity within the range required by manufacturer's instructions. C. Exterior storage: 1. Store fabricated products above the ground, on blocking or skids, prevent soiling or staining. Cover products which are subject to deterioration with impervious sheet coverings, provide adequate ventilation to avoid condensation. 2. Store loose granular materials in a well drained area on solid surfaces to prevent mixing with foreign matter. D. .,M'range storage m a manner to provide easy access tbr inspection. Make periodic inspections of stored products to assure that products are maintained under specified conditions, and free l¥om damage or deterioration. E. Do not store volatile liquids in any building on site. SOHT-99-02 01620-1 Iq:,~5~ ,:;r: ~ ,_ 5 SECTION 01620 - STORAGE AND PROTECTION !.03 - PROTECTION OF WORK The Contractor shall be responsible for protection of all its work at the end of each working day. Provide substantial coverings as necessary to protect installed products from damage, from traffic and subsequent construction operations. Remove when no longer needed. All equipment shall be covered and protected from dust, moisture or physical damage by others. D. All costs for this protection shall be borne by the Contractor. The Contractor shall make good all damages which may occur to the work prior to the date of final acceptance by the District. Protect finished surfaces, including jambs, wall comers and soffits of openings used as passageways, through which equipment and materials are handled. Protect finished floor surfaces prior to allowing equipment or materials to be moved over such surfaces. Maintain finished surfaces clean, unmarred and suitably protected until accepted by the Owner. In the event of damage, promptly make replacements and repairs to the approval of the Engineer and at no additional cost. Additional time required to secure replacements and to make repairs will not be considered by the Engineer to justify any extension in the Contract Time of Completion. PART 2 ~ PRODUCTS Not used. PART 3 ~ EXECUTION Not used. END OF SECTION SOHT-99-02 01620-2 SECTION 01650 o STARTING OF SYSTEMS PART I - GENERAL 1.01 SECTION INCLUDES A. Starting systems. B. Deu~onstration ,tl~d it~structions. C. Testing, adjusting, and balancing. 1.02 RELATED SECTION'S A. Section 01400 - Quality Control. B. Section 01 Vol - Contract Closeout Inspections. 1.03 STARTING SYSTEMS A. B. C. Coordinate schedule for start-up of various equipment and systems. Noti fy Architect/Engineer and Owner three business days prior to start-up o f each item. Verify that each piece of equipment or system bas been checked for proper lubrication, drive rotation, belt tension, control sequence, and for conditions which may cause damage. D. Verify tests, meter readings, and specified electrical characteristics agree with those required by the equipment or system manufacturer. E. Verify that wiring and support components for equipment are complete and tested. F. Execute start-up under supe~'ision of applicable manufacturer's representative in accordance ~ ith manufacturers' instructions. G. When specified in individual specification Sections, require manufacturer to provide authorized representative to be present at site to inspect, check, and approve equipment or system installation prior to start-up, and to supervise placing equipment or system in operation. H. Submit a written report in accordance xxith Section 01400 - Quality Control that equipment or system has been properly installed and is t'unctioning correctfy. 1.04 DEMONSTRATION AND INSTRUCTIONS A. Demonstrate operation and maintenance of Products to Owner's personnel prior to date of final inspection. B. For equipment or systems requiring seasonal operation, perfom~ demonstration for other season xvithin six months. SOHT 99-02 01650-1 I~M .;~C, SECTION 01650 - STARTING OF SYSTEMS Utilize operation and maintenance manuals as basis for instruction. Review contents of manual with Owners' personnel in detail to explain all aspects of operation and maintenance. Demonstrate star~-up, operation, control, adjustment, trouble-shooting, servicing, maintenance, and shutdown of each itenl of equipment at agreed time, at designated location. Prepare and insert additional data in operations and maintenance manuals ~hen additional data becomes apparent during instruction. 1.05 TESTING, ADJUSTING, AND BALANCING A. Contractor to perform testing, adjusting, and balancing of all equipment in contract documents. Contractor shall pay for sen, ices. Reports will be submitted by the Contractor to the Architect/Engineer indicating observations and results of tests and indicating compliance or noncompliance with specified requirements and with the requirements of the Contract Documents. PART 2 - PRODUCTS Not Used. PART 3 - EXECUTION Not Used. END OF SECTION SOHT 99-02 0 1650-2 I~,~ ~:~ · SECTION 01 ?0l - CONTRACT CLOSEOUT INSPECTIONS PART 1 - GENERAL 1.01 - SECTION INCLUDES A. General B. Punch List Inspection C. Final Completion Inspection 1.02 - GENERAL [n order to ensure that all Contract requirements are met and that the work is complete and acceptable, the following inspections will be made in addition to an5,' other conducted inspections. The purpose of these inspections is to fi~rnish the Contractor, in writing, lists of Contract exceptions, omissions and incompletions in order to reach Contract completion in an expeditious and satisfactory, manner, and to establish a physical completion date. 1.03 - PUNCH LIST INSPECTION When the Contractor considers that the work, or a designated portion is acceptable to the Owner as substantially complete, submit to tbe Owner and Engineer a list of items to be completed or corrected. The failure to include any items on such list does not alter the responsibility of the Contractor to complete all work in accordance with the Contract Documents. 1.04 - FINAL COMPLETION INSPECTION Advise the Owner and Engineer in writing when all work designated as incomplete during the Physical Completion Inspection has been completed. Tile Engineer will establish a date and time lbr a final inspection which will bc conducted by representatives of the Owner, and the Contractor. Only one (11 final inspection will be made. Providing ail work is complete and acceptable, tile Contractor will be directed to submit its final application for payment together with all other required documentation and submittals. SOHT 99-02 0170 l- 1 SECTION 01701 - CONTRACT CLOSEOUT INSPECTIONS PART 2 - PRODUCTS Not used. PART 3 - EXECUTION Not used. END OF SECTION SOHT 99-02 01701-2 SECTION 01710 - FINAL CLEANING PART I - GENERAl. 1.01 - SECTION INCLUDES A. Final Cleaning Operations 1.02 - FINAL CLEANING OPERATIONS At completion of v,'ork, remove waste materials, rubbish, tools, equipment, lnachincry and surplus materials. Remove dust, dirt, grease, stains, labels, fingerprints and other foreign materials from visible interior and exterior finished surfaces; polish surfaces so designated to shine finish. Repair, patch and touch-up marred surfaces to specified finish, to match adjacent surfaces. D. Broom clean paved surfaces; rake clean other surfaces of grounds. Prior to Final Completion Inspection, conduct an inspection of interior and exterior surfaces, and all work areas, to verify that the entire xvork is clean. F. Execute final cleaning prior to final project assessment. Clean installed or modified equipment and fixtures to a sanitary condition with cleaning materials appropriate to the surface and material being cleaned. All installed or modified hardware and other unpainted metals must be cleaned and polished and all equipment and paint or decorated work must be cleaned and touched up if necessary, and all temporary, labels, tags, and paper coverings must be removed from the buildings. Surfaces that are waxed must be polished. Cleaning, polishing, sealing, waxing, and ail other such finish operations indicated on the drawings or required in the specifications will be taken to indicate the required condition at the time of acceptance of all Work under the contract. J. Replace filters of operating equipment. K. Clean debris from roofs, gutters, downspouts, and drainage systems. SOHT 99-02 01710-1 ~,~,~ ~3 L ~._':~: SECTION 01710 - FINAL CLEANING PART 2 - PRODUCTS Not used. PART 3 - EXECUTION Not used. END OF SECTION SOHT 99-02 01710-2 [~,~ . _ SECTION 01721) - PROJECT RECORD DOCUMENTS PART I - GENERAl, 1.01 - SECTION INCLUDES A. Maintenance of Documents B. Recording of As-built lnfommtion C. Submittal of'Record Documents 1.02 - IMA[NTENANCE OF DOCUMENTS A. Maintain, at job site, one ( 1 ) copy of: 1. Contract Plans. 2. Specifications. 3. Addenda. 4. Approved Shop Plans. 5. Change Orders. B. Store documents in approved location, apart from documents used for construction. C. Provide files and racks for storage of documents. D. Maintain documents in clean, dry., legible condition. E. Do not use record documents for construction purposes. F. Make documents available at all times for inspection by Engineer and Owner. 1.03 - RECORDING OF AS-BUILT INFOI~MATION A. Label each document in 1.02A above "PROJECT RECORD" in 2-inch high printed letters. B. Keep record documents current. C. Do not permanently conceal any work until required information has been recorded. SOHT 99-02 01720-1 SECTION 01720 - PROJECT RECORD DOCUMENTS D. Contract Plans: Legibly mark to record actual construction, including: 1. Horizontal and vertical location of underground utilities and appurtenances referenced to permanent surt:ace improvements. 2. Field changes of dimension and detail. 3. Changes made by Change Order. 4. Clarification Plans not on original Contract Plans. E. Shop Drawings: Maintain as record documents. Legibly mark-up to show changes made after review. F. Provide separate line item in the detailed Contract Cost Breakdown for recording changes and keeping record set of Contract Documents up-to-date. Progress payments will be allowed against this line item only if record documents are certified accurate and up-to- date by the Engineer. 1.04 - SUBMITTAL OF RECORD DOCUMENTS A. At completion of project prior to the final project close-out meeting, deliver marked-up record documents to the Engineer. B. Accompany submittal with transmittal letter, containing: 1. Date. 2. Project title and number. 3. Contractor's name and address. 4. Title and number of each record document. 5. Certification that each document as submitted is complete and accurate. 6. Signature of Contractor or its authorized representative. PART 2 ~ PRODUCTS Not used. SOHT 99-02 01720-2 SECTION 01720 - PROJECT RECORD DOCUMENTS PART 3- EXECUTION Not used. END OF SECTION SOHT 99-02 01720-3 SECTION 01730 - OPERATING AND MAINTENANCE DATA PART I - GENEIL&K 1.01 - MAINTENANCE AND INSTRUCTION MANUALS A. Assemble two (2) maintenance and instruction manuals, subdivided by Specification Division and Section, including one ( l} cop3' each of thc following information for all manufactured equipment in the contract: 1. Specification Section number and name. 2. Material or equipment item. 3. Manufacturer's literature including model, type, style, brand name, etc. 4. Supplier, dealer, distributor or fabricator. 5. Installer, 6. Maintenance and operation information including parts lists. 7. Copy of special warranty or guarantee documents. 8. Copy of all approved Shop Drawings and product data. B. Bind above items in heavy, 3-ring notebook binders, complete with index. Submit to Engineer for approval at least three (3) weeks before request for final acceptance of project, and at least one (1) week before scheduled operation. PART 2 - PRODUCTS Not used. PART 3 - EXECUTION Not used. END OF SECTION SOHT 99-02 01730-1 SECTION 01750 - FINAL APPLICATION PART I - GENERAl. 1.01 - SUBMITTALS A. Submit the following items to the Engineer for reviev, and approval together with the final Application tbr Payment. All documents shall be completed, signed and dated. l. \Varranty - xx rittcn guarantee on tile Contractor's letterhead of all v.'ork as called ~br in tile Contract. 2. Contractor's Labor Affidavit. 3. Summao' of Subcontractors. 4. Maintenance and Instruction Manuals 5. Project Record Documents. 6. All keys issued to Contractors. 7. Operating Instruction Acknoxvledgement: Written statements that operating instructions for the equipment and systems installed under this Contract have been given and understood; countersigned by the Owner. 8. Final Application for Payment. 9. Warranties. bonds or affidavits as required by each section. 10. List of extra materials and spare pans furnished. PART 2 - PRODUCTS Not Used. PART 3 - EXECUTION Not Used. END OF SECT[ON SOHT 99-02 01750-I SECTION 02101 - BASIC MAINTENANCE AND PROTECTION OF TRAFFIC 1.0 - SCOPE Work under this section includcs farnishing all labor, materials, equipment and appliances necessary to maintain both vehicular and pedestrian traffic, to protect the public from all damage to person and property, and to minimize inconveniences to the residences and businesses adjacent to the contract area for the duration of the contract. All work shall be done in accordance with the specifications, as shown on the plans and as directed by, and to the approval of, the Engineer and the appropriate State, Connty or local agency, and in accordance with the New York State Manual of Uniform Traffic Control Devices (MUTCD). 2.0 - GENERAL The Contractor shall maintain traffic over a reasonably smooth travelway which shall be so marked by signs, delineations and/or other methods so that a person who has no knowledge of conditions can safely, and with a minimum of discomlbrt and inconvenience, ride, drive or walk over all or any portion of the roadway under construction. This shall include the maintenance of temporary pavement in accordance with the appropriate temporary pavement specifications. The Contractor shall prepare and submit a plan to the Engineer for his approval, outlining a schedule of operations for the maintenance, protection and detouring of traffic, showing in complete detail the methods, sequences, procedures and facilities he proposes to install. Before the Contractor shall in any way or manner restrict or interfere with the normal flow of traffic, he must first secure written approval of his proposed plan from the Engineer. If required, the Contractor shall also submit a detailed maintenance and protection of traffic scheme to the appropriate local agency and shall secure written approval from that agency prior to beginning work. For work on State highways, the Contractor will be required to prepare and submit a detailed maintenance and protection of traffic plan to the New York State Department of Transportation (NYSDOT) for approval before a road opening permit can be issued and work can begin. All detour schemes and maintenance details shall conform to the requirements of the latest edition of the MUTCD and Section 619 of the New York State Standard Specifications dated January 2, 1981, and latest addenda. The Contractor is placed on notice that the maintenance and protection of traffic over this highway during construction is considered as important and necessary an item of work as is the actual construction itself. The Contractor shall at all times conduct his operation in a manner to ensure the safety of motorists, pedestrians and his own employees. The Contractor shall protect the user from damage to person and property by reason of any construction operation (i.e., painting, paving, blasting, tree work, demolition, etc.) by such SOHT 99-02 02101 - I I~:~,~ }.- SECTION 02101 - BASIC MAINTENANCE AND PROTECTION OF TI:LAFFIC protectixe screens, devices or methods as are approved bv the Engineer or the appropriate governing agency. The Contractor shall under this item be responsible for the maintenance within the limits of the contract of the entire pavement, drainage facilities and other highway elements, both old and next, beginning on the date construction commences and ending on the date the contract is officially accepted. The Contractor shall schedule his work so as to minimize the amount of the old travelway that is destroyed or substantially damaged at any one time. Throughout the course of the work, the health and welfare of the people shall be provided for. The Contractor shall ascertain, at least one week in advance of proposed work, the specific needs of individuals whose homes or places of business may be inaccessible for periods of time while required construction work is in progress. In all such cases, the Contractor shall make all arrangements with health, safety and protective agencies to ensure that any and all emergency or accidental needs of seriously hampered people will be cared for. Roads which must be closed to traffic completely shall be completed during the normal work week. One week's advance notification of construction shall be given to affected area residents. 3.0 - MATERiALS All materials used shall comply with the requirements for the various items or materials as established in the specifications or the contract plans. All temporary signs, delineators, barricades, lighting and other warning and guiding devices shall be as approved by the Engineer, and will remain the property of the Contractor. All materials, equipment and wor'kmanship for electrical installations shall be in strict compliance with the Standard Code Requirements and the work shall be performed by licensed electricians. The Contractor shall obtain, supply and pay tbr all required electrical energy, and shall make all necessao, arrangements with the utility company for service points. All electrical services, permits and certificates shall be obtained and paid for by the Contractor. SOHT 99-02 02101 - 2 SECTION 02101 - BASIC MAINTENANCE AND PROTECTION OF TRAFFIC 4.0 - CONSTRUCTION DETAILS 4.1 - General The Contractor shall generally provide a travelway suitable for maintaining a minimum of two lanes of traffic. This travelway shall be kept well-drained and reasonably smooth and hard at all times, and free of potholes, bumps, irregularities and depressions that hold or retain water. 4.2 - Warning Signs & Delineators The Contractor shall erect barricades, detour signs, warning lights and other facilities approved by the Engineer and/or the State at the beginning, end and for the entire length of any detours to adequately warn the traveling public that the road is closed and indicate the direction and route of the detour. He shall conduct his operations to ensure a minimum of delay to traffic. The Contractor shall furnish, erect and maintain proper reflectorized signs, indicating to motorists the status of the highway under construction. All signs shall be kept clean, mounted at the indicated height and so placed as to be effective both day and night. Signs, warnings, delineators and barricades shall be used to adequately inform the motorist of any unusual or unsafe condition and to safely and clearly guide him through the contract area. Such signs, barricades, warnings or devices shall be so placed and lighted as to give timely warning and permit the motorist to take the necessary action to traverse the area safely. Barricades and signs shall be lighted xvhen and as required. The Contractor shall delineate areas where there is a drop-off near the edge of the travel lanes and areas on which it is unsafe to travel. Where the drop-off is less than six inches and where soft or unsafe areas occur, an approved delineator shall be placed along the edge of the travelway at intervals of not more than 200 feet. Where the drop-off is greater than 18 inches, a continuous delineation consisting of a white board or band shall be used in addition to individual delineators. Thirty to fifty-gallon plastic drums or containers set on end may be used as delineators, provided they are painted orange and white and kept clean at all times. Other markers or delineators may be circular or rectangular in shape, and shall be constructed of reflective sheeting having a minimum area of 20 square inches or reflective buttons having a minimum diameter of three (3) inches. All reflective delineators or markers shall be yellow or amber in color, except those at entrances to commercial establishments, where the Contractor shall place a green reflective SOHT 99-02 02101 - 3 Iq'~,~ ~ 7 - SECTION 02101 - BASIC MAINTENANCE AND PROTECTION OF TRAFFIC marker on each side of thc designated safe entrance to the establishment. The entire entrance area between adjacent green markers shall be kept safe and smooth for convenient ingress and egress. Delineators shall be substantially mounted so that the bottom of the reflective unit is four feet above the elevation of the travelway. Any area judged by the Engineer to be particularly hazardous shall be marked by the use of signal flashers with a large reflectorized orange lens in addition to thc reflectix e markers. Ail signs, markers and other facilities shall indicate actual conditions existing and shall be moved, removed or changed immediately as conditions require. Details and types of signs, temporary barricades, timber curb and other devices are shown on Standard Structure Sheets, Manual of Uniform Traffic Control Devices, of the Next, York State Traffic Commission. These are minimum requirements, and the Contractor shall have an adequate quantity of each available for use as required. The Engineer may, if conditions xvarrant, require additional signs. In that event, they shall be consistent with the arrangements, material requirements and details of those shown on the Standard Structure Sheets. Lighted barricades shall be fully equipped with complete electrical facilities including fixtures, lamps, conduits, switches, cut-outs, boxes, cable and all other required equipment, appurtenances and connections to the service points designated by the utility company as necessary to install and light the barricades. The Contractor shall set and adjust time switches and other equipment as required to put the lighting system in satisfactory operation. 4.3 - Maintenance The Contractor shall furnish materials, labor and equipment at any time, day or night, to immediately repair, remedy and prevent xvashouts, formation of holes, ruts and depressions, sunken trenches and the destruction or sinking of temporary pavements. This applies when the work is underway and when the work is temporarily suspended for any period of time. Special attention shall be given to maintenance of a satisfactory travelway o~ er weekends, holidays and during the winter season. ,,May damage to any portion of the work occasioned by lack of adequate maintenance shall be repaired by the Contractor at his own expense. SOHT 99-02 02101 - 4 I~,~ ~ 12:~,_ .-' SECTION 02101 - BASIC MAINTENANCE AND PROTECTION OF TRAFFIC 4.4 - Flat, men Whenever it is necessary to maintain traffic, the Contractor shall employ a sufficient number of competent flagmen during the time traffic is to be maintained. The Contractor shall also provide a sufficient number of competent flagmen in areas where traffic is congested, particularly where construction equipment is operating. 4.5 -Access Under this Item, the Contractor shall construct and maintain at all times, where required or as directed, temporary bridges or bridging across pipe trenches, excavations, obstructions and newly laid pavements to provide adequate ingress and egress for pedestrian and vehicular traffic to and from private driveways, business and commercial establishments or for main street intersections and heavily traveled crossings. The Contractor xvill be required, after the installation of all pipes and necessary appurtenances thereto, to immediately backfill all trenches; compact same with the surface of the fill graded off; and install temporary pavement to permit the resumption of traffic without delay. The surfaces of all trenches shall be maintained continually by the Contractor to carry traffic smoothly, safely and without interruptions or slowdowns until the permanent pavement has been restored. 4.6 - Existing Signs All existing highxvay signs and supports within the contract limits are to remain under the control and jurisdiction of the Engineer, and are to be properly maintained for the duration of the contract by the Contractor as directed by the Engineer. The Contractor shall, when shown on the plans or ordered, remove these existing signs; store, protect and keep them clean; and replace them in the contract area designated by the Engineer. Signs not to be replaced shall be cleaned and delivered to the Village as directed by the Engineer. Signs or markers lost or damaged because of negligence on the part of the Contractor shall be replaced at the Contractor's expense. SOHT 99-02 02101 - 5 SECTION 02101 - BASIC MAINTENANCE AND PROTECTION OF TRAFFIC 5.0 - BASIS OF PAYiVlENT In the event that. in the opinion of the Engineer, traffic is not properly and adequately maintained on any part of the contract on any day and/or the Contractor deviates from or fails to comply with the approved plans, schedules and modifications or amendments thereto, no payment for maintenance and protection of traffic will be made tbr that day. Daily cleanups of the project site are considered an integral part of the maintenance and protection of traffic. Therefore, no pa3ment will be made for those days when, in the opinion of the Engineer, the Contractor has not performed a satisfactory cleanup. The amount of any such daily non-pasxnent will be One Hundred Dollars ($100). The aggregate sum of money deducted for daily non-payment may exceed the actual amount bid for this item, and may be deducted from any monies due the Contractor on other items of this contract. If the Contractor fails to maintain and protect traffic adequately and safely for a period of 24 hours, the Engineer may correct the adverse conditions by the use of such means that he may deem necessary and augmented by such other equipment and personnel as it may be necessary to hire from outside sources, and the entire cost of this work by such forces, materials and equipment shall be deducted from any monies due the Contractor on this contract. The deduction due to the cost of this work shall be in addition to the daily non-payment deductions listed above. SOHT 99-02 02101 - 6 SECTION 02102 - MOBILZATION AND SURVEYING PART I - GENERAL 1.01 - SECTION INCLUDES A. Provide necessary, bonds, insurance and pre-financing Set up necessary shops, storage areas, office and sanitary facilities and other facilities as required by local or state law or regulation. C. Provide survey equipment and personnel for layout of horizontal and vertical controls. 1.02 - RELATED SECTIONS A. None. 1.03 - REGULATORY REQUIREMENTS A. Conform to applicable local code(s) for mobilization B. Coordinate work with utility companies. PART 2 - PRODUCTS A. None PART 3 - EXECUTION 3.01 - PREPARATION A. Verify existing conditions. B. Verify that existing survey controls are in place. C. Verify locations of sanitary facilities, storage areas, etc D. Coordinate with the Town of Southold for the location of a staging area. 3.02 - PROTECTION A. Locate, identify and protect from damage, all survey controls that are to remain. B. Protect benchmarks and existing structures from damage or displacement. 3.03 - APPLICATION SOHT 99-02 02110-1 SECTION 02102 - MOBILZATION AND SURVEY A. Provide all of the items in sub-section 1.01 before any work is to commence. B. Insure that all sup:eying is done i:l a safe and workmanlike manner. C. Put in place any marks within the highway boundary necessary to establish the correct line and grade to within the tolerances noted in the specifications. END OF SECTION 02110-2 SECTION 02110 - SITE CLEARING PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Remove and dispose / salvage existing aluminum box culvert. B. Remove and dispose o£ surface debris as required. C. Remove and dispose o£paving, curbs, etc. 1.02 - RELATED SECTIONS A. Section 02211 - Rough Grading. B. Section 02275 - Silt Fence 1.03 - REGULATORY REQUIREMENTS A. Con£orm to applicable local code(s) For disposal o£debris. B, Coordinate clearing work with utility companies. PART 2 ~ PRODUCTS Not Used PART 3 - EXECUTION 3.01 - PREPARATION A. Verify that existing plant lite designated to remain is tagged or identified. B. Verity limits of clearing. 3.02 - PROTECTION A. Locate, identi~ and protect utilities that are to remain from damage. B. Protect trees, plant growth and features designated to remain as final landscaping. SOHT 99-02 021 ! 0-1 I'~ '~.&~ ~ - SECTION 021 I0 - SITE CLE?uRING Protect benchmarks and existing structures from damage or displacement. Any damage to existing structures is to be promptly repaired at no additional cost to the Owner. 3.03 - APPLICATION A. Clear areas required for access to site and execution of work B. Remove and dispose of existing aluminum box culvert. Remove paving, curbs, debris and sidewalks as required. All pavement curbs and sidewalks are to be sawcut. Remove trees and shrubs except as indicated to remain. Remove stumps, main root ball, surface rock and perishable debris. E. Clear undergrowth and deadwood without disturbing subsoil. Remove paving, debris, rock and extracted plant life from site and dispose of in accordance with State and local ordinances. G. Excavate topsoil from areas to be further excavated, re-landscaped or re-graded. Do not excavate wet topsoil. Stockpile topsoil in area designated on site to a height not exceeding 8 feet (2.4 m). Protect from erosion. Remove excess topsoil not being reused from site. Do not remove any topsoil from the site prior to obtaining the approval of the Engineer. END OF SECTION SOHT 99-02 02110-2 lq:~,~ ,5 ~,Z,~d ~' SECTION 02218 - LANDSCAPE GRADING AND TOPSOIL PART I - GENERAL 1.01 - SECTION INCLUDES A. Finish grade subsoil. B. Place, level and compact topsoil. 1.02 - RELATED SECTIONS A. Section 02110 - Site Clearing: Topsoil removal and storage. B. Section 02936 - Seeding. 1.03 - DELIVERY, STORAGE AND HANDLING A. Deliver, store and handle products to the site under provisions of Section 01610 and 01620. B. Deliver topsoil to the site in uncontaminated containers. C. Do not stockpile topsoil over a height of 8 feet (2.4 m). D. Cover stockpiled topsoil to protect from precipitation, erosion and contamination. 1.04 - ENVIRONMENTAL REQUIREMENTS A. Do not place wet or fi-ozen topsoil. B. Do not place topsoil on wet or frozen ground or when precipitation is occurring. 1.05 - COORDINATION A. Coordinate with all adjacent work and work within areas to receive topsoil. SOHT 99-02 022 l 8-1 SECTION 02218 - LANDSCAPE GRADING AND TOPSOIL PART 2 - PRODUCTS 2.01 - MATERIALS Topsoil: Fertile, agricultural soil, typical for locality, capable of sustaining vigorous plant grox~ th. taken from drained site; friable loam; tree of subsoil, clay or impurities, plants, weeds, roots, grass, stone and foreign matter; acidity range (pH) of 5.8 to 6.5; containing a minimum of 2.75 percent and a maximum of 25 percent organic matter. Topsoil may be reused from on-site i fit meets these requirements. PART 3 - EXECUTION 3.01 - EXAMINATION A. Verify existing substrate and conditions. B. Verify site conditions and note irregularities affecting work of this section. C. Beginning work of this section means acceptance of existing conditions. 3.02 - PREPARATION A. Prepare subsoil. B. Eliminate uneven areas and low spots. Remove and dispose of debris, roots, branches and stones in excess of 1/2 inch (13 mm) in size. Remove and dispose of subsoil contaminated with petroleum products. C. Scarify subsoil to depth of 3 inches (75 mm) where topsoil is scheduled to be placed. Scarify in areas where equipment used for hauling and spreading topsoil has compacted subsoil. 3.03 - INSTALLATION A. Place topsoil in areas where seeding, sodding or planting is scheduled or where sho~vn on the plans. Place topsoil to the depths as indicated on the plans. Use topsoil in relatively dry state. Place during dry weather. SOHT 99-02 02218 - 2 I~ ~7- ~' SECTION 02218 - LANDSCAPE GRADING AND TOPSOIL D. Fine grade topsoil eliminating rough or Iow areas. Maintain levels, profiles and contours of subgrade. E. Remove and dispose stone, roots, grass, weeds, debris and foreign material while spreading. F. Manually spread topsoil around trees, plants and building to prevent damage. G. Lightly roll placed topsoil. H. Remove surplus subsoil and topsoil from site. Do not remove surplus topsoil from tbe site prior to obtaining approval of the Engineer. I. Leave stockpile area and site clean and raked, ready to receive landscaping. 3.04 - TOLERANCES A. Maximum Variation from Proposed Elevation: 1/2 inch 03 mm). 3.05 - PROTECTION A. Protect landscaping and other features remaining as final work. B. Protect existing structures, fences, roads, sidewalks, paving and curbs. Any damage caused by the Contractor to any of these items shall be repaired promptly by the contractor at no additional cost to the Owner. END OF SECTION SOHT 99-02 02218 - 3 ~ .~v~_ ~=: SECTION 02222 - EXCAx'ATION PART I - GENERAL !.01 - SECTION INCLUDES A. Excavation for sidewalks and curbs~ B. Excavation for site structures. 1.02 - RELATED SECTIONS A. Section 02223 - Backfilling: Backfilling excavated material B. Section 02240 - De-watering 1.03 - QUALITY ASSURANCE A. Do not excavate wet or frozen materials without written approval from the Engineer. B. Provide safety barricades around open excavations under provisions of Section 01500~ 1.04 - FIELD MEASUREMENTS A. Verify that survey benchmark and intended elevations for the work are as indicated. PART 2 - PRODUCTS Not Used. PART 3 - EXECUTION 3.01 - PREPAIL~.TION A. ldenti~, required lines, levels, contours and datum. B. Identify known underground, above ground and aerial utilities. locations. C. Notify utility company to remove or relocate utilities, if required. D. Protect above and below grade utilities which are to remain. Stake and flag 02222-1 SECTION 02222 - EXCAVATION F. Protect bench marks, existing structures, fences, sidewalks, paving and curbs from excavation equipment and vehicular traffic. G. Notify the Engineer prior to commencement of excavation. 3.02 - EXCAVATION A. Underpin adjacent structures which ma5' be damaged by excavation work, including utilities and pipe chases. B. Excavate subsoil required to accommodate curbs, sidewalks, landscaping and construction operations to the limits as indicated on the plans. C. Machine slope banks to angle of repose or less, until shored. D. Excavation cut not to interfere with normal 45 degree bearing splay of foundations. E. Grade top perimeter of excavation to prevent surface water from draining into excavation. F. Hand trim excavation. Remove loose matter. G. Remove lumped subsoil, boulders, and rock. H. Notify Engineer of unexpected subsurface conditions and discontinue affected work in area until notified to resume work. I. Correct unauthorized excavation at no extra cost to Owner in accordance with Section 02223. J. Stockpile excavated material in area designated on site and remove excess material not being reused from site. 3.03 - FIELD QUALITY CONTROL A. Field inspectioa will be performed under provisions of Section 01400. B. Provide for visual inspection of'bearing surfaces. 3.04 - PROTECTION SOHT 99-02 02222-2 SECTION 0 .... - EXCAVATION Protect work under provisions of Section 01500. Protect excavatioos by methods required to prevent cave-in or loose soil from falling into excavation. Pro/ecl bottom or' excavation1~, and soil adjacent to and beneath fotmdation from freezing. END OF SECTION SOHT 99-02 02222-3 tl,~.t : _ - SECTION 02223 - BACKFILLING PART I - GENERAL 1.01 - SECTION INCLUDES A. Site filling and backfilling. B. Consolidation and compaction. C. Fill for over-excavation. 1.02 - RELATED SECTIONS A. Section 02222 - Excavation. 1.03 - REFERENCES A. ANSI/ASTM C136 - Method for Sieve Analysis of Fine and Coarse Aggregates. B. ANSI/ASTM D1557 - Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures Using 10 lb {4.54 kg) Rammer and 18-inch (457-mm) Drop. 1.04 - SUBMITTALS A. Test Reports: Submit sieve analysis for each type fill to be used. PART 2 ~ PRODUCTS 2.01 - FILL MATERIALS Type A - Coarse Stone: Angular, washed natural stone; flee of shale, clay, friable material, sand, debris; graded in accordance with ANSI/ASTM C136 within the following limits: Sieve Size 2-inch (50 mm) l-inch (25 mm) 3/4-inch (19 mm) 5/8-inch (16 mm) 3/8-inch (9.5 mm) No. 4 (4.75 mm) Percent Passin~ 100% 95% 75 - 90% 35 - 60% 15 - 35% < 5% SOHT 99-02 02223- l SECTION 02223 - BACKFILLFNG T3pe B - Pea Gravel: Natural stone; washed, free of clay, shale, organic matter; graded in accordance with ANS[/ASTM C136, to the following: 1. Minimum Size: l/4-inchl6.4 mm). Maxlrminl Size: 5 8-inch 116 mini. Type C - Sand: Natural river or bank sand: washed, flee of silt, cia3', loam. triable or soluble materials, or organic matter; graded in accordance with ANSI/ASTM C136, within the following limits: Sieve Size Percent Passin~ No. 4 (4.75 mm) No. 14 (1.18 mm) No. 50 (0.30 mm) No. 100(0.15 mm) No. 200 (0.075 nun) 100 10-100 5-90 4-30 0-1 D. Type D - Subsoil: Reused, free of gravel larger than 3 inches (75 mm) in size and debris. PART 3 - EXECUTION 3.01 - EXAMINATION A. Verify existing conditions and substrate. B. Verify fill materials to be reused are acceptable. C. Verify items to be buried during backfilling process have been inspected prior to backfilling. 3.02 - PREPAI~4,TION A. Compact subgrade to 95 percent maximum dry density in accordance with ANSI/ASTM D1557. B. Cut out soft areas of subgrade not capable of in situ compaction. Backfill with Type C fill and compact to density equal to or greater than requirements For subsequent backfill material. SOHT 99-02 02223-2 SECTION 02223 - BACKFILLING 3.03 - BACKFILLING A. B. Backfill areas to contours and elevations with unfrozen materials. Systematically backfill to allow maximum time for natural settlement. Do not backfill over porous, wet, frozen or spongy materials. C. Place and compact materials in continuous layers not exceeding 6 inches (150 mm) compacted density. D. All backfilled materials shall be compacted to 95 percent maximum dry density in accordance with ANSI/ASTM D1557. Maintain optimum moisture content to attain required density. E. Employ a placement method that does not disturb or damage structures or other items against which material is backfitled. F. Backfill against supported structures. Do not backfill against unsupported structures. G. Backfill simultaneously on each side of structure. H. Make grade changes gradual. Blend slope into level areas. I. Remove surplus backfill materials from site. J. Leave fill material stockpile areas completely free of excess fill materials. 3.04 - FIELD QUALITY CONTROL A, Perform tests and analysis of fill material in accordance with ANSI/ASTM Dl557. B. [f tests indicate work does not meet specified requirements, remove ~ork, replace and retest at no cost to Owner. END OF SECTION SOHT 99-02 02223-3 I-f:;;~, 5 <,2 _ SECTION 02232 - RECYCLED CONCRETE AGGREGATE BASE COURSE PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Recycled concrete aggregate base course. 1.02- RELATED SECTIONS A. Section 022 l I - Rough Grading: Preparation of site for base course. 1.03 - REFERENCES A. ANSI./ASTM C88 - Test IVlethod for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate. B. ANSI~ASTM CI36 - Sieve Analysis of Fine and Coarse Aggregates. C. ANSI/ASTM D1557 - Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures Using 10 lb (4.54 kg) Rammer and 18-inch (457mml Drop. D. ASTM D4318 - Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. 1.04 - SUBMITTALS A. Submit under provisions of Section 01300. B. Test Repons: Submit a sieve analysis for the aggregate base course used. 1.05 - DELIVERY, STORAGE AND HANDLING A. Deliver, store and handle products to the site under provisions of Section 01600. B. Do not handle aggregate in any manner which will cause segregation of large or fine panicles. SOHT 99-02 02232- I SECTION 02232 - RECYCLED CONCRETE AGGREGATE BASE COURSE PART 2 - PRODUCTS 2.01 - MATERIALS Aggregate Base Course: Angular, crushed, recycled concrete; free of shale, clay, friable materials and debris; graded in accordance with ANSI/ASTM Cl36 within the follo~ ing limits: Sieve Size I-l/2 inches (38 mm) 1 inch (25 mm) 1/2 inch (13 mm) 3/8 inch (9 mm) No. 4 (4.75 mm No. 8 (2.36 mm No. 16 (1.18 mm No. 30 (0.60 mm No. 40 (0.30 mm No. 100 (0.15 mm No. 200 (75 micro m) Percent Pas~ing 100 90-100 65-85 55-75 40-55 30-45 22-36 16-27 12-19 7-13 3-7 B. Material retained on the l/2 inch (13 mm) sieve is coarse aggregate. Coarse aggregate shall not have more than 10 percent by weight of flat or elongated pieces. A flat or elongated piece is defined as being three times greater in the largest dimension as compared to its least dimension. D. The portion of the aggregate base course which passes the No. 40 (0.30 mm) screen shall have a plasticity index of one as tested in accordance with ASTM D4318. PART 3 - EXECUTION 3.01 - EXAMINATION A. Verify elevations of subgrade are as indicated on the plans. B. Verify that subgrade is properly compacted and ready to receive work of this section. 3.02 - PREPARATION A. Fine grade and compact subgrade to 95 percent maximum dry density in accordance with ANSIJASTM D1557. 3.03 - AGGREGATE PLACEMENT A. Spread course aggregate over prepared sub-grade to a total compacted thickness as indicated on the plans. B. Place aggregate in 3 inch (75 mm) layers and compact by roller. SOHT 99-02 02232-2 SECTION 02232 - RECYCLED CONCRETE AGGREGATE BASE COURSE C. Level and contour surfaces to elevations and gradients indicated. D. Add small quantities of fine ag~egate to coarse aggregate as appropriate to assist compaction. E. Compact placed aggregate materials to achieve 95°,/o maximum dry density in accordance ~ith ANSLASTM D1557. Maintain optimum moisture content to attain required density. F. Add water to assist compaction. If excess water is apparent, remove aggregate and aerate to reduce moisture content. G. Use mechanical vibrating tamping in areas inaccessible to compaction equipment. H. New pavement must be placed on the properly compacted aggregate base course within 24 hours of final compaction. If aggregate base course is left open for more than 24 hours, re-compact and retest in accordance with ANSI]ASTM D1557. 3.04 - TOLERANCES A. Maximum Variation From Flatness: 1/4 inch (6 mm) measured with 10 foot (3 m) straight edge. B. Maximum Variation From Scheduled Compacted Thickness: 1/4 inch (6 mm). C. Maximum Variation from True Elevation: 1/4 inch (6 mm). 3.05 - FIELD QUALITY CONTROL A. Perform field inspection and testing under provisions of Section 01400. B. Perform compaction testing in accordance with ANSFASTM D 1557. C. If tests indicate work does not meet specified requirements, remove work, replace and retest at no cost to Owner. D. Frequency of Tests: One test per 500 sq ft (50 sq m) immediately prior to paving. END OF SECTION SOHT 99-02 02232-3 ~,~ ~ <~. .... SECTION 02240 - DEWATERING PART I - GENERAL !.01 - SECTION INCLUDES A. Dewatering 1.02 - RELATED SECTIONS A. Section 02222 - Excavation B. Section 02223 - Backfilling 1.03 - PROJECT CONDITIONS Groundwater Levels: Water levels, as shown on the Plans, solely represent the levels obtained at the time and specific locations of soil borings. The data is not intended to indicate levels found at times and locations other than that shown. Separate payments will not be made to the Contractor for the cost of ascertaining groundwater or surface water levels and for dewatering operations. Subsoil Conditions: The Contractor is advised that the sub-surface investigations shown on the plans are for informational purposes only. Noise Control: When dewatering systems utilizing well points or central pumping systems are used, the pumping equipment shall be acoustically shielded Use sound absorbing material on the inside of the enclosure surrounding the pump. Provide an exhaust stack extension when required by the Owner. The Owner will not permit the use of pumps generating excessive emissions and/or noise. Provide separate temporary power system for dewatering equipment. Temporary electric shall be furnished and installed as work of this contract. 1.04 - REGULATORY REQUIREMENTS Apply, obtain, and pay for permits required by regulatory agencies. All associated costs including reports, plans, applications, and engineering fees shall be included in the price as bid. Discharge water removed from trenches and excavations in compliance with the requirements of regulatory agencies and the Owner. C. The Owner makes no representation that water removed from excavations can be SOHT 99-02 02240-1 Iq:~ '::- - -, SECTION 02}40 DEWATER1NG (CONT'D. The Owner makes no representanon that ~vater removed from excavations can be disposed of readily or without expense. The Contractor, by submitting a bid, has satisfied himself/herself that xvater can be disposed of in accordance with regulatory requirements. \Veil pointing shall be carried out by registered well drillers in accordance ~vith Section 15-1525 of New York State Environmental Conservation Law. The type of dewatering system shall be selected by the Contractor, as necessary, to install the work. The method of dewatering to be used will depend upon subsoil conditions and the depth of water encountered. The method ofdewatering is at the sole discretion of the Contractor and with the approval of the regulatory agencies. Conduct dewatering operations and groundwater recharge so as not to cause a hamfful effect on adjoining wetlands. 1.05 - SUBMITTALS Submit to the Engineer, for record purposes only, the proposed layout of the dewatering system together with any subsurface explorations, tests, or studies that may have been conducted by the Contractor. The Contractor shall also submit the de-watering permit as issued by the New York State Department of Environmental Conservation. 1.06 - QUALITY ASSURANCE Work shall be performed by a firm that has satisfactorily completed such work for at least five (5) projects of comparable size. PART 2 - MATERIALS Not Used PART 3- EXECUTION 3.01 - INSTALLATION Dewater trenches and excavations when ground or surface water is encountered in the work. B. Furnish all piping, pumps, well pointing equipment, materials and labor required 02240-2 SECTION 02240 - DEWATERING (CONT'D. to well point or sump excavations in order to eliminate groundwater, surface water and precipitation from accumulating in the excavation area during construction. Provide piezometers to monitor the groundwater level. Protect piezometers from damage by construction operations. 3.02 - PERFORMANCE All water removed from the trenches or excavations by pumping, bailing, siphoning, well-points, or other means shall be disposed of in such a manner so as to avoid interference with wetlands, plant operations, pedestrian and vehicular traffic and so to prevent damage to persons or property. Unless otherwise permitted, groundwater encountered within the limits of excavation shall be depressed to an elevation not less than twelve inches below the bottom thereof before pipe laying or concreting is started, and shall be so maintained until concrete and joint material have attained adequate and specified strength. Dewatering operations shall be continuous (24 hours per day, 7 days per week) unless otherwise noted on the Contract Drawings. Do not discharge water from dewatering operations directly into any live or intermittent stream, channel, wetlands, surface water or storm sewer. Water from dewatering operations shall be treated by filtration, settling basins, or other approved methods to reduce the amount of sediment contained in the water to allowable levels, as determined by the State. Employ control measures, to minimize siltation and erosion in and adjacent to the area of the Work at all times. Locate dewatering pumps as tar as possible from residential structures. The pumps shall be housed in noise suppression enclosures. If the operation noise levels, as determined by the Owner, are still excessive, the Contractor shall employ measures to control noise to acceptable levels. During the dewatering process, the quantity of water to be discharged may have to be limited so that flooding will not occur. Dewatering shall continue as required to avoid floatation to structures until completed.. I. Dewatering shall continue until the time backfilling is completed at least 2 feet 02240-3 SECTION 02240 - DEWATERING (CONT'D.) above the normal groundwater level. 3.03 - PROTECTION Provide adequate protection from the affect of possible uplift due to storm or groundx~ atcr ~,,berc buo~,anc3 might li l't installed ',',ork or cause joint or structure failure during construction. Provide back-up equipment where pump failure could result in damage to installed work. Protect the interior of installed work from the entering and accumulation of liquids, ice, and snow. Immediately remove and dispose any accumulation that may occur. Provide monitoring to detect any settlement in existing adjacent work. Notify Owner of any signs of settlement. Take and record measurements of the groundwater in each piezometer periodically and when directed by the Owner. Provide record of measurements to Engineer. 3.04 - CLEANING When the dewatering system is no longer required, dismantle and remove the system from the site. Upon completion of all work, remove from the gutters, catch basins, drains, and manholes all debris and other accumulations, leaving them in a condition equal to or better than that, which existed prior to the work. Restore any pavement, shoulder or other areas disturbed or damaged by the installation and use of the dewatering system. END OF SECTION 02240-4 gt~/_,~ GF~iC, UD SECTION 02250 - TEMPORARY SHEETING AND BRACING PART I - GENERAL 1.01 - SECTION INCLUDES A. Wood and steel sheeting. 13. Sheeting box. C. Steel H-Section (soldier) piles & lagging. D. Thc cost to install, remove, ancb'or leave sheeting in place, shall be included in the lump sum bid pr/cc. 1.02 - RELATED SECTIONS A. Section 02140 - Dewatering. 1]. Section 02315 - Excavation. C. Section 02316 - Backfilling. D. Section 02317 - Trenching. 1.03 - REFERENCES A. Occupational Safety and Health Standards - Excavations; Final Rule (29 CFR. Part 1926) - OSHA Standards. !.04 - SUBMITTALS A. Submit under provisions of Section 01330. B. Provide details of proposed sheeting for review. Sheeting shall not be installed until approved by the Engineer. Indicate materials and methods to be used during excavation. Design and supporting calculations shall be prepared by or under the supervision of a Professional Engineer licensed in the State of New York. These documents shall bear the seal and signature of a Professional Engineer licensed in the State of New York. 1.05 - QUALITY ASSURANCE A. Perform all work of this Section in accordance with OSHA Standards and approved shop drawings. 1.06 - COORDINATION A. Coordinate work under provisions of Section 01310. B. Coordinate work with all other Sections requiring temporary sheeting and bracing. SOHT 99-02 02250-1 9/18/2002 SECTION 02250 - TEMPORARY SHEETING AND BRACING PART 2 - PRODUCTS 2.01 - MATERIALS A. Wood Sheetine: Hardwood species of' size and dimensions capable of being driven to the required depths and capable o£ supporting excavation sides and soil pressures when braced; free from wormholes, wind shakes, loose knots, decayed or unsound portions or defects which would impair its strength or tightness; 3 inches (76 mm) thick minimum. B. Steel Sheetina: Corrugated "Z" shape cross-section; of size and dimensions capable of being driven to the required depths and capable of. supporting excavation sides and soil pressures when braced; structurally sound; special shapes for corner construction and transition points. C. Sheetina Boxes: Steel, of size and dimensions capable of supporting excavation sides and soil pressures. All sheeting boxes shall be structurally sound adequate for the intended purpose. Structural Steel: ASTM A36. PART 3 - EXECUTION 3.01 - EXAM[INATION A. Verify existing substrate and site conditions B. Elevations shall be as indicated on the plans before proceeding with work of this Section. C. Verify that proposed locations of excavations are correct as indicated on the plans. 3.02 - PREPARATION A. Excavate to a depth no greater than 4 feet (!.2 m) from existing grade. B. Assemble and drive the sheeting in accordance with approved shop drawings. 3.03 - INSTALLATION - SHEETING A. Drive sheeting in place to thoroughly support both sides of the excavation or area to be dewatered using a sheeting hammer. Use a steam or pneumatic hammer for steel sheeting. B. Water jetting of sheeting will not be permitted. Do not loosen adjacent ground which might result in collapse. C. Install wales and braces or shores tight and in accordance with approved shop drawings. SOHT 99-02 02250-2 9/18/2002 SECTION 02250 - TEMPORARY SHEETING AND BRACING 3.04 - INSTALLATION - SHEETING BOX A. Place box in trench utilizing a means which will not damage structural integrity of thc box. B. Excavate ahead of the sheeting box only enough to advance the sheeting box and only immediately prior to moving the sheeting box. C. Backfill on both sides of the sheeting box as it is moved. 3.05 - REMOVAL OF SHEETING A. Remove sheeting only as backfilling progresses, or as the termination of dewatering allows. B. Carefully remove sheeting such that compacted backfill is not displaced. Add additional backfill to the areas vacated by the sheeting. C. All sheeting shall be removed fi.om the site once its use is no longer required. D. The Contractor may request permission to leave sheeting or bracing in place. The Engineer may grant permission on the condition that the cost of sheeting and bracing be borne by the Contractor. E. Sheeting to be left-in-place, where shown on plans, shall be cut and removed to a depth of 4 feet (1.2 m) below finished grade elevation. Cost of sheeting and bracing to be left in place shall be borne by the Contractor. 3.06 - CLEANING A. Comply with the requirements of Section 01740. B. Clean site of any debris from work of this section. END OF SECTION SOHT 99-02 02250-3 9/l 8/2002 SECTION 02275 - SILT FENCE PART I - GENERAL 1.01 - SECTION INCLUDES A. Silt Fence. 1.02 - RELATED SECTIONS A. Section 02110 - Site Clearing. B. Section 0221 $ - Landscape Grading and Topsoil. C. Section 02222 - Excavation. D Section 02223 - Backfilling. E Section 02936 - Seeding. 1.03 - REFERENCES F. ASTM D4632 - Test Method for Breaking Load and Elongation of Geotextiles. 1.04 - SYSTEM DESCRIPTION A. ASTM D 1777 - Method for Measuring Thickness of Textile Materials. ASTM D3776 - Test Methods for Mass Per Unit .&rea (weight) of Woven Fabric. ASTM D3786 - Test Method for Hydraulic Bursting Strength of Knitted Goods and Non-Woven Fabrics: Diaphragm Bursting Strength Tester Method. ASTM D4491 Test Methods for Water Permeability of Geotextiles by Permittivity. ASTM D4533 - Test M[ethod for Trapezoid Tearing Strength of Geotextiles. Silt Fence: Post-mounted temporary barrier installed in the water to prevent material suspended in the water due to construction activity from creating turbid water downstream fi'om the project. SOHT 99~02 02275-1 SECTION 02275 - SILT FENCE 1.05 - DESIGN REQUIREMENTS A. Design silt fence to withstand all anticipated currents and debris. 1.06 - SUBMITTALS A. Submit under provisions of Section 01340. B. Product Data: Provide technical data incktding limitations of use of fabric. 1.07 - DELIVERY, STORAGE AND ItANDLING A. Deliver, store and handle products to the site under provisions of Sections 01610 and 01620. B. Store products out of direct sunlight. C. Handle products in a manner which will not damage or tear curtain. 1.08 - COORDINATION A. Coordinate the installation and removal of the curtain with the commencement and completion of all activities creating turbidity in the water. PART 2 - PRODUCTS 2.01 - COMPONENTS A. Fabric: Non-woven, needle punched, geotextile fabric, resistant to hydrocarbons, mildew, rot, ultra-violet light exposure, bacteria and fungus; with the following properties: 1. Fabric weight [ASTM D3776): l t/.0 oz.,.sq, yd. 2. Thickness (ASTM D1777): 120 mils 3. Grab Strength ( ASTM D4632): 305 lbs. 4. Elongation (ASTM D4632): 60% 5. Trapezoid Tear Strength (ASTM D4533): 100 lbs. SOHT 99-02 02275-2 SECTION 02275 - SILT FENCE 6. Burst Strength (ASTM D3786): 7. Water Flow Rate (ASTM D4491 ): 8. Permittivity (ASTM D4491 }: 9. Permeability (ASTM D4491): 1(~. Equivalent Opening Size: 510 psi 80 gpm/sq, ft. 0.6/sec. 0.34 cra'sec. No. 70 (0.210 mm) I maxmmn~) B. Posts: Steel channels or hardwood, of sufficient size to snpport fence and withstand all anticipated currents and debris. C. Wire Fence: Welded steel wire fabric; 6" x 6", 14 x 14 gauge. 2.02 - FABRICATION A. Fabricate the silt fence to the dimensions indicated on the plans. PART 3 - EXECUTION 3.01 - EXAMINATION A. Veri~, limits and area to be enclosed with silt fence. B. Beginning of installation means installer accepts existing conditions. 3.02 - INSTALLATION A. Install silt fence at locations indicated on the plans. B. Maintain silt fence in a condition acceptable to the Engineer until excavation is completed or until water turbidity ceases, whichever occurs last. 3.03 - ADJUSTING A. Adjust silt fence to achieve proper turbidity control. B. Ensure that no turbid water leaks through seams or joints in the silt fence fabric. 3.04 - PROTECTION SOHT 99-02 02275-3 SECTION 02275 - SILT FENCE Protect silt fence from damage until curtain is removed. Promptly repair any damage to the silt fence. END OF SECTION SOHT 99-02 02275-4 SECTION 02367 - CONCRETE FILLED STEEL PIPE PILES PART I - GENERAL 1.01 - RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions, and Division I Specifications Sections, apply to this Section. 1.02 - SUMMARY A. This Section includes the following: 1. Piles for bridge foundations. 1.03 - RELATED SECTIONS 1. Section 02200 - Earthwork. 2. Section 03001 - Concrete. 1.04 - DESCRIPTION A. Scope of Work: The Contractor shall furnish all labor, materials, tools and equipment necessary for furnishing, installing, and cutting off concrete filled steel pipe piles as shown on the Contract Drawings and specified herein. Also included are the following: 1. The location of the concrete filled steel pipe piles shall be as shown on the Drawings and as ordered in writing by the Engineer. 1.05 - SUBMITTALS A. Working Drawings: Submit Working Drawings as specified in Division 1, Submittals. The data submitted shall include but not be limited to the following: 1. Full data on steel pipe pile proposed including but not limited to mill certificates, closure plate details, splice details, etc. 2. A description and sketch, or catalog data, of the pile installation equipment including: crane, leads, hammer, compressor, helmet, cushion block, etc. 3. Proposed pile installation procedures. SOHT 99-02 02367-1 SECTION 02367 - CONCRETE FILLED STEEL PIPE PILES 4. Qualifications of personnel super,,ising the performance of pile installation. 5. Pile numbering plan. 6. The concrete design mix and method of filling piles. Provide a description of the materials to be used and the proposed method of operations, and furnish records and data to demonstrate that the finished piles will meet, in all respects, the quality and properties required by these Specifications. B. Installation Records: Submit two copies of the installation record of each pile to the Engineer not later than 2 days after driving is completed. Include the project name and number, name of contractor, date, time, pile location and pile capacity, rate of operation of pile installation equipment, pile dimensions, tip elevation, elevation of butt, ground elevation, pile deviation, and any unusual occurrences during pile installation. 2. Submit Record Drawings showing exact location of each pile as installed. Submit two copies of installation records for placement of concrete in each pile. Record Drawings: During progress of the Work, keep an up to date set of Drawings showing field and Working Drawings modifications. Immediately upon completion of work, provide Record Drawings showing the actual in-place installation of all Work constructed and/or installed under this Section. Concrete Mix Design and Test Repons: 10 days prior to start of the Work, the proposed concrete mix design and strength test results on samples of concrete demonstrating conformance to contract requirements shall be submitted to the Engineer. 1.06 - QUALITY ASSURANCE Reference Standards: Comply with applicable provisions and recommendations of the following, except as otherwise shown or specified. l. Building Code of New York State. 02367-2 I~M. ~ - ? _ SECTION 02367 - CONCRETE FILLED STEEL PIPE PILES 2. ASTM D 1143, Standard Method of Testing Piles Under Axial Compressive Load. 3. ASTM C-172-1954, Standard Method for Sampling of Concrete. 4. ASTM C39-1966, Standard Method for Testing Compressive Strength of Concrete. Inspection: 1. Test cylinders shall be taken for concrete placed in each pile, or fraction thereof. Samples shall be taken and tested for compression by an approved licensed testing Laboratory. The Contractor shall retain and pay for the services of the testing laboratory. Pile Design Load: l. The required installed capacity for piles shall be 60 tons in compression. Welding Standards: All welding shall be in accordance with the latest revision of AWS Dl.l. 02367-3 SECTION 02367 - CONCRETE FILLED STEEL PIPE PILES 1.07 - JOB CONDITIONS A. Product Delivery. Storage and Handling: Contractor shall deliver, store, handle and protect all products, materials and equipment in accordance with the Specific Provisions of the Contract. Supplier of concrete shall be located in close proximity to the project and concrete shall be installed not more than 90 minutes after batch mix. Except for piles to be used for test purposes, materials ordered or delivered to the site prior to verification of the pile dimensions, by performance of the pile load tests, will be at the Contractor's risk. After pile dimensions are verified, deliver materials to the site in such quantities and at such times to assure the continuity of pile installation operations to the project schedule. B. Site Information: Soil boring logs are enclosed. The Architect/Engineer, Owner shall not be responsible for interpretations, by the Contractor, of the information provided. Test borings and other exploratory operations may be made by the Contractor at no additional cost to the Owner, provided such operations are acceptable to the Engineer, and are in accordance with contract documents. C. Line and Level: The Contractor shall establish and locate all lines and levels and be responsible for the correct location and deviation measurements of all piles. D. Protection: Protect structures, underground utilities and other construction from damage caused by pile installation operations. When structures are adjacent to pile installation operations, the Contractor shall provide surveyed elevation benchmarks on structures where directed by the Engineer before commencing Work. Record and report the 02367-4 SECTION 02367 - CONCRETE FILLED STEEL PIPE PILES elevation of each benchmark at least twice a day while pile installation is in progress. Should benchmark readings indicate any displacement, halt operations and provide corrective action acceptable to the Engineer. PART 2 - PRODUCTS 2.01 - MATERIALS Steel Pipe Piles shall conform to the requirements ofASTM A252 Grade 2, with a minimum yield strength of 35,000 psi. Steel Pipe Piles shall be closed-end and shall be seamless pipe, 10-3/4 inches in diameter with a wall thickness of 0.375 mcr, or as ordered in writing by the Engineer. Pile closure plates shall conform to ASTM A36 or equivalent material and shall be capable of withstanding driving without excessive deformation. Pile closure plates shall be installed at the bottom of each pile and shall not extend beyond the exterior wall of the pipe pile. C. Concrete shall conform to the requirements of Division 3, Concrete. 1. Portland cement shall conform to current ASTM C 150. 2. Pozzolan shall, if used, conform to ASTM C 618, Class F. If the Contractor elects to use a retarder, he shall submit manufacturer's data on the use of this product for review and approval by the Engineer. Water shall be fi'esh, clean, and free from any deleterious materials including injurious amounts of sewage, oil, acid, alkali, salts, or inorganic matter. 5. Other admixtures shall not be used. The materials shall be so proportioned as to provide a hardened concrete having an ultimate compressive strength of 4,000 psi at 28 days when tested in accordance with provisions ofASTM C 39. The concrete mix shall be tested by the Testing Laboratory at the Contractor's expense by making 2 cylinders for each pile placed. One cylinder shall be tested at 7 days and the other at 28 days. All samples to be taken at the mid-point of installation of concrete in the pile. 02367-5 SECTION 02367 - CONCRETE FILLED STEEL PIPE PILES 2.02 - EQUIPMENT FOR INSTALLING PILES A. Equipment for Installing Steel Pipe Piles: 1. Pile hammers shall be single acting type. Pile hammers shall have sufficient capacit.~ for driving the piles to the design requirements, and shall have a minimum rated striking energy of 25,000 foot-pounds. PART 3 - EXECUTION 3.01 - PRE-INSTALLATION WORK Pile driving contractor must examine the areas and conditions wherever piles are to be installed. Site Conditions: Do not install piles until earthwork in area which piles are to occupy has been completed, as follows: Excavations: Earth excavation will be complete to the bottom of all pile caps before piles are installed. Fills: Fills will be constructed and compacted to the bottom of all pile caps prior to pile installation. Driving of piles will not be permitted within twenty (20) feet of concrete less than seven (7) days old or as directed by the Engineer. 3.02 - GENERAL REQUIREMENTS Piles shall be installed with due consideration for the safety of adjacent structures and existing active utilities by a method which leaves their strength unimpaired and which develops and retains the required load bearing capacity. B. Pipe piles shall be installed with no more than two (2) splices each. The Contractor shall submit a schedule for pile installation. Piles shall not be installed until the schedule is approved by the Engineer. Test piles shall be installed and testing shall be completed prior to installing production piles. Test piles may be permitted to be incorporated into the foundation, if permitted by the Engineer. 02367-6 I~G ~<~D~,97~' SECTION 02367 - CONCRETE FILLED STEEL PIPE PILES 3.03 - PILE INSTALLATION A. General: The installation shall be performed in an orderly sequence progressing in one direction across each foundation element. Accurate records shall be maintained showing the depth to which piles are placed and the quantity of concrete placed. Any unusual conditions encountered during pile installation shall be noted. Each pile shall be clearly marked in one foot increments or as ordered by the Engineer. Continuously install each pile at the locations indicated, to the full depth required to achieve the capacity indicated. Carefully maintain the center of gravity for each group or cluster of piles to conform to the locations shown. In the event that an obstruction is encountered such as cobbles, boulders, rock ledge, metal, timbers, or debris which causes the depth of penetration to be substantially less than the anticipated bearing stratum as indicated by the Engineer, or causes the pile to drift from its location, the pile shall be removed and relocated. If required by the Engineer, the obstructed pile may be left in place and one or more additional adjacent piles shall be placed. The length of additional adjacent piles shall be included in the total linear feet of piles for payment. Piles mistakenly placed by the Contractor will not be paid for. Piles will not be permitted to be driven within twenty (20) feet of adjacent piles which have been filled with concrete within seven (7) days. B. Installation: The piles shall be installed to a capacity of 60 tons, as determined by the Engineering News Formula, and to the depths required by the Engineer. 2. Piles shall be installed with not more than two (2) splices per pile. Splicing shall be made by providing a full penetration butt weld for the entire cross section. Backing rings shall be required at each splice and shall be submitted for approval. 02367-7 SECTION 02367 - CONCRETE FILLED STEEL PIPE PILES During splicing of piles, in the shop or in the field, adjacent pile segments shall be held in strict alignment. If there is evidence that driving operations have caused adjacem piles to heave, or to have disturbed the load carrying capacity of previously installed piles those which have been disturbed shall be restored to conditions meeting the requirements of the Specifications by proper driving or by other acceptable methods, after the driving operations in the area have been completed. Upon completion of the driving operation, piles shall be cleaned of all water and foreign matter that might have accumulated in the pile. Pipe piles shall be inspected and approved by the Engineer immediately before concrete is placed. Casings must not be distorted, shall be of the dimensions specified and must be clean and free of all water and foreign matter. After the piles are installed and approved by the Engineer, and prior to being filled with concrete, they shall be cut offto the required elevations. Fill steel pipe piles with concrete using approved methods to limit free fall and to prevent segregation. Provide adequate vibration to ensure complete filling of cross-section of pile. Installation Tolerances: 1. Install piles within the following maximum tolerances: a. Location: 3 inches from the location indicated. b. Plumbness: Maintain verticality ~vithin 2 inches in 10 feet. Piles driven outside of these tolerances shall be withdrawn and re-driven in their correct location or additional piles shall be installed and the pile caps re-designed. Cost for any re-design shall be at the Contractor's expense. 02367-8 SECTION 02367 - CONCRETE FILLED STEEL PIPE PILES Corrective Action: 1. As soon as possible, after completion of installation of piles, Contractor shall prepare an accurate surwey made by a Licensed Surveyor who shall furnish the Engineer with a record showing the final position of the top of each pile and shall clearly identify unacceptable piles. 2. The Engineer will check the piling and determine its acceptability. If not acceptable, he will advise the Contractor what additional piles must be furnished and installed, or what other corrective measures are to be taken. 3. Engineer will provide redesign required because of piles installed out of location. All corrective measures, including cost of Engineer's redesign, shall be at the Contractor's expense. 4. Partial surveys of piles at cut off elevation may be submitted, as driving proceeds, in order to expedite the work. E. Jetting: I. Jetting of piles shall not be permitted. F. Damaged Piles or Piles Out of Tolerance: 1. Damaged piles, and piles installed outside the required installation tolerances, will not be accepted. 2. The Contractor shall cut-off, fill with sand or concrete and abandon rejected piles and replace them with new piles as directed by the Engineer. 3. Where additional piles necessitate changes in pile cap dimensions or reinforcement, Contractor shall carry out all corrective measures required to obtain the approval of the Engineer without additional cost to the Owner. Should it be impractical to install additional piles in particular situations, provide reinforced concrete straps or other measures, as directed by the Engineer for redistributing the design loading, without additional cost to the Owner. G. Cutting-Off: 1. Cut-off the tops of piles, square with pile axis and at the elevations indicated. 02367-9 It~,~QPOU P SECTION 02367 - CONCRETE FILLED STEEL PIPE PILES H. Cold Weather Placing: 1. Protect concrete from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures, in compliance with AC! 306. I. Hot Weather Placing: 1. When hot weather conditions exist that would seriously impair the quality and strength of concrete, place concrete in compliance with ACI 305. 3.04 - FIELD QUALITY CONTROL A. Field Inspection: 1. Contractor's Engineer of Record shall cooperate with the Owner/Engineer and furnish services as he may require for inspecting and obtaining data. Typical of these services shall be the measurement of length of piles, painting foot marks on piles and furnishing light for inspecting piles. 2. The Engineer will keep a record of each pile driven. Such record will include the following data: a. Date of driving. b. Pile number. c. Type and size of pile. d. Type, number, and location of splices. e. Length before driving. f. Length of cut-off. g. Elevation of pile top and tip to nearest 0. I inch immediately after driving. h. Elevation of pile top after driving entire pile group to the nearest 0.1 inch to determine amount of heave. i. Final elevation of pile tip after required redriving of entire pile group. j. Lower limit (elevation) of pile coating after driving. 0236%10 I~M 7- ~ - J 7 SECTION 02367 - CONCRETE FILLED STEEL PIPE PILES Il. Hammer type and size. Hammer speed. For impact hammers blo~vs per foot of driven length, and blows per inch where drMng resistance exceeds 75 blows per foot. For vibratory hammers, the time for each foot of penetration, and time per inch of penetration when driving time exceeds 12 min. per foot of penetration. For impact hammers blows per 1,'2 inch of rednve. For vibratory hammers, the time for each l/2 inch of redrive. The time pile dr/ring is started, interrupted, resumed and stopped. Description of any unusual circumstances affecting the driving of the particular pile. Sounded length of each pile. Slope of pile. Lowest elevation at which light source is fully visible and elevation at which eye contact with light source is lost. After all piles for each pile group have been driven, the Engineer xvill inspect each pile by means of a light source lowered to the bottom. If eye contact with the light source is lost in any pile, that pile shall be further tested by the Engineer with an inclinometer. 3.05 - MEASUREMENT A. AND PAYMENT Concrete Filled Pipe Piles I. This item includes all production pile work for the project. 2. Pa.vrnent for piles installed, as shown on the Contract Drawings shall be lump sum price under this item. 3. The total cost for this item shall be included in the total lump sum bid price. END OF SECTION 02367-11 SECTION 02391 - PROTECTIVE COATING FOR STEEL PILING PART I - GENERAL 1.01 - SUMMARY A. This Section and Appendix A to this Section specify requirements £or shop application of protective coating. 1.02 - RELATED SECTIONS A. Section 02367 - Concrete Filled Steel Pipe Piles 1.03 - REFERENCES A. The following is a listing of the publications referenced in this Section: American Society for Testing and Materials (ASTM) ASTM D 3359 Standard Methods for Measuring Adhesion by Tape Test ASTM D 4417 Method C ASTM D 4541 Standard Test Method for Pull-Off Strength of Coatings Using Portable Adhesion Testers ASTM D 4285 Standard Test Method for Indicating Oil or Water in Compressed Air ASTM G 8 Cathodic Disbondment U.S. Army Corps of Engineers (ACOE) Paint Specification C-200A Steel Structures Painting Council SSPC) SSPC-SP 1 Solvent Cleaning SSPC-SP 5 White Metal Blast Cleaning SSPC-SP 10 Near-White Blast Cleaning SSPC-SP 11 Power Tool Cleaning to Bare Metal SSPC-PA I Shop, Field and Maintenance Painting SSPC-PA 2 Measurement of Dry Paint Thickness with Magnetic Gages SSPC-VIS 1 Visual Standard for Abrasive Blast Cleaned Steel American Welding Society (AWS) AWS D 1.5 Guidelines SOHT 99-02 02391 ~ 1 9/18/2002 SECTION 02391 - PROTECTIVE COATING FOR STEEL PILING 1.04- SUBMITTALS A. See Appendix "A" for Submittals requirements. PART 2 - PRODUCTS 2.01 - ABRASIVES A. Abrasives shall be dry and free ofoil, ~ease, corrosion producing chemicals, or other deleterious contaminants. Do not use silica sand. B. Abrasives shall be shaped and sized to produce a sharp, angular profile height of 2-3 mils, unless the requirements of the coating manufacturer are more restrictive. In this case, comply with profile requirements specified by the approved coating manufacturer. 2.02 - COATINGS A. Coal Tar Epoxies 1. Bitumastic 300 M, manufactured by Carboline, St. Louis, MO 2. Hempel 119US-19990, manufactured by Hempel Coatings (USA), Inc. Houston, TX 3. Coal Tar Epoxy Series 9000, manufactured by Mercury Paint Corp., Brooklyn, NY 4. Sigma 3307 Coal Tar, manufactured by Sigma Coatings, Harvey, LA B. Touchup coatings for repair of coating defects and damage, as recommended by the approved coating manufacturer. PART 3 - EXECUTION 3.01 - SURFACE PREPARATION A. Weld Spatter, Sharp Edges, and Holes I. Remove slag, flux deposits, weld spatter, and surface irregularities such as slivers, tears, fins, and hackles; all within AWS D1.5 Guidelines. Grind all resulting burrs smooth, including burrs around holes. Do not remove any weld material that will weaken weld strength. 2. Prior to preparation, break sharp edges such as those created by flame cutting and sheafing. The rolled edges of angles, channels, and wide SOHT 99-02 9/l 8/2002 02391-2 SECTION 02391 - PROTECTIVE COATING FOR STEEL PILING flange beams do not nommlly require further rounding unless specifically shown on the Contract Drawings. B. Compressed Air Cleanliness l. Compressed air shall be tree from moisture and oil contamination. 2. Use the white blotter test in accordance with ASTM D 4285 to verify the cleanliness of the compressed air. Conduct the test at the start of each shif~ for each compressor system. If testing indicates contamination, soiling or discoloration visible on the paper, change filters, clean traps, add moisture separators or filters, or make adjustments as necessary to achieve clean, dry air. Re-inspect surfaces prepared or coated since the last satisfactory test, and re-blast such surfaces at no additional cost to the Authority. 3. Prior to dry abrasive blast cleaning, remove all visible oil, grease, soil, drawing and cutting compounds, and other soluble contaminants from bare steel in accordance with SSPC-SP 1 Solvent Cleaning. C. Abrasive Blasting 1. All steel surfaces to be coated shall have SSPC-SP 10 Near White Blast Cleaning. 2. Blast cleaning shall be accomplished using abrasive as stipulated in 2.01 herein. 3. For all steel surfaces to be coated provide a sharp, angular, uniform anchor pattem with a profile height of 2-3 mils, unless the requirements of the coating manufacturer are more restrictive. Peak counts per square inch shall be 80 or greater, when tested in accordance with ASTM D 4417, Method C. 4. SSPC-VIS 1 shall be used as an aid in determining the quality of cleaning. 3.02 - PAINT STORAGE, MIXING AND HANDLING A. Store materials not in actual use in tightly covered containers at a minimum ambient temperature of 45 degrees F in a well-ventilated area. Maintain containers used in storage of coatings in a clean condition, tree of foreign materials and residue. Protect from fi'eezing where necessary. B. Mixing and Thinning of Coal Tar Epoxies 1. Do not use coating materials that have exceeded their shelf life. 2. When required by the approved manufacturer, warm paints stored at less than 50° F to above 50° F prior to mixing. SOHT 99-02 9/18/2002 02391-3 SECTION 02391 - PROTECTIVE COATING FOR STEEL PILING 3. Mix all coatings in accordance with the requirements of the approved coating manufacturer using mechanical equipment such as a jiffy mixer. 4.. Mix only complete kits of multi-component materials. Mixing of partial kits is not allowed. 5. Do not use two component materials beyond the pot life established by the approved manufacturer's written instructions. 6. Do not thin any coatings unless approved in writing by the manufacturer and the Engineer. If thinning is required and authorized, use only those t?pes, brands, and amounts of thinner stipulated by the coating manufacturer. 3.03 - COATING APPLICATION A. General: Apply the coatings in accordance with the requirements of this Section, the coating manufacturer, and SSPC-PA 1. In the event of a conflict between the manufacturer's technical data and the requirements of this Section, comply with this Section unless the requirements of the manufacturer are more restrictive. In these cases, advise the Engineer of the discrepancies in writing, and comply with the Engineer's written resolution. B. Quality of Surface Preparation and Time Restrictions Prior to Painting: l. Verify that the surface exhibits the specified degree of cleaning immediately prior to coating. Reclean deficient areas. Do not apply coating unless the prepared surface is inspected and approved by the Engineer. 2. Apply the first coat within 12 hours of cleaning to bare metal. If the bare substrate is allowed to remain uncoated for more than 12 hours, or rerusting is evident, reclean the surface prior to painting. C. Surface Cleanliness Prior to Coating and Between Coats: Do not perform coating application in areas where dust is being generated. Thoroughly clean the surface of each coat prior to the application of the next to remove spent abrasive, dirt, dust, cement spatter, and other deleterious materials. Pay particular attention to the removal of detrimental residue from surfaces such as comers and pockets. Clean the surfaces by vacuuming or blowing down with compressed air. If grease or oil have become deposited on the bare steel or on the surface of any of the applied coats, remove by solvent cleaning in accordance with SSPC-SP 1 SOHT 99-02 02391 - 4 9/18/2002 SECTION 02391 - PROTECTIVE COATING FOR STEEL PILING prior to the application of the next coat. Use a solvent that is acceptable to the coating manufacturer. D. Ambient Conditions During Coating Application of Coal Tar Epoxies: I. Apply coatings under the following conditions unless the requirements of the coating manufacturer are more restrictive: Remove and replace any coating that is exposed conditions (e.g. rain or dew) prior to adequate curing. a. Surface and Air Temperatures - Between 50° F and 100° F. b. Relative Humidity - Less than 90%. c. Dew Point - Surface temperature at least 5 o F above the dew point temperature of the surrounding air. d. Frost/Rain - Do not apply coatings to surfaces containing frost or free standing water, or during rain, fog, or similar detrimental weather conditions. to unacceptable E. Methods of Application: 1. For fusion bonded epoxies, coat exposed surfaces of steel piles within limits shown on the Contract Drawings with electrostatically-applied, fusion-bonded epoxy to a minimum dry coat thickness of 18 mils, as tested in accordance with SSPC-PA 2. Follow the coating manufacturer's printed instructions regarding handling, mixing, preheating, application, post-baking and curing. 2. For coal tar epoxies, coat exposed surfaces of steel piles within limits shown on the Contract Drawings using spray application to a minimum dry film thickness of 18 mils, as measured in accordance with SSPC-PA 2. Apply one or two coats as recommended by the approved manufacturer to achieve the required dry film thickness. F. Performance Requirements: 1. The cured coating shall be of uniform gloss and thickness and shall be free of blisters, pinholes, fisheyes, sags, runs and any other irregularities. 2. Test for continuity of coating with a holiday tester of 100 volts or less and repair all holidays detected to meet such test. 3. Conduct adhesion tests in accordance with ASTM D3359 or ASTM D4541 as directed by the Engineer and repair all test areas. The acceptance criteria for the testing shall be obtained by the Contractor from the coating manufacturer and submitted for approval by the Engineer. SOHT 99-02 02391 - 5 9/18/2002 SECTION 02391 - PROTECTIVE COATING FOR STEEL PILING Remove all defective coating and re-blast and re-coat such areas in accordance with this Specification. Maintain all quality control records on the results of all inspections and submit all results to the Engineer as stipulated in Appendix "A". G. Repair of Damaged & Unacceptable Coatings Before and After Driving: 1. Based upon results of the tests stipulated in 3.03 F. herein, repair coating as follows: a. Surface preparation of defective area. (l) Prepare the surface by cleaning in accordance with SSPC-SP 1 Solvent Cleaning followed by SSPC SP-3 Power Tool Cleaning. Use a solvent that is acceptable to the approved coating manufacturer. (2) If the damage exposes the substrate, remove all loose material and prepare the steel in accordance with SSPC SP 11. b. Coating Application in Repair Areas (1) When the bare substrate is exposed in the repair area, reapply all coats of the system to the specified thickness. (2) When the damage does not extend to the bare substrate, reapply to only the affected coats. (3) Maintain the thickness of the system in overlap areas within the specified total thickness tolerances. (4) For field touch-up alter driving, use touch-up coatings as recommended by the approved coating manufacturer. 3.04 - INSPECTION A. Inspection will be performed in accordance with the Section of Division 1 entitled "Inspections and Rejections". 3.05-HANDLING A. Use nylon slings to handle coated steel piles during handling, shipment and delivery to the construction site. B. Do not handle or move coated steel piles until the coating has cured. END OF SECTION SOHT 99-02 02391 - 6 9/18/2002 SECTION 02391 - PROTECTIVE COATING FOR STEEL PILING PROTECTIVE COATING FOR STEEL PILING APPENDIX A SUBMITTALS A. Submit the following in accordance with the requirements of"Shop Drawings, Catalog Cuts, and Samples" of Division 1 - General Provisions: 1. Product Data: a. For specific products listed in 2.02 A., B. and C. of this Section, submit the following for each product: (1) Manufacturer's printed Technical Data Sheets and Material Safety Data Sheets (MSDS). (2) Manufacturer's printed product label and application instructions. b. For products other than those expressly listed in 2.02 A., B. and C. of this Section, submit the following for each product: Information adequate for the Engineer to compare the specified product and the proposed substitution; including, but not limited to, technical specifications, test data, references to product use in existing installations, or any other data required by the Engineer. 3. Surface Preparation/Coating Plan: Written procedures for conducting the Work of this Section including but not limited to, the preparation of surfaces, abrasive "work mix" analysis; coating mixing, application, and repair; recoat times and cleaning between coats; and specific details for the preparation and coating of welds. A comprehensive listing of the equipment that will be used for surface preparation and coating. A description of equipment repair and replacement capability, including the procedures that will be followed in the event of equipment failure so that lost production time is kept to a minimum. 4. Steel Test Panel: a. Submit one 8" x 8" blasted steel test panel for approval by the Engineer. The panel shall be prepared using the same procedures, SOHT 99-02 02391 - 7 9/18/2002 SECTION 02391 - PROTECTIVE COATING FOR STEEL PILING equipment, and abrasive %york mix" described in A.2. herein. The approved test panel shall be used by the Engineer as a standard of judgm~ent for approval of production operations. Identify the name and chemical composition of detergents or solutions that will be used if it is necessary to clean the surface of one coat prior to the application of the next. Only detergents which are environmentally safe and which will have no adverse effect on aquatic lite are acceptable. Submit the MSD Sheets tbr the chemicals and detergents. Use chemicals and detergents that are acceptable to the coating manufacturer. 5. Quality Control Inspection Plan: Submit the quality control inspection plan that will be followed to confirm that all work under this Contract complies with the requirements of this Section. The plan shall include the following at a minimum: a. Inspection organization chart including lines of authority and the experience, training, and qualifications of all quality control personnel. Written inspection procedures for all phases of the Work, including the frequency of inspections that will be performed, and the handling of non-conforming Work. c. Documentation procedures including samples of the actual inspection forms that will be used for Work of this Section. Written description of equipment to be used for surface preparation and coating application inspection, calibration procedures, frequency of calibration, and the methods for handling equipment that is found to be out of calibration. Inspection Log or Report: Submit one copy of the log or report form package to the Engineer each seven calendar days. END OF APPENDIX A SOHT 99-02 02391 - 8 9/18/2002 I~M SECTION 02484 - VINYL SHEET PILING 1.01 - SECTION INCLUDES A. Vinyl sheet piling. B. Accessories. 1.02 - RELATED SECTIONS A. Section 05170 - Steel Tic Rods for Marine Construction. 1.03 - REFERENCES A. ASTM D790 - Flexural Properties of Plastic. B. ASTM D638 - Tensile Properties of Plastic. C. ASTM D4125 - Rigid PVC Building Products. D. ASTM D4226 - Impact Resistance of Rigid PVC Building Products. 1.04 - SUBMITTALS A. Submit under provisions of Section 01340. B. Product Data: Provide technical data on vinyl sheeting. C. Shop Drawings: Indicate method of installation. D. Manufacturer's Instructions: Indicate special procedures and requirements for proper installation. 1.05 - QUALITY ASSURANCE A. Quality control practices must include geometric and drop dart impact testing as follows: TEST Drop Dar~ Thickness Lock Opening TEST METHOD ASTM D4226 Caliper Caliper 1.06 - DELIVERY, STORAGE AND HANDLING MINIMUM FREOUENCY per 4,000 lbs. of material per 500 lbs. of material per 500 lbs. of material SOHT 99-02 02484-1 SECTION 02484 - VINYL SHEET PILING A. Deliver, store and handle products to site under provisions of Section 01600 and 01620. B. Do not store materials directly on the ground. C. Handle products in a manner v. hich will not damage or distort materials. 1.07 - FIELD MEASUREI~IENTS A. Verify that field measurements are as indicated on the plans. 1.08 - COORDINATION A. Coordinate the work of this section with all other adjacent construction including any necessat3' removals or demolition. 1.09 - WARRANTY A. Provide warranty under provisions of Section 01750. B. Provide manufacturers standard warranty for fifty (50) years. PART 2 - PRODUCTS 2.01 - MANUFACTURERS A. Crane Plastics Company. Product C-LOC Vinyl Sheet Piling. Substitutions shall be permitted only after receiving written approval from the Engineer. 2.02 - MATERIALS A. Sheeting: Extruded PVC with the following properties: Nominal Sheet Pile Thickness Depth of Section Linear coverage per sheet pile Section Modules Moment of Inertial Tensile Strength Initial Elastic Modulus Maximum Allowable Moment 0.225 inches 4.5 inches 12 inches 6.0 in3 / ft. 13.4 inn/ft. 6,600 psi 456,900 psi 1,000 ft. lb. 2.03 - ACCESSORIES SOHT 99-02 02484-2 I~M ,.~K _ ~' SECTION 02484 - VINYL SHEET PILING A. Fasteners and Hardware: Hot-dipped galvanized; sizes as indicated on the plans. B. Accessory Sheet Piling Pieces for comers as manufactured by Crane Plastics Company or approved equal. PART 3 - EXECUTION 3.01 - EXAMINATION A. Verify existing site conditions. B. Verify that any support framing required is ready to receive sheeting. C. Verify that all elevations and datum are as indicated on the plans. D. Verify all necessary removals have been completed. 3.02 - INSTALLATION A. Install sheeting in accordance with manufacturers instructions. B. If a jetting method is used, exemise care so that material surrounding adjacent piles or structures is not disturbed. C. If installing sheeting over existing sheeting, remove any existing damaged or warped sheets which would prevent proper installation of the new sheeting. D. Drive sheeting to refusal or until the top of the pile is at the required elevation. Request permission from the Engineer prior to cutting members driven to refusal. E. Redrive sheeting which may have lifted due to driving adjace~at sheets, or by soil uplift. F. Do not damage sheets during driving operations. G. Attach all sheets to walers with bolts as indicated on the plans. SOHT 99-02 02484°3 I~/~ ~5~,__ _~ SECTION 02484 - VINYL SHEET PILING 3.03 - PROTECTION A. Protect finished work under provisions of Section 01500. B. Protect sheets from damage until project is accepted by the Owner. END OF SECTION SOHT 99-02 02484-4 SECTION 02510 - ASPHALTIC CONCRETE PAVING PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Asphaltic concrete paving; wearing and binder course. !.02 - RELATED SECTIONS A. Section (12575 Paxcment Profiling and Milling. B. Section 02580 - Pavement Markings. 1.03 - REFERENCES A. AI MS-2 ~ Mix Design Methods for Asphalt Concrete and Other Hot Mix Types. B. .~d MS-8 - Asphalt Paving Manual. C. ASTM D242 - Mineral Filler for Bituminous Paving Mixtures. D. ASTM D546 - Test Method for Sieve Analysis of Mineral Filler for Road and Paving Materials. 1.04 - SUBMITTALS A. Submit under provisions of Section 01340. B. Supplier: Submit name of asphalt supplier to be used on the project prior to placement o f any asphalt on the project. C. Design Data: Submit asphalt mix design for each asphalt type to be used. D. Testing Firm: Submit name of testing firm to be performing tests on asphalt pavement. 1.05 - QUALITY ASSURANCE A. Obtain materials from the same supplier throughout the duration of the project. B. Do not alter from mix design requirements. 1.06 - DELIVERY, STORAGE AND HANDLING SOHT 99-02 02510-1 SECTION 02510 ASPHALTIC CONCRETE PAVING A. Deliver. store and handle products to the site under provisions of Sections 01610 and 01620. B. Deliver asphalt in sealed, tight, metal containers covered with suitable material to protect thc asphalt fi'om thc clements. C. Lightly lubricate the reside surface of the container with a thin oil or soap solution betbre loading asphalt. D. All containers must be cleaned of all foreign materials prior to loading. 1.07 - ENVIRONMENTAL REQUIREMENTS A. Do not place asphalt when base surface temperature is less than 40 degrees F (4 degrees C), or if surface is wet or frozen. B. Do not place asphalt when precipitation is occurring. PART 2 - PRODUCTS 2.01 - MATERIALS Asphalt Cement: AC-20; homogeneous, and shall not foam when heated to 347 degrees F I 175 degrees C). Fine Aggregate: Material passing the 1/8 inch (3.2 mm) sieve; natural sand of hard, strong, durable particles which are free from coatings or injurious amounts of clay, loam or other deleterious substances. Coarse Aggregate: Material retained on the l/8 inch (3.2 mm) sieve; crushed stone or gravel; clean, durable, sharp angled fragments of rock of unifom~ quality. Mineral Filler: ASTM D242, finely ground particles of limestone, hydrated lime or other mineral dust, free of foreign matter; 100 percent shall pass the No. 30 (0.60 mm) sieve; a minimum of 85 percent shall pass the No. 80 (0.18 mm) sieve; and a minimum of 65 percent shall pass the No. 200 (0.075 mm) sieve as measured in accordance with ASTM D546. 2.02 - EQUIPMENT SOHT 99-02 02510-2 SECTION 025 l 0 - ASPHALTIC CONCRETE PAVING Rollers: Minimum weight of 10 tons (89 kN); equipped with lubricating devices for the roller wheels. B. Pavers: Equipped with a vibratory device. 2.03 - ACCESSORIES A. Tack Coat: Homogeneous, medium curing, liquid asphalt. B. Wheel Lubricant: Oil-water mixture containing maximum 10 percent lubricating oil. 2.04 - MIXES A. Use dry material to avoid foaming. Mix uniformly. Binder Course: NYSDOT Type 3; 4.5 to 6.5 percent of asphalt cement by weight in mixture in accordance with the following gradation: Sieve Size Percent Passin~ 1-1/2 inches (38 mm) I inch (25 mm) 1/2 inch (13 mm) 1/4 inch (6.4 mm) 1/8 inch (3.2 mm) No. 20 (0.85 mm) No. 40 (0.425 mm) No. 80 (0.18 mm) No. 200 (0.075 mm) 100 95-100 70-90 48-74 32-62 15-39 8-27 4-16 2-8 SOHT 99-02 02510-3 In,~,~4 ,,. SECTION 02510 ASPHALTIC CONCRETE PAVING \\'caring Course: NYSDOT Type 6; 5.8 to 7.0 percent of asphalt cement by xxeight in mixturc m accordance with the following gradation: Sieve Size Percent Passin~ I inch 125 mm1 1,'2 inch (13 1~4 inch 16.4 mini [ S ~nch 13.2 mini No. 20 (.0.85 mm) No. 40 (0.425 mm) No. 80(0.18 mtm No. 200 (0.075 mm) 100 95-100 65-85 30-65 15-39 8-27 4-16 3-6 2.05-SOURCEQUALITYCONTROL A. Obtain asphalt materials from same source throughout the project. B. Provide asphalt in accordance with the approved mix design for each type of asphalt. C. Test samples in accordance with AI MS-2. PART 3 - EXECUTION 3.01 - EX~&MINATION A. Veri(v existing substrate and conditions under provisions of Section 01040. B. Verify that compacted subbase is dry. and ready to receive work of this section. C. Verify gradients and elevations of base are correct. D. Verify that all castings are properly installed and are at the correct elevations. E. Beginning of installation means installer accepts existing conditions. 3.02 - PREPARATION A. Apply tack coat at uniform rate of 0.03 to 0.07 gal/sq yd {0. i4 to 0.32 L/sq m) to contact surfaces of curbs, gutters and any asphalt or concrete material. SOHT 99-02 02510-4 I%1.~ . - - SECTION 02510 ASPHALTIC CONCRETE PAVING B. Do not apply tack coat to wet or frozen surfaces. C. Coat surfaces of manhole and catch basin frames with oil to prevent bond with asphalt pavement. Do not tack coat these surfaces. 3.03 - INSTALLATION A. Install work in accordance with AI MS-8. B. Maintain asphalt temperature between 250 and 325 degrees F (121 and 163 degrees C) during placement. C. Place asphalt within 24 hours of applying tack coat. D. Place asphalt to compacted thicknesses as identified on plans. If a multiple course pavement is to be used, place top course within 24 hours of placing bottom course. If more than 24 hours elapse, a tack coat will be required to be placed over the entire surface of the bottom course prior to any additional paving. E. Utilize the vibratory device on the paver at all times. F. Compact pavement by rolling. Do not displace or extrude pavement from position. Hand compact in areas inaccessible to rolling equipment. G. Compact pavement to a minimum of 94% maximum density. H. Develop rolling with consecutive passes to achieve even and smooth finish, without roller marks. 3.04 - TOLERANCES Maximum Variation From Flatness: straight edge. A. l/8 inch (3 mm) measured with 10 foot (3 m) B. Maximum Variation From Scheduled Compacted Thickness: 1/8 inch (3 mm). C. Maximum Variation from True Elevation: 1/4 inch (6 mm). SOHT 99-02 02510-5 V SECTION 02510 -,ASPHALTIC CONCRETE PA lNG 3.05- FIELD QUAI,ITY CONTROL A. Field inspecnon and testing will be performed under provisions of Section 01400. B. Take samples and perfom~ tests in accordance with AI MS-2. C. Test are to include percent compaction, gradation and asphalt content. D. Provide an asphalt thermometer for determining the asphah temperature during paving operations. 3.06- PROTECTION A. Protect finished work under provisions of Section 01500. B. Immediately after placement, protect pavement from mechanical injury until project is accepted by the Owner. END OF SECTION SOHT 99-02 02510-6 H2M GROUP SECTION 02572 - SAW CUTTING EXISTING PAVEMENT PART I - GENERAL 1.01 - SECTION INCLUDES A. Cutting asphalt / concrete pavement B. Preparation and installation. 1.02 - RELATED SECTIONS A. Section 02510 - Asphaltic Concrete Paving 1.03 - METHOD OF PAYMENT A. Not Applicable 1.04 - REFERENCES A. Not Applicable. 1.05 - SUBMITTALS A. Not Applicable. 1.06 - QUALITY ASSURANCE A. Not Applicable 1.07 - PREINSTALLATION CONFERENCE A. Convene one week prior to commencing work of this section, under provisions of Section 01039. B. Review locations of saw cutting. 1.08 - ENVIRONMENTAL REQUIREMENTS A. Insure that the water from the saw cutting operation does not contaminate the surrounding area. SOHT 99-02 02572-1 H2M GROUP SECTION 02572 - SAW CUTTING EXIt;TING PAVEMENT 1.09 - COORDINATION A. Coordinate work under provisions of Section 01039. B. Coordinate the work of this section with placement of asphalt wearing course PART 2 - PRODUCTS 2.01 - MATERIALS A. Not used. PART 3 - EXECUTION 3.01 - EXAMINATION A. Verify existing conditions under provisions of Section 01039. B. Where shown on the plans or as directed by the Engineer, saw cuts will be made to the lengths and depths shown. C. The lines that are cut shall be vertical to the depth shown. Any existing pavement broken as a result of the Contractors operation, shall be re-cut at the Contractors expense. 3.02 - PREPARATION A. Mark out the location of the saw cut(s). B. Always cutting in the direction of traffic and with the proper protection from traffic, cut the existing pavement to the depth shown on the plans. 3.03 - INSTALLATION A. Not Applicable 3.04 - FIELD QUALITY CONTROL A. Field inspection will be performed under provisions of Section 01400. SOHT 99-02 02572-2 H2M GROUP SECTION 02572 - SAW CUTTING EXISTING PAVEMENT 3.05 - CLEANING A. Remove all slag and efflorescence from the pavement before moving on to the next location. 3.06 - PROTECTION A. Protect finished work under provisions of Section 01500. B. An angular edge must be maintained tbr proper bonding of proposed asphalt or joint sealing material. END OF SECTION SOHT 99-02 02572-3 1~_,~ , . SECTION 02575 - PAVEMfSNT PROFILING AND MILLING PART 1 - GENERAl. 1.01 - SECTION INCI.UDES A. Pavement profiling and milling of existing pavements in preparation for the placement of an asphal~ x~ caring coursc, B. Disposal of pavement removed during milling process. 1.02 - RELAIED SECTIONS Section 02510 - Asphaltic Concrete Paving: Placing asphalt wearing course. Section 02102 - Mobilization and Su~,ey 1.03 - SYSTEM DESCRIPTION A. Vacant 1.04 - SUBI~IITTALS A. Submit under provisions of Section 01300. Product Data: Provide data on milling equipment. C. Shop Drawings: reference system. 1.05 - COORDINATION A. B. Indicate method of milling or profiling and details of stringline Coordinate work under provisions of Section 01040. Coordinate milling process with all asphalt placement. SOHT 99-02 02575-1 ~,~ ¢~ '5 ~ '~: SECTION 02575 - PAVEMENT PROFILING AND MILLING PART 2 - PRODUCTS 2.01 - EQUIPMENT Pavement Profiler: Self-propelled planing, grinding or cutting machine with sufficient power, traction and stability to maintain accurate depth of cut and slope; equipped with automatic grade and slope controls capable of producing a finished profile within 0.01 foot (3 mm) and equipped with an integral loader to remove milled material; integral dust controller; capable of cutting daylight while maintaining desired profile: capable of accurately establishing profile grades by referencing from the existing pavement or from an independent grade control and shall have positive means for controlling cross slope; heating devices for pavement will not be permitted. PART 3 - EXECUTION 3.01 ~ EXAMINATION A. Verify existing substrate and conditions under provisions of Section 01039. B. Verify actual areas to be milled are as indicated on the plans. C. Report any major discrepancies immediately to the Engineer. 3.02 - PREPARATION A. Place stringline reference system adjacent to pavement to be milled and support wire at maximum intervals of 25 ft (7.6 m). B. Provide tension in the wire to prevent sag greater than 1/4 inch (6 mm). 3.03 - APPLICATION A. Mill and profile the pavement to the limits and dimensions indicated on the plans. B. Mill around all manhole covers, grates, valves and castings. Exemise care not to damage these items. C. Sweep and blow clean all milled pavement immediately after milling. D. Remove and dispose of all material removed during the milling process. SOHT 99-02 02575-2 SECT[ON 02575 PAVEMENT PROFILING AND MILLING 3.04 - TOLEI~&NCES A. Maximum variation above proposed finished milled grade: 1/8 inch (3 mm). B. Maximum variation below proposed finished milled grade: 1/4 inch {6 mm). 3.05 - ADJUSTING A. Surfaces of milled areas xxhich do not ball within the aforementioned tolerances shall be corrected at no additional cost to the Owner as follows: i. Elevation too high: Mill to proposed grade. 2. Elevation too Iow: Place asphalt truing and leveling course under provisions of Section 02510. 3.06 - CLEANING A. Clean milled pavement surfaces with compressed air to remove any dust or debris which may remain on the pavement. END OF SECTION SOHT 99-02 02575-3 SECTION 02580 PAVEMENT MARKINGS PART I - GENERAL 1.01 - SECTION INCLUDES A. Painted pavement delineation. 1.02 - RELATED SECTIONS A. Section 02510 - Asphaltic Concrete Paving. 1.03 - REFERENCES A. New York State Department of Transportation Standard Specifications. 1.04 - SUBMITTALS A. Submit under provisions of Section 01340. B. Product Data: Provide data on paint. 1.05 - DELIVERY, STORAGE AND HANDLING A. Deliver, store and handle products to the site under provisions of Section 01600. B. Deliver all materials to the site in their original containers. C. Store all materials in a cool, dry place. D. Do not expose paint to open flames or temperatures which may ignite the paint. E. Store all materials such that the paint and the beads are not contaminated. 1.06 - ENVIRONMENTAL REQUIREMENTS A. Do not apply paint when the ambient temperature is below 40 degrees F (4 degrees C). B. Do not apply paint to wet or frozen surfaces or when precipitation is occurring. SOHT 99-02 02580-1 SECTION 02580 - PAVEMENT MARKINGS PART2-PRODUCTS 2.01 - MATERIALS Paint: Flexible. non-skinning paint; homogeneous, conforming to the requirements of Section 64~1 ,~t' the Ne~x York State Department of Transportation Standard Specifications: color as indicated on the plans. PART 3 - EXECUTION 3.01 - EXAMINATION A. \.reri~' site conditions. B. Verify that pavement is ready to receive work of this section. C. Beginning of application means applicator accepts existing conditions. 3.02 - PREPARATION A. Remove all dirt, grease, oil or other foreign matter from pavement which might affect the bond between the pavement and the paint. B. Remove all temporary pavement markings without causing damage to thc pavement. 3.03 - APPLICATION A. Apply paint with spray type striping machines to achieve a dry film thickness of 14 mils to 16 mils (0.36 mm to 0.41 mm) at the locations and to the dimensions as indicated on the plans. B. Ail stripes and symbols shall have clean, sharp edges. 3.04 - TOLERANCES A. Maximum offset from true position: 1 inch (25 mm). 3.05 - CLEANING A. Clean adjacent areas which received paint during work of this section. SOHT 99-02 02580-2 SECTION 02580 - PAVEMENT MARKINGS 3.06- PROTECTION A. Protect finished work under provisions of Section 01500. B. Protect painted markings from damage or discoloration until project is accepted by the Owner. END OF SECTION SOHT 99-02 02580-3 I~ ~.~, ~,,__ SECTION 02851BB - BOX BEAM GUIDE RAIL END SECTION PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Steel box beam end section. B. Steel posts and concrete anchorage units. C. Installation. 1.02 - RELATED SECTIONS A. Section 0285 IBR- Steel Bridge Rail 1.03 - METItOD OF PAYMENT A. Not Applicable. 1.04 - REFERENCES A. ASTM A449 B. ASTM C150 C. ASTM A123 D. ASTN A153 1.05 - SUBMITTALS A. Submit under provisions of Section 01300. B. Product Data: Provide data on rail, posts, capabilities of rail section. 1.06- REGULATORY REQUIREMENTS A. Not applicable. 1.07 - FIELD MEASUREMENTS A. accessories, hardware and structural Verify that field measurements are as indicated on the plans. SOHT 99-02 02851 BB- 1 9/18/2002 SECTION 02851BB - BOX BEAM GUIDE RAIL END SECTION PART 2 - PRODUCTS 2.01 ~ MANUFACTURERS A. As soon as the contract is awarded, the Contractor shall notify the Engineer of the name and address of the fabricator of the box beam railing. 2.02 - MATERIALS A. All materials shall bc as specified on thc contract drawings and shall have a galvanized finish as specified in section 2.03. 2.03 - ACCESSORIES A. Concrete Anchor: 3,500 psi (24 MPa) strength at 28 days, 3 inch (76 mm) slump, made from the following materials: 1. Cement: ASTM C 150 Portland cement, Type IA air entrained. 2. Sand: Natural river or bank sand, washed, free of silt, clay, loam, friable or soluble materials, organic matter and debris. 3. Coarse Aggregate: Angular crushed stone, 3/4 inch (19 mm) nominal size, washed, free of shale, clay, friable or soluble materials, organic matter and debris. 4. Water: Clean and not detrimental to concrete. B. Hardware: As shown on the contract drawings. 2.04 - FINISHES A. Components: Galvanized to ANSI/ASTM A123; 3.6 oz/sq ft (1,100 g/sq m) coating. B. Hardware: Galvanized to ASTM A153, 3.6 oz/sq ft (1,100 g/sq m) coating. PART 3 - EXECUTION 3.01 - INSTALLATION SOHT 99-02 02851BB-2 9/! 8/2002 SECTION 02851BB - BOX BEAM GUIDE RAIL END SECTION A. Install concrete anchor. B. Install required posts. C. Instal[ rails, posts and accessories as shown on the plans. D Attach rails securely to posts with anchonng hardware. E. Attach tube to traasition umt. 3.02 - ERECTION TOLERANCES A. Posts - Maximum Variation From Plumb: I/4 inch (6 mm). B. Rail - Maximum Offset From True Position: 1/2 inch (13 mm). C. Rail - Maximum Variation From True Height: 1/2 inch (13 mm). D. Components shall not infringe adjacent property lines. END OF SECTION SOHT 99-02 02851BB-3 9/18/2002 SECTION 02851BR - STEEL BRIDGE RAIL PART I - GENERAL 1,01 - SECTION INCLUDES A. Steel bridge rail. B. Concrete Grouting Material C. Connection Products D. Installation. 1.02 - RELATED SECTIONS A. Section 02851BB - Box Beam Guide Rail End Section 1.03 - METHOD OF PAYMENT A. Not applicable 1.04 - REFERENCES A. ASTM A449 B. ASTM C150 C. ASTM A123 D. ASTM A153 1.05 - SUBMITTALS A. Submit under provisions of Section 01300. B. Product Data: Provide data on rail, posts, accessories, hardware and structural capabilities o frail section. C. See section 2.02B 1.06 - REGULATORY REQUIREMENTS A. Not applicable. SOHT 99-02 02851BR- 1 9/18/2002 !'~_~ SECTION 028S1BR - STEEL BRIDGE RAIL 1.07 - FIELD MEASUREMENTS A. Verify that field measurements are as indicated on the plans. PART 2 - PRODUCTS 2.01 - MANUFACTURERS A. As soon as the contract is awarded, the Contractor shall notify the Engineer of the name and address of the fabricator of all the bridge railing. 2.02 - MATERIALS A. All Materials shall be as specified on the comract drawings and shall be galvanized in accordance with material specification given in section 2.03. 2.03 ACCESSORIES A. Concrete grouting: 3,500 psi (24 MPa) strength at 28 days, 3 inch (76 mm) slump, made fi-om the following materials: 1. Cement: ASTM C150 Portland cement, Type IA air entrained. 2. Sand: Natural river or bank sand, washed, free of silt, clay, loam, friable or soluble materials, organic matter and debris. 3. Coarse Aggregate: Angular crushed stone, 3/4 inch (19 mm) nominal size, washed, free of shale, clay, friable or soluble materials, organic matter and debris. 4. Water: Clean and not detrimental to concrete. B. Hardware: As shown on the Contract draxvings. SOHT 99-02 02851BR-2 9/18/20O2 SECTION 02851BR - STEEL BRIDGE RAIL 2.04 - FINISHES A. Components: Galvanized to ANS[/ASTM A123; 3.6 oz/sq ft (I,I00 §/sq m) coating. B. Hard~arc: Galvamzcd to ASTM Al53, 3.6 oz. sq ft (l,100 g'sq in) coating. PART 3- EXECUTION 3.01 - INSTALLATION A. Erect posts so that they are truly verlical. Install anchor bolt nuts and tighten. B. Install rails, clamps, tubes etc, posts and accessories. All rails are to be parallel to each other. D. Insert a 1:1 mortar mix under base plates to achieve bearing. Slope top of concrete for water runoff. E. Attach rails securely to posts with anchoring hardware. 3.02 - ERECTION TOLERANCES A. Posts - Maximum Variation From Plumb: 1/4 inch (6 mm). B. Rail - Maximum Offset From True Position: l/2 inch (13 mm). C. Rail - Maximum Variation From True Height: 1/2 inch (13 mm). END OF SECTION SOHT 99-02 02851BR-3 9/18/2002 SECTION 02936 - SEEDING PART I - GENERAL 1.01 - SECTION INCLUDES A. Mulch, fertilizer and other accessories. B. Maintenance. 1.02 - RELATED SECTIONS A. Section 02218 - Landscape Grading and Topsoil. 1.03 - REFERENCES A. FS O-F-241 - Fertilizers, Mixed, Commercial. 1.04 - DEFINITIONS A. Weeds: Include Dandelion, Jimsonweed, Quackgrass, Horsetail, Morning Glory, Rush Grass, Mustard, Lambsquarter, Chickweed, Cress, Crabgrass, Canadian Thistle, Nutgrass, Poison Oak, Blackberry, Tansy Ragwort, Bermuda Grass, Johnson Grass, Poison Ivy, Nut Sedge, Nimble Will, Bindweed, Bent Grass, Wild Garlic, Perennial Sorrel and Brome Grass. 1.05 - SUBMITTALS A. Submit under provisions of Section 01340. B. Product Data: Provide data on seed mixtures, fertilizer and lime. C. Certificates: Provide certificates indicating that all fertilizer, pesticides and herbicides comply with all applicable regulatory agency requirements. 1.06 - QUALITY ASSURANCE A. Seed: Provide seed mixture in containers showing percentage of seed mix, 3'ear of production, net weight, date of packaging, and location of packaging. 1.07 - REGULATORY REQUIREMENTS A. Comply with applicable regulatory agencies for fertilizer, pesticide and herbicide composition. B. All fertilizer, pesticides and herbicides to be used shall comply with all applicable regulatory agency requirements. SOHT 99-02 02936-1 SECTION 02936 - SEEDING 1.08 - DELIVERY, STORAGE. AND HANDLING Deliver. store, protect and handle products to site under provisions of Section 01610 and 01620. Deliver grass ~eed mixture in original sealed containers. Seed in damaged packaging is not acceptable. Deliver fertilizer in waterproof bags showing weight, chemical analysis and name o f manufacturer. 1.09 - ENVIRONMENTAL REQUIREMENTS Do not sow immediately following rain, during windy periods or if ground is frozen. Do not sow when the ambient temperature is expected to drop below 40 degrees F {4. degrees C} or rise above 90 degrees F (32 degrees C) during the time in which the seed will establish itself. Planting Season: April 1st through May 15th or September 1st through October 15th. 1.10 - COORDINATION A. Coordinate xvith grading and placement of topsoil. Coordinate with installation of underground sprinkler system piping and watering heads. 1.11 - MAINTENANCE SERVICE Maintain seeded areas immediately after placement until grass is well established and exhibits a vigorous growing condition, as determined by at least two cuttings, or until the job is accepted by the Owner, ~ hichever occurs last. SOHT 99-02 02936-2 I~'~ _. '-: _ SECTION 02936 - SEEDING PART 2 - PRODUCTS 2.01 - MATERIALS A. Seed: Dry., fresh, re-cleaned seed of the latest crops and of the following proportions: % of Maximum % Grass '[ype Mixture % Purity Gemfination Kentucky Bluegrass 45 90 80 Creeping Red Fescue 45 97 80 Perrenial Rye Grass 10 95 95 2.02 - ACCESSORIES Mulching Material: Hemlock species wood cellulose fiber, dust form, free of growth or germination inhibiting ingredients. Fertilizer: FS O-F-241, Type I, Grade A; recommended for grass, with fifty percent of the elements derived from organic sources; of proportion necessary to eliminate any deficiencies of topsoil, to the following proportions: Nitrogen 10 percent, phosphoric acid 6 percent, soluble potash 4 percent. Limestone: Ground dolomitic limestone containing a minimum of 90 percent calcium and magnesium carbonates. One hundred percent (100%) shall pass a No. 10 (2 mm) mesh screen and a minimum of 50 percent shall pass a No. 100 (0.15 mm) mesh screen. Peat Moss: Shredded, loose, sphagnum moss; free of lumps, roots, inorganic material or acidic materials; minimum of 90 percent organic material measured by oven dry weight; pH range of 4 to 5 percent; moisture content of 30 percent; with moisture absorbtive capacity of 450 to 500 percent. Water: Clean, fresh and free of substances or matter xvhich could inhibit vigorous grox~ th of grass. F. Stakes: Softwood lumber, chisel pointed. G. String: Inorganic fiber. SOHT 99-02 02936-3 ~'~,~ . ~ .~ SECT[ON 02936 - SEEDING PART 3 - EXECUTION 3.01 - EXAMINATION A. Verify existing substrate and site conditions. B. Verify that prepared soil base is read.,, to receive the work of this section. C. Beginning of installation means installer accepts existing conditions. 3.02 - PREPARATION A. Rake topsoil smooth. 3.03 - APPLICATION Apply fertilizer at a rate of 21 lbs per 1,000 square feet (10 kg per 100 square meters). Do not apply fertilizer at same time or with same machine as will be used to apply seed. Mix thoroughly into upper 2 inches (50 mm) of topsoil and water lightly to aid the dissipation of fertilizer. Apply seed at a rate of 4 lbs per 1000 sq fl (2.0 kg per 100 sq mi evenly in two intersecting directions. Rake in lightly. E. Do not seed areas in excess of that which can be mulched on same day. Roll seeded area with roller not exceeding 100 lbs per foot (150 kg per meter) of width. (5. Immediately following seeding and compacting, apply mulch at a rate of 92 lbs per 1,000 square feet (45 kg per I00 square meters). Maintain clear of shrubs and trees. Apply' water with a fine spray immediately after each area has been mulched. Saturate to 4 inches (100 mm) of soil. Discontinue watering if washing begins to Occur. Identify seeded areas with stakes and strinu around area periphery. Set string height to 24 inches (610 mm). Space stakes ~'t 8 feet (2.4 m) on center. Cover seeded slopes where grade is 30 percent or greater with erosion fabric. Roll fabric onto slopes without stretching or pulling. SOHT 99-02 02936-4 ~,~ ~. - s SECTION 02936 - SEEDING K. Lay fabric smoothly on surface, bury top end of each section in 6 inch (150 mm) deep excavated topsoil trench. Provide 12 inch t300 mm) overlap of adjacent rolls. Backfill trench and rake smooth, level with adjacent soil. L. Secure outside edges and overlaps at 36 inch (915 mm) intervals with stakes. M. Lightly dress slopes with topsoil to ensure close contact between fabric and soil. N. At sides of ditches, la,',' fabric laps in direction of water flow. Lap ends and edges minimum 12 inches (300 mini. 3.04 - MAINTENANCE A. Maintain grass until job is accepted by the Owner or until the grass exhibits a vigorous growing condition, as determined by at least 2 cuttings, whichever occurs last. B. Mow grass at regular intervals to maintain at a maximum height of 2-1/2 Inches (64 mm). Do not cut more than 1/3 of grass blade at any one mowing. C. Neatly trim edges and hand clip where necessary. D. Immediately remove clippings after mowing and trimming. E. Water to prevent grass and soil from drying out. F. Immediately reseed areas which show bare spots. 3.05 - PROTECTION A. Protect finished work under provisions of Section 01500. B. Protect seeded areas with warning signs during maintenance period. END OF SECTION SOHT 99-02 02936-5 SECTION 03001 - CONCRETE PART I - GENERAL 1.01 - WORK INCLUDED A. Formwork, shoring, bracing and anchorage. B. Concrete reinforcement and accessories. C. Cast-in-place concrete. D. Concrete curing and finishing. 1.02 - REFERENCES B. C. D. E. F. G. H. I. J. K. L. M. N. O. ACI 301 - Specifications of Structural Concrete for Buildings. ACI 304 - Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete. ACI 305 - Hot Weather Concreting. ACI 306 - Cold Weather Concreting. ACI 308 - Standard Practice for Curing Concrete. AC[ 318 - Building Code Requirements for Reinforced Concrete. ACI 350R - Concrete Sanitary Engineering Structures. ANSL/ASTM A185 - Welded Steel Wire Fabric for Concrete Reinforcement. ASTM A615 - Deformed and Plain Billet-Steel for Concrete Reinforcement. ASTM C33 - Concrete Aggregates. ASTM C94 - Ready-Mixed Concrete. ASTM C150 - Portland Cement. ASTM C260 - Air Entraining Admixtures for Concrete. ASTM C309 - Liquid Membrane-Forming Compounds for Curing Concrete. ASTM C494 - Chemical Admixtures for Concrete. SOHT 9%02 03001-1 09/18/02 I-t~_~ G I(©~.~ D SECTION 03001 - CONCRETE P. ASTM A615 - Deformed and Plain Billet Steel Bars for Concrete Reinforcement. Q. ASTM A775 - Epoxy-Coated Reinforcing Steel Bars. R, CRSI - Concrete Reinforcing Steel Institute Manual of Practice. S. CRSI 63 - Recommended Practice For Placing R~,inforcing Bars. CRSI 65 - Recommended Practice For Placing Bar Supports, Specifications and Nomenclature. ASTM C618 - Fly Ash and Raw or Calcinated Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete. ASTM D1751 - Performed Expansion Joint Fillers for Concrete Paving and Structural Construction. W. ASTM D2103 - Polyethylene Film and Sheeting. State of New York, Standard Specifications, Construction and Materials, Section 709.04 - Epoxy Coated Bar Reinfomement, Grade 60 1.03 - DESIGN REQUIREMENTS Design, Engineer and Construct formwork, shoring and bracing to conform to design and code requirements; resultant concrete to conform to required shape, line and dimension. 1.04 - SUBMITTALS A. Submit under provisions of Section 01300. Shop Drawings: Indicate reinforcement sizes, spacing, and locations of reinfoming steel and wire fabric, bending and cutting schedules, splicing, and supporting and spacing devices. Indicate formwork dimensioning, materials, arrangement of joints and ties. Detail concrete dimensions, depth of cover, openings, steel, etc. Design Data: Indicate proposed concrete mix design for each type of concrete to be used on the project prior to commencement of work. Provide proposed concrete mix design for each type of concrete, as specified below, to be used on the project at least 40 calendar days prior to the first scheduled concrete placement. The contractors testing laboratory shall develop concrete mix designs and test all materials and mixes for conformance with these specifications. The costs associated with development at the design mix and testing of samples shall be included in the bid price. SOHT 99-02 03001-2 09/18/02 SECTION 03001 - CONCRETE E. Product Data: admixtures. Provide data on joint devices, attachment accessories and Manufacturer's instructions: Indicate installation procedures and interface required with adjacent work. Manufacturer's Certificate: Certify that materials meet or exceed specified requirements 1.05 - QUALITY CONTROL A. Perform testing under provisions at Section 01400. B. Perform work in accordance with ACI 301. C. Maintain one copy of document on site. Procure concrete from a single approved central commemial batching plant. To further insure consistency, coloring, finish and quality, all aggregate, cement, water and other ingredients shall each be secured fi'om the same source for the duration of the project. The batching plant, and raw materials, will be subject to inspections and tests requested by the Engineer. 1.06 - QUALIFICATIONS Prepare shop drawings under seal of professional structural engineer licensed in the state in which the project is located. 1.07 - REGULATORY REQUIREMENTS Conform to ACI 304 and all applicable codes for placement of concrete and related work. 1.08 - COORDINATION A. Coordinate work under provisions of Section 01039. Coordinate work of other sections in forming and setting openings, slots, recesses, chases, sleeves, bolts, anchors and other inserts. SOHT 99-02 03001-3 09/18/02 SECTION 03001 - CONCRETE Notify Engineer minimum 72 hours prior to commencement of concreting operations. PART 2 - PRODUCTS 2.01 - MATERIALS A. Conform to ACI 301. B. Plywood Forms: Douglas Fir species; solid one side grade; sound undamaged sheets. Thickness of wood shall be as required to support weight of concrete without deflection to tolerances and appearance of finish surface. C. Steel Forms: Minimum 16 gage (1.5 mm) thick, stiffened to support weight of concrete without deflection to tolerances and appearance of finish surface. D. Tubular Column Type Forms: Round, spirally wound laminated fiber material; inside surface treated with release agent. E. Form Ties: Snap-off metal, of fixed length, cone ends. F. Reinforcing: ASTM A615, 60 ksi (414 MPa) yield grade; deformed billet steel bars; epoxy coated in accordance with ASTM A775ASTM; size and dimensions as indicated on the plans. G. Welded Steel Wire Fabric: Plain type, ANSI/ASTM A185; in flat sheets; uncoated finish; size and dimensions as indicated on the plans. H. Cement: ASTM C 150, Type 1 - Normal Portland type. I. Fine and Coarse Aggregates: ASTM C33 (No. 57). J. Water: Clean and not detrimental to concrete. 2.02 - ACCESSORIES SOHT 99-02 09/18/02 Air Entraining Admixture: ASTM C260, Type as required. Chemical Admixture: ASTM C494, Type as required. Bonding Agent: Two component epoxy resin; manufactured by SPECCO INDUSTRIES, INC., or specifically approved equal. Vapor Barrier: ASTM D2103, 10 mil thick clear polyethylene film. 03001-4 SECTION 03001 - CONCRETE Non-Shrink Grout: Premixed compound with non-metallic aggregate, cement, water reducing and plasticizing agents; capable of minimum compressive strength of 2400 psi (16.5 Mpa) at 48 hours and 7000 psi (48.3 Mpa) at 28 days. Expansion Joints: ASTM D1751; 1/2 inch (13 mm) thick asphalt impregnated fiberboard or felt. Waterstops: Pobwinylchloride; 6 inches wide; heat sealed joints; style 705, manufactured by Greenstreak or approved equal. Form Release Agent: Colorless material which will not stain concrete, absorb moisture or impair natural bonding or color characteristics of coating intended for use on concrete; manufactured by SPECCO INDUSTRIES, INC. or specifically approved equal. Agent shall not be detrimental to the environment. (For form liners, use agent approved and recommended by form liner manufacturer.) Sealant: ASTM D1190; hot applied rubber compound manufactured by THE BURKE COMPANY or specifically approved equal. Absorptive Mat: Burlap-polyethylene, 8 oz/sq yd (270 g/sq m), bonded to prevent separation during use. K. Membrane Curing Compound: ASTM C309, Type 1, Class A. Clear Sealer: Siloxane type; manufactured by THE BURKE COMPANY or specifically approved equal. (Basement and carpeted areas only, unless otherwise noted) M. Tie Wire: 16 gage (1.6 mm) annealed type. Chairs, bolsters, bar supports, spacers: sized and shaped for strength and support of reinfomement during concrete placement conditions including load bearing pad on bottom to prevent vapor barrier puncture. 2.03 - MIXES Mix concrete in accordance with ASTM C94, Alternative No. 2, to achieve the following: 1. Compressive Strength (28 day): 2. Slump: Slabs, beams, columns Footings, foundation walls 4000 psi [4 +l] inches [3 _+1] inches SOHT 99-02 03001-5 09/18/02 SECTION 03001 - CONCRETE 3. Air Entrainment: 4. Maximum Water Cement Ratio (by weight) Use admixtures only when approved by the Engineer. PART 3 - EXECUTION 3.01 - EXAMINATION A. Verify existing conditions under provisions of Section 01039. B. Verify lines, levels, and measurements before proceeding with formwork. that dimensions agree with the plans. 3.02 - PREPARATION A. B. [6 _+1] percent 0.50 Ensure Hand trim sides and bottom of earth forms; remove loose dirt. Align form joints. Do not apply form release agent where concrete surfaces are to receive special finishes or applied coatings which may be affected by the agent. Where new concrete is dowelled to existing work, drill holes in existing concrete, insert steel dowels and pack with non-shrinking grout. Prepare previously placed concrete by cleaning with steel brush and apply bonding agent in accordance with manufacturer's instructions. 3.03 - INSTALLATION Place, support, and secure reinforcement against displacement at the locations and to the dimensions as indicated on the plans. Use reinforcing splices at a minimum of locations and only at locations of minimum stress. Review locations of splices with Engineer. C. Splice overlap shall be a minimum length of 40 diameters. Ensure reinfomement, inserts, embedded parts, formed joint fillers, joint devices are not disturbed during concrete placement. E. Repair epoxy coated rebar in accordance with NYSDOT specifications. F. Install joint fillers in accordance with manufacturer's instructions. SOHT 99-02 03001-6 09/18/02 SECTION 03001 - CONCRETE M. N. O. Install joint devices in accordance with manufacturer's instructions. Install joint device anchors. Maintain correct position to allow joint cover flush with floor and wall finish. Install joint coxers in one piece length when adjacent construction activity is complete. Cure concrete surfaces in accordance with ACI 308. In addition, the bridge deck slab shall be cured using continuous, 24 hour per day, water sprinkling for the first fourteen (14)days after installation. Upon completion of water occurring operation, cure surfaces in accordance with ACI 308. Apply curing compound in accordance with manufacturer's instructions in 2 coats with second coat at right angles to the first. Apply sealants in joint devices in accordance with manufacturer's instructions. Maintain records of concrete placement. Record date, location, quantity, air temperature and test samples taken. Place concrete continuously between predetermined expansion, control and construction joints. Do not interrupt successive placement; do not permit cold joints to occur. 3.04 - TOLERANCES A. Provide Class A tolerance to floor slabs according to ACI 301. 3.05 - FIELD QUALITY CONTROL A. Field inspection and testing of concrete will be performed under provisions of Section 01400. B. Contractor will take cylinders and perform slump and air entrainment tests in accordance with ACI 30l. C. Four concrete test cylinders will be taken for every 50 cu yds, or fraction of, for each class of concrete placed each day or a minimum of one cylinder per truck whichever is greater. 03001-7 SOHT 99-02 09/l 8/02 SECTION 03001 - CONCRETE One additional test cylinder will be taken during cold weather and be cured on site under same conditions as concrete it represents. 3.06 - DEFECTIVE CONCRETE A. One slump test will be taken for each set of test cylinders taken. Defective Concrete: Concrete not conforming to required lines, details, dimensions, tolerances or specified requirements. B. Repair or replacement of defective concrete will be determined by the Engineer. C. Do not patch, fill, touch-up, repair, or replace exposed concrete except upon express direction of the Engineer for each individual area. 3.09 ~ PROTECTION A. Protect finished work under provisions of Section 01500. B. Protect concrete from damage and deformation until project is accepted by the Owner. END OF SECTION SOHT 99-02 03001-8 09/18/02 I~ ¢~.,?_ - SECTION 05170 - STEEL TIE RODS FOR MARINE CONSTRUCTION PART I - GENERAL 1.01 - SECTION INCLUDES A. Steel tie rods for marine construction. B. Hardware. 1.02 - RELATED SECTIONS A. Section 02484 - Vinyl Sheet Piling 1.03 - REFERENCES A. ASTM A563 - Carbon and Alloy Steel Nuts. B. ASTM F436 - Hardened Steel Washers. 1.04 - SUBMITTALS Submit under provisions of Section 01340. Shop Drawings: Indicate attachment methods. Certificates: Certify that products meet or exceed specified requirements. 1.05 - DELIVERY, STORAGE AND HANDLING A. Deliver, store and handle products to the site under provisions of Sections 01610 and 01620. B. Handle materials in a manner which will not damage or distort bars or damage coating. C. Do not store materials directly on the ground. 1.06 - FIELD MEASUREMENTS A. Verify that field measurements are as indicated on the plans. 1.07 - COORDINATION SOHT 99-02 05170-1 I~M GqOUB' SECTION 05170 - STEEL TIE RODS FOR MARINE CONSTRUCTION Coordinate placement of tie rods with installation of all other vinyl and / or steel waler work and adjacent construction. PART 2 ~ PRODUCTS 2.01 - MATERIALS A. Tie Rods: ASTM A307 Grade C steel, threaded both ends; size and dimensions as indicated on the plans. B. Washers: ASTM F436 steel, size compatible with tie rods. C. Nuts: ASTM A563 steel, hexagon shape, size compatible with tie rods. 2.02 -FINISHES A. Provide a galvanized coating of 1.25 oz/sq ft (38l g/sq m) in accordance with ASTM A123 on all materials. PART 3 - EXECUTION 3.01 - EXAMINATION A. Verify existing site conditions. B. Verify that substrate and other materials are in place and ready to receive work of this section. 3.02 - PREPARATION A. Drill all necessary holes for installation of tie rods. B. Ensure all holes are in line with proposed tie rod locations. 3.03 - INSTALLATION A. Install tie rods in proper location, countersunk such that no portion of the tie rod or hardware extends past the face of the member being fastened. B. Install a washer and a nut for each connection. C. Adjust all nuts once all tie rods are installed to ensure a tight fit is achieved on all tie rods. Readjust nuts if necessary. SOHT 99-02 05170-2 I~/~ 5. ? 7 '_'~r' SECTION 05170 - STEEL TIE RODS FOR MARINE CONSTRUCTION 3.04- PROTECTION A. Protect finished work under provisions of Section 01620. B. Protect finished work from damage until project is accepted by the Owner. END OF SECTION SOHT 99~02 05170-3 SECTION 05500 - METAL FABRICATIONS PART I - GENERAL 1.01 - SECTION INCLUDES A. Furnishing of and paying for all materials, labor, equipment, licenses, taxes, and other items required for execution and completion of all work under this Section. B. The work described in this section of the specifications includes, but is not limited to, the following: l. All connections, erection fittings and devices required to complete this work. 2. Shop painting and field touch-up painting. 3. Steel's pipe supports and sleeves, bracing and anchorage devices as specified herein or required for support and fabrication. 1.02 - RELATED WORK A. The following items of related work are specified and included in other sections of these specifications: 1. Concrete Filled Steel Pipe Piles: Section 02367. 2. Box Beam Guide Rail End Section: Section 02851BB 3. Steel Bridge Rail: Section 02851BR. 4. Concrete: Section 03001. 1.03 - DESIGN REQUIREMENTS A. ANSI ~ American National Standards Institute. B. OSHA - Occupational Safety & Health Act. C. ADAAG - Americans with Disabilities Act Guidelines 1.04 ~ SUBMITTALS A. Submit complete shop and erection drawings for all specially fabricated items. B. Submit complete descriptive data for all stock items. SOHT 99-02 05500-1 09/18/02 SECTION 05500 - METAL FABRICATIONS C. Submit test reports confirming that materials furnished meet those specified. PART 2 - PRODUCTS 2.01 - MATERIALS A. Steel plates, angles, and other structural shapes shall conform to ASTM A36. B. Bolts and nuts shall conform to ASTM A325. C. Welds, Welding Metal: 1. Welding electrodes for manual shielded metal-arc welding shall conform to ASTM A233, E 60 or E 70 Series. Bare electrodes and granular flux used in the submerged-are process shall conform to Section 1.17.3 or AISC Specifications for Structural Steel for Buildings, June 1, 1989. 2. Electrodes shall be suitable for the positions and other conditions of use as rec- ommended by AWS or the manufacturer. 2.02 - FABRICATION A. Fabricate steel items according to approved shop drawings and to applicable portions of AISC Specifications. Conceal welds where possible; grind exposed welds smooth and flush. 2.03 - SHOP PAINTING AND PROTECTIVE COATING A. Conform to Steel Structures Painting Council Specification 15-68T, Type 1, including preparation for painting. PART 3 - EXECUTION 3.01 - ERECTION A. Conform to AISC Specifications, Contract Documents and approved shop drawings. B. Set items straight, level, plumb and aligned with adjacent construction. 3.02 - INSTALLATION SOHT 99-02 05500-2 09/18/02 SECTION 05500 - METAL FABRICATIONS 3.03 - A. B. Install all items per manufacturers' instructions, OSHA and ANSI regulations, or per approved shop drawings. Prior to finishing, grind all welds smooth. Prime all welds. Bend pipe for railings to smooth radius shown. Use factory fabricated weld fittings for short radius turns. Secure railings to structure with brackets and as detailed. Furnish all flanges, brackets and fittings shown or required, including anchorage embedded devices. Apply primer and paint finish to all steel items included in this section. ERECTION TOLERANCES Maximum Variation from Plumb: 1/4 inch per story, non-cumulative. Maximum Offset from True Alignment and Elevation: 1/4 inch. END OF SECTION SOHT 99-02 05500-3 09/18/02 APPENDIX "A" NEW YORK STATE DEPARTMENT OF LABOR BUREAU OF PUBLIC WORK STATE OFFICE CAMPUS, BLDG. 12 ALBANY, NY 12240 SCHEDULE 2002 Date 08/21/02 TOWN OF SOUTHOLD PRC 0205897 SUFFOLK COUNTY FRANK R. SIMONE,SR. DES. ENGR. HZM GROUP 575 BROAD HOLLOW ROAD MELVILLE NY 11747 Location and Type of ProBect PROJECT ID #: NOEN BRIDGE REPLACEMENT @ BRUSHES CREEK PECONIC BAY BLVD. SOUTHOLD, NY O1 In response to your request, enclosed is the schedule of the prevailing hourly Hage rates and the prevailing hourly supplements for the above project, together with copies of the Notice of ContPact Let (PN-16) for THE SCHEDULE MUST BE ANNEXED TO AND FORM A PART OF THE SPECIFICATIONS FOR THIS PROJECT WHEN IT IS ADVERTISED FOR BIDS. These schedules have been prepared and forHarded in accordance with Article 8 of the NYS Labor Law, which provides that it shall be the duty of the fiscal officer to ascertain and determine the schedules of supplements to be provided and wages to be paid to workers, laborers and mechanics employed on public work projec±s~ and to file such schedules wi±h the Department having jurisdictzon. This schedule is effective from July 1, 2002 through June ~0, 2003. All upda±es, corrections and future copies of the annual determination are available on the Department's websi±e (www.labor.state.ny.us). The attached rates ara based on the latest information available to the Department of Labor, Bureau of Public Work. Care should be taken to review the rates for obvious errors. Any corrections should be brought to the Department's attention immediately. It is the responsibility of the public work contractor to use the proper rate. If there is a question on the proper classification to be used, please call the district office located nearest the project. NOTICE TO CONTRACTING AGENCIES: Upon cancellation or completion of this project, enter the necessary information and return this page to: New York State Department of Labor Bureau of Public Work State Office Campus, Bldg. 12 Albany, NY 12240 PROJECT HAS BEEN COMPLETED/CANCELLED= Signature Title For additional information, contact our local District Offices: Albany (518) 457-2744 Syracuse (3lB) 428-4056 Binghamton (607) 721-8005 Rochester (716) 258-4505 Buffalo (716) 847-7159 Utica (315) 793-2314 Hempstead (516) 485-4878 White Plains (914) 997-9507 New York City [21Z) 352-6088 PH-ZO0 (6-02) GENERAL PROVISIONS OF LAHS COVERING HORKERS ON PUBLIC WORK CONTRACTS INTROOUCTIO~ The Labor Law requires public work contractors and subcontractors to pay laborers, workers or mechanics employed in the performance of a public work contract not less then the prevailing rate of wage and supplements (fringe benefits) in the locality ahere the work is performed. RESPONSIBILITIES OF THE DEPARTMENT OF JURISDICTION A Department of Jurisdiction (Contracting Agency) incIudes a state department, agency, board or commission; a county, city, town or village~ a schoo! district, board of education or board of coaperative educational services; a sewer, water, fire, improvement and other district corporation; a public benefit corporation; and e public authority awarding a public work contract. The 0epartment of Jurisdiction (Contracting Agency) awarding a public work contract MUST obtain a Prevailing Ra±e ScheduIe listing the hourly rates of wages and supplements due the workers to be employed on a public work project. This schedule may be obtained by completing end forwarding a Request for Wage and Supplement Information form (PW-$g) to the Bureau of Public Work. The Prevailing Rate Schedule MUST be included in the specifications for the contract to be awarded and is deemed part of the public Upon the awarding of the contract, the laH requires ±ha~ the Department of Jurisdiction (Contracting Agency) furnish the following information to the Bureau: the name and address of ~he contractor, the date the contract was let and the approximate dollar value of the contract. To facilitate compliance with this provision of the Labor Law, a copy of the Department's Notice of Contract Let form (PM-16) is provided with the original Prevailing Rate Schedule. The Department of Jurisdiction (Contracting Agency) is required to notify the Bureau of the completion or cancellation of any public work project. The Department's PW-200 end PW-Z00.1 forms are provided for that purpose. HOURS No laborer, worker or mechanic in the employ of a contractor or subcontractor engaged in the performance of any public work project shall be permitted to work more than eight hours in any day or more than five days in any week, except in cases of extraordinary emergency. The contractor and the Department of Jurisdiction (Contracting Agency) may apply to the Bureau of Public Work for e dispensation permitting workers to work additional hours or days per week on a particular public work project. WAGES AND SUPPLEMENTS mThe wages_ and supplements ±o.be paid and/or, provided to laborers, workers and echanics employed on a public work project shall be not be less than those listed in the current Prevailing Ra~e Schedule for the locality where the work is performed. If a prime contractor on a public work projec~ has not been provided with a Prevailing Rate Schedule, ~he contractor must notify the Department of Jurisdiction (Contracting Agency) who in turn must request an original Prevailing Rate Schedule from the: New York State gepartment of Labor Bureau of Public Work State Office Campus, Bldg. 12 Albany, NY 12240 Upon receiving the original schedule, the Department of Jurisdiction (Contracting Agency) is required to provide complete copies to all prime contractors who in turn must provide copies to each subcontractor and obtain an affidavit certifying such schedule was received. Page The Commissioner of Labor makes an annual determination of the prevailing rates. This determination is in effect from July 1 thru June 30 of the following year. The annual determination is available on the Department of Labor webslte (HHw.labor.~ete.nY.u~). The prime contractor is required by law to provide copies o~ all applicable county schedules to each subcontractor and to obtain from each and every subcontractor an affidavit certifying that such schedules were received. If the original schedule expired, the contractor may obtain a copy of the neH annual determination from the Department's website. PAYROLLS AND PAYROLL RECORDS Every contractor and subcontractor mus~ keep original payrolls or transcripts subscribed and affirmed as true under penalty of perjury. Payrolls must be maintained for at least three years from the project s date of completion. At a minimum, payrolls must shoH the following information for each person employed on a public work project: * Name * Classification(s) in which the worker was employed * Hourly wage rate(s) paid * Supplements paid or provided * Oaily and weekly number of hours worked in each classification. Every contractor and subcontractor shall submit to ~he Department of Jurisdiction (Contracting Agency), within thirty (30) days after issuance of its first payroll and every thirty (50) days thereafter, a transcript of the original payrolls, subscribed and affirmed as true under penalty of perjury. The Department of Jurisdiction (Contracting Agency) shall receive and maintain such payrolls. In addition, the Commissioner of Labor may require contractors to furnish, within ten days of a request, payroll records sworn to as their validity and accuracy for public work and private work. Payroll records include, but are no~ limited to, time cards, work description sheets, proof that supplements were provided, cancelled payroll checks and payrolls. Failure provide the reguested information within the allotted ten days will result in the withholding of up to 25% of the contract~ not to exceed one hundred thousand dollars. If the contractor or subcontractor does not maintain a piece of business in New York State and the amount of the contract exceeds payroll records end certifications must be kept on the project The prime contractor is responsible for any underpayments of prevailing wages or supplements by any subcontractor. Ali contractors or their subcontractors shall provide to their subcontractors a copy of the Prevailing Rate Schedule specified in the public work contract as well as any subsequen*ly issued schedules. A failure to provide these schedules by a contractor or subcontractor is a violation of Article B of the Labor Law. See Section 220-e(d). All subcontractors engaged by a public work project contractor or i*s subcontractor, upon receipt of the original schedule and any subsequently issued schedules, shall provide to such contractor a verified statement attesting that the subcontractor has received the Prevailing Rate Schedule and will pay or provide the applicable rates of wages and supplements specified therein. See Section 220-a. ~ATION OF PREVAILING HAGE AND SUPPLEMENT RATE UPDATES APPLICABLE TO ALL The waees and supplements contained in the annual determination become effective July 1st whether or not the new determination has been received by a ~iven contractor. Care should be taken to review the ra~as for obvious errors. ny corrections should be brought to the Department's attention immediately. It is the responsibility of the public Honk contractor to use the proper rates. If there is a question on the proper classification to be used, please call the district o~fice located nearest the project. Any errors in the annual determination will be corrected and posted to the Department's websit~ on the first business day of each month. Contractors are responsible for paying these updated ra~es as well, retroactive ~o July ls*. Hhan you review the schedule for a particular occupation~ your attention should be directed to the dates above the column of rates. These ara the dates for which a given set of rates is effective. To the extent possible, the Page Department posts rates in its possession that cover periods of time beyond the July 1st to June 30th time frame covered by a particular annual determination. Rates that extend beyond that instant time period are informational only and may be updated in futura annual determinations that actually cover the then appropriate July 1st to June 30th time period. WITHHOLDING OF PAYMENTS When a complaint is filed with the Commissioner of Labor alleging the failure of a contractor or subcontractor to pay or provide the prevailing wages or supplements, or when the Commissioner of Labor believes that unpaid ~ages or supplements may be due, payments on the public work contract shall be withheld from the prime contractor in a sufficient amount to satisfy the alleged unpaid wages and supplements, including interest and civil penalty, pending a final determination. Hhen the Bureau of Public Work finds that a contractor or subcontractor on a public work project failed to pay or provide the requisite prevailing wages or supplements, the Bureau is authorized by Sections 220-b and 255.2 of the Labor Lee to so notify the financial officer of the Department of Jurisdiction (Contracting Agency) that awarded the public work contract. Such officer MUST then withhold or cause to be eithheld ~rom any payment due the prime contractor on account of such contract the amount indicated by the Bureau as sufficient to satisfy the unpaid wages and suppIements~ including interest and any civil penalty that may be assessed by the Commsssioner of Labor. The withholding continues until there is a final determination of the underpayment by the Commissioner of Labor or by the court in the event a legal proceeding is instituted for revieH of the determination of the Commissioner of Labor. The Department of Jurisdiction (Contracting Agency) shall comply Hith this order of the Commissioner of Labor or of the court Hith respect to the release of the funds so withheld. SUMMARY OF NOTICE POSTING REQUIREMENTS The currant Prevailing Rate Scheduie must be posted in a prominent and accessible place on the site of ±he public work proBect. The prevailing wage schedule must be encased in, or constructed of, materials capable of ~ithstanding adverse weather conditions and be titled "PREVAILING RATE OF WAGES" in letters no smaller than ~wo (2) inches by two (2) inches. Every employer providing ~orkers' compensation insurance and disability benefits must post notices of such coverage in the format prescribed by the Horkars' Compensation Board in a conspicuous place on the 5obsite. Every employer subBect to the New York State Human Rights Law must conspicuously post at its offices, places of employment~ or employment training centers notices furnished by the State Division of Human Rights. Employers liable for contributions under the Unemployment Insurance Law must conspicuously post on the jobsite notices furnished by the New York State Department of Labor. APPRENTICES Employees cannot be paid apprentice rates unless they are individually registered in a program registered with the New York State Commissioner of LaBor. The allowable ratio of apprentices to ~ourneyworkers in any craft classification can be no greater than the statewide building trade ratios promulgated by the Department of Labor and included with ~he Prevailing Rate Schedule. An employee listed on a payroll as an apprentice who is not registered as above or is performing work outside the classification of Hork for which the apprentice is indentured, must be paid the prevailing journeyworkar's wage rate for the classiflcation of work the employee is actually performing. Article 0 of the Ne~ York State Labor Law requires that only apprentices individually registered wi~h the New York State Department of Labor may be paid apprenticeship rates on a public work project. No other Federal or State Agency or office registers apprentices in New York State. ' Page Persons wishing to verify the apprentice registration of any person must do so in writing to the: New York State Oepartment of Labor Office of Employabili±y Development/Apprenticeship Training State Office Campus, Bldg. 12 Albany, NY I22q0 Fax (518) q57-715q All requests for verification must include the name and social security number of the person for whom the information is requested. The only conclusive proof of individual apprentice registration is written verification from the Albany Apprenticeship Training Central Office. Neither Federal nor State Apprenticeship Training offices outside Albany can provide conclusive registration information. It should be noted that the existence of a registered apprenticeship program is not conclusive proof that any person is registered in that program. Furthermore, the existence or possession of wallet cards, idan~ifica±ion cards or copies of state forms is not conclusive proof of the registration of any person es en apprentice. INTEREST AND PENALTIES In the event ~hat an underpayment of wages and/or supplements is found: M Interest shall be assessed at the rate then in effect, as prescribed by the Superintendent of Banks pursuant to section 14-a of the Banking Law, per annum from the date of underpayment to ~he date restitution is made. ~ A Civil Penalty may also be assessed, not to exceed Z5Z of the total of wages, supplements and interest due. DEBARMENT Any contractor or subcontractor and/or its successor shall be ineligible to submit e bid on or be awarded any public work contract or subcontract with any state, municipal corporation or public body for e period of Jive years when: M Two willful determinations have been rendered against that contractor or subcontractor and/or its successor within any consecutive six-year period. M There is any willful determination that involves the falsification of payroll records or the kickback of wages or supplements. CRIMINAL SANCTIONS Willful violations of the Prevailing Wage LaH (Article 8 of the Labor LaN) cons±truCe a misdemeanor punishable by fine or imprisonment, or both. DISCRIMINATION No employee or applicant for employment.m@y be discriminated against on account of age, race, creed, color, national origin, sex, disability or marital status. No contractor, subcontractor nor any person acting on its behalf, shall by reason of race, creedt color, disability, sex or national origin discriminate against any citizen of the State of New York who is qualified and available to perform the Hork to which the employment relates. See Section Z20-e(a). No contractor, subcontractor nor any person acting on its behalf, shall in any manner, discriminate against or intimidate any employee on account of race, creed, color, disability, sex or national origin. See Section 220-e(b). The Human Rights Law also prohibits discrimination in employment because of age, marital status or religion. Page There may be deduc±ed from ±he amoun± payable ±o the con±fac±or under the con±nar± a penal±y of fif±y dollars for each calendar day during which such person Has discriminated against or intimidated in violation of ±he provisions of ±he con±fac±. See Section 220-e(c). The contract may be cancelled or ±ermine±ed by ±he S±a±e or municipali±y. All monies due or ±o become due ±hereunder may be forfei±ed for a second or any subseouent viola±ion of the ±arms or condl±ions of ±he anti-discrimination sections of ±he con±fac±. See Section 220-e(d). Every employer subjec± to the New York Ste±e Human Rights Law mus± conspicuously post at i±s offices, places of employment, or employmen± training centers notices furnished by the State Division of Human Righ±s. NORKERS' COMPENSATION In accordance ~ith Section lq2 of the State Finance LaH, the con±fac±or shall maintain coverage during ±he life of ±he con±fac± for the benefi± of such employees as required by ±he provisions of the NeH York State Norkers' Compensation Law. A Contractor who is awarded a public Honk con±tact mus± provide proof of The insurance policy must be issued by a company authorized to provide Honkers' compensation coverage in New York S±ate. Proof of coverage must be on form C-105.2 (Certifica±e of Honkers' Compensation Insurance) and must name ±his agency as a certifica±a holder. If NeH York S±a±e coverage is added to an axis±lng out-of-state policy, it can only be added to a policy from a company authorized ±o Hrite Honkers' compensation coverage in this sta±e. The coverage must be listed under item 3A of the information page. The con±rector mus± mein±ain proof that subcontrec±ors doing Honk covered under this contract secured and maintained a Honkers' compensation policy for all employees working in New York S±a±e. Every employer providing workers' compensation insurance and disebili±y benefits must post notices of such coverage in the format prescribed by the Honkers' Compensation Board in a conspicuous place on the jobsite. UNEMPLOYMENT INSURANCE Employers IiabIe for con±ribu±ions under the Unemployment Insurance LaH must consp$cuously post on the jobsite no±ices furnished by the New York State Darer±men± of Labor. PH-203 (6/01) Page 5 NEW YORK STATE DEPARTMENT OF LABOR Bureau of Public Work State Office Campus. Bldg. 12 Albany NY 12240 TONN OF SOUTHOLD FRANK R. SIMONE,SR. DES. ENGR. H2M GROUP B75 BROAD HOLLOW ROAD MELVELLE NY i17A7 SUFFOLK COUNTY AGY. OF JURIS. : NAT. OF PROJECT: TOHN OTHER RECDN,HAINT,REPAIR,ALT Schedule Type 2002 Date 0B/21/02 Prevailing Rate Case No 020E897 O1 PROJECT ID #: NOEN BRIDGE REPLACEMENT ~ BRUSHES CREEK PECONI£ BAY BLVD. Copies of the wage and supplement schedule for the Public Work project identified above are encloseq herewith. Sec. 220.3a of the Labor Law requires that certain information be furnished to the Commissioner of Labor. Accordingly, you MUST complete ONE of these requests for EACH prime contract let immediately upon notifying a successful bidder for this Public Work project. Photocopy as many blank forms as required to supply one for each contractor. Retum this request to the address given above [] Project CANCELLED, POSTPONED or assigned to agency's own employees, if reactivated, new rates and supplements will be requested. [] CONTRACT AWARDED: (check one and indicate date of first legal instrument which bound agency to contract.) [] Letter of Intent [] Contract Signed [] Resolution Work to be done by this prime contractor: Type of Contract: CHECK APPLICABLE TYPE [] (01) General Construction [] (02) HeatingNentilation [] (03) Elect~cal [] (04) Plumbing [] (05) Other Contractor Information: ALL INFORMATION MUST BE SUPPLIED Federal Employer Identification Number: Name: Address: CONTRACTOR'S TELEPHONE #: - City: Amount of Contract Approximate Completion Date: / / Estimated Date Entire Project Will be Completed: / / CONTRACTS NOT YET AWARDED Type of Contract (Check all applicable contract types) [] (01) General Construction [] (02) Heating/Ventilation [] (04) Plumbing [] (05) Other Signature PW-16 (7-00} State: Approximate Starting Date: Zip: / / [] (03) Electdcal Date Page O1 Prevailing Rate Schedule NeH York State Department of Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 Prevailing Nage Rates for 07/01/02 - 06/30/03 INFORMATION ABOUT PREVAILING RATE SCHEDULE This information is provided to assist you in the interpretation of particular requirements for each classification of Honker contained in the attached Schedule of Prevailing Rates. PAID HOLIDAYS Paid Holidays are days for ~hich an eligible employee receives e regular day's pay, bbt is not required to perform Honk. If an employee ~orks on a day Iisted as a paid holiday, this remuneration is in addition to payment of the required prevailing rate for the Nork actually performed. OVERTIME Overtime holiday pay is the premium pay ~hat is required for ~ork performed on specified holidays. It is only required Hhere the employee actually performs ~ork on such holidays. The applicable holidays are listed under HOLIDAYS: OVERTIME. The required rate of pay for these covered holidays can be found in the OVERTIME PAY section listings for each classification. SUPPLEMENTAL BENEFITS Particular attention should be given to the supplemental benefit requirements. Although in most cases the payment or provision of supplements is for each hour worked~ some classifications requzre the payment or provision of supplements for each hour paid (including paid holidays on which no work is performed) and/or may require supplements to be paid or provided at a premium rate for premium hours Honked. EFFECTIVE DATES Hhen you revieH the schedule for a particular occupation? your attention should be directed to the dates above the column of rates. These are the dates for which a given set of rates is effective. The rate listed is valid until the next effective rate change or until the new annual determination which takes effect on July 1 of each year. All contractors and subcontractors are requiredto pay the current prevailing rates of wages and supplements. If you have anyquestions, please contact the Bureau of Public Honk or visit the New York StateOepartment of Labor website (~ww.labor.state.ny.us) for current ~age rate information. APPRENTICE TRAINING RATIOS The following are the allowable ratios of registered Apprentices to Journey- workers. For example, the ratio 1:1~1:3 indicates the allowable initial ratio is one Apprentice to one Journeyworker. The Journeyworker must be in place on the project before an Apprentice is allowed. Then three additional Journeyworkers are needed before a second Apprentice is allo~ed. The last ratio repeats indefinitely. Therefore~ three more Journeyworkers must be present before a third Apprentice can be hired,and so on. Please call Apprentice Training Central Office at (SiB) 457-6820 if you have any questions. Title (Trade) Ratio 8oilermaker 1:1,1:4 Mason 1:1,1:~ Page 02 Prevailing Rate Schedule New York State Department of Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 Electrical (Outside) Lineman Electrician (Inside) Elevator/Escalator Construction & Modernizer Glazier Insulation ~ Asbestos Worker Iron Worker Laborer Op Engineer Painter Plumber & Steamfitter Roofer Sheet Metal Worker Sprinkler Fitter l:l,l:q :1,1:2 :1,1:$ :1,1:2 :1,1:$ :1,1:6 :l,l:6 :i,i:S 1:1,1:5 1:1,1:3 1:1,1:3 1:1,1:2 1:1,1:3 1:1,1:2 If you have any questions concerning the attached schedule or would like addztional information, please contact the nearest BUREAU of PUBLIC WORK District Office or ~rite to: New York State Department of Labor Bureau of Public Work State Office Campus, Albany, NY 122q0 District Office Locations: Bureau of Public Work - Albany Bureau of Public Hork Binghamton Bureau of Public Work Buffalo Bureau of Public Work - Hemps±ead Bureau of Public Work Rochester Bureau of Public Work - Syracuse Bureau of Public Work Utica Bureau of Public Work - White Plains Bureau of Public Work ~ Ne~ York City Bureau of Public Work Central Office Updated 08/01/2002 Bldg. 12 Telephone# FAX # 518-qB7-274q 607-721-800B 716-847-7159 516-228-3915 585-258-q505 315-428-4056 315-793-2314 914-997-9507 212-3B2-6088 518-4BT-BBS9 5/25/2001) NOTES Admin. 518-485-0240 607-721-800q 716-847-7650 516-794-3518 585-258-q708 315-428-4671 315-793-2342 914-997-9523 212-352-6186 518-485-1870 OVERTIME/HOLIDAY CODES OVERTIME Following is an explanation of the code(s) listed in the OVERTIME section of each classification contained in the attached schedule. Additional requirements may also be listed in the HOLIDAY section. AA) Time and one half of the hourly rate after 7 hours per day. A) Time and one half of the hourly rate after 7 and one half hours per day. B ) Time and one half of the hourly rate after 8 hours per day, BI) Time and one half of the hourly ra~e for the 9th & loth hours week days and the ls± 8 hours on Sa±urday. Double the hourly rate for all additional hours. C ) Double the hourly rate after 7 hours per day. C1) Double the hourly rate after 7 and one half hours per day. D ) Double the hourly rate after B hours per day. D1) Double the hourly rate after g hours per day. Page 03 Prevailing Ra±e ScheduIe New York S±a±e Depar±men± of Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 E ) Time and one half of the hourly ra±e on Sa±urday. El) Time and one half ls~ q hours on Sa±urday. Double ±he hourly ra±e all addi±ional Sa±urday hours. E2) Saturday may be used as a make-up day e± s±raigh± ±ime when a day is los± during ±ha± week due ±o inclemen± wee±her. ES) Be±ween November ls± and March 3rd Sa±urday may be used as a make-up day a± s±raigh± ±ime when a day is los± during ±ha± week due *o inclemen± wee±her, provided a given employee has worked be±ween 16 and 32 hours ±ha± week. E4) Saturday and Sunday may be used as a make-up day a± s±raigh± time when a day is los± during ±hat week due ±o inclemen± wee±her. F ) Time and one half of the hourly ra±e on Sa±urday end Sunday. G ) Time and one half of the hourly rate on Sa±urday and Holidays y ) Time and one half of ±he hourly ra±e on Sa±urday, Sunday, and'Holidays. ) Time and one half of ±he hourly ra±e on Sunday. d ) Time and one half of ±he hourly ra±e on Sunday and Holidays. K ) Time and one half of the hourly ra±e on Holidays. L ) Double ±he hourly ra±e on Sa±urday. M ) Double the hourly rate on Sa±urday and SunOay. N ) Double ±he hourly rate on Sa±urday and Holidays. ~ ) Double ±he hourly ra±e on Sa±urday, Sunday, and Holidays. ) Double the hourly ra±e on Sunday. ~ ) Double ±he hourly ra±e on Sunday and Holidays. ) Double ±he hourly ra±e on Holidays. S )31) Two and one half times ±he hourly rate for Holidays, if worked. Two and one half times ±he hourly ra±e the firs± B hours on Sunday or Holidays. One and one half ±Jmes the hourly ra±e all additional hours. T ) Triple the hourly rate for Holidays, if worked. ~ ) Four times the hourly ra±e for Holidays, if worked. ) Including benefits a± SAME PREMIUM as shown for over±ime. N ) Time and one half for benefi±s on all overtime hours. NOTE:BENEFITS are PER HOUR MORKEO,for each hour worked, unless o±herwise noted HOLIDAYS PAID Holidays: Paid Holidays are days for which an eligible employee receives a regular day's pay~ but is no± requzred ±o perform work. If an employee works on a day listed as a paid holiday, this remuneration is in addition ±o payment of the required prevailing rate for the work actually performed. OVERTIME Holiday Pay: Over±ime holiday pay is the premium pay fha± is required for work performed on specified holidays. It is only required where ±he employee ac±uall¥ performs work on such holidays. The applicable holidays are listed under HOLIDAYS: OVERTIME. The required rate of pay for ±hese covered holidays can be found in the OVERTIME PAY section listings for each classification. Following is an explanation of the code(s) lis±ed in the HOLIDAY sec±ion of each classification contained in ±he at±ached schedule. The Holidays as listed below are ±o be paid a± the wage rates a± which ±he employee is normally classified. 1 2 5 6 7 8 g None. Labor Day. Memorial Day and Labor Day. Memorial Day and July qth. Memorial Day, July 4th, and Labor Day. New Year's Day, Thanksgiving Day, and Christmas Day. Lincoln's Bir±hday, Nashlngton's Bir±hday, and Ve±erans Day. Good Friday. Lincoln's Birthday. Page Oq Prevailing Rate Schedule NeH York S~ate Department of Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 10 11 12 13 15 16 17 18 19 20 21 22 23 2~ 25 26 Hashington's Birthday. Columbus Day. Election Day. Presidential Election Day. 1/2 Day on Presidential Election Veterans Day. Day after Thanksgiving Day. July qth. 1/2 Day before Christmas Day. 1/2 Day before New Years Day. Thanksgiving Day. New Year's Day. Christmas Day. Day before Christmas. Day before NeH Year's Day. Presidents~ Day. Martin Luther King, Jr. Day. Day. Updated 08/01/2002 Asbestos Horker NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County NEW YORK CITY: Entire B Boroughs WAGES: (per hour) 7/01/02 Asbestos Horker ......... $36.11 OVERTIME: See ( C, O, T~, V ) on OVERTIME PAGE. ~ over±ime code T applies to Labor Day only if worked. HOLIDAYS: Paid: Overtime= See ( 1 ) on HOLIDAY PAGE. See ( 5, 6, 9, 11, 15, 16, 25 ) on HOLIDAY PAGE. For Rem./Abatement= See ( i ) on HOLIDAY PAGE. APPRENTICES:( 1 )year terms at the foIlowing percentage of Journeyman's rates. 1st 2nd 3rd ~0% 60Z 70Z 80Z SUPPLEHENTAL BENEFITS= (per hour worked) Journeyman .............. $ 20.89 Apprentices ..... Same Z as wages of $ 20.89 HAGES (per hour) 7/01/02 12/01/02 Rem./Abatement only~ ...... $ 25.00 Addit. $1.00 per hr. ~On mechanical systems that are not to be scrapped. other removaI or abatement refer to Laborer Asbestos Abatement. OVERTIME: Rem./Abatement: Time and One-Half after 8 hours per day and after 5 work days per week. Page 05 Prevailing Rate Schedule Ne~ York S±ate Oepartmen± of Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 Journeyman Rem ~ Abatement .......... $ 6.20 9-12 Updated 08/01/2002 Boilermaker DUTCHESS COUNTY: NASSAU COUNTY= NEW YORK CITY: ORANGE COUNTY: PUTNAH COUNTY; ROCKLAND COUNTY: SUFFOLK COUNTY: SULLIVAN COUNTY: ULSTER COUNTY: Entire County Entire County Entire 5 Boroughs Entire County Entire County Entire County Entire County Entire County Entire County WEaTCHESTER COUNTY: Entire County WAGES: (per hour) 7-01-02- 6-30-03 Boilermaker ........... $ 35.69 OVERTIME PAY: See ( BE*, D, E, Q ) on OVERTIME PAGE. NOTE:( ** ONLY ON REPAIR HORK) HOLIDAYS: Paid: Overtime: See ( ~ 16, 2~, 24 ) on HOLIDAY PAGE. See ( ; 6, i1, 12, 15, 25 ) on HOLIDAY PAGE. APPRENTICES: ( 1/2 ) year terms at the following percentage of journeyman's wage. ls± 2nd ~rd 4th 5~h 6th 7th 8~h 65% 65% 70% 75% 80% 85% 90% 95% SUPPLEMENTAL BENEFITS: (per hour worked) $ 4.59 + 47 % of wage rate 4-5 Updated 08/01/2002 Carpenter - Building and Heavy Highway NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County WAGES: (per hour) 7-01-02- 6-30-05 Building Page 08' Prevailing Ra~e Schedule New York Sta±e Depar±men± of Labor .................................. Case Number .................................. 0205Bg7 SUFFOLK 200Z SUFFOLK COUNTY: En±ire County NAGES: (per hour) 7/01/02 Marine Cons±ruction: Marine Diver .................. $ 41.17 " " Tender ............ $ 30.39 OVERTIME PAY: See ( B, E, E2, Q ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( 18, 19 ) on HOLIDAY PAGE. Paid: See ( 5, 6, 10, 11, 13, 16, 18, 19 Overtime: See ( 5, 6, 10, 11, 13, 16, 18, 19 for ls~ & 2nd yr. Apprentices on HOLIDAY PAGE. APPRENTICES: (1) year terms a± ±he following percentage of ±he journeyman's Hage. 1st 2nd ~rd 40% 50% 65% 80% SUPPLEMENTAL BENEFITS: (per hour paid) Journeyman ................. $ 23.64 Apprentices ............... 16.39 9 - 1456 Updated 08/01/2002 Carpenter - Millwrigh~ NASSAU COUNTY: Entire Coun±y NEM YORK CITY: Entire County PUTNAM COUNTY: Entire County ROCKLAND COUNTY: Eh±ire County SUPPOLK COUNTY: Entire County HESTCHESTER COUNTY: Entire County HAGES: (per hour) 7/01/o2 Building: Millwright .................... $ 35.2! OVERTIME PAY: See ( B, E, E2, Q ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( Paid: See ( Over±ime: See ( 18, 19 ) on HOLIDAY PAGE. 5, 6, 11, 13, 16, 18, 19, 25 ) for ls~ & 2nd yr. Apprentices 5, 6, lI~ 15, 16, iB, 19, 25 ) on HOLIDAY PAGE. APPRENTICES: ls±. 55% ) year terms a± the following percentage of Journeyman's 2nd. 3rd. q±h. 65% 75% 95% Page og Prevailing Ra±e Schedule New York State Department of Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 SUPPLEMENTAL BENEFITS: (per hour paid) Journeymaq ................. $ 25.96 Appr ls± term ............. 17.22 Ap~r 2nd term ............. 18.85 Appr 3rd term ............. 21.18 Appr Qth term ............. 23.70 9-7q0.1 Updated 08/01/2002 Carpen±er - Timberman NASSAU COUNTY: Entire County NEW YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County WESTCHESTER COUNTY: Entire Coun±y WAGES: (per hour) 7/01/01 Timberman .................. $ 30.59 OVERTIME: See B, E, E2, Q ) on OVERTIME PAGE. HOLIDAYS: Paid: See Paid: See Overtime: See 18, 19 ) on HOLIDAY PAGE, 5, 6, 11, 13, 16, 18, lC, 25 5, 6, 11, 13, 16, 18, 19~ 25 ) for 1st ~ 2nd yr. Apprentices on HOLIDAY PAGE. APPRENTICES: ( 1 ~st. 2nd. AO% 50% ) year terms at the following percentage of Journeyman's 3rd. qth. 65% 80% SUPPLEMENTAL BENEFITS: (per hour paid) Journeyman ................ $ 23.6q Apprentices ................ 16.39 g - 1536 Updated 08/01/2002 Core Driller ORANGE COUNTY: South of but including the following~ Waterloo Mills, Slate Hill, New Hampton, Goshen, Blooming Grove, Moun±ainvllle, east to the Hudson River. PUTNAM COUNTY: South of but including the following, Cold Spring, Tompkins Corner, Mahopac, Croton Falls, east to Connecticut border. SUFFOLK COUNTY: West of Port Jefferson and Patchooue Road to Route ll2 to the Atlantic Ocean. NASSAU COUNTY: Entire County NEH YORK CITY: Entire 5 Boroughs ROCKLAND COUNTY: Entire County WESTCHESTER COUNTY: Entire County Page 10' PrevaiIing Rate Schedule New York State Depertmen± of Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 HAGES: (per hour) 10/16/01 Core Drilling; Driller .................. $ 2q.75 Heiper ................... 20.47 Note: Hazardous Has~e Pay Differential: For Level C, an additional $ 0.25 per hour For Level 8, an additional .75 per hour For Level A, an additional 1.00 per hour Note: Nhen required ~o Hork on ~a±er: an additional $ 0.25 per hour. OVERTIME PAY: See ( B, E, K*, P, PM* ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( 5, G ) on HOLIDAY PAGE. 0ver~ime: ~ See (5~ 6 ) on HOLIDAY PAGE ~ See ( B, 10, Il, 15 ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: (per hour worked) $ 9.59 9-1556 Updated 08/01/2002 Electrician NASSAU COUNTY: Entire Couniy SUFFOLK COUNTY: Entire County MAGES: (per hour) 7-01-02- 5-05-05- 5-02-05 5-04-04 Electrician ............ $ 59.00 $ ql.O0 Fire Alarm ............. 59.00 41.00 Audio/Sound ............ 59.00 41.00 OVERTIME PAY: See ( B,E,Q,V~ ) on Overtime Page. HOLIDAYS: Paid: See ( 1 ) on HOLIDAY PAGE. Overtime: See ( 5,6,12,16,25 ) on HOLIDAY PAGE. APPRENTICES: ( 1 ) year ~erms a~ ~he following pencen±ege of Journeyman's Hage. ls± 2nd 3rd q%h B~h 6±h 35% 40% 45% 50% 60% 70% SUPPLEMENTAL BENEFITS: (percents based on houriy Heges/others per hour) Journeyman 45.5% + 45.5% + App ls~ yr 12.0% + 12.0% + $ 2.70~ $ 2.90~M App 2nd yr 21.5% + 21.5% + $ 5.59~ $ 3.79~ Page 11 Prevailing Rate Schedule New York State Oepartmen± of Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 App 3rd yr 43.5% + 43.5% + App qth yr 43.5% + 43.5% + App 5th yr 43.5% + 43.5% + $ 5.2q~ $ 5.qq~ ApP 6~h yr 4~.5% + 43.5% + $ 5.24~ $ 5.44~ PUMP & TANK NORK Journeyman ....... 7-01-02- 5-03-03 31.30 OVERTIME; See ( B, HOLIDAYS: Paid: ( 1 Over±ime: ( 5, 6, APPRENTICES: One rate. 1st 2nd 3rd 40% 50% 60% 70% 85% SUPPLEMENTAL BENEFITS: per hour worked. 50 1/2% of hourly rate E, Q ) on OVERTIME PAGE. 9, 16, 25 ) on HOLIDAYS PAGE. i ) year ±erms at ±he following percen~ of journeyman's q-25 Upda±ed 08/01/2002 Ele¢±rician - Lineman NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County For Utility Distribution 8 Transmission Line Construction. HAGES: (per hour) 7-01-02- 4-06-03- q-05-03- 4-03-04 Lineman / Splicer ............... $ 31.10 $ 34.15 Material Man .................... 28.80 29.71 Heavy Equip. Operator ............ 26.48 27.32 Groundman ....................... 19.86 20.49 FIagman ......................... i4.90 i5.37 OVERTIME PAY: See B,Q ) on OVERTIME PAGE. HOLIDAYS: Paid: Overtime: See ( 5,6,8,16,23,25,26 ) on Holiday page. See ( 1 ) on Overtime Page. APPRENTICES: 1000 hour Periods at ~he following Percentage of Journeyman's Page 12' PrevaiIing Rate Schedule New York State Oepartmen± of Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 Hage. 1st. 2nd. 3rd. qth. 5±h. 6th. 7th. 60% 65% 70~ 75X 80% 85% 90% SUPPLEMENTAL BENEFITS: (percents based on gross wages-others per hour) 22.50% + 22.50~ + q.~3 $ 5.2~ Underground Natural Gasline Mechanic (2" or less): Journeyman U.G.Mechanic ....... OVERTIME: See B) E, E2, P ) HOLIDAYS:: Paid: See Overtime: See 7-01-02- 6-30-05 27.52 5, 6, 8. 9, 10, 11, 16 ) on Holiday Page. 1 ) on Overtime Page. Supplementai Benefits: ( per hour worked 23.0% + $ q. O0 4-10q9 line Updated 08/01/2002 Electrician - Maintenance NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County "PLEASE NOTE" Applicable to electrical maintenance of existing electrical systems including, bu~ not limited to traffic signals & street lighting. HAGES: (per hour) 7-01-02- 4-26-03- 4-25-03 ~-30-04 Electrician ........ $ 30.76 $ 32.30 OVERTIME PAY: See ( B, H, ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( 1 ) on HOLIDAY PAGE. Overtime: See ( 5, 6, 16) 25 ) on HOLIDAY PAGE. APPRENTICES: ( ls± 2nd 40% 50% 1 ) year terms at the following wage. ~rd q~h 5th 60% 70% 80% SUPPLEMENTAL BENEFITS: (per hour worked) Page 13 Prevailing Rate ScheduIe New York State Depar±men± of Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 of Wage + 29% ~fZ~age + 29~ 2.09 $ . q-25m Updated 08/01/2002 Electrician - Teleda±a NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County "PLEASE NOTE" This Pate does not apply to construction of a new building or a major renovation of an existing one. In those cases the nebular Electrician rate applies. Rlease call Hempstead District Office at (516)q85-q878 ~o ensure proper fete. WAGES: (per hour) 7-01-02- 6-30-03 (Telephone and In±egrated Tele-Data Systems) Journeymen ........... 28.69 OVERTIME PAY: See ( B, E, Q ) on OVERTIME PAGE. HOLIDAYS: Paid: See (1) en HOLIDAY PAGE. Over~ime: See (5,6,11,12,16,25)) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman q7.5% + $ 0.83 q-25 Updated 08/01/2002 Electrician - Tree Trimmer NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County HAGES: (per hour) 7-01-02- 8-~0-03 (TREE TRIMMER) Line Cleerance Specialist .......... $ 20.qq OVERTIME: See ( B, E, P, T ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( 5, 6, 8, 9, 10, 11, 16, ) on HOLIDAY PAGE. Pa~a 14 Prevailing Rate Schedule New York State Department of Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 Overtime: See ( 1 ) on OVERTIME PAGE. SUPPLEMENTAL BENEFITS: (per hour worked) Updated 08/01/2002 12.5Z + $ 4.37 q-lOq9 Elevator - Constructor ROCKLAND COUNTY: Entire County e×ce~t for the Township of Stony Point HESTCHESTER COUNTY: Entire County except for the Townships of Bedford, Lewisboro, CortIand, Mt. Kisco, North Salem, Pound Ridge, Somers and Yorktown. NASSAU COUNTY: Entire County NEN YORK COUNTY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County HAGES: (per hour) 7/01/02 Elevator Constructor .............. $ 39.50 "Modern. 8 service ............ $ 31.96 Apprentice: (6) month terms at the following percentage of Journeyman's wage. 1st 2nd 3rd 4th 5th 6th 7th 8th 9th loth 50% 60Z 65% 70% 75% 75% 75% 75% 75Z 75% OVERTIME PAY: CONSTR. See (s~C-eO ) on OVERTIME PAGE. OVERTIME PAY: MODERN./SERV. B, H ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( 11, 16 Overtime: Sea 1, on HOLIDAY PAGE. on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: Journeyman and Apprentices: Construction ................... $ 16,7)5 Appr. let year ................ 11.305 Appr. 2nd year ................ 12.q$5 Appr 3rd year ................ 13.395 Appr qth year ................ 14.3~5 Appr. 5th year ................ 15.~05 Modern./Service 15.7q5 Appr. 1st year 10.785 Appr. 2nd year ll.qq5 Appr 3rd year 12.305 Appr. 4th year 13.605 Appr 5th year ltl.q65 (per hour worked) Updated 08/01/2002 g-1 Page i5 PrevaiIing Rate Schedule New York State Oepartment o~ Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 Glazier DUTCHESS COUNTY: Entire county NASSAU COUNTY: Entire county NEN YORK CITY: Entire 5 boroughs ORANGE COUNTY: Entire county PUTNAM COUNTY: Entire county ROCKLAND COUNTY: Entire county SUFFOLK COUNTY: En±ire county SULLIVAN COUNTY: Entire county ULSTER COUNTY: Entire county NESTCHESTER COUNTY: Entire county NAGES: (per hour) 5/01/02 Glazier .................. $ 32,20 OVERTIME PAY: See ( C, 0 I on OVERTIME PAGE. HOLIDAYS: Paid: Overtime: See ( 1 ) on HOLIDAY PAGE. See ( 5, 6, 16~ 25 ) on HOLIDAY PAGE. APPRENTICES: ( 1 ) year terms at the following percentage Journeyman's wage. 1st Znd ~rd qth qO% 50% 60% 80% SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman ............. $ 20.12 Appr 1st term .......... 6.~5 Appr 2nd term .......... 12.~9 Appr ~rd term .......... l~.0i Appr ~th term .......... 17.~7 9-1087 (DC9 NYC) Updated 08/01/2002 Ironworker - Derrickman/Rigger NASSAU COUNTY: Entire County NEH YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County NESTCHESTER COUNTY: Entire County HAGES: (per hour) 7/01/02 Oerrickman/Rigger .......... $ ~q.46 OVERTIME PAY: See ( C, O, V ) on OVERTIME PAGE. Page 16 Prevailing Rate Schedule New York State Departmen~ of Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 HOLIDAYS: Paid: See ( I ) on HOLIDAY PAGE. Over±ima: See ( 5, 6, 8, lO ) on HOLIDAY PAGE. APPRENTICES: ( 1/2 ) year ~erms a~ ~he following percentage of journeyman's wage'ls~ 2nd Srd q±h 5~h 6±h 50Z 60Z 70Z 80~ 90Z 90Z SUPPLEMENTAL BENEFITS: (per hour worked) $ 26.ql 9-197 Updated 0B/01/2002 Ironworker - Ornamental NASSAU COUNTY: NEW YORK CITY: SUFFOLK COUNTY: NESTCHESTER COUNTY: NAGES: (per hour) En±ire Coun±y Entire 5 Boroughs Entire Coun±y Entire County 7/01/02 Ornamental ................. $ qO.15 Chain Link Fence ........... qO.15 Guide Rail Instaliation .... qO.i5 OVERTIME PAY: See ( A, O1, E~, Q, V ) on OVERTIME PAGE. ~Double time after 7 hours on Saturday. HOLIDAYS: Paid: Overtime: Se. ( i ) on HOLIDAY PAGE. See ( 5, 6, 8 ) on HOLIDAY PAGE. APPRENTICE (1/2 ) year ~erms at the following percentage of Journeyman's wage. 1st. 2nd. 3rd. qth. 5th. 6th. 60% 65% 70% 80% 85% 95% SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman .............. $ lg.qO Appr 1st term ........... 16.gq Ap~r 2nd term ........... i7.2q A~pr 3rd term ........... 17.55 Appr qth ~erm ........... 18.17 Appr 5ih term ........... 1B.q8 Appr $th ±arm ........... lg. O9 9-580 U~dated 08/01/2002 Ironworker - Reinforcing Page 17 Prevailing Rate Schedule Ne~ York Sta±e Oepartmen~ of Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 ROCKLAND COUNTY: Southern Sec±ion NASSAU COUNTY: En±ire County NEN YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire Coun±y NESTCHESTER COUNTY: Entire County NAGES: (per hour) 7/01/01 Reinforcing 8 Metal Lathzng ............. $ 35.05 OVERTIME PAY: See ( A, E, P, V ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( 1 ) on HOLIDAY PAGE. Overtime: See ( 5, 6, 8, 10, 11, 13, 18, 19 ) on HOLIDAY PAGE. APPRENTICES: ( 1 ) year terms at the following wage rates. 1st 2nd 3rd 4th $20.80 $23.00 $26.45 $29.90 SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman ............ $ 21.45 Apprentices: 1st term .............. 1~.43 2nd term .............. 15.68 3rd term .............. 16.68 4th term .............. 17.68 9-46 Updated 08/01/2002 Ironworker - Structural NASSAU COUNTY: Entire County NEN YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County HESTCHESTER COUNTY: Entire County NAGES: (per hour) 1/01/02 Structural ................ $ 43.80 Riggers ................... 43.80 Machinery Movers .......... 43.80 " " Erectors ........ 43.80 OVERTIME PAY: See ( B, E~, Q, V ) on OVERTIME PAGE. ~ for 1st 8 hours~ double time thereafter. HOLIDAYS: Paid: See ( 18, 19 ) on HOLIDAY PAGE. Overtime: See ( 5, 6, 8, 18~ 19 ) on HOLIDAY PAGE. APPRENTICES: ( 1/2 ) year terms at the following 1st. 2nd. 3rd. 4±h. 5th. wage'th. Page iB Prevaiiing Rate ScheduIe New York State Department of Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 $ 2~.65 2q.25 2~.25 2q.85 2q.85 2q,85 SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman ............... $ 24.23 Apprentices ............. 19.08 9-q0/561 Updated 08/01/2002 Leborer- Building NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County HAGES: (per hour) 7-01-02- 06-30-03 Building Laborer: $ 24.00 ~(For Abatement Rate See Below) OVERTIME PAY: See ( A~ E, E2, Q ) on OVERTIHE PAGE. HOLIDAYS: Paid: See [ 1 ) on HOLIDAY PAGE. Overtime: See ( 5,6~7,11~12 ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: (per hour worked) $ 16.91 APPRENTICES: Regular Hour Terms ( Not available for Abatement Hork) TERMS HAGES/HR SUPPLEMENTS/HR 1 hr. to 1000 hfs ............ $ 14.00 $ 6.00 1001 hrs. to 2000 hrs. 15.00 7.00 2001 hrs. to 3000 hrs. 17.00 7.00 5001 h~s. to qO00 hrs. 20.00 7.00 ~ABATEMENT ONLY Abatemen~ Hork Only: 07-01-02- 12-01-02- 11-30-02 11-$0-05 $ 24.00 $ 1.00 adtl. Supplemental Benefits: $ 4.00 $ q. O0 ( per hour worked ) q-66 Updated 08/01/2002 Laborer - Excavation NASSAU COUNTY: Entire County NEH YORK CITY: Entire County SUFFOLK COUNTY: Entire Coun±y HAGES: (par hour) 7/01/02 Page 19 Prevailing Rate Schedule New York Sta±e Oeoartment of Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 Laborer/Excavation: Basic .......................... $ 28.7~ Flagman ........................ 28.7~ Pipeleyer ...................... 28.7~ Tree Nork, Landscape ........... 28.7~ OVERTIME PAY: See ( B, E, Q ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( 2, 20 ) on HOLIDAY PAGE. Over±±me: See (5; 6, 11, 13 ) on HOLIDAY PAGE. APPRENTICES: ls± 50% 1000 hour ±arms at ±he following percen±age of journeyman's 2nd 3rd ~±h 60Z 75Z 90Z SUPPLEMENTAL BENEFITS: (per hour worked) $ lq.6q 9-731Ex Updated 08/01/2002 Laborer - Free Air NASSAU COUNTY: Entire Coun±y MEN YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County GROUP A: 8±asters. GROUP B: Tunnel workers ~ ~ (including Miners, Or±ii Runners~ Iron Men, Maintenance Men, Conveyor Men, Safety Miners, Riggers, 8lock La,ers, Cement Finishers, Rod Men~ Caulkers, Po~dar Carriers, Hiners' Helpers, Chuck Tenders, Track Men, Nippers, Brake Men,Oerail Men, Form Men, Bo±tom Bell. Top Bell or Signal men. Form Norkers Movers, Concrete Norkers~ Shaft Men, Tunnel Laborers and Caulkers' Helpers). GROUP C: Po~der Na±chmen, Top Laborers and Changehouse A±tendants. NAGES: (per hour) 7/01/99- Laborer (Tunnel)-FREE AIR: Group A ...................... $ 26.0~ Group B ...................... $ 2q.90 Group C ...................... $ 23.005 Small Bore Micro Tunnel Machines For Repairs on E×isting Mater Tunnels For Repairs of SeMer & Drainage Tunnels For Repair & Maintenance of all SubMa¥ Vehicular Tunnels 7/01/00 7/01/01 addit, addit. 2.2q7/hr 2.2q7/hr 2.15/hr 2.15/hr 1.99/hr 1.99/hr 80Z of rates above 90Z of rates above 85Z of rates above 80Z of Pa±es above Page 20 Prevailing Rate Schedule New York State Department of Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 OVERTIME PAY: For Laborer (Free Air) See ( O, M, RE ) on OVERTIME PAGE. For Repair Categories See (B~ F~ RE ) on OVERTIME PAGE. ~ Micro Tunneling ~ Straight time first 8 hours, double time after 8 hours. HOLIDAYS: Paid: Sea ( 5, 6, g, 11, 12, Overtime: See ( 5, 6,9' 11, 12, 15, 25 ) on HOLIDAY PAGE. 15, 25 ) on HOLIDAY PAGE SUPPLEMENTAL BENEFITS GROUP A 26.18% of straight time hourIy rate + $17.585 per hour paid + .28 per hour worked + 3.00 per day + .i6 per hou~ on Overtime Hours. GROUP B 26.i8% of straight time houriy rate + $16.825 pen hour paid + .28 per houm worked + 3.00 per day + .16 per hour on Overtime Hours. GROUP C 26.18% of straight time hourly rate + $15.SG6per hour paid + .28 per hour worked + 3.00 per day + .16 per hour on Overtime Hours. 80% of rates above Small Bore Micro Tunnel Machines For Repairs on Existing Water Tunnels For Repairs of Sewer S Drainage Tunnels For Repair & Maintenance of all Subway Vehicular Tunnels 90% of rates above 85% of rates above 80% of rates above 9-147Tnl/Free Updated 08/01/2002 Laborer - Heavy Highway NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County Laborer (Heavy/Highway): GROUP # l: Asphal~ Rakers and Formsetters. GROUP # 2: Asphalt Shovelers, Roller Boys and Tampers. GROUP # 3: Basic Laborer, Power Tool, Trackmen, Landscape, Pipelayer, Jackhammer end Concrete. WAGES: (per hour) 7-01-0Z- 6-30-05 Laborer: GROUP # 1 ............. $ 28.12 GROUP # 2 ............. 27.40 Page 21 Prevailing Rate Schedule NeH York State Department of Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 GROUP # 3 ............. 25.23 NOTE: PREMIUM PAY 20X on straight time hours for NEW YORK STATE D.O.T and other GOVERNMENTAL MANDATED off-shift work. APPRENTICES: I 1 ) year terms at the following Percentages of dourneymans Nege. 1st year .......... 80X 2nd year .......... 90X OVERTIME PAY: See B, E2, F ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( 1 on HOLIBAY PAGE. Overtime: See ( 1 on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: (per hour worked) (After forty hours paid) $ 14.77 $ 9.17 q-1298 Updated 08/01/2002 Laborer - Tunnel Compressed Air NASSAU COUNTY: Entire County NEM YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County GROUP I: Blasters, Mucking and Machine Operators. GROUP Z: Tunnel Horkers~ ~ (including Miners, Drill Runners,Iron Men, Maintenance Men, Inside Muck Lock Tender, Pumpmen, Electricians, Cemen± Finishers, Rod Men, Caulkers, Carpenters, Hydraulic Men, Shield Drivers~ Monorail Operators, Mo~or Men, Conveyor Men, Safe~y Miners, Powder Carriers, Pan Men, Riggers, Miner's Helpers, Chuck Tenders, Track Hen, Nippers, Brake Men, Form Horkers, Concrete Horkers, Tunnel Laborers, Caulker's Helpers), Hose Hen, Grou~ Hen, Gravel Hen, Derail Men and Cable Men. GROUP 3: Top Nipper GROUP q: Outside Man Lock Tender, Outside Muck Look Tender, Shaft Men,Gauge Tender and Signal Men. GROUP 5: Powder Hatchmen, Top Laborers and Changehouse A±tendants. HAGES: (per hour) 7/01/99 7/01/00 7/01/01 Laborer(Compressed Air): GROUP 1 ..................... $ 27.256 GROUP 2 ..................... 26.325 GROUP 3 ..................... 25.837 GROUP q ..................... 25.37 GROUP 5 ..................... 22.975 addit, addit. 2.35/hr 2.35/hr Z.27/hr 2.27/hr 2.23/hr 2.23/hr 2.1g/hr 2.1g/hr 1.99/hr 1.gg/hr OVERTIME PAY: See ( D, M, EX ) on OVERTIME PAGE. NOTE: Time and one-half to be paid for ail overtime repair-maintenance work on existing Page 22 PrevaiIing Ra~a ScheduIe New York Sta~e Department of Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 equipmen~ and facilities. ~ S~raigh± ~ime first 8 hours, doubla ~ime a~er 8 hours. HOLIDAYS: Paid: See ( 5, 8, 9, 11, 12, 1S, Overtime: See ( 25 ) on HOLIDAY PAGE. 25 ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS GROUP 1 26.18% of hourly ra~e + $ 18.ql per hour paid + .28 per hour worked + 3.00 per day+ .16 per Overtime Hour GROUP 2 28.18% of hourly rate + $17.78 per hour paid + .28 per hour worked + 3.00 per day+ .16 per Overtime Hour GROUP 3 26.18% of hourly rate + $17.~55 per hour paid + .28 per hour worked + 2.00 per day + .16 per overtime hour GOURP q 26.18% of hourly rate + $ 17.1ql per hour paid + .28 per hour worked 3.00 per day + .16 per overtime hour GROUP 5 26.18% of hourly ra~e + $15.885 per hour paid + .28 per hour Horked + 3.00 par day + ,16 per overtime hour 9-1q7Tnl/Comp Air Updated 08/01/2002 Mason - Building Bricklayer NASSAU COUNTY: Entire County NEH YORK CITY: Eh±ire 5 Boroughs SUFFOLK COUNTY: Entire Coun±y HAGES: (per hour) 7/01/02 Building: Bricklayer ................. $ OVERTIME PAY: See ( A, E, E2, Q ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( I ) on HOLIOAY PAGE. Overtime: See ( 5, 6, lO ) on HOLIDAY PAGE. Page 23 Prevailing Ra±e Schedule Ne~ York State Depar~men± o~ Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 APPRENTICES: ( 750 hour ~ ±arms at the ~ollowing percentage o~ Journeyman's Is± 2nd 3rd 4th 5TH [500 Hfs) 8TH [500 Hfs) 50Z 60Z 70Z 80Z 90Z 95Z SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman ............... 9 16.62 Appr ..................... 9.19 9-1Brk Updated 08/01/2002 Mason - Building Mosaic and Terrazzo Norker NASSAU COUNTY: Er±ire Coun±y MEN YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Er±ire County NESTCHESTER COUNTY: Er±ire Coun±y NAGES: (per hour) 7/01/02 Building: Mosaic & Terrazzo Norker .......... $ 34.98 " Helper .......... $ 33.67 OVERTIME PAY: See ( A, E, Q, V~ ) on OVERTIME PAGE. ~ $ B.q5 added ±o supplements. HOLIDAYS: Paid: Over±ime: See ( 1 ) on HOLIDAY PAGE. See ( 5, 6, 8, 11, 15, 16, 25 ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: (per hour worked) $ 16.35 9-7/3 Upda±ed 08/01/2002 Mason - Building Tile Layer NASSAU COUNTY: Er±ire coun±y NEN YORK CITY: En±ire 5 boroughs SUFFOLK COUNTY: Entire coun±y MESTCHESTER COUNTY: Entire coun±y NAGES: (per hour) 11/01/99 Building: Tile Layer ............... $ S1.26 OVERTIME PAY: See ( A, 0 ) on OVERTIME PAGE. HOLIOAYS: Page 24 Prevailing Ra±e Scheduie New York State Department of Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 ..... ........................................... Overtime: See ( 5, 6~ 8, 10, 11, 15, 16 ) on HOLIDAY PAGE. APPRENTICES: ( 750 hr)terms at the following percentage of ~ourneyman's wage. 1st 2nd ~rd qth 5th 6th 50~ 55~ 65~ 75~ 85~ SUPPLEMENTAL BENEFITS: (~er hour worked) $ 1~.B2 9-7/52 Updated 08/01/2002 Meson - Cement NASSAU COUNTY: Entire County NEW YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County HAGES: (per hour) 7/01/00 Cement Mason ............ $ 35.00 7/01/01 Addit. $2.25/hr. OVERTIME PAY: See ( C, O, V ) on OVERTIME PAGE. HOLIDAYS: PAID: See OVERTIME: 1 ) on HOLIDAY PAGE. See ( 5, 6, 8, 11, 13, 25 ) on HOLIDAY PAGE. APPRENTICES: ( 1/2 ) year terms at the following percentage of Journeyman's Hages and fringes. 1st 2n~ 5rd qth 5th 6th 50Z 60X 70Z 80Z 90% 95Z SUPPLEMENTAL BENEFITS: (per hour worked) $ 16.15 9-780 Updated 08/01/2002 Mason - Marble NASSAU COUNTY: Entire County NEN YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County WESTCHESTER COUNTY: Entire County HAGES: (per hour) 1/O1/O0 Buiiding: Marble/ Sawyer, Rubber ~ Polisher ................... $ 29.98 Page 25 Prevailing Ra±e Schedule New York Sta±e Department of Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 Marble Restoration Finishers .................... 15.07 OVERTIME PAY: See ( A, E, Q, V ) on OVERTIME PAGE. HOLIDAYS: Paid: Journeymen receive 1/2 days pay for Labor Day. Cleaner, Maintenance and 1ST three terms of Apprentices See ( 5, 6, 11~ 15 on HOLIDAY PAGE. Ail others See ( 1 on HOLIDAY PAGE. Overtime: See i 5, 6, 11, 15 on HOLIDAY PAGE. APPRENTICES: ( 1/2 ) year terms at the following percentage of Journeyman's wa e. ~st 2nd 3r~ 4th 5th 6th 7th 8th 50~ 55~ 60~ 65% 70% 80% 90% 95% SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman .................. $ 12.~ Cleaner/Maintenance ......... 2.~0 Appr .......................... 5.80 + wage percentage of $ 6.09 9-7/2q Updated 08/01/2002 Meson - Marble Cutters and Setters NEN YORK CITY: Entire 5 Boroughs EXCEPT for pro~ects that fall within a fifty-mile radius of Columbus Circle in New York HESTCHESTER COUNTY: Entire county NAGES: (per hour) 1/01/00 Building: Marble Cutters & Setters .................... $ OVERTIME PAY: See ( B, O, V ) on OVERTIME PAGE attached. HOLIDAY: Paid: Journeymen receive 1/2 days pay for Labor Day. Apprentices 1St three terms See ( 5, 6, 8, 11, 15 ) on HOLIDAY PAGE, Plus any day following a Thursday or Sunday Holiday. ~All others See ( 1 ) on HOLIOAY PAGE. Overtime: See ( B, 6, 8, 11, 15, ) on HOLIDAY PAGE. APPRENTICES: 50X ( 1/2 ) year terms at the following percentage of journeyman's 2nd 3rd qth 8th 6th 55% 65% 70% 80% 95% SUPPLEMENTAL BENEFITS: (per hour worked) Pa~e 26 Prevailing Ra±e Schedule New York S±a±e Department of Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 Journeyman ................ $ 15.65 Appr 5.90 + wage percentage of $ 9.75 9-7/4 Updated 08701/2002 Mason - Marble Rigger NASSAU COUNTY: Entire County NEW YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County HESTCHESTER COUNTY: Entire County HAGES: (per hour) 1/01/00 Marble-Riggers, Crane & Oerrickman ........ $ 28.72 OVERTIME PAY: See ( C, O, V ) on OVERTIME PAGE. HOLIDAY: Paid: Overtime: 1/2 Day for Labor Day. See ( 5, 6, 8, 11, 15, 25 on OVERTIME PAGE. SUPPLEMENTAL BENEFITS: (per hour worked) $ 16.82 9-7/20 Updated O8/O1/ZOOZ Mason - Paver NASSAU COUNTY: Entire County NEH YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County ~ Shall include but not limited to: fired clay brick pavers, pre-cast con- crete slabs (london walks), pressed concrete pavers~ cobbie stone, all types of flagging, asphalt concrete pavers- asphaltxc cement sand and stone aggregate, unit safety surface. HAGES: (per hour) 8/0179g Journeyman ........................ $ 24.12 Apprentice ( one year term ) ...... 20.27 OVERTIME PAY: See ( B, E, Q ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( I ) on HOLIDAY PAGE. Overtime: See ( 5, 6, 25 ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: (par hour worked) Page 27 Prevailing Ra±e Schedule New York State Departmen± of Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 Journeyman ........................ $ 10.76 Appr .............................. 6.08 9-1 Paver Updated 08/01/2002 Mason -Rlasterer NASSAU COUNTY: Entire County NEM YORK CITY: Only Brooklyn and Queens Counties SUFFOLK COUNTY: Entire County NAGES: (per hour) 7/01/02 Building: Plasterer/Traditional .............. $ 3i.66 OVERTIME PAY: See t C, E2, 0 ) HOLIDAYS: Paid: See ( 1 ) on HOLIDAY PAGE Overtime: See ( S, 6, 8, 11, 13, 25 ) APPRENTICES: ( 1 Firs± year: ls~ 6 months 2nd 6 months qO% 45% Second year: ls~ 6 months 2nd 6 months 55% 60% Third year: 1st 6 months 2nd 6 months 70% 75% SUPPLEMENTAL BENEFITS: ( per hour worked ) Journeyman ....................... $ 15.16 Appr 1st term ................... 6.15 Appr 2nd term ................... 6.gq Appr 3rd term ................... 8.50 Appr 4th term ................... 9.29 Appp 5th term ................... i0.85 Appr 6th term ................... ll.6q ) year terms at the following wage ra~es. 9-530 Updated 08701/2002 Mason - Pointer/Caulker/Cleaner NASSAU COUNTY: Entire County NEH YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County NAGES (per hour) 7/01/02 Pointer, Cleaner,~ Caulker (Mason) ........... $ 31.87 OVERTIME PAY: See ( B, H, E2 ) on OVERTIME PAGE. Pa~a 28 Prevailing Ra±e Scheduie NeH York State Depar±men± of Labor .................................. Casa Number .................................. 0205897 SUFFOLK 2002 HOLIDAYS: Paid: Sea ( 1 ) on HOLIDAY PAGE. Overtime: Sea ( 5, 8, 25, 26 ) on HOLIDAY PAGE. APPRENTICES: ( 1 1st 2nd $16,20 19.90 year terms at the following wage rates. 3rd qth 24.25 29.60 SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman ............. $ 13.25 Appr Ist term .......... 2.50 Appr 2nd term .......... 4.50 Appr 3rd term .......... 6.50 Appr 4th term .......... 6.50 9-1PCC Updated 08/01/2002 Mason - Stone Setters NASSAU COUNTY: Entire County NEW YORK CITY: Entire County SUFFOLK COUNTY: Entire County WAGES: (per hour) 7/01700 7/01/01 Stone Setter ............. $ qi,19 addit. $2.2~/hr. Stone Tender ............. 28.75 addit. $1.qS/hr. OVERTIME PAY: See ( A, O* ) on OVERTIME PAGE. * first 7 hours on Sat. at time and a half. ~ first 2 hours on weekdays at time and a half. HOLIDAYS: Paid: See ( 18 ) on HOLIDAY PAGE. Overtime: See ( 5, 6, 8, 10 ) on HOLIDAY PAGE. APPRENTICES: ( 750 hour ) terms at the following percentage of journeyman's wageis±. 2nd. ~rd. ~th. 5th. 6th. 50% 60% 70% 80% go% 100% SUPPLEMENTAL BENEFITS: (per hour paid) Stone Setter ............ $ 17.33 Stone Tender ............ 9.07 1st thru 3rd term Appr.. 10.96 All other Apprs ........ 17.33 9-1Stn Updated 08/01/2002 Mason - Tile Layer Helper and Finisher NASSAU COUNTY: Entire County Page 29 Prevailing Rate Schedule New York State Department of Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 NEN YORK CITY: Entire 5 Borou~h~ SUFFOLK COUNTY: Entire County NAGES: (per hour) 12/01/99 Building: Tile Layer Helper 8 Finisher .................... $ 26.24 OVERTIME PAY: See ( A, E, Q ) ON OVERTIME PAGE, HOLIDAYS: Paid: See ( 1 ) on HOLIDAY PAGE. Overtime: See ( 5, 6, 8, 10, 11, 15, 16 ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: (per hour worked) $ 12.48 9-7/88 Updated 08/01/2002 Metal Polisher ALBANY COUNTY: Entire ALLEGANY COUNTY: Entire BROOME COUNTY: Entire CATTARAUGUS COUNTY: Entire CAYUGA COUNTY: Entire CHAUTAUQUA COUNTY: Entire CHEMUNG COUNTY: Entire CHENANGO COUNTY: Entire CLINTON COUNTY: Entire COLUMBIA COUNTY: Entire CORTLAND COUNTY: Entire DELAWARE COUNTY: Entire DUTCHESS COUNTY: Entire ERIE COUNTY: Entire ESSEX COUNTY: Entire FRANKLIN COUNTY: Entire FULTON COUNTY: Entire GENESEE COUNTY: Entire GREENE COUNTY: Entire HAMILTON COUNTY: Entire HERKIMER COUNTY: Entire JEFFERSON COUNTY: Entire LENIS COUNTY: Entire LIVINGSTON COUNTY: Entire MADISON COUNTY: Entire MONROE COUNTY: Entire MONTGOMERY COUNTY: Entire NASSAU COUNTY: Entire NEN YORK CITY: Entire NIAGARA COUNTY: Entire County County County County County County County County County County County County Count Count Count Count Count Count Count Count Count Count Coun± Count Count Count Count Count 5 Boroughs County ONEIDA COUNTY: Entire County ONONDAGA COUNTY: Entire County ONTARIO COUNTY: Entire County ORANGE COUNTY: Entire County ORLEANS COUNTY; Entire County OSNEGO COUNTY: Entire County OTSEGO COUNTY: Entire County PUTNAM COUNTY: Entire County RENSSELAER COUNTY: Entire County ROCKLAND COUNTY: Entire County SARATOGA COUNTY: Entire County SCHENECTADY COUNTY: Entire County SCHOHARIE COUNTY: Entire County SCHUYLER COUNTY: Entire County SENECA COUNTY: Entire County STEUBEN COUNTY: Entire County ST. LAHRENCE COUNTY: Entire County SUFFOLK COUNTY: Entire County SULLIVAN COUNTY: Entire County TIOGA COUNTY: Entire County TOMPKINS COUNTY: Entire County ULSTER COUNTY: Entire County HARREN COUNTY: Entire County HASHINGTON COUNTY: Entire County HAYNE COUNTY: Entire County HESTCHESTER COUNTY: Entire County MYOMING COUNTY: Entire County YATES COUNTY: Entire County HAGES: (per hour) 6/01/02 6/01/03 6/O1/Oq Metal Polisher ........ $ 20.q2 21.13 21.98 Page 30 Prevailing Rate Schedule New York Sta±e Department of Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 All workers shall be paid a premium in an amount equal to twenty ( 20% ) per cent of their basic straight time rate of pay for all time worked on hanging scaffolds and on standing scaffolds while working more than 28 feet off ~he ground, such premium to be paid on top of their straight time or overtime, whichever is applicable. OVERTIME PAY: See ( B, E, Q ) on OVERTIME PAGE. HOLIDAY: Paid: See (5 6,9,11,15,16,25) on HOLIDAY PAGE. Overtime: See 5,6,9' 11,15,16,25) on HOLIOAY PAGE APPRENTICES: 55% of Basic Polisher Rate (~) SUPPLEMENTAL BENEFITS: (% of Total Wages) Journeymen ~ Apprentice 55% of Wages 9 - 8A/ZBA Updated 08/01/2002 Operating Engineer - Building NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County BUILDING CATEGORIES: CLASS" AA "CRANES: Crane. Truck Crane, Derrick, Dragline~ Dredge, Crawler Crane, Tower Crane & Pile Orlver. CLASS "A"= Asphalt Spreader, Backhoe Crawler, Boiler, Boring Machine, Cherry Picker (over 50 tons), Concrete Pumpz Gradali, Grader, Hoist, Loading Machine (10 yds. or more). Milling Machine, Power Winch- Stone Setting/Structural Steel 8 Truck Moun~ed. Powerhouse. Road Paver, Scoop-Carryall-Scraper in Tandem, Shovel, Sideboom Tractor, Stone Spreader (self-propelled), Tank Hark, Tower Crane Engineer. CLASS "B": Backhoe, Boom Truck, Bulldozer, Boring Machine/Auger, Cherry Picker (under 50 Tons), Conveyor-Multi. Dinkey Locomotive, Fork Lift, Hoist (2 Drum), Loading Machine S Front Loaderz Mulch Machine (Machine Fed), Power Winches (Not Included in Class A ), Asphalt Roller, Hydraulic Pump with Boring Machine, Scoop. Carryall, Scaper, Maintenance Man on Tower Crane, Trenching Machine, Vermeer Cutter, Hark Boat. CLASS 'C"= Curb Machine, Maintenance Engineer (Smell Equip. 8 Hell Point). Field Mechanic, Milling Machzne (Small). Pulvi Mixer. Pumps (ell), Roller (dirt), Ridge Cutter, Vec-All, Shotblaster, Striping Machine, Interior Hoist~ Concrete Finish Machine, Concrete Spreader, Conveyer, Curzng Machine, Hoist (one drum). CLASS ~D'= Concrete Breaker, Concrete Saw/Cutter~ Fork Life or Walk Behind (power operated), Generator, Hydra Hammer~ Compactors (mechanical or hand operated), Pin Puller, Portable Heaters, Power Booms, Power Buggies, Pump (double action diaphragm). CLASS 'E": Batching Plant, Generator, Grinder, Hixer, Mulching Machine, Oiler, Pump (~y~sum), Pump (single action diaphragm), Stump Chipper, Track /am~er, Tractor (caterpiIler or wheei), Vibrator, Page 31 Prevailing Rate $cheduIe New York State Department of Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 Deckhand on Horkboa±. WAGES: (per hour) 7-01-02- 6-30-03 Claes "AA" ............... $ 37.3q Cranes: Boom length ove,r, lO0 fee~ ad,d, $ 0.50 per ho,u,r " 150 " $ 0.75 " " " " 250 " " $ 1. O0 " " " " " $50 " " $ 1.50 " " Class "A" ............... $ 35.18~ ~Add $3.50 for Hazardous Waste Work Class "8" ................ $ 33.29~ ~Add $2.50 for Hazardous Waste Work Class "C" ................ $ 32.0q~ ~Add $1.50 for Hazardous Waste Hork Class "O" ................ $ 29.50 Class "E" ................ 28.23 OVERTIME PAY: See ( D, 0 ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( 5,6,8,11,15,16,25 ) on HOLIDAY PAGE. "NOTE": Employee must be employed day before and day after a holiday to receive holiday pay. Overtime See ( 5,6,8,11,15,16,25 ) on OVERTIME PAGE. APPRENTICE ( 1 ) year terms at the following rates; 1st yr ................... $ 18.~7 2nd yr ................... 19.2i 5rd yr ................... 19.79 SUPPLEMENTAL BENEFITS: (per hour Horked) ALL CLASSES .............. $ 25.5~ Note: OVERTIME AMOUNT ..... 22.60 APPRENTICES .............. $ 15.89 Note; OVERTIME AHOUNT ..... 5.60 4-138 Updated 08/01/2002 Operating Engineer - Heavy Highway NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County HEAVY/HIGHWAY CATEGORIES: CLASS "AA" CRANES: Crane, Truck Crane, Derrick, Dragline~ Dredge, Cra~ler Crane, To.er Crane, Pile Dr:vet. CLASS "A": Asphalt Spreader. Backhoe Crawler, Boiler Cherrypicker (over 50 tons), Concrete Pump, Grader. Gredall, Hoist Loading Machine 10 yds. or more), Milling Machine, Power CLASS "B': CLASS "C" CLASS "D" CLASS "E" Page S2 Prevailing Rate Schedule New York State Department of Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 Hinch-Stone Setting/Structural Steel or Truck Mounted, Powerhouse, Road Paver, Scoop-Carryall-Scarer in Tandem, Shovel, Sideboom Tractor, Stone Spreader (self propelled), Tank Honk, Track Alignment Hachine. Backhoe, Boom Truck, Bulldozer, Borin~ Machine/Auger~ Cherry Picker (under 50 tons), Conveyor-Multi, Dinky Locomotive, Fork Lift, Hoist (2 drum), Loading Machine & Front Loader. Mulch Machine (machine fed)~ Power Hinches (ail others not included in CLASS A), Asphalt Roller, Hydraulic Pump Hith Boring Machine, Scoop, Carryall, Scarer, Maintenance Man on To.er Crane, Trenching Machine, Vermeer Cutter, Hork Boat. Curb Machine, Maintenance Engineer (Small Equip. ~ Hell Point), Field Mechanic, Milling Hachlne (Small), Pulvi-Mixer, Pumps, Roller (Dirt), Vac-Ali, Helding/Burning. Compressor (Structural Steel & 2 or more Batteries), Concrete Finish Hachine, Concrete Spreader, Conveyor, Curing Machine, Fireman, Hoist (One Drum), Ridge Cutter, Striping Machine, Helding Machine (Structural Steel & Pile Honk). Compressor (Pile,Crane.Stone Setting), Concrete Sa~ Cutter/ Breaker, Honk Lift (Halk Behind. Power Operated), Generator (Pile Hork),Hydra Hammer, Hand Operated Compactor, Pin Puller, Portable Heater, Powered Broom/Buggy/Grinder, Pump (Single Action-1 to S Inches/Gypsum/Double Action Diaphragm), Hand Trenching Machine, Helding Machine. Batching Plant, Generator, Grinder, Hixer, Mulching Machine, Oiler, Pump (Centrifugal up to 5 In.). Root Cutter, Stump Chipper, Oiler on Tower Crane, Track Tamper, Tractor, Vibrator, Deckhand on Honk Boat. HAGES (per hour) 7-01-02- 6-30-03 Class "AA" ............... $ ~8.35 Cranes: Boom Length over 100 f~et a~d $ 0.50 p~r h~ur " 150 $ 0.75 " " " 250 " " $ 1.00 " " " " " 350 " " $ 1.50 " " Class "A" ................ $ 36.19~ ~Add $3.50 for Hazardous Haste Hork. Class "B" ................ $ 35.67~ ~Add $2.50 for Hazardous Haste Honk. Class "C" ................ $ $2.q0~ ~Add $1.50 for Hazardous Haste Honk Class "D" ................ $ 29.88 Class "E" ................ 28.61 "NOTE": PREMIUH PAY 20Z on straight time hours for NEH YORK STATE- D.O.T. and other GOVERNMENTAL MANDATED off-shift Hork. OVERTIME PAY: See ( 0, 0 ) on OVERT[ME PAGE. HOLIDAYS: Paid: See ( 5, 6, 7, 8, 11 ) on HOLIDAY PAGE. NOTE": Employee must be employed day before and day after a holiday to receive holzday ~ay. Overtime: See ( 5, 6, 7, 8, ll ) on OVERTIME PAGE. Page 33 Prevailing Re±e Schedule New York State Department of Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 APPRENTICE ( 1 ) year terms at the following rates; 1st yr .................. $ 18.47 2nd yr .................. i9.21 3rd yr .................. 19.79 SUPPLEMENTAL BENEFITS: (per houl- worked) ALL CLASSES ............. $ 25.54 Note: OVERTIME AMOUNT.,. 22.60 APPRENTICES ............. $ 15.89 Note: OVERTIME AMOUNT... 5.60 4-138 Updated 08/01/2002 Operating Engineer - Marine Construction ALBANY COUNTY: Entire County ONEIDA COUNTY: Entire County ONONDAGA COUNTY: Entire County ONTARIO COUNTY: Entire County ORANGE COUNTY: Entire County ORLEANS COUNTY: Entire County OSNEGO COUNTY: Entire County OTSEGO COUNTY: Entire County PUTNAM COUNTY: Entire County RENSSELAER COUNTY: Entire County ROCKLAND COUNTY: Entire County SARATOGA COUNTY: Entire County SCHENECTADY COUNTY: Entire County SCHOHARIE COUNTY: Entire County SCHUYLER COUNTY: Entire County SENECA COUNTY: Er±ire County STEUBEN COUNTY: Entire County ST. LAWRENCE COUNTY: Entire County SUFFOLK COUNTY: Entire County SULLIVAN COUNTY: Entire County TIOGA COUNTY: Entire County TOMPKINS COUNTY: Entire County ULSTER COUNTY: Entire County NARREN COUNTY: Entire County NASHINGTON COUNTY: Entire County NAYNE COUNTY: Entire County NESTCHESTER COUNTY: Entire County NYOMING COUNTY: Entire County YATES COUNTY: Entire County ALLEGANY COUNTY: Entire County BROOME COUNTY: Entire County CATTARAUGUS COUNTY: Entire County CAYUGA COUNTY: Entire County CHAUTAUQUA COUNTY: Entire County CHEMUNG COUNTY: Entire County CHENANGO COUNTY: Entire County CLINTON COUNTY: Entire County COLUMBIA COUNTY: Entire County CORTLAND COUNTY: Entire County DELANARE COUNTY: Entire County DUTCHESS COUNTY: Entire County ERIE COUNTY: Enti~e Count ESSEX COUNTY: Entire Coun~ FRANKLIN COUNTY: Entire Count: FULTON COUNTY: Entire Coun~ GENESEE COUNTY: Entire Coun~ GREENE COUNTY: Entire Coun~ HAMILTON COUNTY: Entire Count HERKIMER COUNTY: Entire Coun~ JEFFERSON COUNTY: Entire Count LENIS COUNTY: Entire Count LIVINGSTON COUNTY: Entire Count MADISON COUNTY: Entire County MONROE COUNTY: Entire County MONTOMERY COUNTY: Entire County NASSAU COUNTY: Entire County NEN YORK CITY: Entire County NIAGARA COUNTY: Entire County NAGES: (per hour) 7-Oi-02- DIPPER & CLAMSHELL DREDGES 9-30-02 CLASS A: Operator ........................ $ 27.q5 CLASS B: Operator II ..................... $ 22.53 Engineer ........................ 24.17 Boat Master ..................... 22.73 CLASS C: Maintenance Eng ................. $ 23.07 10-01-02- 9-30-03 $ 28.07 $ 23.04 24.72 23.24 $ 23.59 Page 34 PrevaiIing Rate Schedule New York State Oepartmen~ of Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 Mate ............................ 21.51 21.99 Drag Barge Operator ............ 21.51 Wel~er .......................... 22.71 Boat Capt ....................... 21.66 Chief of Par±¥ .................. 21.51 CLASS D: Oiier ........................... $ 18.18 Scowman ......................... 17.49 Rodman .......................... 17.49 Tug Deckhand .................... i7.73 Deckhand ........................ 17.73 21.99 23.22 22.15 21.99 $ 18.59 17.88 17.88 18.13 18.13 7-Oi-02- HYDRAULIC DREDGES 9-30-02 CLASS A: Leverman ........................ $ 26.95 CLASS B: Leverman II .................... $ 22.53 Engineer ........................ 23,64 Derrick Operator ................ 23.64 Chief Mate ...................... 23.29 Chief Welder .................... 23.94 Elac±rician ..................... 22.92 Fill Placer ..................... 23.29 Assr. Fill Placer ................ 21.32 8oa~ master ..................... 22.72 CLASS C: Maintenance Eng ................. $ 23.07 Ma~e ............................ 21.51 Drag Barge Operator ............. 21.51 HelPer Dredge ................... 22.70 Spider Barge Operator .......... 22.50 Boa~ Cap~ ....................... 21.66 Chief of Per~y .................. 21,51 CLASS D: Oiler ........................... $ 18.18 Shoraman ........................ 17.50 Rodman .......................... 17.50 Deckhand ........................ 17.50 Tug Deckhand .................... 17.73 10-01-02- 9-30-03 27.56 23.04 24.17 24.17 25.82 24.48 23.q$ 23.82 21.80 2S.23 $ 23.59 21.99 21.99 23.21 23.01 22.15 21.99 18.59 17.90 17.90 17.90 18.13 OVERTIME: See HOLIDAY: Paid: See Overtime: See B, F, R ) on OVERTIME PAGE. 5, 6, 8, 15, 26 ) on HOLIDAY PAGE. 6, 8, 15, 26 ) on OVERTIME PAGE. SUPPLEMENTAL BENEFITS: (per hour worked) "The following SUPPLEMENTAL BENEFITS apply ~o ALL categories" 7-01-02- 10-01-02- 9-50-02 9-30-03 All Class A 8 B ............... $ 6.20 ~lus 7% of wage (overtime hours add) ............ $ 1.25 $ 6.45 plus 7% of ~a · $ 1.~5 Page 3B Prevailing Ra±e Schedule New York S±a±e Department of Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 All Class C .................... $ 5.60 plus 7% ~overtime hours add) ............ $ 0.95 $ 5.85 plus 7% 0. s All Class D ................... $ 5.00 plus 7% of wa~e (overtime hours add) ........... $ 0.~5 5.25 plus 7% o. s q-25a Updated 08/01/2002 Operating Engineer - Well Driller NASSAU COUNTY: Entire County SUFFOLK COUNTY: En±ire County WAGES: (per hour) 7-01-02- 7-31-02 Well Driller: ........ $ 2q.16 Well Driller Helper:. 21.36 OVERTIME PAY: See HOLIDAYS: Paid: See ( 5, Overtime: See ~ 8-01-02- 6-30-03 2q.88 22.00 B, E, G, P ) on OVERTIME PAGE. 16, 23 ) on HOLIDAY PAGE. 16, 23 ) on OVERTIME PAGE. SUPPLEMENTAL BENEFITS: (per hour worked) Well Driller: ........ $ 12.37 Well Driller Helper:. 12.09 12.61 12.23 "PLEASE NOTE" For All Overtime Hours Add $ 2.50/hr Hazardous Was*e Differential Level A ................. Levei B ................. Level C ................. $ 3.00 per hr over rate 2. O0 " " " " i . 00 " " " " q-138Hell Updated 08/01/2002 Operating Engineer -Trenchless Pipeline Rehabilitation ALBANY COUNTY: ALLEGANY COUNTY: BROOME COUNTY: CATTARAUGUS COUNTY: CAYUGA COUNTY: CHAUTAUQUA COUNTY: CHEHUNG COUNTY: CHENANGO COUNTY: Entire County Entire County Entire County Entire County Entire County Entire Coun±¥ Entire County Entire County ONEIDA COUNTY: ONONDAGA COUNTY: ONTARIO COUNTY: ORANGE COUNTY: ORLEANS COUNTY: OSWEGO COUNTY: OTSEGO COUNTY: PUTNAM COUNTY: Entire County Entire Coun±y Entire County Entire Coun±¥ Entire County Entire County Entire County Entire County Pa~e 56 Prevaiiing Rate Schedule New York State Department of Labor .................................. Case Number 0205897 SUFFOLK 2002 CLINTON COUNTY; Entire County RENSSELAER COUNTY; Entire Coun±" COLUMBIA COUNTY: Entire County ROCKLAND COUNTY: Entire Count~ Entire County Entire County CORTLAND COUNTY: Entire County OELAWARE COUNTY: Entire County DUTCHESS COUNTY: Entire County ERIE COUNTY: Entire County ESSEX COUNTY: Entire County FRANKLIN COUNTY: Entire County FULTON COUNTY: Entire County GENESEE COUNTY: Entire County GREENE COUNTY: Entire County HAMILTON COUNTY: Entire County HERKIMER COUNTY: Entire County JEFFERSON COUNTY: Entire County LEWIS COUNTY: Entire County LIVINGSTON COUNTY: Entire County MADISON COUNTY: Entire County MONROE COUNTY: Entire County MONTOMERY COUNTY: Entire County NASSAU COUNTY: Entire County NEW YORK CITY: Entire County NIAGARA COUNTY: Entire County SARATOGA COUNTY: SCHENECTADY COUNTY: SCHOHARIE COUNTY: SCHUYLER COUNTY: SENECA COUNTY: STEUBEN COUNTY: ST. LAWRENCE COUNTY: SUFFOLK COUNTY: SULLIVAN COUNTY: TIOGA COUNTY: TOMPKINS COUNTY: ULSTER COUNTY: WARREN COUNTY: WASHINGTON COUNTY: WAYNE COUNTY: WESTCHESTER COUNTY: WYOMING COUNTY: YATES COUNTY: Entire County Entire County Entire County Entire County Entire County Entire Coun±y Entire County Entire County Entire County Entire County Entire County Entire County Entire County Entire County Entire County Entire County On Contracts for Inspection Only: These rates Do Not APPLY OPERATING ENGINEER - Trenchless Pipeline Rehabilitation 7~Oi-OZ- 6-30-03 Leed Tee TV Crew ................. $31.7~ Wet Out Tee ...................... Techni¢ien ....................... $30.48 Boiler Opera±or .................. Yerd rate ........................ $26.70 Yard Mechanic .................... NOTE: PREMIUM PAY 20X on straight ~ime hours for NEH YORK STATE D.O.T. and other GOVERNMENTAL MANDATED off-shift work. OVERTIME PAY: See ( D, 0 ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( B, 6, 7, 8, 11 ) on HOLIDAY PAGE.*~ ~ must work day before & day after or receive 2 hfs oep intermittent day Overtime: See ( 5, 6, 7, B, 11 ) on OVERTIME PAGE.~ APPRENTICE ( i ) year ~erms et the foilowing retes; let yr .................... $ 18.~7 2nd yr .................... ig.21 5rd yr .................... 19.79 SUPPLEMENTAL BENEFITS: (per hour worked) Page 37 Prevailing Rate Schedule New York State Department of Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 Journeyman ............... $ 23.5q Note Note: OVERTIME Journeyman. 22.60 Apprentice ............... 13.89 Note Note: OVERTIME Apprentice 5.60 q-138 Updated 08/01/2002 Painter-Bridge/S±ruc±ural Steel NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County WAGES: (per hour) 7-01-02- 10-01-02- 9-30-02 6-30-03 Bridge .................... $ 37.00 $ 38.75 Structural Steel ........... 37.00 38.75 Power Tool/ink Compressor.. 41.00 43.75 OVERTIME PAY: See ( A,O,) on OVERTIME PAGE. HOLIDAY: Paid: See ( 1 ) on HOLIDAY PAGE. Over±ime: See ( 5,6 ) on HOLIDAY PAGE. APPRENTICES: ( 1 ) year ±erms at the following rates. 1st 2nd 3rd Bridge ....... 40% 60% 80Z S±eel. 40% 60Z 80% Tool ......... 40% 60% 80% SUPPLEMENTAL BENEFITS: Journeyman ........... Appr ist year ........ Appr 2nd year ........ Appr 3rd year ........ (per hour worked) q8%+ q8%+ $ ).BO/hr $ 4.00/hr qB%/hr 48%/hr 48%+ 48%+ $ 3.50/hr $ 4.DO/hr 48%+ 48%+ $ 3.50/hr $ 4.00/hr 4-DCg/NS Upda±ed 08/01/2002 Pain±er - Brush/Spray NASSAU COUNTY: Entire County NEW YORK CITY: Entire 5 Boroughs PUTNAM COUNTY: Entire County SUFFOLK COUNTY: Er±ire Coun±y WESTCHESTER COUNTY: Entire Coun±y WAGES: (per hour) 5/01/02 Brush ..................... $ 30.25 Spray & Scaffold .......... 33.25 Pete 38 Prevailing Ra±e Schedule New York State Department of Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 Fire Escape ............... 33.25 Decora±or ................. 33,25 Paperhanger ............... 33,70 OVERTIME PAY: See ( A, H ) on OVERTIME PAGE HOLIDAYS: Paid: Overtime: See ( 1 ) on HOLIDAY PAGE See ( q, 5, 6, 25 ) on HOLIDAY PAGE APPRENTICES: Indentured after 5/51/93 ( 1 ) year terms at the following 1st 2nd 3rd qth $11,30 15.13 18.15 24.20 SUPPLEMENTAL BENEFITS: ( per hour worked Paperhanger.i~ii~ii~i~i~ 17.66 All others. 15.42 Apprentices: 1st Year ................ $ 5.55 2nd Year ................ 7.76 3rd Year ................ 10.13 4th Year ................ 9-NYOC9 Updated 08/01/2002 Painter - Drywall Taper NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire Couniy HAGES: (per hour) 5/01/02 Drywall Taper ............. $ 30.25 OVERTIME PAY: See ( A, H ) on OVERTIME PAGE HOLIDAYS: Paid: Overtime: See ( 1 ) on HOLIDAY PAGE See ( 4, 5, 6, 25 ) on HOLIDAY PAGE APPRENTICES: Indentured after 5/31/93 ( 1 ) year terms ak the following percentage of journeyman's Hage. 1st 2nd 3rd 4~h $11.30 15.13 18.15 2q.20 SUPPLEMENTAL BENEFITS: ( per hour worked Journeyman .............. $ 15.42 Page 39 Prevailing Rate Schedule New York S±e±e Depar±men± of Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 Appren±ices: is± Year ................ $ 5.65 2nd Year ................ 7.76 ~rd Year ................ 10.13 ~th Year ................ lq.kO 9-NYDCT9 Upda±ed 08/01/2002 Pain±er - Highway S±riping ALBANY COUNTY: Er±ire Coun±y CLINTON COUNTY: En±ira Coun±y COLUMBIA COUNTY: En±ire County DUTCHESS COUNTY: Er±ire Coun±y ESSEX COUNTY: En±ire County FRANKLIN COUNTY: Entire Coun±y FULTON COUNTY: Er±ire Coun±y GREENE COUNTY: En±ire Coun±y HAMILTON COUNTY: En±ire Coun±y MONTGOMERY COUNTY: Entire Coun±y NASSAU COUNTY: Er±ire County MEN YORK CITY: Entire 5 Boroughs ORANGE COUNTY: En±ire Coun±y PUTNAM COUNTY: Entire County RENSSELAER COUNTY: Er±ire Coun±y ROCKLAND COUNTY: Entire Coun±y SARATOGA COUNTY: En±ire Coun±y SCHENECTADY COUNTY: Entire County SCHOHARIE COUNTY: Entire County SUFFOLK COUNTY: En±ire Coun±y SULLIVAN COUNTY: En±ire County ULSTER COUNTY: En±ire County NARREN COUNTY: Em±ire Coun±y HASHINGTON COUNTY: En±ire Ceunty NESTCHESTER COUNTY: En±ire Coun±y HAGES: (per hour) 7/01/02 Painter (Striping-Highway): S±riping-Machine Opera±or .............. $ 22.57 " Helper .......................... 17.99 Linerman ............................. 27.0g OVERTIME PAY: See i B, E, P, S ) on OVERTIME PAGE. HOLIDAYS: Paid: Overtime: See ( 2, 8, 11, I2, 15, 16, See ( 2, 8, 11~ 12, 15, 16, 17, 20 )ON HOLIDAY PAGE. 17, 20~ 21, 22 ) ON HOLIDAY PAGE. APPRENTICES: (1) year ±erms a± ±ha following re±es of journeyman's wage. 1st 2nd 3rd q~h 5th $12,00 812.00 $13,00 $14.00 $15.00 SUPPLEMENTAL BENEFITS: hour paid) 26Z of wage + Pa~a qO Prevailing Rate Schedule New York State Department of Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 $ .50 9-Ba/28a (2~0) Updated 08/01/2002 Plumber NASSAU COUNTY: SUFFOLK COUNTY: WAGES: (per hour) Plumber ......... OVERTIME PAY: See ( HOLIOAY: Paid: See ( i ) Overtime: See ( 5, Entire County Entire County 7-01-02- 11-01-02- 10-31-02 $ 37.55 $ 38.28 A, 0 ) on OVERTIME PAGE. on HOLIDAY PAGE. 6, 15, 25 ) on HOLIDAY PAGE. APPRENTICES: ( 1 1st year ..... 2nd year ..... ~rd year ..... qth year ..... 5±h year ..... year terms at the ~ollo~ing rates. $ 14.57 $ 14.83 18.53 18.88 24.33 2q.80 26.20 26.70 28.20 28.76 SUPPLEMENTAL BENEFITS: (per hour workad~) Journeyman $ 18.76 $ 19.31 Appr let term 10.90 11.16 Appr 2nd term 12.73 13.03 Appr 3rd term 13.08 13.46 Appr 4th term 1~.91 14.32 Appr 5th term lq.35 14.77 (~Sunday and Holiday Benefits paid at Oouble Time rate.) PUMP & TANK WORK WAGES (per hour) 7-01-02- 6-30-05 Journeyman ......... $ 31.60 Overtime: ( B,(E'iQ)) on Overtime Page. Holidays: Paid Overtime ( 5, 6, 9, 10, 16 ) on Holiday Page. Apprentices: One year terms at the +ollo~ing rates; App: 1st yr ....... $ 12.22 Apr: 2nd yr ....... 15.64 App: 3rd yr ....... 18.95 App: 4th yr ....... 22.21 Mechanic: ......... 27.57 Servicemen: ....... 18.95 Supplemental Benefits (per hour worked) Page qi Prevailing Rate Schedule Ne~ York State Department of Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 Journeyman ........ $ 15.6I App. Is± yr ....... 6.66 App. 2nd yr ....... 7.97 App. Srd yr ....... 9.38 App. qth yr ....... lO,Sq Mechanic: ......... 12.56 Serviceman: ....... 9.38 ~-200 Updated 08/01/2002 Roofer NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County NAGES: (per hour) 7-01-02- 6-30-03 Roofer/Naterproofer .............. $ 29.00 OVERTIME PAY - Ne~ Roof: See ( A.E.q ) on OVERTIME PAGE. OVERTIME PAY Re-roof: See ( B,E,E2,Q ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( Overtime: See ( APPRENTICES: ( 2nd 50% SUPPLEMENTAL BENEFITS: 1 ) on HOLIDAY PAGE. q,6,13,16,25 ) on HOLIDAY PAGE. 1 } year terms at the following percentage of journeyman's wage. 3rd qth 70% 80% (per hour Horked) $ ~9.62 2.00 q. O0 10.77 15.51 q-15q Appren±ices: ls± 2nd 3rd Updated 08/01/2002 Sheetmetal Norker NASSAU COUNTY: Entire County NEN YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County HAGES: (per hour} 7-01-02- 6-30-03 Sheetmetal Norker ............ $ S6.17 For Temporary Opera,ion or Maintenance of Fans: ......... 80Z of Sheetmetal Rate OVERTIME PAY: See ( C, E2. O, V ) on OVERTIME PAGE ( D, E2, O, V ) on Fan Maintenance HOLIDAYS: Paid: See ( 1 ) on HOLIDAY PAGE. Pag~ 42 Prevailing Ra~e Schedule New York S~ate Departmen± of Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 Overtime: See ( 5, 6, 11, 12, 15, 25, 26 ) on holiday page. APPRENTICES: ( 1/Z )yea ~erms at the following percent of ~ourneyman rate 1st 2nd 3rdr q~h 5th 6~h 7th 30% 35% qO% q5% 50% 55% 60% 70% SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman $ 21.79 Appr ls~ ~erm 6.82 Appr 2nd ±arm 7.89 Appr ~rd ±arm 8.91 Appr qth ~erm 9.97 Appr 5~h ±erm I1.14 Appr 6th ±erm 15.71 Appr 7~h term 15.18 Appr 8th ~erm 17.75 q-2B Upda±ed 08/01/2002 Shee~me~al Worker - Sign Erector NASSAU COUNTY: Entire County NEH YORK CITY: Entire 5 Boroughs EOCKLANB COUNTY: Entire County SUFFOLK COUNTY: Entire County MESTCHESTEE COUNTY: Entire Coun±~ NAGES: (per hour) 7/01/02 Sign Erector ................ $ 3Z.50 ~NOTE: Overhead highHay signs and s~ruc~urally suppor±ed signs (See Iron Norker Classification) OVERTIME PAY: See ( A, H ) on OVERTIME PAGE, HOLIDAYS: Paid: See Over,imm: See 5, 6, 10, 11, 12, 5, 6, 10, 11, 12, 16 ) on HOLIDAY PAGE, 16 ) on HOLIDAY PAGE, APPRENTICES: ls~ 35% 1/2 ) year ±erms a~ ~he folloHing percentage of ~ourneyman's 2nd Srd q±h 5±h 6±h 7~h 8~h 9~h lO~h 40% 45% 50% 55% 60% 65% 70X 75X 80X SUPPLEMENTAL BENEFITS: Journeyman ............... $ 21.63 App ls~ term .............. 5.22 Page Prevailing Rate Schedule New York State Department of Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 App 2nd term ............. 5.88 App 5rd term ............. 6.5q App qth term ............. 7.21 App 5th term ............. 9.87 App 6th term ............. 10.54 App 7th term ............. 13.19 App 8th term ............. App 9th term ............. 16.52 App loth term ............ 17.1B 9-137 Updated 08/01/2002 Steamfitter - Refrigeration NASSAU COUNTY; Entire County NEW YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County WAGES: (per hour) 7/01/02 Steamfitter ............... $ 26.30 Refrigeration, A/C, Oil Burner and Stoker Service and Ins±allations, limited on Refrigeration to combined compressors up to five (5) horsepower, and on A/C Heating and Air Cooling to combined compressors up to ten (10) harsepower. OVERTIME PAY: See ( B, E, Q~, S~ ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( 2, 6, g, 10, 11, 15, 17, 26, Memorial Day ) on HOLIDAY PAGE. Overtime: ~ ( 2, 6, 9, 15, 17 ) ~ ( 10, 11, 26, Memorial Day ) APPRENTICES: 1st 6 mo $7.93 ( 1 ) year terms at the following wage. 2nd 6 mo 2nd yr 3rd yr 4th yr 12.78 15.38 17.91 21.60 SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman ................ $ 7.36 Appr 1st 6 months ........ 5.60 Appr 2nd 6 months ........ 5.88 Appr 2nd yr.term ......... 6.15 Ap~r 5rd yr.term ......... 6.q6 Appr ~th yr.term ......... 6.88 9-638B Updated 08/01/2002 Steamfitter - Sprinklerfit±er Page 44 Prevailing R&te Schedule New York S±a±e Department of Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 NASSAU COUNTY: Entire County NEH YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: En~ira County HAGES: (per hour) 7/01/02 S~eam Fi~er ................. $ 56.57 Sprinkler Fitter ............. 36,57 For Hork on Temporary Heat ~ Air Conditioning ........... $ 27.79 OVERTIME PAY: Sea ( C, O, V ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( 1 ) on HOLIDAY PAGE. Over±ime: See ( 5, 6, ii, 15, 16, 25 ) on HOLIDAY PAGE. APPRENTICES: ( 1 1st. 2nd, 40% 50% ) year ~erms at the following percen±age of Journeyman's 3rd. 4th. 5th. 65% 80% 85% SUPPLEMENTAL BENEFITS: (par hour paid) Journeyman ................. $ 24.00 + .52 par hour worked For Hork on Temporary ...... $ 19.48 Hea~ 8 Air conditioning + .52 per hour Horked A~pren~icas ............... ~erm percentage of $24.00 plus .$2 per 6our worked g-638A Updated 08/01/2002 7/01/00 7/01/01 Addle. $5.01/hr. Addle. $3.01/hr. Addle. $1.84/hr. Addle. $1.84/hr. Addle. $1.3I/hr. Addi~ $1.31/hr. Survey CreN - Building NASSAU COUNTY: Entire County NEN YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County HAGES: [per hour) 1/01/00 Survey Ra~es-Building: Par~y Chief .............. $ 32.77 Ins~rumen~ Man ........... 27.19 Rodman ................... 18.54 OVERTIME PAY: See ( A. E~. Q, V ) ON OVERTIME PAGE. MDoublatime paid on the 8th hour on Saturday. HOLIDAYS: Page 45 Prevailing Rate Schedule New York S~ate 0epartment of Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 Paid: See ( 5, 6, 8, ll, 12, 15 25 ) on HOLIDAY PAGE. Overtime: See (S' 6' 8, 11, 12, 25 on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: (per hour paid) Journeyman ................ $ 15.40 9-15Db Updated 08/01/2002 Survey Crew - Heavy HighHay DUTCHESS COUNTY: Entire County NASSAU COUNTY: En~ire County NEW YORK CITY: Entire 5 Boroughs PUTNAM COUNTY: Entire County SUFFOLK COUNTY: Entire County WESTCHESTER COUNTY: Entire County HAGES: (per hour) 1/01/00 Survey Rates-Heavy/Highway: Party Chief ................ $ 32,11 Instrument Man ............. 24.90 Rodman ..................... 21.81 7/01/00 7/01/01 Addit. $3.22/hr. Addit. $1.74/hr. Addit. $1.43/hr. Addit. $$.22/hr. Addit. $1.74/hr. Addit. $1.4~/hr. OVERTIME PAY: See ( B, E*. Q, V ) ON OVERTIME PAGE. ~Ooubletime paid on the 9th hour on Saturday. HOLIDAYS: Paid: See ( 5; ~' ~; 11, 12 Overtime: See ( , 11, 12 ) on HOLIDAY PAGE. ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: (per hour paid) Journeyman ................. $ 15.40 9-15Dh Updated 08/01/2002 Survey Cre~ Consulting OUTCHESS COUNTY: Only the portion south of ±he north city line in Poughkeepsie. NASSAU COUNTY: Entzre coun{y NEW YORK CITY: Entire S boroughs PUTNAM COUNTY: Entire county SUFFOLK COUNTY: Entire county WESTCHESTER COUNTY: Entire county Feasibility and preliminary design surveying, line and grade surveying for inspection or supervision of construction when performed under a Consulting Engineer agreement. WAGES: [per hour) Page A6 Prevailing Rate Schedule New York S~ate Depar±men± of Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 7/01/1999 7/01/01 7/01/02 Survey Rates: Par~y Chief ............... $ 25.96 25.91 Add~. Ins~rumen~ Man ............ 20.65 21.58 9.90 Rodman .................... 17.88 18.83 Per Hour OVERTIME PAY: See ( B, E*, Q, V ) ON OVERTIME PAGE. ~Oouble±ime paid on ~he 9th hour on Saturday. HOLIDAYS: Paid: See ( 5, 11, Overtime, See C S. ~; ~; ii, 16 ) on HOLIDAY PAGE. 16 ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: (per hour paid) Journeyman ................. 9 10.95 9-1SdconsuIt Updated 08/01/2002 Teamster -BuiIding A Heavy Highway NASSAU COUNTY: Entire County SUFFOLK COUNTY: En±ire County HAGES: (per hour) 7-01-02- 6-30-03 Truck Driver- Bldg. S Heavy/Highway; Asphal~ Delivery ......... $ 29.q05 Concrete Delivery ............................... 9 28.~7 "PLEASE NOTE" Drivers of ~hree-axIe ~rac±ors and trailers, 96.00 per day ex~ra. Orivers of heavy equipmen~ and ~ag-along ~reilers~ $10.00 per day ex~ra. Drivers of boom ~rucks, 98.00 per day ex±re. OVERTIME PAY: See ( B, E, Q, R, T ) on OVERTIME PAGE. HOLIDAYS: Paid: See ( S, 6~ 11, 12. 15, 25 )* on HOLIDAY PAGE. Overtime: See ( 11, 12. 15, 25 ) on OVERTIME PAGE (code RI. See( 5, 6,13 ) on OVERTIME PAGE ( code T ) ~(mus~ work ~wo days in holiday week) SUPPLEMENTAL BENEFITS: (per hour worked) Bldg.& Heavy/Highway; Asphal~ Delivery ....... 9 16.61 Concrete Delivery ........................... 9 17.25 4-282ns Upda±ed 08/01/2002 Teams±er - Demolition Page q7 Prevailing Rate Schedule New York State Oepar±ment of Labor .................................. Case Number .................................. 0205897 SUFFOLK 2002 NASSAU COUNTY: Entire County NEN YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County NAGES: (per hour) 7/01/02 Truck Driver, Chauffeur or Loader/Operator Trailers ..................... $ 21.85 Straight Jobs ................ 21.65 OVERTIME PAY: See ( B, L, S, SI,) on OVERTIME PAGE. HOLIDAYS: Paid: See ( 5, 6, 7, 8, 11, 12, 26 ) on Holiday Page. "NOTE": Employee must work two days in Holiday week SUPPLEMENTAL BENEFITS: (per hour worked) $ lq.68 q-2B2.Demo Updated 08/01/2002 Nelder STATENIBE: Applies to all counites. NAGES (per hour) 7/01/2002 Nelder ......... (To be paid the rate of the mechanic performing the work) Updated 08/01/2002 DEPARTMENT OF LABOR - BUREAU OF PUBLIC WORK Under Article 8 of the NYS Labor Law, when two final determinations have been rendered against a contractor, sub- contractor and/or its successor wihtin any consecutive six-year period determining that such contractor, sub-contractor and/or its successor has WILLFULLY failed to pa:/the prevaling wage and/or supplements, or when one final determination involves falsification of payroll records or the kickback of wages and/or supplements, said contractor, sub-contractor and/or its successor shall be debarred and ineligible to submit a bid on or be awarded any public work contract/sub-contract with the state, any municipal corporation or public body for a period of five years from the date of debarment. NOTE: Where the Fiscal Officer is denoted "NYC", the information has been provided by the New York City Comptroller's Office, the agency issuing the determination. LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name A & R Patemo Construction lnc Barred Until Fiscal Officer 10/30/2005 NYC Address City State Zip Code 287 Rockaway Turnpike Lawrence NY I 1559 Notes: Falsified payrolls Company Name A & R Roofing lnc Barred Until Fiscal Officer 08/30/2004 DOL Address City State Zip Code P O Box 80 - Spring St Southfietds NY 10975 Notes: Company Name A & T General Construction Inc Barred Until Fiscal Officer 01/3 t/2006 DOL Address City Stats Zip Code 3 Alan Shephard Place Yonkers NY 10705 Notes: Falsified payrolls Company Name A G Plumbing lnc Barred Until Fiscal Officer 07/22/2006 NYC Address City State Zip Code 54 Knickerbocker Avenue Brooklyn NY 11237 Notes: Multiple willful violations Company Name A Plus Fire Protection lnc Barred Until Fiscal Off'toer 09/29/2002 DOL Address City State Zip Code 131 13th Avenue Hoitsville NY 11742 Notes: Falsified payrolls Company Name A R DiOima Barred Until Fiscal Officer Address City State 1331 Belle Avenue Utica NY Notes: Successor to LBS of Frankfort lnc and/or Clean Air Asbestos Removal Inc Zip Code 13501 Wednesday, August 21, 2002 Page 1 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT ' Company Name Address City State Zip Code A- 1 Fence Company Inc Hillside Lake Road Wappingers Falls NY 12590 Barred Until Fiscal Officer Notes: 01/30/2003 DOL 4 willful violations Company Name Address City State Zip Code AA General Contractors lnc 1765 Mt. Read Bird Rochester NY 14606 Barred Until Fiscal Officer Notes: 12/I 7/2003 DOL Multiple willihl violations-see Dominick Antonucci Company Name Address City State Zip Code Abbot-Sommer Inc 2622 Chesbrough Avenue Bronx NY 10461 Barred Until Fiscal Officer Notes: 01/07/2003 NYC Falsified payrolls Company Name Address City State Zip Code Above All Conmacting lac 2154)4 104th Avenue Queens NY 11429 Barred Until Fiscal Off'lear Notes: 09/21/2003 NYC Falsified payrolls Company Name AIA Environmental Corp Barred Until Fiscal Officer 03/16/2004 DOL Company Name Aim ConsU'uctioo Corp Barred Until Fiscal Officer 06/04/2003 NYC Company Name ALCA Industries Inc Barred Until Fiscal Officer 06/03/2003 DOL Company Name Allstat~ Paper Co Inc Barred Until Fiscal Officer 10/26/2003 DOL Address City State Zip Code 20-29 38th Street Astoria NY 11105 Notes: Substantially owned-affiliatad entity or successor or subsidiary of Asbestos Industries of America (AIA) Address City State 1432 W 5th Street Brooklyn NY Notes: Additional address: 129 13th St,2nd fl,Bmoldyn NY I 1215 -falsified payrolls Zip Code 11204 Address City State 178-190 Catherine Street Albany NY Notes: Falsified payrolls Zip Code 12202 Address City State P O Box 376 Selkirk NY Notes: Successor to Wheels Places-N-Things Zip Code 12158 Wednesday, August 21, 2002 Page 2 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Amerioan General Construction Corp Barred Until Fiscal Officer 07/22/2006 NYC Address City State Zip Code 54 Knickerbocker Avenue Brooklyn NY 11237 Notes: Multiple willfifi violations Company Name AP Painting & Improvement lnc Barred Until Fiscal Officer 04/09/2007 DOL Address City State Zip Code 575 Hempstcad Turnpike West Hcmpstead NY 11552 Notes: Falsified payrolls Company Name APC Painting Barred Until 05/13/2007 Fiscal Officer Address City Notes: See Apollo Construction Services Corp State Zip Code Company Name Apollo Construction Services Corp Barred Until Fiscal Officer 05/13/2007 DOL Address City 157 Tibbets Road Yonkers Notes: dba Apofu Painting Corp. - multiple willful violations State Zip Code NY 10705 Company Name Apolo Painting Company Barred Until Fiscal Officer 0511312007 Address City Notes: aka APC Painting. see Apollo Consmaction Services Corp State Zip Code Company Name Apolo Painting Corp Barred Until 05/13/2007 Fiscal Officer Address City Notes: See Apollo Construction Services Corp. State Zip Code Company Name AR/Refi'igeration Ltd Barred Until Fiscal Officer Address Notes: See Capital Refrigeration Inc city State Zip Code Company Name Asbestos & Lead Abatement Technology Corp Barred Until Fiscal Officer 10/09/2002 DOL Address 709 Maple Street Notes: 3 willful violations City Rochest~ State Zip Code NY 14611 Wednesday, August 21, 2002 Page 3 of 28 , LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Asbestos Industries of America Barred Until Fiscal Officer 03/16/2004 DOL Address City State Zip Code 20-29 38th Street Astoria NY I 1105 Notes: Multiple willful violations Company Name B H International Coq~oration Barred Until Fiscal Officer 08/31/2003 NYC Address City State Zip Code 59-15 55th Street M~peth NY 11378 Notes: Multiple willful violations Company Name B H Refrigeration lnc Barred Until Fiscal Officer 07/23/2004 DOL Address City State Zip Code 818 Elmwood Avenue Buffalo NY 14213 Notes: Multiple willfuls - falsified payrolls Company Name B&R Roofing Inc Barred Until 08/09/2004 Fiscal Officer Address City Notes: See Frank Val=rio General Contracting State Zip Code Company Name Baham Inc Barred Until Fiscal Officer 06/23/2003 DOL Address City 40-22 College Point Blvd Flushing Notes: Falsified payrolls State Zip Coda NY 11354 Company Name Baltex Construction Barred Until Fiscal Off-~cer Address City Notes: See Bathos Construation Company State Zip Code Company Name Bathos Construction Company Ban'ed Until Fiscal Offmer 06/18/2003 NYC Address City 285 Pulaski Street Brooklyn Notes: Aka Bat. ex Construction-falsified payrolls State Zip Code NY 11206 Company Name Betty Holl lnc Barred Until Fiscal Officer Address City Notes: see B H Refrigeration as its successor State Zip Code Wednesday, August 21, 2002 Page 4 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code Betty Jones' Services P O Box 58 Utica NY 13503 Barred Until Fiscal Officer Notes: 1731/2006 DOL dba D&B J's Services and Betty Jones as President and Individually Company Name Bevy Jones (as President and Individually Barred Until Fiscal Officer 1731/2006 Company Name BH Mechanical Services Barred Until Fiscal Officer Company Name Big Tree Cra~len Center Barred Until Fiscal Officer CompanyName Bis~ M~eri~slnc Barred Until Fiscal Officer 06/06/2O05 DOL Company Name Bmunmede Construction LLC Barred Until Fiscal Officer 0311612004 DOL Company Name Building Block Contracting Corp Barred Until Fiscal Officer Company Name Butler Fence Company Ban'ed Until Fiscal Officer 04/25/2005 DOL Address City State Zip Code Notes: See Be~.Jones' Services Address City State Zip Code Notes: Aka B H Refi-~gerafion lnc Address City State Zip Code Notes: See Military Auto Service [nc Address City State 175 Springs Fireplace Rd East Hampton NY Notes: See patrick Bistrian Jr., Inc, (substantially owned-affiliated entity or successor) Address City State 20-29 38th Street Astoria NY Notea: Multiple violations -a substantially-owned affiliated entity and/or successor of AIA Environmental Corp Address City State Notes: See CPN Construction Corp Address City State 536 State Fair Blvd Syracuse NY Notes: Zip Code 11937 Zip Code ill05 Zip Code Zip Code 13204 Wednesday, August 21, 2002 Page 5 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT ' Company Name Address City State Zip Code Caftan Construction Corp 150-59 Coolidge Avenue Jamaica NY 11432 Barred Until Fiscal Officer Notes: I 1/03/2002 DOL Falsified payrolls Company Name Calvin S Robinson Electrical lnc Barred Until Fiscal Officer 04/12/2007 DOL Address City State Zip Code 2117 Egret Drive Clearwater FL 33764 Notes: Falsified payrolls Company Name Capital Area Refrigeration lnc Barred Until Fiscal Officer 05/28/2003 DOL Address City 6 In~xstate Avenue Albany Notes: Successor to Raymond L Masse T/A ARI Refrigeration Ltd State Zip Code NY 12205 Company Name Capital Safety inc. Barred Until Fiscal Officer O8/06/2004 DOt. Address City State Zip Code 380 Lakeview Clifton NJ 07011 Notes: Falsified records end kickb~k of wages - debarment extended after additional violation Company Name Carey & Mun-a~ lnc Barred Until Fiscal Officer 01/18/2005 DOL Address City State Zip Code P O Box 92036 Rochester NY 14692 Notes: Multiple willfuls Company Name Central Absorption Inc Barred Until Fiscal Officer 03/16/2003 NYC Address City State Zip Code I I- 15 3 Ist Drive Long Island City NY I 1106 Notes: Multiple willfial violations Company Name Centurien Management of New York [nc Barred Until Fiscal Officer 05103/2006 DOL Address City State Zip Code P O Box 961 Pc~ Jefferson Sta NY 11776 Notes: Aka Centurian Protection of New York State-falsified records - debarment period extended Company Name Centurian Protection of New York Barred Until Fiscal Officer Address City State Notes: See Centurmn Management of New York State Inc - debarred until 05/03/2006 Zip Code Wednesday, August 21, 2002 Page 6 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Charles Saliba Bar~ed Until 07/25/2005 Fiscal Officer Address City Notes: See Monarch Construction Coqooratinn (owner) State Zip Code Company Name Cherokee Plate Glass lac Barred Until Fiscal Officer 08/27/2002 DOL Addmss City 114 Brown Street Johnson City Notes: Multiple willfuls State Zip Code NY 13790 Company Name Christine D Foster & Donna Foster Barred Until Fiscal Officer 09/01/2003 DOL Address City RR #1 Box 67 Bouckville Notes: Dba D & C Tracking - falsified records State Zip Code NY 13310 Company Name Ciancio Mechanical Inc Barred Until Fiscal Officer 12/03/2004 DOL Address City 321 Crescent Street Jamestown Note~: Multiple willfuls State Zip Code NY 14701 Company Name Citi Cleaning Corp Barred Until Fiscal Officer Address City Notes: See Bravo Demolition Contracting Corp State Zip Code Company Name Classic Electric lnc Barred Until Fiscal Officer 11127/2005 NYC Address City 29-01 21st Avenue Astoria Notes: Multiple violations State Zip Code NY 11105 Company Name Clean Air Asbestos Removal Inc Barred Until Fiscal Officer 08/05/2003 DOL Address City c/o S.Finer258 Genasee St Utica Notes: Falsified records State Zip Code NY 13502 Company Name Clinton Construction Corp Barred Until Fiscal Officer 04/13/2004 NYC Address City 6 Hewlett Drive East Williston Notes: Multiple willfuls - falsified records State Zip Code NY 11596 Wednesday, August 21, 2002 Page 7 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Colonial Painting Co Barred Until Fiscal Officer Address Notes: See S.I.M.G. Painting Co lnc City State Zip Code Company Name COMM/NET Solutions [nc Barred Until Fiscal Officer Address City State Notas: Successsor to Integrated Communications Infrastructure Systems lnc Zip Code Company Name Commercial Glazing Inc Barred Until Fiscal Officer 05/05/2003 DOL Address City 718 Joseph Avenue Rochester Notes: Aka Emergency Glass & Boardup Scrviees-falsified payrolls State NY Zip Code 14621 Company Name Consolidated Environmental Corp Barred Until Fiscal Officer 04/08/2003 NYC Address City State 1150 East New York Ave Brooklyn NY Notes: Falsified payrolls Zip Code II212 Company Name Converse Construction Corp Barred Until Fiscal Officer 03/21/2007 DOL Address City State 1597 Route I 12 Port Jefferson Sta NY Notes: Falsified payrolls Zip Code 11776 Company Name CountyWide Electric Corp Barred Until Fiscal Officer 04/19/2005 DOL Address City State 795 Portland Avenue Rochester NY Notes: Succ./Substantially owned-Affiliated entity to JoBeth lnc.-stipulated m dcbarmant Zip Code 14621 Company Name CPN Consn'uction Corp Barred Until Fiscal Officer 04/08/2003 NYC Address City 42-06 192nd Street Flushing Notes: Dba Building Block Contracting Corp - falsified records State Zip Code 11358 Company Name CrossBay Conu:acting Corp Barred Until Fiscal Officer 04/18/2005 NYC Address City 242 Nevins Street Brooklyn Notes: Falsified payrolls -multipLe willfuls - debm'ment period extended State NY Zip Code 11217 Wednesday, August 21, 2002 Page 8 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code CVM Electric Inc 220 Dingans Street Buffalo NY 14206 Barred Until Fiscal Officer Notes: I 1/05/2002 DOL Multiple violanons Company Name D & C Trucking Barred Until Fiscal Officer Address City Notes: See Christine D Foster & Donna Foster State Zip Code Company Name D & D Mason Contractors lnc Barred Until Fiscal Officer 05/16/2006 NYC Address City State Zip Code 158 I I 96st Street Howard Beach NY 11414 Notes: Falsified payrolls - plea agreement Company Name D&B Ys Services Barred Until 12/31/2006 Fiscal Officer Address Notes: See Betty Jones' Services Inc. City State Zip Code Company Name David Ogden Barred Until Fiscal Officer 0411912005 DOL Address City State Zip Code 795 Portland Avenue Rochester NY 14621 Notes: V.P./Sec. of JoBeth Inc; Pres,&V.P. of CoantyWide Electric Corp. - stipulated to debarment Company Name David White Barred Until Fiscal Officer Address City Notes: See General Design & Development (Top shareholder) State Zip Code Company Name DC White Company [nc Barred Until Fiscal Off;cer 05/05/2003 DOL Address City 1865 Chrisler Avenue Schenectady Notes: successor to General Design & Development [nc State Zip Code NY 12303 Company Name Debcon Construction Corporanon Barred Until Fiscal Officer 06/11/2006 DOL Address City State Zip Code 77 Weyman Avenue New Rochelle NY 10805 Notes: Multiple willfuls - Debeon Construction Corporation and Deborah Rago individually - falsified payrolls - debarment period extended Wednesday, August 21, 2002 Page 9 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT , Company Name Deborah Rago, individually Barred Until Fiscal Officer 06/I 1/2006 Addres~ Notes: See Debcon Construction Corp. City State Zip Code Company Name Dellapenna Associates Inc Barred Until Fiscal Officer 12/03/2006 DOL Address City State 86 Olive Site. et Johnson City NY Notes: Substantially owocd-affiliated entity and/or successor of Dellapenna Brothers lnc Zip Code 13790 Company Name Dellapenna Brothers lnc Barred Until Fiscal Officer 12/03/2006 DOL Address City State 86 Olive Street Johnson City NY Notes: multiple willfuls - debarment period extended after additional violations Zip Code 13790 Company Name DePadm & Son Plumbing & Heating Inc Barred Unfit Fiscal Officer 09/16/2002 DOL Address City Stete 2104 Niaga~ Sb'eat Niagara Falls NY Notes: Falsified payrolls Zip Code 14303 Company Name Dominiek Anmnucci Barred Until Fiscal Officer 1 ~ 17/2003 DOL Address City 1765 Mt. Read Blvd Rochester Notes: Multiple willful violations, see AA General Contractom Inc State Zip Code NY 14606 Company Name I)~,wall Wizard Barred Until 10116/2006 Fiscal Officer Address Notes: S~e Stephen Potter City State Zip Code Company Name Dura-'l'ochSymemslnc Ban'ed Until Fiscal Officer 10/24/2002 DOL Address City State Zip Code 19 Bergen Place Port Jefferson Sm NY 11776 Notes: Dba Hy-Teeh Coatings-falsified payrolls and 6 willful violations - original debarment period exmnded Company Name Earthworks Consuking Corp Barred Until Fiscal Officer 03/16/2004 DOL Address City State Zip Code 20-29 38th Street Astoria NY 11105 Notes: Mulnple violations - a substantmlly owned-affiliated entity and/or successor m Environmental Corp. Wednesday, August 21, 2002 Page 10 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK C.ONTRACT I Company Name East Coast Detention Equipment Systems lnc Barred Until Fiscal Officer 06/23/2004 · DOL Address City State Zip Code 2909 Bridge Plaza N Long Island CiW NY I 1101 Notes: Falsified records Company Name Eco Environmental Corporation Barred Until Fiscal Officer 11/19/2003 DOL Address City State Zip Code 629 5th Avenue Pelham NY 10803 Notes: Falsified payrolls Company Name Emergency Glass & Boardup Services Barred Until Fiscal Officer Address Notes: See Commercial Glazing Inc City State Zip Code Company Name Empire Demolition Development Co lnc Barred Until Fiscal Officer 03/24/2005 DOL Address 1096 Niagara St Notes: Multiple willfuls City State Zip Code Buffalo NY 14213 Company Name Empire Flooring lnc Barred Until Fiscal Officer 06/O_;/2003 DOL Address City 1765 Mt. Read Boulevard Rochester Notes: State Zip Code NY 14606 Company Name Empire State Renovation Corp Barred Until Fiscal Officer 05/22/2007 NYC Address City 15 Division Place Brooklyn Notes: Falsified payrolls - plea agreement State Zip Code NY I I222 Company Name Eric Lutz Consmaction Corp Barred Until Fiscal Officer 12./27/2004 DOL Address City 493-14 Johnson Avenue Bohemia Notae: Falsified records State Zip Code NY 11716 Company Name ESNA Internanonal Genera~ Contractors Inc Barred Until Fiscal Officer 02/26/2003 NYC Address City 1838 Bath Avenue Brooklyn Notes: Falsfied payrolls State Zip Code NY 11214 Wednesday, August 21, 2002 Page 11 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORi~'0~.~-ACi;- ~ Company Name Address City State Zip Code Espo Construction lnc 3302 Country Club Rd Bronx NY 10465 Barred Until Fiscal Officer Notes: 01/19/2005 NYC Falsified records Company Name Exlreme Building Services Corp Barred Until Fiscal Officer 03/]6/2004 DOL Address City State Zip Code 20-29 38th Sweet Astoria NY 11105 Notes: Multiple violations - a substantially owned-affiliated entyty and/or successor of AIA Environmental Corp Company Name Frank J. Labriola Barred Until Fiscal Officar Address city Notes: See State of thc Art Construction Co Inc State Zip Code Company Name Frank Valerio General Contracting Corp Barred Until Fiscal Officer 08/09/2004 DOL Company Name G A Conh'amors Barred Until Fiscal Offioer l 1/25/2002 DOL Company Name Gcc Building & Fzluipment lnc Barred Until Fiscal Offlcer 06/28/2007 DOL Company Name Gcc Installations lnc Barred Until Fiscal Officer 04/06/2005 DOL Company Name Gerrmm Construction Company Inc Ban'ed Until Fiscal Officer 12/29/2004 NYC Address City 89 West Route 59 Central Nyack Notes: AK~ B&R Roofing lnc - debarment period extended State Zip Code NY 10960 Address city Ste;te Zip Code 139-31 Queens Boulevard Jamaica NY 11435 Notes: Also NYC -multiple willfuls - falsified pa)mils. Original debarment period extended Address City State Zip Code 2332 Route 9W Saugerties NY 12477 Notes: Address City State Zip Code P O Box 422 Little Meadows PA 18830 Notee: Multiple willf~ls Address City State Zip Code R.A.Libret 1325 Franklin Garden City NY 11530 Notes: Falsified records Wednesday, August 21, 2002 Page 12 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name General Design & Development [nc Barred Until Fiscal Officer 05/05/2003 DeL Address City State 1865 Chrisler Avenue Schenectady NY Notes: Multiple wfllf~ls Zip Code 12303 Company Name General Restoration Co Barred Until Fiscal Officer 08/04/2004 DOL Address City State 551 Fifth Ave Suite 222 New York NY Notes: Voluntary debarment Zip Code 10176 Company Name George Forakis Barred Until Fiscal Officer 03/07/2007 DeL Address City State P O Box 8808 Baltimore MD Notes: Falsified payrolls - Paint City Contractors Inc and George Foralds individually Zip Code 21224 Company Name George Lucey,Manual Tobio(see note) Barred Until Fiscal Officer NYC Address City State zip Code 150 Kings Street Brooklyn NY 11231 Notes: Manuel P Tobio and Lake Constr and Development Corp (individually and as a whole) grand larceny,falsified records,debarred permanently Company Name Georgian Bay Contracting lnc Barred Until Fiscal Officer 01 / 12/2005 DeL Address City State Zip Code 4635 Chestnut Road Amherst NY 14228 Notes: Multiple willf~ls Company Name GNP Contracting Corp Barred Until Fiscal Officer 11/04/2003 DeL Address City State Zip Code 153 Woodruff Avenue Searsdale NY 10583 Notes: Falsified records Company Name Gogos & Weber Contracting lnc Barred Until Fiscal Off'~cer 12/30/2004 DeL Address City State Zip Code 241 Sprucewood Terrace Williamsville NY 14221 Notes: Multiple will f~ls Company Name Gulley Terrazzo Tile & Flooring Co Barred Until Fiscal Officer O4/06/2005 DOb Address City State Zip Code P 0 Box 11304 Rochester NY 1461 I Notes: See Tobie R Gulley Wednesday, August 21, 2002 Page 13 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name A~ldress City State Zip Code Ha~mr Construction Services lnc P O Box 57 Hilton NY 14468 Barred Until Fiscal Officer Notes: 10/18/2004 DOL Falsified records Company Name Horn Exterior Coq) Barred Until Fiscal Officer 05/13/2004 NYC Company Name Horn F. xmrior Restoration Barred Until Fiscal Officer Company Name Horn Maintenance Barred Until Fiscal Officer Company Name Horn Roofing Coq) Barred Until Fiscal Officer Company Name Hydmbl~st lnc Barred Until Fiscal Officer 05/10/2003 DOL Company Name Hy-Tcch Comings Barred Until Fiscal Officer Company Name I & P Conc~te Inc Barred Until Fiscal Officer 11/30/2004 DOL Address City State Zip Code 3245 Quc~ns Boulevard Long Island C~ty NY 11101 Notes: Dba Horn Exterior Restoratmn,a~a Horn Maintenance Coq~ (and) Bom Roofing Co~p. - multiple will fuls Address City State Zip Code Notea: S~ HomExteclorCo~ Address City State Zip Code Notes: S~ HomExmriorCo~ Address City State Zip Code Notes: See Horn Exterior Corp Address City State Zip Code P O Box 851 Portland ME 04104 Notes: Multiple willfuls Address City State Zip Code Notes: S~Dum-Te~Sy~emslnc Address City State Zip Code P O Box 342 Pine Bush NY 12566 Notes: Wednesday, August 21, 2002 Page 14 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name I C Consb'uction Company Inc Barred Until Fiscal Officer 07/30/200~ DOL Address City State Zip Code 120 South Broadway R~i Hook NY 12571 Notes: Mukipic willfi~ls Company Name Integrated Communications Infracsrructures Barred Until Fiscal Officer 06/24/2004 DOL Address City State Zip Code 688 Wilder Road Hilton NY 14468 Notes: And successor COMM/Nct Solutions lnc Company Name lntercounty Roofing Systems lnc Barred Until Fiscal Officer 05/09/200~ DOL Address City State Zip Code 20 Jerusalem Avenue Hicksville NY 11801 Notes: Falsified payrolls Company Name IVS Consmaction Company Inc Barred Until Fiscal Officer 11/19/2004 NYC Address City State Zip Code c/o M&P 245 Main St White Plains NY 10601 Notes: Falsified records Company Name J Mangonc Contraefing Inc Barred Until Fiscal Officer l 1/07/2006 DOL Address City 53 13th Avenue Mineola Notes: Falsified payrolls and kickbeeks of wages and supplements State Zip Code NY 11501 Company Name jarnmca Acoustic Barred Until Fiscal Officer Address Notes: See Joshua Murray city State Zip Code Company Name jamoca Acoustical Barred Until Fiscal Officer Address Notes: See Joshua Murray city State Zip Code Company Name j~o. mca Acoustics Barred Until Fiscal Officer Address Notes: See Joshua Murray city State Zip Code Wednesday, August 21, 2002 Page 15 of 28 '--LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Jam~s Sp~lina Consmaction inc Barred Until Fiscal Officer 07/29/2003 DOL Address City State Zip Code 25 Soufafield Drive Webster NY 14580 Notes: Multiple willfuls Company Name JoBethlnc Barred Until Fiscal Officer 04119/2005 DOL Address City State Zip Code 795 Portland Avenue Rochester NY 1462 l Notes: Stipulated to debarment Company Name John J Gross Contracting Corp Barred Until Fiscal Officer 09/30/2002 DOL Address City State Zip Code 2104 Niagara Street Niagara Falls NY 14303 Notes: 3 willful violations Company Name Joseph N Fufia Jr. (as an individual) Barred Until Fiecal Officer 06/03/20O3 DOL Addmse City State ALCA 178-190 Catherine St Albany NY Notes: see ALCA Industries- as a pnneipal officar-panner and/or shareholder Zip Code 12202 Company Name Joshua Murray Barred Until Fiscal Officer 06/23/2003 DOL Address City State Zip Code 324 Duane Avenue Schenectady NY 12307 Notes: Dba Jamaica Acoustical aka Jmnmca Acoustic aka Jamaica Acoustics - falsified records Company Name K & K Restoratioo Co~p Barred Until Fiecal Officer O4114120O5 NYC Address City State Zip Code 752 Cypress Drive Franklin Square NY 11010 Notes: Falsified records Company Name KBH Construction Co lnc Barred Unfil Fiecal Officer 05/21/2004 DOL Address City State Zip Code 90 River Rd - P 0 Box 30 Scottsville NY 14546 Notes: Mukiple willfuls Company Name Keith Grimes Inc Barred Until Fiecal Officer 03/21/2006 DOL Address City State Zip Code Fairlawn Dr - P O Box 964 Montauk NY 11954 Notes: Falsified records Wednesday, August 21, 2002 Page 16 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code Klarbcrg [nc P O Box 187 East Amherst NY 14051 Barred Until Fiscal Officer Notes: 02/12/2004 DOL 5 willful violations Company Name Kornas Construction Corporation Barred Until Fiscal Officer 01/09/2006 NYC Address City State Zip Code 162 85th Street Brooklyn NY 11209 Notes: Falsified paytolis Company Name L Harbert lnc Barred Until Fiscal Officer 06/1,4/2004 NYC Address City State Zip Code 1871 Walton Avenue Bronx NY 10453 Notes: Falsified records Company Name LaCorte Companies [nc Barred Until Fiscal Officer 03/01/2003 DOL Address City State Zip Code 621 T[nnt Avenue Ext Reesselaer l~' 12144 Notes: Voluntary debarment Company Name LaCorte Electrical Consrr & Maintenance Barred Until Fiscal Officer Address Notes: See LaCorte Companies [nc City State Zip Cods Company Name Lake Construction and Development Coq) Barred Until Fiscal Officer Address Note~: See George Lucey City State Zip Code Company Name LBS of Frankfort lnc Barred Until Fiscal Officer 06/02/2003 DOL Address 1055 Jefferson Avenue Notes: City State Zip Code Utica NY 13501 Company Name Louis A Stilloe Roofing & Siding lnc Barred Until Fiscal Officer 08130/2004 DOL Address P O Box 68 Southview Sm Notes: Falsified records City State Zip Code Binghamton NY 13903 Wednesday, August 21, 2002 Page 17 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Coda Louis Scopelliti Inc 87 Newman Avenue Hawthorne NY 10532 Barred Until Fiscal Officer Notes: 01/12/2005 DOL Falsified records Company Name Address City State Zip Code LRM Finishing Co Inc. 9449 Button Road Cicero NY 13039 Barred Until Fiscal Officer Notes: 06/10/2004 DOL Multiple v~llfals Company Name M & M Electrical Contracting lne Barred Until Fiscal Officer 08/03/2003 NYC Address City State Zip Code 122-19 15th Avenue College Point h~' 11356 Notes: Multiple willfuls Company Name M Falgiano Construction Co Inc Barred Until Fiscal Officer 11/01/2004 DOL Address City State Zip Code P O Box 206 Chcektowaga NY 14225 Notes: Multiple willfuls Company Name Mac Stringer Painting Barred Until Fiecal Officer 12/18/2006 DO L Address City State Zip Code 250 Lake Avenue Rochester NY 14608 Notes: Falsification of records Company Name Madeline Futia (as an individual) Barred Until Fiscal Officer 06/03/2003 DOL Address City ALCA 178-190 Cathenne St Albany Notes: see ALCA Industries-principal officer-parmer and/or shareholder State Zip Code NY 12202 Company Name Mainland Renovations Inc Barred Until Fiscal Officer 12/09/2004 DOL Address City 685 Flempstead Tpke Franklin Square Notes: Falsified records State Zip Code NY I1010 Company Name Management Services Barred Until Fiscal Officer Address Notes: See Wayne Lancaster City State Zip Code Wednesday, August 21, 2002 Page 18 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address Manuel P. Tobio Barred Until Fiscal Officer Notes: See George Lucey City State Zip Code Company Name Address Manuel Tobio Barred Until Fiscal Officer Notes: See George Lueey City State Zip Code Company Name Marianne Ogden Barred Until Fiscal Officer 04/19/2005 DOL Address City State 795 Portland Avenue Rochester NY Notes: Multiple willfuls - president and Treasm~r of Jobeth - stipulated to debarment Zip Code ~4621 Company Name Mark's Glass'man lac Barred Until Fiscal Officer 05/05/2003 DOL Address City 718 Joseph Avenue Rochester Notes: Alter Ego/Successor to Commercial Glazing Inc. State Zip Code 14621 Company Name Mashack FlOOnng Supply Inc. Barred Until Fiscal Officer 09/14/2004 DOb Address City P 0 Box 824 Bronx Notes: Falsified records State NY Zip Code 10472 Company Name MEG Enterprises Ltd Barred Until Fiscal Officer 12/22/2002 DOL Address City 101 Bloomingdale Road Hicksville Notes: Falsified payrolls State NY Zip Code 11801 Company Name Mega Imperial Construction Corp Barred Until Fiscal Officer 02/23/2003 DOL Address City 35-11 Vernon Boulevard Long Island City Notes: Falsified payrolls State NY Zip Code 11106 Company Name Mm-chants I & S Corp Barred Until Fiscal Officer 04/16/2004 DOL Address City 7732 Victor/Mendon Road Victor Notes: State NY Zip Code 14564 Wednesday, August 21, 2002 Page 19 of 28 , LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT ~ Company Name Michael Falgiano Jr. Barred Until Fiscal Officer Address City State Zip Cede Notes: Principal officer-partner and/or shareholder - See M Falgiano Construction Co Inc. Company Name Michael Falgiano Sr Barred Until Fiscal Officer Address City State Notes: Principal officer-partner and/or shareholder - see M Falgiano Construction Co lac Zip Code Company Name Milestone Waterproofing [nc BarTed Until Fiscal Officer 11/01/2004 DOL Addmas City State 845 Broad Avenue Suite 5 Ridgefield NJ Notes: Falsified records Zip Code 01657 Company Name Milite-,7 Aura Service Inc Barred Until Fiscal Officer 10108/'2003 DOL Address City 6953 Ridge Roext Lockpor~ Notes: Dba Big Tree Garden Canter - falsified payrolls State NY zip Code 14094 Company Name Mohrmann Electric Company lac Barred Until Fiscal Officer 12/3012002 DOL Address City 3581 Bayview Avenue Seaford Notes: State Zip Code 11783 Company Name Monarch Construction Corporation Barred Until Fiscal Officer 08108/2006 NYC Address City 1057 Jackson Avenue Long Island City Notes: Falsified payrolls - debarment period extended State Zip Code 11101 Company Name NAB Management Associates lnc Barred Until Fiscal Officer 01/19/2005 NYC Address City 57 Hillside Avenue New Rochelle Notes: Falsified records State NY Zip Code 11209 Company Name National Building & Restoration Corp Barfed Until Fiscal Officer 09/04/2003 DOl. Address City l 010 Tidan Avenue Utica Notes: Falsified payrolls NY Zip Code 13501 Wednesday, August 21, 2002 Page 20 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Navarre Special Cleaning Services lnc Barred Until Fiscal Officer 04116/2006 NYC Address City State Zip Code 85-12 Sixty-Seventh Ave Queens NY 11374 Notes: Falsified payrolls Company Name Neptune Construction Co Barred Until Fiscal Officer Address Notes: See Wayne Vltale Inc City State Zip Code Company Name Northeast Regional Communications Inc Barred Until Fiscal Officer 03/24/2005 DO[. Address City 232 Main Street Vestal Notes: Also P O Box 573 Appalachin NY 13732 - multiple willfuls State Zip Code NY 13850 Company Name Northeastern Painting Barred Until Fiscal Officer 07/15/2003 DOL Address City 25 Hopper Street Utica Notes: Multiple willfuls State Zip Code NY 13501 Company Name Olib Construction Company Inc Barred Until Fiscal Officer 11 / 14/2006 DOL Address City 120 South Broadway Red Hook Notes: State Zip Code NY 12571 Company Name Olympic Associates Inc Barred Until Fiscal Officer 01/08/2007 DOL Address City 2843 U.S. Route 11 Lafayette Notes: Multiple willful violations State Zip Code NY 13084 Company Name Omura & Slattery G~ncral Contracting Inc Barred Until Fiscal Officer 03/05/2004 DOL Address City 303 Clinton Avenue Kingston Notes: Aka Omura General Contractors, Inc. - multiple willful violations State Zip Code Nh' 12402 Company Name Omura General Contractors Inc Barred Until Fiscal Officer Address City Notes: See Omura & Slatted. General Contwacting lnc State Zip Code Wednesday, August 21, 2002 Page 21 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT , Company Name Address City State Zip Co~le Orange County Paving lnc P O Box 233 Bullviile NY 10915 Barred Until Fiscal Officar Notes: 01/27/2003 DOL Falsified payrolls Company Name P & P Contractors of Rochester Barred Until Fiscal Officer 08/27/2002 DOL Addre-~s City State Zip Code 8 Ambrose Street Rochester NY 14608 Notes: Employer stipulated to debaemcnt Company Name Paint City Contractors lnc Barred Until Fiscal Officer 03/07/2007 DOL Address City State Zip Code P O Box 8808 Baltimore MD 21224 Notes: Falsified payrolls Company Name Pab-ick Bist~ian Jr Inc Barred Until Fiscal Offmer 06/06/2005 DOL Address City State Zip Code 175 Springs Fireplace Rd E;kqt Hampton NY 11937 Notes: Falsified records Company Name Patrick Hurling Barred Until Fiscal Officer Address Notes: See Patrick Wright City State Zip Code Company Name pamck Wright and Patrick Hurling Barred Until Fiscal Officer 12/02/2004 DOL Address City State Zip Code 505 B Lincoln Road Riv~heed NY 1190l Notes: Aka Professional Roofing, aka Pat's Roofing and aka Professional Construction - falsified records Company Name Pat's Roofing Barred Until Fiscal Officer Address Notes: See Patrick Wright City State Zip Code Company Name Pete Forakis Barred Until Fiscal Officer 03/07/2007 DOL Address City State Zip Code P O Box 8808 Baltimore MD 21224 Notes: Multiple willf~ls - Paint City Conuactors Inc and Panagiotis Forakis dba Pete Forakis Wednesday, August 21, 2002 Page 22 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code Pilos Conmacting Corp 271 5gth Street Brooklyn N~ 11220 Barred Until Fiscal Officer Notes: 08/10/2005 DOL one willful with NYC and one willful with DOL Company Name Address City State . Zip Code Pipcjackers Inc 15 East Bartlett Road Middle Island NY 11953 Barred Until Fiscal Officer Notes: 06/26/2007 DOL Company Name Professional Construction Barred Until Fiscal Officer Address Notes: See Patrick Wright City State Zip Code Company Name Professional Fence Co ofWNY Inc Barred Until Fiscal Officar 07/08/2005 DOL Address 6479 Willow Drive Notes: multiple willfuls City State Zip Code North Boston NY 14075 Company Name Professional Roofing Barred Until Fiscal Officer Address Notes: See Patrick Wright City State Zip Code Company Name Pucci Masonry & Construction Corp Barred Until Fiscal Officer 01/20/2003 DOL Address City State Zip Code 12 Huckleberry Lane Hampton Bays NY 11946 Notes: 4 willfuls and falsified payrolls Company Name Rainbow Mechanical Systems lnc Barred Until Fiscal Officer 01/28/2007 NYC Address City State Zip Code 4249 Colden St - Suite 3 Flushing NY 11355 Notes: Plea agreement Company Name Raymond L Masse Barrm:l Until Fiscal Officer Address City State Notes: T/A ARI Refrigeration Ltd. see Capital Area Reff/geration Inc (successor) Zip Code Wednesday, August 21, 2002 Page 23 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code RB Morgan Associams 50 Morgan Avenue Brooklyn NY 11237 Barred Until Fiscal Officer Notes: 11/01/2004 DOL Falsified recorcls Company Name Address City State Zip Code RGM Construction Corp 5601 Nurge Avenue Maspeth NY 11378 Barred Until Fiscal Officer Notes: I 1/27/2004 DOL Falsified records Company Name Address City State Zip Code RIP Marine Systems lnc 1332-04 I lth Avenue College Point NY 11356 Barred Until Fiscal Officer Notes: 0812312004 NYC Falsified payrolls Company Name Address City State Zip Code Roof Dy~amies lac 289 F Skidmc~ Rued Dm Perk NY 11729 Bared Until Fiscal Officer Notes: 03/26/2003 DOL 24 willfi~ls with falsified payrolls Company Name Address City State Zip Code S I M G Painting Co fac 1364 Buffalo Road Rochester NY 14624 Barred Until Fiscal Officer Notes: 01/08/2004 DOL Dba Colonial Fainting Co Company Name Savoya Construction Corp Barred Until Fiscal Officer 09/21/2006 DOL Address City State Zip Code 13-15 37th Avenue Long Island City NY 1110 I Notas: a Joint Venture with United Fainting and Contra~ing Inc. - falsified payrolls - debarment period extended Company Name $onn¥'s D~wall lnc Barred Until Fiecal Officer 09/07/2004 NYC Address City State Zip Code 1538 Mann Avenue Hillside NJ 07205 Notes: Falsified records Company Name Spider Construction and Waterproofing lnc Barred Until Fiscal Officer 11/19/2006 NYC Address City State Zip Code 806 53rd Street [Irooklyn NY 11220 Notes: Falsified pa_woll records Wednesday, August 21, 2002 Page 24 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Spyder Technologies Inc Barred Until Fiscal Officer Address Notes: See LaCorte Companies Inc City State Zip Code Company Name State of the An Construction Barred Until Fiscal Officer 10/06/2005 DOL Address 140 Marine Street Notes: Multiple ~51lfi~l violations City State Zip Code Farmingdale NY 1 [ 735 Company Name Stephen Potter Barred Until Fiscal Officer 10/16/2006 DO L Address 112 Surnmerville Drive Notes: dba Drywall Wizard City State Zip Code Rochester NY 14617 Company Name Superior Roofing lnc Barred Until Fiscal Officer 10/15/2002 DOL Address City P O Box 475 - NYS Rm I I Gouverncur Notes: State Zip Code NY 13642 Company Name Supr~ne Electrical Contracting Inc Barred Until Fiscal Officer 06/I ]/2004 NYC Address City 5306 Church Avenue Brooklyn Notes: Falsified records State Zip Code NY 11203 Company Name T J Wilson Electric Inc Barred Until Fiscal Officer 02/10/2007 NYC Address City 263 Waverly Avenue Mamaroneck Notes: Falsified payrolls State Zip Code NY 10543 Company Name Tele-Dam-Corn Solutions Inc Barred Until Fiscal Officer 03/24/2005 DOL Address City 597 Tracey Creek Roa~ Vestal Notes: alter ego of Northeast Regional Communications [nc State Zip Code Nh' 13850 Company Name TGR Corporation Barred Until Fiscal Officer 07/31/2006 DOL Address City 22 Troy Lane Lincoln Park Notes: Multiple v/olations State Zip Code NJ 07035 Wednesday, August 21, 2002 Page 25 of 28 Company Name Thomas K Fatgiano Barred Until Fiscal Officer Address City State Notes: Principal officer-panner anchor shareholder - see M Falgiano Consmaedon Co Inc zip Code Company Name Tobic RGulley Bar~ed Until Fiscal Officer 04/06/2005 DOL Address City P O Box 11304 Rochester Notes: Dba Gulley Terrazzo Tile & Flooring Co. - multiple wfllfuls State Zip Code NY 14611 Company Name Address Tower Building Maintenance & Management Lt 347 Kingsland Avenue Bar~ed Until Fiscal Officer Notes: 11/24/2003 DOL Multiple willfuls City State Zip Code Brooklyn NY 11222 Company Name TPK Co~troction Corporation Barred Until Fiecal Officer 02/02/2003 DOL Address City State Zip Code 116-124 S Van Brunt St Englewood NJ 07631 Notes: Falsified payrolls Company Name Triple M Realty Corp. Barred Until Fiscal Officer 03/16/2004 DOL Address City State Zip Code 20-29 38th Street Astoria NY 11105 Notes: Multiple violations - a substantially owned-affiliated entity and/or successor to AIA Environmental Corp Company Name Turso Constracnon [nc Barred Until Fiscal Officer 11/25/2003 DOL Address City State Zip Code 4 NurseD' Lane Rye NY 10580 Notes: 3 willfuls ~ debarment period extended Company Name Uhlein property Services and Conwachng Barred Until Fiscal Officer 08/10/2005 DOL Address City State Zip Code 209 Paddock Street Watertown NY 1360 I Notes: John C. Uhlein Iii dba Uhlcin Property Services and Contracting - consent by stipulation Company Name Union Wrecking Corp Bar~ed Until Fiscal Officer 03/16/2004 DOL Address City State Zip Code 20-29 38th Street Astoria NY I 1105 Notes: Multiple violations - a substantially owned-affiliated entity and'or successor of AiA Environmental Corp Wednesday, August 21, 2002 Page 26 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name United Pmnting and Contracting Inc Barred Until Fiscal Officer 09/21/2006 DOL Address City State Zip Code 13-15 37th Avenue Long Island City NY 11101 Notes: a Joint Venture with Savoya Construction Corp, - falsified payrolls - debarment period extended Company Name VICO Mechanicals Systems lnc Barred Until Fiscal Officer 01/28/2007 NYC Address City State Zip Code cJo S.Zeithn 50 Court St Brooklyn NY 11201 Notes: Plea agreement Company Name W Property Resources lnc Barred Until Fiscal Officer 08/16/2006 NYC Address City State Zip Code 123 West 126th Street New York NY 10027 Notes: Multiple willfuls Company Name Wale Construction Corp Barred Until Fiscal Officer 08/12/2004 NYC Address City State Zip Code c/o S M 4309 White Plains Bronx NY 10466 Notes: Falsified records Company Name Wayne Lancaster, Individually Barred Until Fiscal Officer 06/30/2004 DOL Address City 5350 McLaughlin Hill Rd Beaver Dams Notes: Dba Management Services - falsified records State Zip Code NY 14812 Company Name Wayne Vitale lnc Barred Until Fiscal Officer 11/08/2005 DOL Address City P O Box 325 Pon Jefferson Notes: Dba Neptune Construction Co State Zip Code NY I 1777 Company Name West Elecmc Inc Barred Until Fiscal Officer 07/19/2006 DOL Address City P O Box 83 Blossvale Notes: Multiple willful violations Stete Zip Code NY 13308 Company Name Westchester Iron Works Corporation Barred Until Fiscal Officer 03/02/2006 NYC Address City 65 Plain Avenue New Rochelle Notes: Voluntary debarment State Zip Code NY 10801 Wednesday, August 21, 2002 Page 27 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code Wheels Places 'N' Things lne P O Box 311 Selldrk NY 12158 Barred Until Fiscal Officer Notes: 10/26/2003 DOL Falsified payrolls Company Name Address William M Stringer Barred Until Fiscal Officer Notes: 12/18/2006 See Mac Stringer Painting City State Zip Code Company Name Address Wilson Tank Builders [nc 646 North Broad Street Barred Until Fiscal Officer Notes: 05/08/2006 DOL Falsified records City State Zip Code Grove City PA 16127 Company Name WPNT Construction Barred Until Fiscal Officer Address City Rte 144 Selkirk Notes: Successor to Wheels Places-N-Things lnc State Zip Code NY 12158 Company Name Yahoo Fence Company Barred Unfit 06/09/2004 Fiscal Officer DOL Address City 10 High Street West Nyack Noires: State Zip Code NY t0994 Wednesday, August 21, 2002 Page 28 of 28 APPENDIX "B" NEg YORK STATE DEPARTNENT OF ENVIRONHENTAL CONSERVATION DEC PERMIT NUMBER 1-~7~8-01090/00005 FACILITY/PROGRAM NUMBER(S) ~ TYPE OF PERMIT · New [] Renewal · Article 15, Title 5: Protection · of Waters Article 15, Title 15: Water Supply Article 15, Title 15: Water Transport [] Article 15, Title tS: Long Island Wells [] Article 15, Title 27: wild, Scenic ~ Recreational Rivers PERMIT Under the Envirormenta[ [] Modification [] Permit to Construct 6NYCRR 608: Water QuaLity Certification [] Article 17, Titles 7, 8: SPOES [] Article 19: Air Pollution EFFECTIVE DATE February 12, 2002 EXPIRATION DATE(S) February 12, 2012 C] Permit to Operate ~ [] Article 27, Title ?; 6NYCRR 360: Solid Waste Management [] ArticLe 27, TitLe 9; 6NYCRR 3T5: Hazardous Waste Management [] ArticLe 34: Coastal Erosion Management [] Article 36: FLoodplain Management Articles 1, 3, 17, 19, 27, )7; 6NYCRR 380: Radiation Control PERMIT ISSUED TO Tow~ of Southo[d AODRESS OF PERMITTEE TELEPHONE NUMBER (631) 765-1889 53~5 Nain Road~ Southotd, NY 11791 ~ONTACT PERSON FOR PERMITTED k~RK Frank sieo~e~ H2M Corp., 575 Broad Hot[ow Road, Melville, NY ~ ANO ADDRESS OF PROJECT/FACiLITY 11747 TELEPHONE NUMBER (631) 756-8000 X1315 Brushes Creek Bri~e, Peconic Bay BLvd., ~ mile E/O Laurel Lane LOCATioN OF PROJECT/FACILITY Laurel Suffolk Southold DESCRIPTION OF AUTHORIZED ACTIVITY: WATERCOURSE Brushes Creek NYTM COORDINATES Remove existing culvert Install tight sheeting and dewater behind sheeting. Construct new concrete culvert Install new pilings. Construct new roadway dec~. Revegetate slopes on northeastern and northwestern sides of culvert. All work must be done in accordance with the attached plans prepared by H2M Group last revised January 16. 2002 and stamped approved by NYSDEC on February 12.2002. ECL, all applicable regulations, the General Conditions specified (see page 2 & 3) and any Special Conditions included as part of this permit. PERMIT ADMINISTRATOR: ADDRESS Roger Evans (SLA) BLdg. /~.0, GUNY, Stony Brook, NY 11790-2356 AUTHORIZED SIGNATURE ~)~ DATE February 12, 2002 Page 1 of 4 NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION NOTIFICATION OF OTHER PERMITTEE OBLIGATIONS Item A: Permittee Accepts Legal Responsibility and Agrees to Indemnification The permittee expressly agrees to indemnify and hold harmless the Department of Environmental Conservation of the State of New York, its representatives, employees, agents, and assigns for all claims, suits, actions, damages, and costs of every name and description, adsing out of or resulting from the permittee's undertaking of activities or operation and maintenance of the facility or facilities authorized by the permit in compliance or non-compliance with the terms and conditions of the permit. Item B: Permittee's Contractom to Comply with Permit The permittee is responsible for informing its independent contractors, employees, agents and assigns of the;r responsibility to comply with this permit, including alt special conditions while acting as the permittee's agent with respect to the permitted activities, and such persons shall be subject to the same sanctions for violations of the Environmental Conservation Law as those prescribed for the permittee. Item C: Permittee Responsible for Obtaining Other Required Permits The permittee is responsible for obtaining any other permits, approvals, lands, easements and rights-of-way that may be required to carry out the activities that are authorized by this permit. Item D: No Right to Trespass or Interfere with Riparian Rights This permit does not convey to the permittee any right to trespass upon the lands or interfere with the ripadan rights of others in order to perform the permitted work nor does it authorize the impairment of any rights, title, or interest in real or personal property held or vested in a person not a party to the permit. GENERAL CONDITIONS General Condition 1: Facility Inspection by the Department The permitted site or facility, including relevant records, is subject to inspection at reasonable hours and intervals by an authorized representative of the Department of Environmental Conservation (the Department) to determine whether the permittee is complying with this permit and the ECL. Such representative may order the work suspended pursuant to ECL 71-0301 and SAPA 401(3). The permittee shall provide a person to accompany the Department's representative during an inspection to the permit area when requested by the Department. A copy of this permit, including all referenced maps, drawings and special conditions, must be available for inspection by the Department at all times at the project site or facility. Failure to produce a copy of the permit upon request by a Department representative is a violation of this permit. General Condition 2: Relationship of this Permit to Other Department Orders and Determinations Unless expressly provided for by the Department, issuance of this permit does not modify, supersede or rescind any order or determination previously issued by the Department or any of the terms, conditions or requirements contained in such order or determination. General Condition 3: Applications for Permit Renewals or Modifications The permittee must submit a separate written application to the Department for renewal, modification or transfer of this permit. Such application must include any forms or supplemental information the Department requires. Any renewal, moditication or transfer granted by the Department must be in wdting. The permittee must submit a renewal application at least: a) 180 days before expiration of permits for State Pollutant Discharge Elimination System (SPDES), Hazardous Waste Management Facilities (HWMF), major Air Pollution Control (APC) and Solid Waste Management Facilities (SWMF); and b) 30 days before expiration of all other permit types. Submission of applications for permit renewal or modification are to be submitted to: NYSDEC Regional Permit Administrator, Region 1, SUNY Bldg #40, Stony Brook, NY 11790-2356 General Condition 4: Permit Modifications, Suspensions and Revocations by the Department The Department reserves the right to modify, suspend or revoke this permit. The grounds for modification, suspension or revocation include: a) the scope of the permitted activity is exceeded or a violation of any condition of the permit or provisions of the ECL and pertinent regulations is found; b) the permit was obtained by misrepresentation or failure to disclose relevant facts; c) new matedal information is discovered; or d) environmental conditions, relevant technology, or applicable taw or regulation have materially changed since the permit was issued. I DEC PERMtT NUMBER ~ PAGE 2 OF 4 1-4738-01090/00005 I NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION ADDITIONAL GENERAL CONDITIONS FOR ARTICLES 15 (TITLE 5), 24, 25, 34 AND 6NYCRR PART 608 ( TIDAL WETLANDS) If future operations by the State of New York require an alteration in the position of the structure or work herein authorized, or if, in the opinion of the Department of Environmental Conservation it shall cause unreasonable obstruction to the free navigation of said waters or flood flows or endanger the health, safety or welfare of the people of the State, or cause loss or destruction of the natural resources of the State, the owner may be ordered by the Department to remove or alter the structural work, obstructions, or hazards caused thereby without expense to the State, and if, upon the expiration or revocation of this permit, the structure, fill, excavation, or other modification of the watercourse hereby authorized shall not be completed, the owners, shall, without expense to the State, and to such extent and in such time and manner as the Department of Environmental Conservation may require, remove all or any portion of the uncompleted structure or fill and restore to its former condition the navigable and flood capacity of the watercourse. No claim shall be made against the State of New York on account of any such removal or alteration. The State of New York shall in no case be liable for any damage or injury to the structure or work herein authorized which may be caused by or result from future operations undertaken by the State for the conservation or improvement of navigation, or for other purposes, and no claim or dght to compensation shall accrue from any such damage. Granting of this permit does not relieve the applicant of the responsibility of obtaining any other permission, consent or approval froru the U.S. Army Corps of Engineers, U.S. Coast Guard, New York State Office of General Services or local government which may be required. All necessary precautions shall be taken to preclude contamination of any wetland or waterway by suspended solids, sediments, fuels, solvents, lubricants, epoxy coatings, paints, concrete, leachate or any other environmentally deleterious ruaterials associated with the project. Any material dredged in the conduct of the work herein permitted shall be removed evenly, without leaving large refuse piles, ddges across the bed of a waterway or floodplain or deep holes that may have a tendency to cause damage to navigable channels or to the banks of a waterway. 6. There shall be no unreasonable interference with navigation by the work herein authorized. If upon the expiration or revocation of this permit, the project hereby authorized has not been completed, the applicant shall, without expense to the State, and to such extent and in such time and manner as the Department of Environmental Conservation may require, remove all or any portion of the uncompleted structure or fill and restore the site to its former condition. No claim shall be made against the State of New York on account of any such removal or alteration. If granted under 6NYCRR Part 608, the NYS Department of Environmental Conservation hereby certifies that the subject project will not contravene effluent limitations or other limitations or standards under Sections 301,302, 303,306 and 307 of the Clean Water Act of 1977 (PL 95-217) provided that all of the conditions listed herein are met. 9. At least 48 hours prior to commencement of the project, the permittee and contractor shall sign and return the top portion of the enclosed notification form certifying that they are fully aware of and understand all terms and conditions of this permit. Within 30 days of completion of project, the bottom portion of the form must also be signed and returned, along with photographs of the completed work and, if required, a survey. 10. All activities authorized by this permit must be in strict conformance with the approved plans submitted by the applicant or his agent as part of the permit application. Such approved plans were prepared by: ~./V~ ~v'ou.f)~ I I DEC PERMIT NUMBER I I PAGE 3 OF 4 14738-01090/00005 I NEW YORK STATE DEPARTMENT OF EN~*qRONMENTAL CONSERVATION SPECIAL CONDITIONS 1. Dudng construction, concrete or leachate shall not escape or be discharged, nor shal; washings from transit mix trucks, mixers, or other devices enter tidal wetlands and or protected buffer areas. 2. Any debds or excess material from construction of this project shall be completely removed from the adjacent area (upland) and removed to an approved upland area for disposal. No debds is permitted in tidal wetlands and or protected buffer areas. 3. The storage of construction equipment and materials shall be confined to within the project work site and or upland areas greater than 75 linear feet from the tidal wetland boundary. 4. All disturbed areas where soil will be temporarily exposed or stockpiled for longer than one (1) week shall be contained by a continuous line of staked hay bales/silt curtain (or other NYSDEC approved method) placed on the seaward side between the fill and wetland or protected buffer area. Tarps are authorized to supplement these approved methods. 5. All fill shall consist of"clean" sand, gravel, or soil (not asphalt, flyash, broken concrete or demolition debris). 6. All peripheral berms, cofferdams, rock revetments, seawalls, gabions, bulkheads etc. shall be completed pdor to placement of any fill material behind such structures. 7. Equipment operation below apparent high water is strictly prohibited. 8. Ail areas of soil disturbance resulting from this project shall be stabilized immediately following project completion or pdor to permit expiration, whichever comes first. The approved methodologies are as fellows: a. stabilized as per specifications identified on approved plans (General Note #10). DEC PERMIT NUMBER 1-4738-01090/00005 PAGE 4 OF 4 ATER 4TER EGETATION C XREF DWG FILE: SCALE: FILE LOCATION: DESIGNED BY: DRAWN BY: CHECKED BY: REVIEWED BY:I AS SHOWN FRS IK B BRIDGE REPLACEMNT AT BRUSHES CREEK NEAR GREAT PECONIC BAY IN AND FOR TOWN OF SOUTHOLD NYSDEC APPROVED AS PER TERMS AND CONDITIONS OF PERMIT NO. ] SEPTEMBER, 2001 CONTRACT NOT FOR CONSTRUCTION SHEET TITLE A NEW YORK DISTRICT'S REGIONAL CONDITIONS FOR THE NEW AND MODIFIED NATIONWIDE PERMITS I. Permit-Specific ReRional Conditions Nationwide Permit 3 - Maintenance For activities involving the removal of accumulated sediments and debris in the vicinity of existing structures to restore the waterway to previously existing depths, the applicant must provide evidence of such depths. If this information is not available, the applicant must provide evidence of the existing depths immediately outside the proposed work area. The removal of accumulated material is limited to 100 feet upstream and 100 feet downstream of the structure. Any proposed repair, rehabilitation, or reconstruction of existing bulkheads that extend waterward more than 18 inches from the existing bulkhead will require notification to the District Engineer in accordance with Nationwide Permit General Condition Number 13 ("Notification"). Notification must include justification for a waterward extension exceeding eighteen (18) inches, such as geologic conditions, engineering requirements, etc. For activities involving pouting of concrete into waters of the United States, the permittee shall employ watertight forms. The forms shall be dewatered prior to the pouring of concrete. Maintenance activities involving discharges of dredged or fill material into waters of the United States for the purpose of creating temporary structures to facilitate work such as groins, work pads, laydown areas, cofferdams, staging areas, or similar fills will require notification to the District Engineer in accordance with Nationwide Permit General Condition Number 13 ("Notification"). The permittee must adhere to those Region-Specific Conditions outlined in Section II, below, applicable to this Nationwide Permit. The permittee must also adhere to all Generally Applicable Conditions outlined in Section III, below. Water Quality Certification: The New York State Department of Environmental Conservation ("NYSDEC") has certified that the proposed activities comply with Section 401 of the Clean Water Act subject to the following condition: This certification does not apply to maintenance activities associated with hydroelectric generating facilities. Coastal Management Program: Subject to the following conditions, the New York State Department of State ("NYSDOS") has concurred with the Corps of Engineers' consistency certification for this Nationwide Permit: NEW YORK DISTRICT'S REGIONAL CONDITIONS FOR THE NEW AND MODIFIED NATIONWIDE PERMITS In State designated Coastal Erosion Hazard Areas, and the following State and federally approved special management areas of the State Coastal Management Plan: a) areas covered by a Regional Coastal Management Program; b) areas covered by Local Waterfront Revitalization Programs; c) areas within State designated Significant Coastal Fish and Wildlife Habitats; d) areas covered by Harbor Management Plans; and e) areas within a State designated Scenic Area of Statewide Significance; Activities may not be authorized under Nationwide Permit 3 until: NYSDOS receives a complete copy of a.joint Corps of Engineers and New York State Department of Environmental Conservation Permit Application, a completed Federal Consistency Assessment Form (FCAF), and all necessary supporting information and data; 2. NYSDOS is advised by the Corps that the proposed activity is eligible for authorization under Nationwide Permit 3; and NYSDOS indicates, within 30 days of receipt of all of the above, either: a) that further review by NYSDOS and its concurrence with the applicant's consistency certification is not necessary; or b) that a full consistency review of the proposed activity and the applicant's consistency certification is necessary or has been completed, and NYSDOS concurs with the applicant's consistency certification after completing that review. 2 NEW YORK DISTRICT'S REGIONAL CONDITIONS FOR THE NEW AND MODIFIED NATIONWIDE PERMITS The permittee shall take appropriate measures, as needed, to ensure that any return flow into waters of the United States complies with all pertinent New York State Water Quality Standards, as identified by the New York State Depa~hnent of Environmental Conservation. 8. No in-stream work shall occur during predicted periods of high flow. No activity can cause the loss of bogs or fens. The determination as to whether a given area constitutes a bog or a fen rests with the New York District, Corps of Engineers. Do Nationwide Permit General Condition (13)(e); Notification - Agency Coordination: For all Nationwide Permit Verification requiring notification, where the proposed discharge would result in a loss of waters of the United States greater than 1/10 acre, the District Engineer will, upon receipt ora notification, provide promptly (e.g., facsimile transmission, overnight mall, or other expeditious manner) a copy to the appropriate office of the New York State Departmem of Environmental Conservation. The application shall include a description of the proposed construction practices that would be implemented to perform the proposed work and a description of the reasonably foreseeable direct and indirect effects to waters of the United States of the proposed construction practices. NEW YORK DISTRICT'S REGIONAL CONDITIONS FOR THE NEW AND MODIFIED NATIONWIDE PERMITS IlL Generally-Applicable Conditions A. Compensatory Mitigation Compliance Report: For approved mitigation proposals, the permittee must submit evidence of the following listed actions to the New York District Corps of Engineers when the mitigation has been completed: I. Purchase of credits from a Corps-approved mitigation bank or in-lieu-of fees; 2. Recording of deed restrictive covenants; 3. Execution of conservation easements. The permittee must submit such evidence before commencement of the authorized activity or within 60 days of issuance of the authorization letter by the New York District Corps of Engineers, whichever is later. This reporting requirement does not waive or supersede the reporting requirements set forth in Nationwide General Permit General Condition Number 14. B. Construction Best Management Practices (BMPs): Unless specifically approved otherwise, the following BMPs must be implemented to the maximum degree practicable, to minimize erosion, migration of sediments, and adverse environmental impacts: Mulch, hay bales, silt fences, or other means must be properly employed'to minimize erosion and migration of sediments during construction. Temporary measures must be removed upon completion; 2. Construction access shall be by means that avoid and minimize impacts to aquatic sites (e.g., upland access, floating barges, mats, etc.); 3. All excess excavated material remaining on site must be properly contained and permanently stabilized to prevent erosion; Upon project completion, impacted land surfaces must be permanently stabilized. Surfaces may be stabilized by restoring natural vegetation or by other Corps-approved methods; 5. Upon project completion, impacted aquatic sites must be restored to their original contours and conditions; Unless otherwise recommended by the New York District Corps of Engineers, the bottom elevation of culverts placed in aquatic sites (i.e., "invert elevation"), including wetlands must be at the same elevation as the aquatic area adjacent to the culvert. Culverts must be designed, installed, and rna'retained to prevent erosion and to provide passage for aquatic life and anadromous fish known to occur naturally in the vicinity of the culvert. 4 NEW YORK DISTRICT'S REGIONAL CONDITIONS FOR THE NEW AND MODIFIED NATIONWIDE PERMITS Il. Region-Specific Conditions Nationwide Permits 39, 41,42, and 43 will not be available £or activities located within the Harbor Herons System in Staten Island, New York, as identified in the Harbor Herons Report Dated February 1990. For additional information on the Harbor Herons Report, please contact the Trust for Public Land at the following address: The Trust for Public Land Mid-Atlantic Regional Office 666 Broadway New York, N.Y. 10012 Nationwide Permits 39, 41, 42, and 43 are not available for activities located in the following waterbodies: 1. The Great Swamp in Putnam and Dutchess Counties 2. Mianus River and directly adjacent wetlands. If the proposed activity would take place within one of the following designated special management areas in the Coastal Zone of the State of New York, the New York State Department of State must review, and possibly approve, the activity before the New York District can issue the NWP confirmation letter: 1. Regional Coastal Management Programs; 2. Local Waterfront Revitalization Programs; 3. Significant Coastal Fish and Wildlife Habitats; 4. Outstanding Natural Coastal Areas; 5. Harbor Management Plans, and; 6. Areas for Concentrated Development Please contact the New York State Department of State at the following address for additional information on these special management areas: N.Y.S. Department of State Division of Coastal Resources & Waterfront Revitalization 41 State Street Albany, N.Y. 12231-0001 Federal Re§ister/VoI.'65~ No. 4~/Thursday, Marcia 9, 2000/Notic6s Concord. MA 0t742-2751 Philadelphia DLs~c~ Engineer, A~: Pe~n ~ ~t, P~delphia, PA New M~ ~buque~ue Dh~ ~eer, A~: ~oom 302. ~huque~e. New Yo~ OP-R, 25 Fede~ Pl~, New York. 20278~998 · W~n~ton D~ct En~t. A~: ~AW-RG. P.O. Box lag0. Wi~ngtom HC 2840z-IfS0 Na~ D~ 68~02~78 H~gton D~ Endear, A~:. ~ 2~701-2070 R. 164~ Sou~ 101~t E~t Avenue, T~sa, ~K 7412~6Q9 O~oa ~P~. P.O. ~ox 2~46, Po~d, OR 97208- Pe~lv~a New Easl~d D~cl En~eer. A~: ~ 696 V~a Road, Sou~ Sou~ 12885 [ndi~a Louisville Dt~tr/~ En$ia&er. A'tTN: OR-F, P.O. Box 59, ~e. ~ 40201- 00~9 · Iowa Ro~ bl~d D~ ~neer, A~: ~-~. P.O. Box 20o4, Ro~ ~ Ci~ Di~ Endear, A~: ~R, 700 F~e~ B~aS. 601 E. 12~ S~et, ~ ~ty, MO 6410~ 2896 OR-F. P.O. Box 59. Lo~e, ~ 40201- Lau~i~a New Otle~ D~ct ~a~neer. ~, P.O. Box 50267, New New Eng]~d Dis~ct E~r, A~: ~R. ~96 V~a Road. Concord. ~t 01742-~7SI M~l~d ~ P.O. ~ax 171f. ~g~o~. New Eagl~d Ois~ ~eer, A~: ~R. 696 V~ Road. ~co~. ~ 01742-2751 De~it Da~a Eagineet, A~: L, P.O. ~ox 1027, De=nit. ~ff 48~21-i027 SL Paul D~ Endear. A~: ~- C~R. 1~o F~ S~et ~. ~ippi O~, 41~5 Clay S~et. Via~b~. ~, 700 Fed~ B~g, ~0~ Neb~ Nevada ~SPK~R. 1325 [ S~t. ~a~e~to, Sacr~,-,mro DL~/ct ,F.~giaeer, ATrN: CF. SPK-CO-IL 1325 J S~et, 2922 ~nco~. ~ 01742-2711 C~ 8ua F~t ~eeL Nodo~ VA 0~. P.O. ~ 3755, ~ea~e. WA 9812~225~ ~ 257~1-Z070 5St01-1638 Wyo~ OP-~ lis No~ 17~ S~t. ~ 6ax02- 4978 21203-1715 Parc 32202~2 Date: Feb~ 28, 20~0. H~ ~ V~ ~e, Ac~r~gly, ~e~e ~e~ ~ issued as follows: N~on~de Pe~i~, Conditions, Fu~er Info. effort, ~d Defi~tloas · A. ~dex ~f Nation. de Pe~, Con~fio~, F~er ~omafion, De~fio~ ~a~on~ Pe~J~ ~o~ 9evelop~na 41. ge~ha?=g ~i~ng Dr~nage ' 43. Stormwater Management Facilities 44. Mining Activities Notiomvide Permit C,~neral Conditions' 1, Navil{atian 2. Proper Maintenance · -~. Soil Erosion end Sediment Controls 4. Aquatic Life Movements 5. Equipment I~. Regional and Case-by-Case Conditions 7. Wild and Scenic Rivers 8. Tribal Rights 9. Water Quality 10. Coastal Zone Management .1~.. Endangered Species 12. Historic Proper'dee '13. Notification 14. Compliance Certification .15. Use of Multiple Nationwide Permits. 16. Water S,,pply intak~ 17. Shall~eh Beds ~8. Suitable Material .19. Iviitigatiou 20. Spawuin{{ A~'ees 2.1. Management of Water Flows 2~-. Adverse Effecta f~um/mpoundmeuta 23. Waterfowl Breeding Areas 24. Reu:oval of Temporary Fill~ 25. Designated Critical Resource Wators 26. Fills Wi~h{, 100-yeer Floodplains Furt~er Information Definitions Beet Management Practices Compensatory m. itigatiou C. reaLion ' Ephemeral sO'earn Flood Fringe Floodway indepeuc]ant utility Loss of waters of the United States Non-tidal weilend Open war e.- Perennial s'a-e am Permanent above-oorade Ell Restoration '. Piffle and pool complex Single and complete project StonnwaCer ~ua~emant facilities Sts-earn bed S ~'eam ch~-~elization Tidal wetland Vegetated buffer 'Vegetated ~hallows Waterbody B. lqatiunwide Permits and_Conditions ~. Maine.nancy. 'Activities related to: ii] The repa/r, rehabilitation, or replacement of any previously authorized, c'.wrentiy serviceable, sw. tcm.re, or fill, or of any ctm'antiy serviceable s~'uc'~re or ~11 authorized Federal Re§ikter/Vol. 65, I~lo. 471Thursday, March 9, 2000/Noti~'es by 33 CFR 330.3, provided the sts-acfture "upland areas ,~_?-,ged by e storm, flood. or fill is not to be put to uses differing or otl;er discrete event, including the from those uses specified or . coust~'uction, placement, or installation conte,.mplated for it in the oHi~al ' o~ upland protection struclums and pemut or the most recently authorized minor dredging to .re. move obsttuctions modification. Minor deviations in the in waters of the United State~. (Uplands eU'ucture's configuntion or filled area, lost as a result o~a storm, flood, or other including those due to changes in discrete event can be replaced without materials, construction techniques, or a Section 404 permit pruvi.ded the current consU'uction codes or safety uplands are restored to their original ' standards which are necessary to make pre-event location. This NWP is for the --- repair, rehabilitation, or replacement, activities in wateo of the United States are permitted, provided the adverse associated with the replacement of the ~nvironmental effects resulting from uplands.) The permittee must notify the such repair, rehabilitation, or DisU'ict Engineer, in accordance with replacement are minimal. Currdntly "General Condition 13, within 12 months serviceable means useable as is or with o~ the date of the ,~,-,8e and the work some maintenance, but not so degraded must co,~mence, or be under contxact to · as to essentially require recon_ea'uct/on, co,~,-ence, within two years of the date This nationwide permit authorizes th~ of the d~,,,,$e. The permittee should repair, rehabilitation, or replacement ofprovide evidence, such as a recent those sU'uctuses or fills destroyed or topographic survey or photographa, to damaged by storms, floods, fire. or otherjustify the extent of the proposed discrete events, provided the repair, restoration, The restoration o~the rehabilitation, or replacement is d~m,$ed areas cannot exceed the co,-~-enced, or is under contract to contours, or ordina~7 high water maxk. co,-~-ence, within two years oi~ the datethat existed prior to the damage. The o~ their destxuct/on or damage. In cases Disuict Engineer retain~ the tight to of catastxophic events, such as ' deter,~,i,,e the extent of the ~re~x:isting hurricanes or tornadoes, ~ two-year conditions and the extent of any limit may be waived by the DL~rict restoration work authorized by th~ Engineer, provided the permittee can permit. Mix, or ~dgin$ to remove demoneU'ate funding, contract, or other obsU'uctious/rom the adjacent similar delays. · waterbody is limited to 50 cubic yards (ii) Discharges o~ dsedged or fill below the plane o~the ordinary high material, including excavation, into all water marL.and is {{,~{ted to the waters of the United States to remove amount necessary to restore the pre- accumulated sediments and debris in e.-dsting bottom contous~ of the the vicinity of, and within, ex~ting waterbodv. The dredging u~ay not be sU'ucUxres [e.g.. bridges, culvertad road done prkfiarily to obta/n fill for any ~ossings, water intake struc'm.res, etc.] restoration ac~dvities. The discharge of and the placement of new or additional dredged or fill material and all rslated rip rap to protect the su'ucture, provided work needed to restore the uuland mus: the permittae notifies the DisU'i~ ' Eng/neer in accordance with General be par~ of a single and complete project. Condition 13. The removal of sedizuent Thi~ penn/t r~--ot be used in is l/m/ted to the ,-{,~i-~um necessary to coujun~on with IqW'P 18 or NWP ~.9 to restore the watenvay in the {~-~ediate restore damaged upland areas. Th/s permit does not authorize the vic/nity of the structure to the replacement of lands lost through approximate dimensions that existed when the stxuci-are was built, but cannot" Ip-adual erosion, procas~es. ' extend fu.-'ther than 200 feet in any Maintenance dredging ~or th,~ primary direction {?rom the structure. The purpose of navigation and beach placement of rip ~p must be the restoration are not anthodzed by th/s ,'-i,,;-,um necessary to protect the perm/t. Tlxi~ permit does not authorize struct'pr, e or to ensure the s~et,j, 0£ the new sO-earn ,'h~,nelization or stxeam sU'ucrare. All excavated materials mu.et relocation projects. Any work be deposited and retained in an upland authorized by this pe--'m/t must not area unless otherwise specltica]ly c~use moro than "~-~""~{ degradation of approved by the DisU-ict ~.,~- esr under water q. turdity, more than separate authorization. Any bank changes to the flow ~:,~r-~:~.rietics of the stabilization measures oct dixectly stress, or increase floo~{{,~ (See associated with the structm'e will C, enezni Conditions 9 and 2~). (Sections require a separate author/zation imm ~0 and the District Engineer. Note: Th/s I'P, VP author/zee uhe (iii] Discharges of dredged or fill impact i, epa/r, rehebi,t~on, or re.uL~cemeat material, including excavation. Into all o£an.v previoasly author/:ted su-u,.-.,~e orF~ wate~ of the United States for activities that do~ not quallfy, for the Sec'Jun associated with the restoration of exeCupcion for reoer~ Re§i~ter/'Vol. $5, No~ 47/Th~sday, March '9, 2O00/Notices ~. Outfoll Stn~ctutar and Maintenance. ActiviUes mhted ~: c~ns~c~on'~f null ~s ~d associated ~ .~s where ~e" e~uent ~am ~e ou~ h auto,zed, condi~o~y auto.d, or ~fi~lly exempted, ~ h o~se ~ compliance Na~onal Pollu~t Elimina~oo S~m pm~ 402 of ~e ~ Wat~ A~, ~d ~dging, to remove ac~ated . sediments blo~g or res~g ou~all ~d int~e s~. ack.ted sedimen~ ~m ~ ~po~en~ - ~sociated ~ cu~ ~d ~e ~c~es, ~d a~ated se~men~ int~ s~e~, prodded ~e acgvi~ mee~ all of ~e fc~o~ ~te~: a. The peewee no,ties ~e Di~ Engineer in aczord~c~ ~ Gene~l CoS~O~ 13; b. The ~o~ of excavated or ~edg~d marshal m~ be ~e mi~ necess~ to ~s~ ~e ou~. in,es. confi~go~ (Le. dep~ and ~ TRe exm~ or ~dsed mt~al i~ deposited ~d re~d a~ ~ upl~d dee. ~ess o~se a~groved b Dis~i~ ~e~ ~der sep~te. augustan: ~d the transmission fi~r any purpose of ele~ical ener~, telephone, and telegraph messages, end radio and television communication [see Note 1, balow]. Material resulting from trench excavation may be temporarily sidecast (up to tinge month,) Into weters of the United States, provided the material is not placed iu ~ch a manner that it is dispersed by cur~nts or other forces. The District EuSineer may ex~e-d the period o[ tampora~ ~ide casting not to exceed a total of 180 clays, where ap,p, ropgata. In wetlands, the top 6" to 12 of the ~nch should normally be badcfilhd with topsoil from the h'ench. F'ulthennora, the trench ~nnot be conslructed in such a manner as to ' drain wate~ o~ the U~ited States (e.g., . backfilling with ex~ive ~ravel layers. cresting ~ fzeuch drain effectl. For example, utffit7 line trenches can be backfilled w/th clay blackz to ensure that the trench do~s not drain the waters of the United States through which'the utility line is installed. Any ex~osed singes and stream hanks must be stabilized immediately upon completion of the utility line aossing of each waterhody. (ii) tT~ity/~ne sqbrtations: The · coz~'uctton, mainte=a~ce, or e.-~ausion of a substat/ou facility. · associated w~th a power line .or ut/lit7 line In uon~dal w~tars af the U~ited d. Pruner soil erosion and sediment States, excluding nou-~dal wedands control ~,easures are used to minimize ' adjacent to t/dsl water, prov/ded the reentry of sediments ~n£o water~ of th? United States. The cons~ac*..iou al Intake sta'ucruzes is not author~ed by ~s ~, ~less ~ey ~e ~e~y assodated au~o~d ou~ ~e. For ~ten~ excava~ou ~move ac~uhted se~men~. ~e ~o~c~on must ~ude ~d co~o~ o~e faciti~ and ~e presence of~ec~ ~qua~c sites ~.~.. ve~ted sh~ow~) in ~e ~c~ of ~e proposed wor~ [Se~ons ~0 ~d . 12. U~ ~e ~s. A~es requ~ed ~or ~e m~en~c~. ~d mp~ o~u~li~ l~es ~d assod~ed ~a~e~ ~ wat~ o~ ~e United 5~es as foDows: (i) Util/~ ~n~s: The ~on. m~cen~c~ or rep~ du~i~ ~es. or bed~ ~or ~e ~ waters oi ~e U~ed 5~. prodded ~y ~ipe or pipel~e ~ ~e ~po~on o~v~eous, liq~d. ~que~sMe~ or sl~ p~ose. ~d ~y ~Ne. ~e, or ~e for ac~dt7 does not rs~lt in the loss of gr~atar t_h~n % aL,-"e of ~on-fid~ waters of~e U~ted States. (iii} Foundaffons far overhead utili~ line ~owe~. poles, and anc.%~: The ca~on or m~n~ce of fa~da~o~ for ovarbesd u~]i~ ~e towem, poles, md m~ors ~ ~1 waters Of ~e U~ted S~tes. provided ~e fo~da~o~ ~e ~e ~i.;m~ size · · 1~88~ contours and elev~i~ns ~n w~tars of ~e United 5~te~ m~t he pm~y b~d~ed The te~ "ufi~ l~e" d~s not ~uds a~ w~ ~ a water of - ~ U~ted 5~, ~ ~ ~e ~le or ~n~ ~ h~v~. It does apply to pipes conve~g ~age ~m ~o~ ~. For ~e p~ of ~is ~, ~e I~s ofwatem o~e Unsted · S~tes ~clud~ &e ~ed ~ pl~ watars of ~e U~t~ S~t~ ~t ~e adve~ely ~ by floo~g, . . e~va~on, or ~e ~ a ~t o[ p~p~ (i} ~u~ (iv} my not exceed a to~ of :& a~ lo~ of waters of ~e UMted States. Warm of ~e UMtad ~ tempo~ly ~d ~y when ~e proje~ ged is m~d to p~co~ou cunt~ ~d eievafious. ~ oot included ~ ~e cal~oo of pe~ent lo~ og waters of~e Uuited States. TMs tempo~ co~oa ma~ (e.g.. ~mbar, stol, ~eot~le) ~ed co~c~oa ~d remo~d upon comp~e~oo of~e wor~ ~ ce~ · ~o~ ~d v~ues of ~t~ of ~e U~ted S~tes ~e pe~anfl~ drive, ely ~e~ed. s~ch ~ ~e conve~o~ of for~ed we~d to a waded ~ ~e pe~e~y m~n~ed be rea~d to reduce ~e adverse e~e~ of ~pmje~ to ~e ~1 level. Mech~ized l~dcle~g necass~ for ~e co~on, m~ten~ce. re~a~ of u~ ~es ~d ~e c~c~on, m~ten~. ~d e~ion of u~ line fo~da~ons for overhead u~ l~es. ~d access ma~ is auto,ed. ~e clewed ~a is kept to ~e necessary and separate footings for each necessary and preconstruct/o~ contours tower leg (rather than a larger single are maintained as near as possible. The area of water~ of the United States that pad are used ~'here feasible. ' . (iv) A~:cess roods;The construction of ' is filled, excavated, or flooded must be access road~ for'~e construction and . "limited to the ~i-{mum ne~s~g7 to ..... ma/utenance of ut/lit7 lines, includ, ing overhead power lines and utility line substat/ons, in non-t/del waters of the United States, excluding non-Lidal wedands ad{acant to 8dal waters, prov/ded the d/scharge does n6t cause the loss of ~reater th~n ~2 a~e of non- tidal watez~ of the United States. Access roads ~ be the rain/mum wMth necessa.~ (see Note 2. below). Access roads must be constructed so that the length of the road mf-~mi:.es the adverse effects on waters of the United States and as near as possible to preconsu'uct/on contour~ and elevations [e.g., at grade corduroy roads or geotext/le/gz~vel rondel Ac. cass roads construct the un,lit7 line. ~ubaat/ons. [ou~dations. and access ma~. ~cess ~te~ m~ be removed m upl~d ~eu ;mme~lv upon completion of co~om T~ ~ ~y an~e ufili~ ~es ~ or ~e~g ~gable warm of ~e U~ted S~t~, e~ ~ is no ~sodamd ~s~e of ~dged or ~1 ~ (See 33 ~ P~ 322}. No~c~on: ~e peewee m~ acco~ ~ Geue~ Con~an ~ my of~e foH~g ~a ~ mae {a) Me~ed l~d cle~ ~ a foisted waded ~or ~e u~W ~e ~t~-way: ~) A 5e~on l0 pe~t is r~d: Federal Re§i_~ter/Vol. 65, No. 4?/Thu~day, March (c) The utility line in waters of the' (2) For public ~near transportation United States, excluding overhead lines, ' pm./'e~'r.s in t/del waters or non-tidal exceeds 500 feet; (d) The utility line Is placed within a jm'iadictinna] area (i.e., e water of the United States)..and it hms pazallel to a stream bed that zs within that · jurisdictional area; (e) ]')ischarges aesociatad with the consU'uction of utility fine substations that result in the loss ofgrsater than 1/lO acre oJwatera oJthe United States;_ If) l~ermanent access reads constructed above grade in waters of the U~ted States fox' a distance of more than ~00 feet; or [g) Permanent access roads canst~'ncted in Waters of the United State~ with impervious materials. (Sec~ons I0 and 404] Nate 1: Ovetbusd ut~t7 I~nes cans~'uged over Section 10 waters and etiEty lines that ate rautec~ iA er under Sec:ion 10 waters wRhout a dL~cbeqe of&edged er material require a Section 10 permR: except for pipes or plpelioes used to transport Sateens. llquid, l~quefiable, or sluxtT subs~:~ over oav~8~ble waters el the bridse~, not utflit~ ~nee. and may requite a permit ~r~m the U.~. Co~ Gu,~d punuam to SeCtion g of the l~ver~ ~d Hazbors Act wetlands adjacent to tidaJ waters.. ' provided the dLs~e does not cause th.e 1o~ o/greater than ~a acre of waters · of the United States and the length of fill Jot the crossing in waters of the United States does not exceed 200 linear feet, or, (3] For pn'v~te linear ~ransportation pro/'ects in all waters of the United States, provided the discharge does not cause the loss of Ereater than V~ acre of waters of the Un/ted States and the length of fill for the crossing in waters Ofthe United States does not exceed 200 ..line~ feet; b. The permit'tee must notify the ' District Engineer in accordance w/th' General Condition 13 if anv of the following criteria a~e met: ' (1) The discharge causes the loss of greater than ~ho acre of waters of the' Un/tad States; or (2) There i~ a discharge in a special aquatic site, including wetlands; c. The notification must include a · compensatory mitigation proposal to o~etpennanent los~es of waters of the Un/tedStates to ensure that those losses of 1899. However, at~¥ di*.-h-,.~es of ~zedRed ' ar ~ mate~ ~a~d ~ pipe~ ~ ~q~ a ~s p~t ~der 5~on 404. Note 2: A~ ~a~ ~oa ~d ~e may be " au~a~d, pm~ed anlel7 for co~c~a~ oE~e u~i~ ~ne must be ~maved uoan camoie~ou · e ~a ~sto~d to p~a~an contac. de~o~. ~d waded can~o~. he ~u~a~ by ~ 33. ' Note 3: ~e~ ca~ed ar ~t~e~ of ~e U~ted S~ates (Le~ S~on 10 water). copie~ o[~e he ~e~t by ~e ~s Oce~ Sauce, for ~g ~e u~ ~e to 14. ~ne= T~spa~%n Cms~ings. A~es ~d for ~e cease,on. ~provement of l~e~ ~o~on . ~ssings te.g., ~wav~) ~ watam of~ U~ted States, ~u~g we~, p~ded ~e ~ T~ ~ ls ti) For ~lic noq-~d~ w~ adjacent to ~I waters, prodded ~e ~e does not ~e ~e loss o f ~eater ~ V: a~ of waters el ~e resnit only in mit~;m~t adverse effects to the aquatic envi~omnant and a s~tamant des~b~g flow tempo~ losses of ~te~ o~ ~e U~ted States ~11 be ~n~mi~ed to ~e'm~ e~ent p~b~e: d. For ~ch~ge~ ~ special aqua~c ~tes, ~ctu~g wefl~ds, ~e n0~fi~on m~ include a delinea~on of ~e ~e~ed spe~al aqua~c'~ites: e. The ~d~ of~e fill ls ~ted to · e ~ necess~ for ~e ~ossing; f. This pe~: does not au~o~ze auto,zed a~vifles m~t not ca~e more ~ mln~mal ch~ges to ~e hy~ulic flow ch~e~s~cs of ~e s~e~ ~ease floo~g, or ~e more ~ m~n~m~ de,damon of water qu~i~ o~ ~y s~ (see General Con~o~ g ~d g. TMs pe~: ~nt be ~ed to au~o~e non-l~e~ ~a~es commo~y such ~ veMcte ~ca or storage h. ~e ~ss~g ~ a ~gle ~d completepmje~ for ~us~g a wa~r of ~e U~ted~tes. ~em a mad [Le., ~e shone~ ~e~ant of a mad ~depande~ u~ ~t ~ p~ of a I~er proje~) h~ m~flple ~uss~g~ ~ [~eve~ ~e ~d complete pmje~) ~e Ca~ ~1 co~ider whe~er it should ~e i~ ~s~on~ au~ to req~ ~ ~du~ g, 2000 / NoLices Note: Same dL~.hatSes [or t~e ceustructton ma~ ~er mo~8 ~8 ~t ~y be ali~bla fm ~ ~p~ou ~m ~ u~ for 27. ~m ~d Wetland ~e~m~on ~ted 5~tes ~ac~etad ~sto~6oa o~ ~o~er weta~, ~e e~c~ent of ~dsd Ud~ ~d non- ~'d e~cemen~ of non-~dal s~sms ~d noa~ open ~t~ follows: (a) The a~W ls cendu~ed (1) Non-Fede~ pubic ~vate 1~, ~ acca~ce ~ ~e te~ ~d ~a~o~ ufa hiring we~d e-h~nceme~t, restom~oR, or ~ea~on a~eemen~ baleen ~e l~do~er Wildlife S~ Reso~gs ~e~aSon Sauce or vol~ we~and rest~on. e~hnncement. ~d da~euted by ~e ~ p~t to {Z) ~y Fed~ l~d; or [3) Re~ed ~ ~ m~-ed ~i~l~S ~n~l ~d ~m~on Act pe~t ~ed by ~e ~ o~ ~e app~ble s~te agen~ (~e ~ mve~ion does not apply to s~ or wed~ neared, r~tored, or e~ced ~ ~pa~/nor na~y due to hg~ologic or topo~p~c feazes, nor for a mi~ga~on b~; (4) ~yp~ta or pubic ~d: p~vata or public l~d ~t ~ not des~bed by p~phs (al(3) above. ~e peewee m~ no~ ~e Di~ En~eer Cene~l Cen~8on (c~ O~y na~ pI~t s~e~es ~ho~d be pl~.at~ site, ~e~e vege~g ~e pmje~ site. A~es au~ed by ~ude, hut ~ not )~ted to: ~e mmov~ of ac~ated se~n~; ~e of ~m~l~ water cnn~ol ~es, ~es,. ~d be~: ~e ~a~on deflects; ~e e~h~cemen~ m~o~Uon, or ~afion of ~e ~d pool ~ ~; ~e placement of of ~e ~ bed ~ar ~age ~: ~e rema~ of e~g ~age ~es; ~e o~ open ~ter ~: a~es needed to Federal Re§iaterlVol. S5, No. 411Thursday, March 9, 20001Notices. plowing or discing for seed bed · prepazation: mechanized landcleerin§ to remove unde~able vegetaUon: and other :elated a~vifies. This NWP does not authorize the · conversion of a s~eam to another ecluatic use, such as the creation of an .impoundment for waterfowl habitat. This NWP doe~ not authorize stream charmelization. Th/s NWP does not authorize the conversion of natural wetlands to another aquatic use, such as creation of waterfowl impoundments where a forested wetland previously existed. However, th/s NWP authorizes the reloca~ian of non-tidal waters, · · including non-tidal wadands, on the .. proiect site provided ~em are net gains in aquatic resource Mnctinns and values. For example, this I~VP may anthor/ze the ereafion of an open water impoundment in a non-tidal emergent wetland, provided the non-tidal eme~ent wetland is replaced by creating that wetland type pa the project site. This NWP does not authorize the reloca~on of tidal waters or the conversiun of tidal waters, including t/del wedands, to caller aquatic uses, such as the conversion o£ tidal wecl~uds into noon water Re~rsion. For restoration, and crea~/un projec, s conduc':ed under par%~raphs {al[2) and {a)f4J, this NWP does not authorize any future discharge of d~dged or fill mate.ial ~ssoc!ated w/th the revers/on df the area to its prior coodit/on. In such cases a separate pe.'~.it would be required for any reve.'~'ion. For restoration.'euhancement, and ~'eation projec'.z conducted under paragraphs (a)(ll and (al(a). th/s NWP also authorir, es any Mture discharge o~ dredged or fill matetiai associated with th-e reversion of the ~:ea to its doc'..:men~ed prior condition and use (/.~.. prior to the ~es;cration.. enhancement, or c.:ea~un activilies] witbi~ five years a~er ex'pgr~don of a 1/mired term wet/and restoration or ~eatiun agreement or permit, even if the discharge occurs aher th/s IVWP expires. This NWP aisu authorizes the reversion of wetlands that were restored. enhanced, or created on pr/or-converted cropland that has not ~een abandoned. in accordance with a bLudin§ a~reement between the landowner and I/RCS or FW$ (even though the restora~on. e~b:,c~rnent, or crest/on activ/ty did . not requh-e a Sect/un ~-04 perm/fi. The five-year reversinn li,~t d-~e-s not apply to a~eements w/thout ~=e l~:its reached under parag~ph (al{l). The prior tonal/t/on will be documented in the orl~r~I a~eement or permit, and the detere~uation of return to pr/or conditions witI be made by the Federal 1Z88q- agency or appropr/ate State agency executLug tbs.'agreement or permit. Prior . to any ;:verston activity, the permhtee ' or the appropriate Federal or State a§ancy muat notify the D/strict Engineer and include the documentation of the prior condition. O~-e an area has reverted back to its prior physical condition, it will b~ subject to wkatever the Corps regulatory requirements will he at that futu.r~ date. (Sections 10 and 404} nondidal wetlands adlacent to tidal ' waters; ' b. The dispharge does not cause the 1o$s U] greater tha:~ 30.0 linear .feet of stream bed; c. The permiRee mu.~ no'd fy the Disl~ict Engineer in accordance with General condition 13, if any of the following criteria are met: (1) The discharge causes the loss of. _ greater than ~Aa acre of non-tidal waters of the United States, ~xcludin8 non-tidal Note: Compensatory mitigation i~ not 'wetlands adiacent to tidal waters; or requ/red for activ/tie~ author/zed by th/s '[2) The discharte cause~ the loss of NWP, provided the authorized work results - .any open waters, including pemnn~,'.al or ./ne net Increase i~ aquatic resource ..... .~-. intermittent streams, belqw the ordinary fun~doos and value~/n the pro(eot area. Th/s high water mark (see Note, below). NWP can be used to author/se compensatory, d. For discharges in special aquatic mitigation proiscts, including mitigation bank~, provided the permitiee notifie~ the ' Diz~ct £aginser/n accerd~ce with G~netal Caoditiou 13, and the pmiect L~cludss compensatory mitigation for impac'..s to wate~ o~ the United S~ates ~u.~ed by the authorized wosk~ However, this NW~ does not authorize the reve~oo ut'an at~ used for a compensatory mitigation project to its pr/or cood/t/on. NWP 27 can be used to authorize impact~ at a mitigation bank. but oolr/~ circumztane~ where it has been approved unde~ the lnteragenc'! Federal Miliga:ion Ban.~ Guidelines. 39. Beeidential, Comme.,'cio~ ond Inaitutional De~lopment$. Discharges of ckedge'd or ~ material into non-tidal watsra of the United States, exclu~l~t§ non-tidal wetlands adjacent to tidal waters, for the construn'Jon or expansion of residential, commercial. and institutionsl building foundations and building pads and attendant features that are necessary for the use and maintenance of the su'un:u~es. ARandant features may include, but are not limited to. roads, parkin§ lou. §stages. yards, utility (inns, stormwater maungemeut facilities, and re~eatiou facilit/es such as playgrounds, play/n~ fields, and golf courses (provided the ~olf cou.rse/s an integral part of the residential davelopmen:.l. The construct/on of new sk/areas or n/1 and sas wells/s not author/zed hy this N-WP. Residential developments include mu]t/ple and single unit developments, Examples o~ co~-~erc~ai developments include retn/l store, s,/ndustr/at facilities, restaurants, business parks, and shoppin§ centre, Examples o£ inzt/tutiunal developments include schools, fire stations, iovernmant nests buildings, iudicial bniMio~s, public works bu/idi, ngs. I/bmr/es, hospitals,' and places of worship. The act/vities listed above axe authorized, provided the activiaes meet all of the foHow'in~ ~/ter/a: a. The discharge does not cause the loss of greater than ~': acre ninon-tidal wace~ ut' the United $~tes. exoludin~ · sites, including wedands, the notification must include a delineation ut'affected sneclal aquat/c sites; e. The discharge is pan of a single and completeproiect; . . f. The permittee ~ust avoid and minimize discharges into waters of the Un/ted States at the project site to the maximum extent practicable, and the notification, when reqn/zed, must include a wr/tten statement how avoidance and minimization of losses of waters of the United States were achieved on the project site. Compensatory mitigation will normally be required to o~set the losses of waters of the United States. (See General -Condition 19.) The noti~catiun must aisc include a compensatory m/tigatiou proposal for oEse~ng unavoidable losses o:' waters o[the United States. an applicant asserts that the adverse effects oi the proiect are minimal without mitigation, then the applicant may submit just. Lficatiun explaining why compensatory mitigation should not be requ.tred for the Dtstnct Eh=meet s consideration; g. When this N~VP is used in conjunction with any other N'WP, any c~mbined total permanent loss of waters of the United States exceeding :Au acre requires that the permittee notify the District Engineer in accordance with General Condition '1'~; - h. Any work author/zed by th/s de,satiation of water quaiit~ or more than ,--f,;,~ai changes to the flow . characteristics o~any stream (see General Conditions 9 and L For discha~es cansing the loss of %0 a~'e or less of waters of the United 5tams, the permittee must submit a report. ~h~. 30 days of completion the work. to the Distr/m Engineer that covtni-~ the following informatiom The name. addsess, and telephone n,rnber ~fthe permittee: (21 The locat/ou ofthe work; (~)A description of the work: (41 The e,?e and act. es-ne ..-, 12890 Feder~l Regi~ter/VoL 65, No. 4?/Thu.r'sday, March 9, 2000/Notices. the loss of waters of the Uoited States ' ' (e.g., I/1= acre of emergent wetlands); and (5) The type and acreage of any compensatory mitigation used to offset the loss of waters of'he United States [e.g., %-' acre of emergent wetlands created on-site); ]. If there are any open waters or '~treams within the proiect area, file permittee will e~tablish and maintain, to the maximum extent practicable, wetland or upland vegetated buffers . nest to those open waters or streams consistent with General Condit/oa 19. Deed restr/ctious, conservation easements, protective covenants, ar other means of land conserver/on and preservation ge required to protect and maintain the vegetated buffers established on file proiect site; and lc Stream channelization or stream relocation downstream o[ file point on the stream where the annual average flow is 1 cubic foot per second is not authorized by this NWP. Only residential, commercial, and institutional ac*.ivities with structures on the fotmdationfs] or building pad(s), as well ~ file ettendant features, are authorized by this NWP. The compensatory mitigation proposal required in potage'apB if) of fil/s NWP may be either conceptual or detailed. Th~ wetland or upland vegetated buffer requ/red in paragraph (i) of this NWP will normally ha 25 ts 50 feet wide on each side of the st~eam, but file District ' Engineer may reqnire wider vegetated burr'ers to address documented water ' qualit~ concerns. The requ/red wetland or upland vegetated buffer is pan of the. overall compensatory mitigation reqnirement far this i~VP. Lf the proiect site was previously used for agricaltural purposes and the farm owner/operator used NWP 40 to authorize activities in waters of the United States to increase production or constru~ [arm buildings, bF~VP 29 ~ot be used by the developer to authorize additional activities in waters of file United States on the project site ~n excess o[the acreage !?nit for ~ ~9 [i.e., the combined acreage loss author/zed under NWFs 39 and 40 c~not exceed ~ acre]. Subdivisions: For any real estate subdivision created or subdivided afl:er October S. 1984. a notification p~'sua~t to paragraph (ct o£ this ~ is required for any disc~e which would muse the aggregate total loss of waters of the United States for the entire subdivision to exceed ~/~o acre. A~y discharge in any real estate subdivision which would cause the ag~egate to*al lass of waters of the United $~stes in the subdivision to exceed ¥: a~e is not authorized by this N'WP, tmless the District £ng/neer ~arcel by maldn$ e .writte,n . . , etennination that me ~dividua~ an~ cumulative adverse environmental effects would be minimal and the property owner had, after October 5, 1984, but ptlor to ~uly 2'1, committed substantial resources in reliance on NWP 28 with regard to a subdivision, Lu circumstances where it would be ineqni:able to frustrate the proper~ owner's investment-backed expectations. Once the ~xemption is established for a subdivision, subsequent lot development by individual property owuet~ may proceed usin~ ~ 39. For the -- purposes of NWP 39, file term "real estate subdivision" shall be interpnit.ed to include circumstances where a landowner or developer divides a tree: of land into smaller parcels for file pttrpose of selling, conveying, transferring, leasing, or developing said parcels. This would include the entire area of a residential, corm~ercial, or n~er real, estate s:ahdiv~sinn, including all parcels and parts thereof. (SeCtiOnS Note: Area~ w~era there L~ no wetland vegetat/ou ~re detetm.~ed by' the presence or absence of an ordLua:y h/~h water mark or bed ~ud banjo Areas that are waters of the United States her. ed oo. tl~s ~iteria would recLu/te a PC~ even though water L~ ~ul~equeody present in the streana c~an~e! (except for ephemeral waters]. 40. Agric~afturalAc~'riffes. Discharges of dredged or fill material into non-tidal waters of file United States,'excluding non-tidal wetlands adjacent t~ tidal Waters. for the purpose of knproving aerin~mral production and the c~ustract~on of building padr for farm buildings. Authorized activities include the inst~Jlatio,% placement, or conoco-action of drainage tiles, di[ches, or leveesi mechan/zed landcJeating: land leveling; the relocation of serviceable draine§e ditches constru~ed tn waters cf the United States; aud. . similar activities, provided the permittee complies with file following terms and conditions: a. For discharges into non-tidel wetlands to improve a~rlc~liural ~roduction, th~ following criteria must e met ffthe permlttee is a USDA program partidpant: · [1~ The permittee must obm/n a ca~egoric~ m~n~ra~l effects exemption. m/n/mol effect exemption, or mitigation exemption ~:om N~C.~ in accordance with the provisions of the Food Act of 1985, as amended [1~ U.$.C. 3801 et seq.]; [2) The d~ubarge Luto ncn-~idal wedands does not resuh in the less cf ~'eater than ¥:. am-e of non-Lido) (3) The permittee must have an NRC~- cerdEed wetland delineatinu; (4) The permlttee must implen~ent an NRCS-approved compeusa~ry mitigation plan that fully onsets wetland losses, ff rsquired; and (51 The permittee must submit a report, within 30 days of completion of file authoriZed Work, to the District £ogiaeer that contains the following -- information: {a) The name, address, and telephone number of the permittze; The location of the work: (c) A ddscription of the work: (d) The type and acreage {or square feet) of file loss of wetlands (e.g.; Vo acre of emergent wetlands); and (e) The type, acreage {or square feet), and location of ' compensator',/mitigation (e.g.. ~/~ acre of emergent wetlands on the farm tract); or .b. l~'or discharges into non-tidal wetlands to knprove agricultural production, file following criteria must be met it the permittee is not a USDA program participant (or a USDA pro.am participant for which the proposed work does not qualET for authorization under paragraph [a] of this NWPI: (1) The discha.'ge into ~on4idal wetlanda does not result in the loss of greater than V: acre of non-tidal wetlands on a fa_nn tract: · (2] The permit'tee must notify file District .Engineer in accordance with 'General Condition 1~, Lf the discharge resulta in the loss of 8rearer than ~h,~ acre of non-tidal wetlands: (3] The notification must include a delineation of aFFected w~tiands: and (4) The notification mtat include a comce~atory mitigation proposal to o~e't losses of waters of the United States; or c. For the construction cf buildin~ pads for farm buildings, file discharge "does not cause the loss of greater than ~ acre of non-tidal wet]ands that were in agricultural production prior to . December 23, ~98~, (i.e., farmed wetla.uds) and the permittee must notify the District Engineer in accordance with General Condition 13; or . . d. Any activity itl other water~ of ti~.e Un/ted States is limited to the relocation of ex/st/ag serv/ceable d.,'ainage ditchee constructed ba non*tidal s~rea~. ~ does not authorize the relocation of greater tha~ 300 linear feet of ~g serviceable drainage ditches constracted in non-tidal rtroama: and e Act/v/ties Iocared in loo-year flood~l~ tdenufied by FE~4A s Flood. ~e Rate Mans or F'~-~u~-*aPProve~ local floodpin/n m~,ps mu~t comply with Gene. al Condition 28. The terra "farm tract" r~£ers to a p:m:_~l of Iand identified by the Federal Re§ister/Volc6S, No. 4?/Th~',~day, March other waters of the United Sates on the farm tract. NRC.~ will determine proposed agrlcuh~al activity meets the terms and conditions ofpasagr~ph (a} of this NWP, except as provided be. low. For those activities that require no.tification, the Disu'ict Engineer will determine if a proposed agricultural activity is authorized by paragraphs [c), and/or (d) of this NWP. USDA program participants requesting authorization for discharges.of &ed§ed or fill material into weter~ of the United States authorized byparagraphs (c] id) of this NWP, in addition to paragraph (a), must notify the Dist~ct Engineer in accordance with General Couditiou 13 and the l:)is~et Engineer will detecto/ne if the entire single and complete project is authorized by this NWP. Discharges ofdsedged or fill . material into waters of the United States nssociated with completing required compensatory mit/gatian are authorized by this NW~. However. tatal impac'.s. including other authorized imvacts under th~ NWP, rosy not e.xce'ed the '~'- age limit of th/s NWP. This ~ does not affect er otherwise regni~te. discharges asaoc/ated with sgr/cu/tura/ ectivities when the diechar~e ~a!i~es for an exemotion under Sec~on 404(f) of the Clean ~ater Act. even though a categorical minim,./effec'Zs exemonion. m;n;mal effect exemption, or mitigation exemption from NRC$ pursuant to the. Food Secur-~ty AG of 1_o85, as amended. may he r~auJ, red.'Acgvifias authorized by para~3hs (aJ through (d) may not exceed a total of V: a~e on a single fazm Wac:. Ac:/vities antharLzed hv para_m'aphs {c) and Id} are noi included ' in the % acre limit for the farm tract. If the site was used for a.m'icultural purposes and the farm owner/operator used either pasa~m"aphs (aJ, CoL or {c] of this NWP to anthor~e activities in waters of the United States to increase a_m-inult'ural production or construct . farm hnildings, and the current landowner wants to use NWP 39 to authorize residential, comm~.rcial, or iadust~al development activities in waters of the United States on the site. the combined a=eage loss authorized hy N-W'Ps 39 and 40 cannot exceed ¥~ a~e. (Sec,don 4 ~. Reshaping E,~'sffng Drainage Ditches. Discharges of dredged or fill material into uan-tidrd waters of the United States, excluding non4idat wedand~ adiacant to tidal waters, to modify the ~uss-sec~ona~ ~enfigurarion of currently serv/ceeble drainage ditches constructed/n these waters. The reshaptag af the ditch cannot increase d.r'aJ, nage capacity, beyond the original design capaci .ty or expand the area drained by the ditch as originally designed (i.e., the capacity of the ditch must be the san~e as originally de,signed and it cannot drain additiooal wetlands or other waters ef the United States}. Compeusator7 mitigstiun is not requ/red becaus~ the work'is desired to improve water quality [e.g.. by regading the drainage ditch with gentler slopes, which can reduce emsinn, increase growth of vegetation, increase uptake o nutrients and other substances by vegetation, etc. J. The permittee must no,fy the District Engineer in accordance with General C~uditinn 13, if ~reater than SQQ line~ feet of dr..nape ditch will be reshaped. Mate~.al restflting ff~m e×cavatinn may not he permanently sidecast into waters but . may be temporarily sidecast (up to tJ~'ee months) into waters of the United States. provided the material is not placed in such a manner that it is dispersed by currents or other forces. The District Engineer may extend the perind of temporary sidecasting not to exceed a total of ~80 days, where apprc~prigte. Th/s NWP does not apply to reshaping drainage ditches constructed in uplands, since these areas are not waters of the United States, and thus no perm/t from.the Corps is required, or to the maintenance o£ e:ds~ng drainage ditches to the/r original ~meusinus and configuration. which dc~s not requh'e a Sec~on 404 pen~/t (see 33 C~R 322.4(al~3J}. This NWT does not authorize the relocation of dr~nage ditches constru~ed in wacers of the United ~tatas; the ct the can~erline a f the reshaoed ds~inage ditch must be anor~ximately the same as the locat/on ~the centefline of the original dca/nape ditch. This NWP does not authorize stream chaunelLv, aCinu or stream relocation ptaiects. (~ectiou 404] 42. Re~eational Facilities. Discharges of dredged or fiil material into waters of the United 5tares, exdudi.ng non-tidal wetlands adjacent to tidal waters, for the coms~uctinn or expansion of recreational facilities. provided the activity meets all of the following criteria: a. The d~char~e does not cause the loss of greater than ~/~ acre of non-tidal waters of the United States, ex¢lud/ng non-tidal wetlands adjacent to tidal waters; b. The discharge dc~as not cause the loss ef greater ~h~,~ SO0 linear feet of stream bed: c. For disuhargea caus'ing the loss of greater than %~ ac:re of non-tidal waters ct the Un/ted States, the perm/~tee not~fias the District Eng/neer in accordance with General Condiffon 9, 2O00/Notices . 12§9~ d. For discharges in special ~qunfic sites, Including wedands, the notJiication must include a delineation of affected spec/al aquatic sites; e The discharge is pan ufa single and complete pmjec~ and .. · f. Compensatory mitigation will normally be requh'ed to offset the losses of waters of the United States. The notificatiun must also include a . compeamtory m/riparian proposal which provides for 1:1 replacement to offset authorized losses of waters of the United States. For the purposes of th/s NWP, the term "recreational facility" is defined as a re~eational activity that is integrated into the natural landscape and does not substantially change preconstructinn grades or deviate from natural landscape . contours. For the purpose of this pein'ut. the primazy function of re~..--eational facilities does not include the use of motor vehicles, huildingr, or impervious surfaces. Examnles of re='eafionsl facilities that ~ay he authorized hy this NWP include: hiking trails, hike paths, horse paths, nam.re centers, and campgrounds (excluding trailer parks). The construction or expan.sinu of golf courses and the expansion of ski areas may be authorized by this lqW~, . . provided the golf course or ski area does not ruhstantially deviate from natural landscape contours and is designed to mi~im~?e adverse e~ects to waters of the United States and riparian areas through the use of such prac~ces as iniegrated pest m~-agement, adequate stormwater management facilities, vegetated buyers, reduced fe.~l~zer use. etc. The facility must have an adequate water quality management plan in accord~ce with General Coodition 9, faoility, to ensure that the rec~ational facility results in no substantial adversa effe~.s to water qu~ility. This I~V~P also e~ansinn of small suppo~ tic/biles, such ae maintenance and storage buildings and stables, that are directly related to the recreatinnal activity. This b,~VP does not authorize other bu/Idings, such as hotels, restaurants, etc. The consn'uctinn or expansion of playing fields (e.g., baseball, soccer, or football fieldsl, basketball and author/red hy this NWP. ~$ec~on 404J 43. Ston~w~t~r Manngement Facilities. Discharges of dredged or fill material into nan-tidal waters of the United States. exc2uding non-tidal wetlands adjacent to tidal waters, for the construction and ma/Utenance of including activities for the excavation of Federal Ees~ster/VoL 65, No. 47/Thus,day, March stormwater pondS/facilities; dstendon basins, and retention basins; the installation and mal~tan~,-~ of water control structure, ou~ll s~'uctures and emergency spillways; and the maintenance dredging of existin8 stormwater management ponds/ facilities and detention and retention basins, provided the activity meets all of the following criteria: a. The discharge for the construction o[ new stormwater mansgemant . ocou~ In waters of the United States and why edditional minimization ,~--ot be ~ m~ comply ~. ~u~fi~ 2~ ~d be d~d ~ oest ~'pro~on ~-~. ~p~ ~y ~uds ~bays (deeper ~e~ at ~e up~ end of~e wo~d be ~,l~*~ed ~u~ facilities does not ca~e the loss of excavetion), vegetated buffers, and greater than 1/= acre of non-tidal waters sitin~ considerations to minimize of the United States, excluding lion-tidal advet'se e~[acts to aquatic resotu~-s. . wetlands a&iacant to t/da] waters; Aliother exmnple o~a BMP would be b. The discharge does not cause the .- bioenadn._eeri,,g methods inCOrporated loss of greater than 300 linear feet of into t~e facility d~ign to benefit w-~ter stream bed; quality and ~n~ntmi~e adverse effect~ to c. The discharge of dredged or fill ao. uatic resources from storm flows. material for the coosi~'ustion of new stormwater manasement facilities in . perem:fial streams is not authorized; d. For dischar~e~ or excavation ~or the Constructiot~ of new stor~water manasement facilities or for the malntensoce of e:d;:tLa§.stormwater management facilities causing the lnss of greater than ~Ao acre o/non-tidal waters, excludin8 non-tidal wetlands adjacent to tidal w~ter~, the pennittee notifies the Dis~-ict En~ueer in accordance with General Condition 13.' ha addlt/on, the notification mus~ include: (1) A maintenance plan. The maintenance plen should he in accord~-nce with S~ate and local requfrements, d any such requirements exist: (2} For disch~ges in special ao. ua~c sites, incindin~ we~uds and subme~ed aquatic ye§station, the notiflca~en must include a' delineation of affected are~: and (3) A compensatory m/t/gotten proposal that offsets the los~ of waters of the Un/ted States. Maintenance in especially dowusu~am of the facility., that provide, to the ma0dmum extent pmcricable, for lou8 term aquatic resoufco protection and enhancement: g. ~intenanca excavation will be in. accordance with an approved · maintananco plan and will not exceed the original contours of the facility as approved and constructed: and h. The dLnnha~e is part of a.single ~nd complete project (Section 404) · 44. Mh~rtgAc'a~'ties. Discharges. of dredged or fill material into: (i) L~otatea waters, streams where the annual average flow i~ ! cubic foot per second or less, and non-tidal wedands adjacent to headwater: stre~m~, for ag~.egate mini.~g ti.e, sand, gravel, and ~--~. hod and broken stone) and associatea support activities; (ii] lower perennial strea~s, excluding wetlands adjacent to lower perennial streams, for a.g~egate mining activities (support aC:/vities in lower perennial streams or ediacent wetlands ~e not authorized by this NWPJ: and/or [iii] isolated waters and non-tidal wetlands adjacent to headwater stre~m,~ for hard rock~. construmed area~ wifl not require m/tigation provided such maintenance .... mineral mining activities (i.~., . is accomplished in de, ignored extraction of meta.Ufferous ores from maintenance areas and not within compensatory mitigation areas [i.e., district engineers may designate no~- maintenance areas, nor~=~ty at the downstream end of the stormwater management f~ciiity, La ex/st~§ stormwater m=-~gement ffacflit~es). m/tigation will be required for activi~es wMch are exempt fix~m Se~ion 4o4 permit requirements}; · e. The p.,'m~ttee must avoid and mi,i~i~-e d~charges ~nto w-aters o£the United States at the project site to the max/mum e.~ent practicable, ~d the notification mu. st include a written statemeut to the Dis~ct Engineer detailin~ compliance w/th this cond£tion U.~.. why the ~;.schm~_e mus~ subsu~ace locations) and a~sociated support activities, provided the d~h~je meets the following c~iteri~: a. The mined area wi~'hln ,,vate_~ of the United States, plus the acreage loss of waters o£the United States resulting · from support activities, cannot exceed ~,~ acre; b. The pennRtee must avoid and ~-i,~;?~ flisuhar~es into waters of the United States at the projec~ site to the maximum extent practicaMe, and the noti,ficadon must include a wr/tten statement detailing compliance with th/s cond/tion (i.e.. why the discharge mu~t occur La waters of the United States ~.nd why additional n~nlr~ization carmo~' b~- ~ck~o"~~'~' 9, 2000 / Notices '. c. In addition'to General Conditions 17 and 20, activities authorized ~y this permit mnst not substantially alter the sedi~nent chnract~L~ica Of are~ of concentrated she!lS~h beds .or fish ~awnia~ are~. Normally, the mandated water quality management plan should ~ddress these Iml0acts; d. The penni~tee must Implement necessary measures to prevent hacrenses- in stream 8r'adiant and water velocities end to prevent adverse effects (e.~., head cutting, bank erosion) to ups~eem and d0wus ..U-e~... channel condition: . · e. Activities authodzedbythis permit must not result in adverse effects on the course, capacity, or condition of navieable wate~ of the Udi.~.ed States: L ~he permittee must ufihze measures to m~o~mize downstream turbidity: ~.'Wetland impacts mnsc be ~ompensated throu§k mitiga~ou approved by the Corps: ~.. Beueflclatiou and m/neml procassin~ for hard rock/minsral minin~ eot/oft/es may not occur within 200 feet o f the ordinary high water mark of any open waterbody. Ahhou~ the Corps does not re~alate disnhar~es ~rom these aot/viti~, a Clean Water Act Section 402 permit m~y be requi~., d;. ' b ~ ' i. A~I activ/ties autnonz~n y N'WP must comply with Generel Couditious 9 and 21. Further, the District En§Lnser may rec?/re. modifica~ous to the reqnired water quality management plan to ensure that the au'thorized work results in minimal adverse effec~ to water i- Except for.a~:e~ate m,~ - activities in lower perenn/al strean~, no ae~e_~ate minin~ can occur within st~e~7~ beds where the average annual flow is greater than ! cubic foot per second or in watsrs of the U~ted States wi*hi,~ 10~ feet of the ordinary water mark of headwater s~zeam · segmentS where the avera§e annual flow _ of the stream is grea~er than 1 cubic foot · . per second (aggregate m/nin~ can occur · in areas immediately adiaceutto the ord;~w high water mark of a stream where t~e averaEe ~nual flow is 1 cubic foot per second or less); k_ Single and complete pro~eot: The discharge must be for a single and complete project, includin~ support~, activities. Ois'~h~r~es of died~ed or ~u mater/al/nco waters of the United States for multiple m~'~ activities on several designated p~caLs of a sLa~e and comolete ~'~'~n~ operet/on can be authOr/zed by this N'WP provided the acre ~i~t is not exceeded: and L IV~tfficaffon: The perm/~es must notify the District Engineer in acconianoe w~/th Genera/Condition 13. The not/~cation must include: (1~ A Federal Regi;~ter/Vol. 65. No. 47/Th~sday. March 9, 200olNotices . , ~.12B93 States adversely affected by the proiect: (2) .6. written statement to the Dis~ict Engineer detailing compliance with paragraph Co), above (Lo.. why the discha~e must occur in waters of the United States and why additional minimization can,at be achieved); (3) A description of measuses taken to ensure that the proposed work complies with paragraphs fo] through fi). above: and (4] A reclamatiou plan [for aggregate rain/ny in isolated waters and non4/dal wetlands adiacant ta headwaters and hard rock/m/neral mining oaly]. This NWP does not authorize hard rock/m/ne.al rain/ny, including placer mia/ny, in stzea~ms. No hard rock/ mineral mining can occur in waters of the United States within 'tOO feet ordinary high water mark of headwater streams. The terms "headwa!:ers" and "isolated waters" are defined at ::13o.2(d] and (e], respectively, For the purposes af this NWP, the term "lower perennial sa'earn' is defined as follows: "A stream in whkh the ~'adiant is low a~d water ve!ocity'is slow..there is no tidal influence, some Water flaws throughout the year, and the substrata consists mainly of sand and mud." (Sec*ions 'tO and 404) . . C. Nationwide Permit General Condit/ons The fallowing genera! conditions must be followed in orae'r for an)' autharizat/on hy an i~VP to be valid: 3.. Navigatinn. No an'&Aty may cause mare th~x a mini-mol adverse effect on nav/~at.icn. 2. Proper Maintenance. ,~my structure or t511 authorL:ed shall be properly ma/ntained, including maintenance to eususe public safer/. 3. Sail Erosion and sediment Controls, Aoomr~r/ate soil erosion and sediment c~u-ols must be used and maintained in e~ecdve operating condition during cons~,-uct/an, and all exposed soil and other' fi2]s, as well as any work below the ara~'y high water mark or high tide I/ne. must be ' permanendy s'mbil/zed at the earliest practicable chta. 4. Aquatic L/~e Movements. No ac'~vi~ may substantially disrupt the movement oi ~cse spe~es of aquatic l~e indigeuous to the waterbad×, inciuding thnse species winch normally migrate through the area, un.less the activity's prira~-y purpose is to impound Wamr. Culverts placed s~reams must be instmiled tn iow flow canal/finns. ~. Equipment. Heavy eonipmant working in weztsnda mus[ be placed on. mats. or oth~ mascaras mast be re. ken to minimize s~i] disturbance. 8. Regional and Case-By-Casa '" which is likely to jeopardize the · '" Condition. The activity must comply continued existence of a threatened or with any regional conditions ,,ch/ch may e~dansered *peci~ or a species ' have been added by the division proposed for suCh designation, as engineer [see 33 Cr~ 3ao.4(e)] and with identified under the Federal Endangered any case spedfic conditions added by Species Act. or which will destroy or the Ca~s or by the State or tribe in its Sectiun 401 water quality cat'dficatintl and Coastal Zooe Management Act consistency determ/nation. 7. Wild and Scenic Rivers. No activi .ty may occur in a component oft, he National Wild and $cedic River System; or in a fiver officially designated by Congress as a "stndy fiver" for pnss~ble inclusion in the system, while the river is in an official study status: unless the · - appmpr/ate Federal agency, w/th d/rear management responsibility for such . river, has determined in writing that'the proposed activity will not adversely affect the Wild and Scenic River ' designation, or study status. Information aa Wild and Scenic Rivers may be obtained from the appropriate Federal land management agency in the area [e.g., National Park Service. U.S. Forest ServiSe, lq usean of Land Management. U,S. Fish and wildlife Service). 8. Tribal Rights. No activity or its operation may impair reserved Wihal rights, including, but not limited to, reserved water Hghts and Irasty fishing and huntingrights, o g. Water Quality. [a] in c.."tain States and ~-ibal lands an individual ,tol water quality certification must be obtained or waived [See 32 GvR 330.4(c)). (bi For NWPs 12.14.17, 40, Ii. 43, and ,ii. where the State or wibal 401 cen/ficatian [either generically ar individually) d~es not require ar approve a water quali~ management plan, the pe.,'mittee must include design c:'iteria and techniques that will ensure that the authorized work does not rera!t in more than minimal degradation of water quality.. adversely modify the cr/tical habitat of such speC/as. Non-fedecaI petmittees shall notify the Dis~ict Engineer if any listed species or designated critical habitat migh~ be affected or is in the vicinity of the proiect, or is located in the d~signated critical habitat and shall no~ begin work on the activity until notified by the District Engineer that the requkements of the Endangered Species Act have been satisfied and that the activity is authorized. For activities that may affect Federally-listed endangered or threatened species or designated ~-/tinal habitat, the antificatiou must include the name(s) of the endangered or thmatsned spec/es that maybe affected by the proposed work or that utilize the dksignated cr/tical habitat that mav~be'affected by the proposed work. X.s a result of formal or informal consultation with the F¢/S ar NMFS, the District Engineer may add spe.cies- specific regional endangered specues -conditions tn the NWPs. .' ~o) Authorization of an ac'dvity by a nationwide perm/t does not authorize the "tak~" a f a threateaed or endangere4 s~ecies as defined under the Federal Endangered booties Ac',- in the absence of separate au[her/ration [e.g. an ESA , Section 10 Permit. a Biological Opinion with "iocideutal t~ke" provisions, from the U.S, Fish and w/Id/fie Set,Ace ar the National Marine Fisher/es Service. both lethal and non-lethal "takes" of protected ~ecies are/n violation of the Endangered Species h'ffarmation on the locatiun of · ttu:eatened and endangered species and theft' c.v'/tfcal habitat can be cbt. a/ned di. rectlv from the offices of the U.S. Fish and Wildlife Se,vice and National qualit~ management plan includes. Marine Fisheries Service or their world stormwater management that m~n{m, izes' ' wide web pages at .... · .... ~ ' ' degredation of the downstream aquatic http~l,,ma~v.fws.govlrgandsppt system, including water quality. Refer to ends~n.html and · General Condition 21 for stormwater ht'tp:?/www.n ~.gov/prot__resl esahome.html, respectively. , 12. Historic Prooertias. No ac~mt'v management requirements. Another · important component af a water qualiU' management plan is the establishmant and maintenance of vegetated buffers next to open waters, including streams. Refer to General Condition 19 for vegetated buffer raquLrements for the N-W'Ps. 10. Coastal Zone Management. In cerm~ states, an individual state caasral (see Section 11. Eadangered Spec/es. [a~ No ac"dvi~ is authorized Luader any N'WP which may affect ~toric properties listed, or eligible for listing, in the National Register of H2storin Flaces is authorized, until the DE has complied with the provi~ions of 33 C~ part 325, Appendix C. The pr0~ective ,p~rmittee must norify the Distr/c~ Engine,r ff the author/zed activity may affect any h./storic properties listed, dete,~',s-ed ta be eligible, or wh/ch the prospective permittee has reason to believe may be eligible for listing on the Nat/anal Register of Hisroric Places, and .~hall not 12~94 Federal Re§is'ret/Vol. 65, No. ,ti/Thursday, March 9, 2000/Notices begin the activit7 until untitled blt the ' be used to authorize any part of the District Engineer that the requirement, propoand project or any related activity; of the National Historic Preservation Act and .. · ' : have been satisfied ~d that the ectivity (41 For NWPs 7, 12, 14, 18, 21, 34.38, is authorized, hfform~ion on the 39, 4.0, it, 42, and 43, the pClq must ' also include a deline~tiun o£affected - - location and ex/stance of Mstoric resources can be obtained from the State Historic Preservation Office and the National Register of Historic Places (see 33 ~ 330.4[g)). For activities that may affect Mstoric properties listed in, or eligible for listing in, the National Register of H/erotic Places, the notification` must state which historic property may be affected by the proposed work or include a vicinity map indicating the loca~ion of the historic property. ' 13. NotiEcation. [a) Timing: Where required by the terms of the NWP, the prospective permittee must notify the Dis~ct Engineer with a precon~tmction notincation (PCI. Q as early as possible. The District Engineer must determine if the PCP ia complete with~ 30 days of the date of receipt and can request the additional in. formation necessary to mal~ the PCN complete only once. However. lithe prospective perm.ittee does not provide all of the requested infornmtion, then the Di~ct Engineer will notify the pr~spe~ve permittee that the PC'N is sl~ll incomplete and the PCi'4 review process will not co,~,~ ency. until ull of the requested.in/urination has been received by the Dis~ct · Engineer. The prospective permittee shall not begin the activity:. (1) Until ~.otified in wr/iing by the District. Engineer that the activity may proceed. ~der the NWP with any special condRinus imposed by the D~s~ric'. or D~visiou Engineer, or [2] If notified in writing by the Dista-ict or Division Engineer that an individual spec/al aquatic sites, including wetlands, vegetated shallows (e.g., submerged aquatic vegetation, seagrass bedsl, and riffle and pool complexes (see paragraph 13(fl]: ' [51 For NV~ 7, Outfall Structures and Maintenance, the PClq must include sale aflreemant or other contract for sale ormur, hesehes been executed: . ('I01 For ~ 3t. Ma_~tanance of · Existing Flood Can~znl p~jects, the pruspective pennl~tee must either notify the Dis~ct Ea~eer with ?. ~ prior. to each malnteusncs activity or suom~t a five year Ior less~ maintenanc~ plan. In addition thePCN must include all of . the followins: . , ' -- · (i) Suiticient b~eline information so us to identify the ~pproved channel depths and confilFr,'ations and existing facilities. Minor devotions are - information regarding the original . design capadties and configurations ut authorized, provided the approved 5nod those ames of the facility where .... cunta'ol protection or drainage is not · -maintenance dredging or excavationjs 'proposed. (6} For NWP 14, Linear ' Tmn~ortatinn Cmssinga. the PCN must include a compensatory mitigation prop~al to offset permanent losses of waters of the United States and a. etatement describing how temporary losses oI waters o[ the United States will be minimized to.the maximum extent pt-acticahle. (7) For NWP 21, Surface coal M~ning Activities, the PClq must include an Office of Surface 14~,,i-i (OSM) or orate- appmved mitigation plan. (81 For NWP 27, S~ream and Wetland Restoration, the PCP must include documentation of the prior condition, o f the site that will be reverted by the permittee. · (91 For N-WP 29, Single-Family Housing, the PCP must also i~clude: (i) Any past use ofthis NWP by the individual permittse and/or the permittee's spouse; (iii A statement that the single-family housing activity is for a personal residence of the permittee; (iii] A des!:fiption of the entire pace!, · (ii) A deli;ae~tion of any ~fected special aquatic sites, including · · wetlands; and. (iii] Location o[ the dredged material di~p( osal site: - · 11} Pot NWP 33. Temporary Constzuctinn. Acoess, and Dewatenng, the pClq must also include a restoration plan of reasouahle measures to avoid and ~i,,i,.~i~,e adverse efts.ets to aquatic (12] For lqWPs 39, 43. and 44, the PCP must atan inducle a wtiitan atatement to the District Eaginees ex~.!~inln$ how ~void~ca and ~'~imization of losse~ of waters of the' United States were ecl:tiered on the proiect aite. . ' (13] For NW}' 39, Residential. Commercial. and Institutional Developments. and NWP 4~, Re~-"eation~l Fac/I/ties,'the pClq must include a compensatory mitigation · proposal that offse~ unavoidable losses of waters ofthe United States or insrification expl,l-h,g why · compensatory'mitigation should not be renuired. Ct4) For NWP 40, A~ricul~u-~ permit is re.~uixed; or including its aize. and a delineation of (3) Unless 45 d~vs have passed fi.om the District Engineer's receipt of the wetlands. For the .pu~ose of this MW'P. parcels of land measuring V, a~e or less. · complete notification and the ..... will not require ~ Iormal on~ite prospective permittee has not received ....... written no~ce fi:nm the District or Division Engineer. 5ubsequeutly, the permittee'e ri~,ht to proceed under the ~ may he modiied, suspended, or revoked only in accordance with the procedure set forth in 33 ~ go) Contents of Notil~cation: The notification` must he in miring and include the following information: (~] Name. addmae, and telephone n-,'-~ers of the ~ros~ective~ermittee; (ZI Locauon ot the prol~ased pro! : [31 ]~rief desc~/~t/on of'the proposed proiect; the proie~'s purpose; dkect and ind.~ct adverse env/ranmental effects the pmiect would cause; any other N'WP(s). regional general pet'mitts), or individual pe-'m/~(sl used or intended tn delineation. However, the applicant ' shall provide an bu~ication of where the . wetlands a~e and the amount of wedands that exists on the property. For parcels ~reater ~h~, v, acre in s/ze. a for'~st wetland delineation must be prepamd in accordance with the cttrrent method requ/xed hy the Cor~e. (See paragraph (iv) ~ written d~criptinn o~all lami' (including. i~ a,~iloMe, legal ' des~ip~ons) owned by the prospective permits end,or the prospe~ive perm/t~:ee's spouse, with/n a one m/le radius of the pam~L in any form of ownersh/p (including any land owned as a parmer, corporation, joint tenant co-tenant or as a tenant-by.the-entire~) and an?' land on wkich a r~u-mhase ~nd Activities, the PCN must include a compensatory mi~§atinn proposal to offset losses of wamrs oft. he United States. - ................. (1~) ~or i'4WP 13, Starmwater Management Facilities, the PClq mnst. include, for the construction of new stor'mwater management facilities, a ma/ntanance plan (in accordance with State and local r~qui~ements, if appli~ble} and a compensatory miti§ariun proposal to offset losses oi waters o[ the lJnitsd Steres. (16} For PlArP 44, M~ Acrivitie$, the PCIq mu.~include a description of all wate~ o]~ the United States adversely affect~cl by the p~iect, a desc~.ptint~ ~ meaSUres taken tn minimize aaverse effects to waters of the United S~teS, a description of measm~s taken to enmply with the criteria o[ the N'WP, and a reclamation 1~lau l[or ag2regate.minlng ' Federal Regi,~ter/Vol..65, No. 471Tb. u.raday, March 9, 2000/Notices · ~t,895 · tidal weQands adjacent to headwaters and by h~rd rock/mineral mining act/vities3, (171 For activities that may adversely affect Federallyo~ted endangered or threatened species, the PC'N' must Include the name(s} of those endangered or threatened species that may be effected by the proposed work or utilize the designated cridcaI habitat that may be affected by the proposed work. (18J For activities that ma)' affect historic properties listed in. or eligible for listing in. the National Rea/stet of Historin Places, the PCP must state which historic propen'y may be 'affected by the proposed work or include a vicinity map indicating the locatio, n of ' the historic property. (19J For NWPs Z2.14, 29.39.40, 42. 43. and 44. where the proposed work involves discharges of dredged or fill mater/al into wate.-a of the United States resulting in permanent, above-~rade fills w~thin ZOO-year floodplains (as identified on F"~/~'s Flood Insurance l~te Maps or FEMA-approved local floodplain maps}, the ooQficatioo must /nclude documentation demonstrating that the proposed work complies with the appropriate FEMA or F~-MAo . approved lor.~ floodplain construction requfremen~s. [c) Perm of Notificatiom The standard it~dividual permit applicatioo form ~f'oi-~. ]~x/'G 4:145) may be used as the notification but must dearly indicate that it is a the in£ormatian requ/~ed In of Gener-~l Condition i3. A letter containing the requisite information may oho be used. (d} reviewing the P~-N for the proposed activity., the Dis~c: Engineer will determine whether the act/vity authorized hy the NW'P will result in more t~. ,~i~i,nal indiv/dual or c'..tmulative adverse environmental effects or may he contra~, to the public interest. The prospective permittee may, optionally, submit a proposed mitigation plan with the PCN to expedite the process and the District Engineer will cons/der any proposed compensatory mitigation the applicant has included in the proposal/n deter~dni.~ whether the net adverse enviromnent.xl effects to the aquatic environment of ~e proposed work are determines th.st the activity complies with the ter~s and condit/~ns of the NWP a~d that the adverse effects on the ~quatic envimm:aent are mtn.final, the ~istr/ct Eng~eer w~l ootffw the ~rmittee and include any ~ond/tions :. Disr-ri:~ En~neer deem~ necessary.. Any compensatory'mitigation proposal must be approvedby the District Engineer pr/or ~o commencing work. If the prospective permlttee is requited to ~ubmit a compensatory mitigation proposal with the PCP, the · proposal may be either conceptual or detailed. If the prospective permittee elects to submit a compensatory mitigadon plan with the PC~. the District Engineer will expeditiously review the proposed compe~atory mitigatio~ plan. The Oistr~ct Engineer must review the l~lan within 45 days of receiving a comolete PCN and - " determine whether the conceptual or specific proposed mitigation would ensure no more than m/nim~l adverse 'effects on the aquatic environment. If · the net adverse effects of the pro,eot'on the aountic environment (after coust~feration of the compensatory mitigatiun proposal) are determined by the District Engineer to be minimal, the D/strict Engineer ~ pm.vide a timely written response to the applicant stating that the project can proceed under the term~ and cond/tions of the nationwide permit. ' If the District Engineer determines that the adverse effects of the proposed work are more than rr~;,~l, the~ he will notify the applicant either:. ('~) That the proiect does no~ qual/~/for authorization under the NWP and instruct the applicant on the procedures to seek authorization under an individual pe,r~; (2~ that the proiect is authorized undo. the NWP ~ubiect to ~e aoolicant's submission of a mitig'a~/on proposal that would reduce the adverse effecta on the aquatic. environment to the minimal level: or that the proiect is authorized under the NWP with specific modifications or conditions. Where the District Engineer determines that mitigation is required in order to ensure no ·more than mtn/mai adverse effects on the aquatic · environment, the activity will be authorized .,~dth/x~ the 45-day PEN period, Inuluding the necessary conceptual or ~ec/fic mitigation or a reouirement that the applicant submit e mi~.igation proposal that would reduce the adverse effects on the aquatic environment to the w;"i~"al level. · When conceptual mitigation is included, or a mitigation plan is requ/red under item (2) above, no work in waters of the Un/ted $~ates will occur until the Distzict Engineer has approved a suecific mitigation plan. . (e} Agency Coordlnat/on: The Dist~ct Engineer w/Il cons/der any comments from Federal and 5~ate agencies concerning the proposed ac~vity's comp/iance w/th the terms and coudtclons of the NWFs and the used for mitigation to reduce the project's adverse effects on the aquatic environment to a ,,,i.imal level. For activities requiring no~iflcaQou to the Dis~'ict Engineer that result in the loss of greater thnn ~ acre o[ wats? ul' the United $~t~, the Diatrict Engineer will, upon receipt of a notificalion: . provide lmme~ately (e.g., via f~os~mile ~'ansmission, overnight w. il, or other -- eXpeditious ,~.--er), a copy to the appropriate offices of the Pish and Wildlife ~ervica, $~ate n~turel resource or ~vater'qu~lity agency, EPA, S~ate H/storic preservation Officer {$1-tPO), · nd. if approIrdate, the NaifO~al Marine Fisheries Service. With the exception of NWP 3?, these agencies will th~,n have lo calendar days bom the date me mater/al is ~m~/tted to telephone or fax the Dis~ Eogineer ncdce that they intend to provide substantive, site- soecific ccrm~entS. If so center'ted by an a~ency, the Die.ct Engineer will watt an additional l~ calendar days before m~.king a decision on the ncti~catiun. The District Engineer will fully consider ageocy comments received within .~.e specified Lime frame, but will provide no re~onse to the rosonme agent/, except as provided below. The Di~tri~ Engineer will indicate in the ' administrative record assodated with each notification that the resource agencies' cdnzeros were considered. As · required by 5action 305 go)[4)~B) of the Magnnson-$~eve~ Fishery. Conservation and Management Act. the Distri~ Engineer will provide a response to National Ma.tine Pisheries Sere/ca within 20 days of receipt of any Essential Fish F~ahitat conse.,'vatiun recommendations. Applicants are encouraged to provide the Corps multiple cop/es of noti~carions to expedite agenq.' notification. [f~ Wetlands De~2neations: Wetland delineations must be prepared In accordance with the current method reouired by the Corps. For ~ g9 see ' pa~-agrsph (b)[~l[iii) for parcals less than V., acre in s/se. The permittee may ask the Corps to delineate the spe~al aquatic site. There may be some delay if the Corps does the delineation. Furthermerd, the 45-day period will not stm't until the wedand delineation has been completed and submit'ted to the Corps, who?. appmpri.ate.. 3.4. Compliance Car'lancanon- Every permiRee who has received a Nationwide perm/t ver/fication fi~m the · Corps v,411 submit a signed ze.n:/ficatio:a regarding the completed work and any required mitigation. The cetn:ification will be forwarded by the Corps with the authorization letter. The certification will include: [a} A statement that the author/zed work was done in 12~6 · Federal Re~i~ter'/V~l. 6~, No. 47/Thursday, March 9, 2000/Notices accordance with the Carps authorization, including any senerel or · specifiq conditions; (h) A statement that any required mitigation was completed in accordance with the permit conditions; and (c) The signamro of the perrnittee certitTing the completion of the work and mitigation. 15. Use o£ Multiple Nationwide Pertnits. The use of more than one IqWP for a singte and complete proiect is prohibited, except when the acreage loss of waters of the United States authorized by the NWPs does not exceed the acreage limit of the NWP with the h/ghest specked acreage limit. For example, it' a road ~'ossing over tidal waters is constructed under ~ 1~.. with associated bank stabilization authorized by N'WP 13, the maximum acreage loss of waters of the Un, ted States for the total proieC:, cannot exceed 16. Water Supply Intakes. So activity, including s~uc:Ures and work in navigable waters of the tin/ted States or .discharses of dredged or 611 material. may occur in the proximity ora public water supply intake except where the activity is for repair of the public water supply intaka etruct~res or adiacant bank st~ilimtiom 12'. shelf/ah Bed~. No activity, including s=-uctures and work in navigable waters Of the Un/ted States or discharges of dredged or fils mater/al. shellfish populations, un.less the is dkecdy related to a shellfish harvesting ac:/vi.~ authorized by NWl 18. Sn/t~ble Material. No activity, including s~uc:ures and work in navi_~ahie waters of the Un/ted States or discharges og dredged or fill mater/al, may consi~ o£ rmsuitable material (e.g., wash. debris, c~r bodies. &sp~alt, etc.) and mate~al used for construct/on or discharged rnus~ be flee ~rom tox/c poLiut,~nts ~n talc a.taoum~ (see $ection 307' o£ the Clean Water Ag}. 19. Mitigation. The proiect must be designed and constructed to avoid and the United States to the m~mum e~ent pmc~ble at the proiect site (i.e.~ on site). Mitigation will be reqn/red adverse effec, s to the aqu~ric env~romment are minimal. The Dis~cr ~gineer w/ii cnnsider the factors d/~cussed below when determining the acceprahflky o~apprapr/~t~ rind pracr/cabte m/rigat~on necessary to offset adverse effe~*.s on the aquatic (a) Compe~atory mit/~ation at a minimum I:' .~tio will ~e required for all wetland impacts requiring a pON. Consistent with National poliCy, the Distri~ Engineer ',viii establish a preference for restoration of wetlands to meet the minimum compensatory mitigation ratio, with preeervation used only in exceptional drcumstances. (b} To be practicable, the mitigation must be available and capable of being done considering costS, e.,dsting teclmolo~y, and logistics in light of the overall project purposes. F. xamples of mitigation that may be appropriate and . practicable include, but are not limited to: reducing the eize of the project; establishing and lll~in~nlnlng wetland or upland vegetated buffers to protect open '-waters such as streams; and replacing losses of aquatic resource functions ~. d values by creating, restoring, enhancing, or preserving eimilar functions and values, preferably in the same watershed: {c} The District Engineer will requ/ra restoration, creation, enJaancemen£, or preservation of other aquatic resources in order to offset the authorized impac'.s to the extent necessary to ensure tha~ the adverse effec~ on the aquatic environment are ,~.imal. A~. important element of any compensatory mitiSation plan for proiects in or near stre~,',~ or other open wate~ is the establishment and m~{ntanan~e, to the maximum extent prectic~ble, of vegetated buffers next to'open waters on the preie~ site. The vegetated buffer should consis~ ol native snecies. The DisWict Engineer will determine the appropriate width of the ve§etated buffer and in which cases ir will be required. Normally, the ve!tetated buffer will be 2~ ~o ~0 feet ~,4de on each side o~ the stzesm, but the Dis~ic:. Engineer may require wider vegetated bt~ffers to address documented water quail .ty concerns. U there are open waters on the p~oiecr site and the District l~n~ineer rsq. ui.res cora~ensatory mitigation for weffand knp~ca to ei~ure that th~ net adverse effects on the acuatic endroument are minlm~k any v;getated buffer wig comprise no more than V= o£the rem~;nlng comuansatory mitigation a~es~e after th~ permanently ~dled wetiands have been replaced on a one- to-one acreate basis. In addition. comoensatory mitigation must addrees adverse effects on wetland ~u~cdons and wlRes and cannot be used to offset the ar~'eage o£ wedand losses thac wouid occur in order to meet the acreage limita o£some o£the NWI~s {e.g., for NWP S9. V~ a=-e o£ wedands cannot be created to c-bange a v= a~-~ Inss o£wetiands to a V, a~-e loss; however, V~ a~-e o£ created wedands can be used to reduce the im~ac.s of a !/s a~-e loss ofweflandsl. If '~e prospec*dve penlxittee/.s required to submit a compensatory mitigation oroo~sal with the PL-'N, the proposal ~na~be either conceptual or.deta2 lq. . iii} To the eXtent appropriate, pennitteeS slmuld c~u~ider mitigation banking and other approp.ri.a? r~...nn.s .of. compensatory mitiSatinn, ti me u~smcr E.agineer determines that compensatory mitigation is necessary .to offset losses of waters of the U~ited States and ensure that the net adverse effects of the authorized work on the aquatic environment are'minimal, consolidated mitigation approaches, such as ' mitigation banks, will he the preferred method of providing compensatory" mitigation, unless the District Engineer determines that activity-$pedflc compensatory mitigation is more apprepr/ate, based on which is beet for. the aquatic environment. These VTpes mitigation are prde=ed bemuse they involve lar~er blocks of prorated aquatic environment, sre more likely to meet the mitigation goals, and are more easily checked for compliance. If a mitigation, bank or other consolidated mitigation anpraach is not available in the watershed, the District Engineer will consider other appropriate forms o£ compensatory mitigation to o~sat the losses of waters of the Un/ted States to encore that the net adverse effec~ of the authorized work on the aquatic 20. Soawning Areas. includ/~g structures and work tn navigable waters o~ the United States or discharges of al.red,ed or fill mater~al, in svavating areas during spawning s'easons must be avoided to the maximum extent practicable. Activities that result in the physical deswac*.inn {e.g.. excavate,'hil, or smother dowustreum by suSstantial turbidity] ct -an hnportant epa~ing ~ea are not authorized. 21. Management otWater Flows. To the maximum e.~ent pracScable, the activ/qt must be designed to preconsm~ction downst~es.m flow ' conditions (e.g.. location, cspacity, and flow rates). Furthermore, the acQv/ty must not permanently resrri= or impede the passage o£normal or .expected high flows [unless the primary purpose of the F:LLI is to ~apo~u~db~atersl and the s~-uc~re or dis r~e of dredsed?~r ?~11 material must withstand expectea naga flows. The acfivit'v must, to the maximum extent ~racficable, provide. prov/de for m~int=~.i~g snr~oe flow rates fi'om the site similar to precon.su'uction conditions, and must water flow beyond precons~-uction conditions- In addition, the ac. lviW Federnl Regi~ter/Vo]. 65, No. ~7/Th~zday, March must, to 0~e ma;~mum axtent practicable, reduca advsme effec~ ~uc.h as flooding or erosion dowusiresm and ups~'eam of the projc, c~ si~e, Unless the activity is part o! a lar8~ ~-t~m ' designed to msn~ge mr flows. 1!2. Adverse F-~'ects From Impoundmeucs. II the activity, including structures and w~rlt in navigable waters of the United Sates or discharge of dredged or fill materiel, c~ates an impoundment of water, adverse effect~ on the aquatic system caused by the accelerated passage o£water and/or the rest/ct/on cf its flow sb~l be ml-lmlzed to the maxi~.um extent - pracacable. 23. Waterfowl Br~ed/ng Al, ecs. Activities, [uclud/ng sirucmres and work in navigable waters a£the United States or disrh-~es of d~d~ed or material, [utc brooding aress for migratory waterfowl must be avoided to the maximum extent practicable. 24. Removnl of Temporary Fills.'A~y temporary F~ls mu.st be ~moved in their eu~ety and the affe~ed areas rammed to their pra~irdag elevation. - If. Designatad Critical l~sottt~ · . Waters. C. ritical r~otm:a ,,,ra~p. rs incluc~, NOAA-designated mar~a sam:tuarlas, lqational .~'marine Resea.w.h R~erves, Naa'lanai l~dd and Scanic Rivers, critical habiat for Federally thraatened a~d enda.ugersd species, coral reefs, State natural heriage sites, ~nd outstanding national resourc~ ' waters or other waters off]dally designated by a State as having p.as'~alas environmental or ec~logi~l stTmncance and idenQfied by the D/s~:ric~ En~.naer a~er no,ce and. oppoc~un/~v for public co~ent. The Dis~-/~ .~/neer may also designate additional ~kic~ resource waters aier notice ~ud eppormni~' for comment. · (a) Excep~ as noted below, discharges o£ dredged or F~! materi~ [ute waters of {b) For NWPs 3, 8, 10, 13. 15, 18, 19, 22, 23, 25, g7, 28, 30, 33, ~4. 36, 37, arld 38, notification is raquirsd in accardanca with C~neml Condition 13, for any ecd~ity proposed In the · designated critical :esoun:e wst~rs including wetlands adjacent to those waters. The District Engineer may authorize activt~es uno'er these N'v~s only a/tar he determines that the ~. lacte to the cfiticnl resource Waters be I~o ~ors ~ m~nimM, 26. Fills Within ~OO-Year Floodplains. For purposes o~ this general condition, tOO-year floodpla/ns w~l be identified · _MauasemeutAgancy's (1:I~) F~ood ' .. bmm~:e Rata Maps or FEMA-approved local floodplain mays. · . (ap DlscJiat~es BeIow Headwaters. · Disc~,-,'ges ot~clmdgad or fill material into waters of the United States result/ng in per~-ant~ above-grade wjthln ~ 100-yeer floodplain ac or below the point on a sU'eam where the average annual flow is five cubic feet per second. (i.e.. below headwaters) are nat antharized by NWPs 2g, 3g,'40. 42, ~, a~d ~4. For NWPs 12 and 14. the prospective penuittee most uot~'y the General Condition 13 and the notification must include dacumentet[ul, that any'permanent. above-~rade ~]s in waters af the United ~ates ~,.~ the 10a-year floodplain · below headwaters comply with or FEMA-approved lcc~l floadph/n con~"u~on rsqoiraraents. Col Discharges i~ Headwaters (i.e., above the po/ut on a etresm where the aversse ~--ual flow Ls five cubic fee~ per second). (1) Flood Fringe. Discharges o~ dredged or ~11 ma~al/nco waters o£ the United States resulting in per~,~ent, abqve-~rade ~ w/~hi~, the flood ~uge o~the lo0-year floodplain o£ headwaters are no~ authotized by HWPs 9, 2000 / No~ices in the floodway comply with FEMA FEMA-appmved local floodphin cern'truCe- r~nir~mant~. ' D. F~er ~Qon 1. D~i~ en~e~ ~ an~od~ 2. ~s do aot ob~ate ~e aesd ob~ o~er F~, State, er 1o~ p~, appm~, or aurelians ~d by hw. 3. ~s do no~t ~gh~ or excl~ive p~l~. . . , ~. ~s do not aurora ~ .to &e props~ or ~ o~o~m. -' · ' ~. ~s do no~ au~o~ ~ ~y e~g er proposed Fede~ proj~ B~ management prances: Be~t M=n~gement P~ces ~s) ~ ~ ~plemente~ to ~gate ~verse en~o~ee~ e~ on ~evelogmenL · p~es~ o~ Se~on ~0/404, r~m~on. ~a~on, e~c~cut, or of wed~ ~er o~er reso~s far ~e ~ose 07. compe~s~ for ~avni~ble ~ve~e appmp~a~.~d pm~hle a~i~ ~d ~on h~ been a~eved. C~a~on:~e ~lh~ent of a wed~d or o~er aaua~c ~so~e where one ~d not fo~er~y K~c~ment: A~es ~ndu~ed e~g we~ or o~er resoles wM~ ~ase on~ er more aqua~c ~c~ons. · e United 5~tes are not authorizec~ by 39, 40, 42.'~3 ,~-&' ~4 for ~y ~thin, or ~y ~e~g, ~fi~l ~so~ce wa~, ~clu~g weQ~ adiacent to ~ch waters. D~es ~dSed or ~ mat~s ~m ~e U~ted S~s may be annoyed by ' ~e above ~s ~ Hafion~ WUd ~d Sca~c ~ve~ ff ~e a~ complies ~ Gene~ Con~on 7. F~er, ~ - ~esi~ted ~ habi~t ~r F~e~y ~d ~a~d or en~g~d ~es Con~an ~ ~d ~e U.S, F~h W~ife Sera~ or ~e Naaon~ ~e Hshe~es S~ace h~ con~d ~ a de~e~cn oi compli~ce tone,on. 12,.1_4, 2~, 39, 40, 42, 43, and t4, u.n~ess '... £phemero! stream: An ephemeral the prospective peewee no~es ~e .. ' ~ ~ flo~g wat~ u~y d~, - Di~ ~r ~ ack.ce ~ ~d for a abort d~fion ~er, Gene~ Con'flea 1~. The no~fion p~pi~oa evea~ ~ a ~ ye~. ' m~ ~ude dennison ~t ~ Epheme~ s~ he~ ~e lo~d ~s~es comply ~ ~ or above ~e wa~er ~le ~-appmved 1~ flcodp~ Gm~dwater (2~Flood~.D~h~esof~dged p~ so.ce of ~ater for ~ flow. S~es ~g ~ p~ ~ove- ~d~ one o~e~Mp wM~ ~ opera,ed ~de ~ ~*h~n ~ flood.'of ~e ~a~orp~afa~ not a~d ~ ~s ~9,'39/~0, 42, ~e~ floodpl~ cu~de o~ ~ ~odwaY pe~e m~ no~ ~ D~ Klood~y: ~e ~a ~ ~ . ~ ~ a~ce ~ Gene~ ~ede~. ~e, or pe~ent, above ~de fi~ proposed wat~ ~ce e~eva~on is no ~re Federal Register/Vol. 65/No. 47/Thug=clay, March waters of the United States. including' wetlands, that results in a mbstantia! ina'ease in ground elevation and permanently converts part or all of the waterbod:y to dry land. Smictural fills authorized by NWPs 3, 25, 36, etc. are . not included. Prostration: The protect/on of ecologically importat:[ wetlands-or other aquatic resou.mes in perpetuity through the implementation of appropriate legal and physical m~h~,~i'-=s. Preservation may include protection of upland ar~ adjacent to wetlands as ne~_~uy to ensure protection and]or e~'h~n-,.ment ofthe overeLI aquatic ecosystem. ' BeStoroh'on: Re:establishment of ' 'wedand andJor other aquatic resource character'~dc~ and ~unction(s) at a site where they have ceased to exi-~, or e.'tis[ in a a'ub~.nfially degraded state. ~'ffie ~d l~anl complex: PAffe and pool complexes are spenial aquatic sites under the 4o4[b)[1} Guidelines. Steep gradient sections of streams are seined, mss character/zed by tiffs and pool complexes. Such s~eana sections are recognizable by their' hydraulic characteristics. The rapid movement of water over a ~ourse substrate/n riffles results in a rough flow, a tusbulent surface, and h/gh dissolved oxygen levels in the water. Pools are deeper areas asses/areal with riffles. PooLS are characterized by a slower stream velocity, a stre~,~-g flow, a smooth surface, and a finer sabseate. 5ingle and complete pro/'ect: The ten= "single and complete project" isdefined at 33 CFR 330.2(ij ~ the total project proposed or actmmplLshed by one. owner/developer or parU/e~hip or other association of owners/developerz (see definition of indepe,~dant util/ty). For linear projects, the tingle and complete proiect' {i.e., a single and coaapiere ~'ossin§} will apply to each crossing of a separate water of the Un/ted 5tatas (i.e., a single waterbodyJ at that locat/on. A~ excepdun is for linear projec, s creasing a designated amount (n~t to 'exceed one an ordinary high water mark. Aquatic .foot as set by the National Fl~xl .. vegetation within the area of st~din8 or ~surance prdgram) v~h~, the lO0-yeer flowing water ia either non-emergent, floodplain, sparse, or absent. Vegetated shallows are Inde~.endent utiliOc. A test to ' coosidered to be open waters. The term . detem~ne what cotmimtes a single ~.nd "open w~ter' includes'r/vet~, complete project in the Corps regniatory lakes, and ponds. For the purposes 8f program. A project is considered to have the NWPs,'this term does not include independent utility if it would be ephemeral waters. conCa'ucted absent the construction of Perennial $~e~m: A peren-i=! s~eam other projects in the proiect area. has flowin8 water :year-round during a Portions of a multi-phase project that . typical year. The water table h located depend upon other phases of the project above the ~eam bed for most of the do not have independent utility. Ph~es - year. Groundwater is the pr;m~y source o f a project that would be constracted of water for stream flow. Runoff from even if the other phases are not built can . ~i,,t~l! is a supplemental source of be considered as separate single and water for sl:~am flow· complete projectz with independent .- Permanent obeys-grade fill: A discharge of dredged or ~11 material into utility. lnten'nittent strum: An intemfittent stream has flowing water during certa/n times of the year. when ~mundwater provides water for atzeam flow. During dry periods, intermittent str~,,~ may not have flowing water. Runoff from rain/all is a supplemental eour~ of water for ate'earn flow. Loss of wat~ of the United Wate.~ of the United States that include the fi/~led area and other watem that are per,~ently adversely affected by flooding, ex=avation, or dr=inage as a resnit of the te~.lated activity. Permanent adverse effect~ include per~,,,,ent above-grade, at-~'ade, or below-gads fids that change an aquatic area to dry land. increase the bottom ' elevation of a waterbody, or change the use of a waterbody. The a~eage of luss o£waters of the United State~ ia the threshold measurement of the/mpact to e:dsting waters for deter~inln§ whether a proiect may qualify for an NWP; it/s net a net threshold that is calculated aAe~: conside.,:ing ca~pensatery mitigation that may be used to offset losses of aquat/c functions a~d values. The loss of Ca'earn bed includes the linear feet of stream bed that is flied or excavated. Waters of the United States - temperer/fy Failed, flooded, excavated. or drained, but restored to preconstruction contours and elevat/ons .ai~r cons~'uction, are not included ia the measurement of loss of waters of the Un/ted States. Non-eidol wedand: A non-tidal · wetland is a wetland (i,~., a water of the Un/ted States) that is not subiect to the ebb and flow of tidal waters. The defi. nitidn ora wetland can be fi:nm, cl at 33 ~ 32~.3(b). Non-~/d~l.wetlands contiguous to tidal watem are located landward of the high tide line (i.~.. the spr~ng h/g.h t/de line}. ~pen wote~.n area that. during a year with normal patten= of prscipitat/en, has standing or tlow/ng water for surf:dent durst/os to establish 9, 2000/Notices e ~/ngle waterbedy several times at separate ~d distant locatiou~, each ~g ~ ~mid~ a s~e~d . complete pmj~ Howev~. ~ ~ a b~&d ~m or river, or ~d~ ~ da ~e, ~ly- s~ped ~d ~ ~. e~, m not $ep~te ~t~o~. ' · Sto~r m~asement: Sto~water p~os~ of mdu~ ~osiun, ~t~ ~ d~on, ~d . e~e~ of ~k~-S~ ~ ~d ~e ~ ~e.. -aq~fic en~ . · Stop.er m~agement ~es: Stom~ ~,-agement A~es ~ ~ore ~fies, ~du~ ~t nat detenfiun pun~ md B~s, m~ wa~ for a ps,ad of me to renal ~off ~ar ~am~ ~e coacen~an of nuManu, b,-=~o~ ~b$~ ~d a~r pallu~ul of stemwater ~ S~ bed: The ~b~te of ~e ' M~ ~. ~ ~te may be ~ s~ ~m ~y te ba~dm. Wed~ ou~ide of ~e er~ ~ ~ter ~. ~ not co.ideal p~ of ~e m~p~a~on of a e~e~ -h~el to ~e ~e rote of~ter flow ~ush · e e~ ~1. ~p~fion may ~ude d~pe~g. s~te~g. ~o~g. or o~er semen or o~er ~pe~ of~ ~annel geome~ to ~e ~e rote of water flow ~u~ ~e ~ ~annel. A ~e~d ~ ~aln~ a water of~e UMted States. despite ~e . mo~om to ~e ~e ~te of _ · _water flow ......... ~.. wefl~d (Lo., a wat~ of ~e U~tefi States) ~t~ M~ted by~ ~- The de~o~ ora we~d ~d ~ watem ~ be fo~d at 33 ~ 328.3~) ~d 33 ~ 328.3(~. recently. Tid~ ' ~ me ~d ~ ~ a pm~le ~d mealie ~m or ~de due to ~e ~o~ p~ of~e maun ~d ~ Ti~ ~ and where ~e ~e ~d ~ of ~e wa~ ~ce ~ no longer be p~y me~d ~ a pinkie rh~hm due to m~g by o~er water. ~d. or o~er effe~. Ti~ ~ lo.ted ehannelwgd of~e M~ ~ne (i.e., ~g M~ ~de ~J ~d =e ~dated by ~ watem ~o ~e$ per 1~ mon~. d~g sp~g M~ ~des. Fe~leral Re§i.~ter/VoL 65, No. 47/Tl~ursclay, March 9, 2000/Notices Vesetated buffer: A vegetated upland or wetland area next to rivers, st:rean~, lakes, er other open waters which separates the apeu water iran: developed area~, includ/ng a~icultural ' land. Vegetated buffers provide a variety of aquatic habitat functions and values (e.g., aquatic habitat for fish and other aquatic organisms, moderation al water temperature ~-h~$es, and de~tus for aquatic food webs} and help improve or maintain local water quality. A vegetated buffer can be established by ma/nt~in~,,g an ex/sting vegetated area or planting native trees, shrubs, and herbaceous plants on land ne.~ to open that ~re permanently inundated an~ . ~der noel ~c~ have: mo~ed aq~q veg~ou. ~u~ ~ · sea.see ~ ~e ~d estate ~ste~ ~d s ~e~ af v~ rooted ' Wate~d~ A ~m~ody ~ ~y ~at in a uo~ ye~ b~ ~ter ~r s~ above ~d m ~e ~ent ~k is es~bl~hed. confi~o~ to ~e wata~ody ge co~idered p~ o[ ~e waters. Mowed lawns ~e uat considered vege~ted buffers because they provide little or no aquatic habitat fungous and values. The establishment and ,,,.;-tenanca of vegetated buffers is a method of cnmpensatm'y mitisetion thet ~ be used in. conjunct/au w/th the restoration, creation, enhancement, or preservation of aquatic habitats to ensure that activities authorized by NWPs result ~ minima] adverse effects to the aquatic environment. (See General Condition Vegetated shallo~s: Vegetated shallows are special aquatic sites under the 404('0)(1} Guidelines. They are area~ Board Of $outhold Town Trustees SOUTHOLD, NEW YORK PERMIT NO. 5~q DATE: Nov. 20,...Z.001 ISSUED TO ... TOWN OF....~QU~U(~,D ....................... Authartzatiau Pursuant to the provisions of Chapter 615 of the Laws of the State of New YorE, 1893: and Chapter 404~of the Laws of the State of New Yore 19521 and the Southold Town Ordinance eh- rifled ."REGULATING AND THE PLACING OF OBSTRUCTIONS IN AND ON TOWN WATERS AND PUBLIC LANDS and the REMOVAL OF SAND, GRAVEL OR OTHER MATERIALS FROM LANDS UNDER TOWN ' WATERS;~. and in accordance with the Resolution of The B6ard adopted afa meeting held on .~.9¥.,.....g.(~ ....... 200]: ..... and in consideration of the sum of $....~.~.~'& . paid by of ............................................................. N. Y. and subject to the Terms and Conditions listed on the reverse side hereof, of Southold Town Trustees authorizes and permits the following: Wetland Permit for removal of existing aluminum box culvert which carries Peconic Bay Blvd. over Brushes Creek construct new concrete bridge in approximately the same location construc' pilings of non CC material. al[in accordance with the detailed specifications as presented in the originating application. IN WITNESS WHEREOF, The said Board of Trustees here- by causes its Corporate Seal to be affixed, and these p.resents to be subscribed by a majority of the said Board as of th~s date. Trustees TERMS end CONDITIONS The Petmlttee Town n( $outhold/l~ru~h~ Czuuk Bridge n~llngat P~coaic Bay_ Bl,d. L u e . lq. ¥., as with reject the~Ko, m dae mmlfleto ean:lmlon of the Boaed of Tmsm~ of the Tram of 80uthoid for an ,.~-,m~on may be made to the Boasd at a 5. That thh p~rm!t should be t'e~i~ed indefinitely, or as long as the ~ F~ree ~daea to m.i~.~, the structure or ptoiect involved, to provide evidence to anyone ct~,~'eed d~.t aada- czizasion was originally obtained. 4. That the work involved will be subject to the in~eaion and al~toval of the ~ ot its agents, and non-mmpIi.-ce with the provisiom of the otigina~ application, may be ~,'*." fog ~llon of dgs p,~nlt by ~solution of d~ sam ~ 5. That there will be no unreasonable interference with n~vigat~n as · result of the w0tk herein s~/d~orlzed. 6. That there shah be no interference with the tight of the public to [~ss and repass aleng the beach between high and low water n~r~. 7. That if future opet~ions of the Town of Southold requite the removal and/a~ alte~mlom in the location of the work herein anthodzed, or if, in the opinl0n of the Boasd of Trustees, fl~. wodt ~h.l! cause um~'a~nable obsguctton to free nav/gafion, the said Peanktee will be requited, upon d~e notice, to remove or alter this work or project hex-ein stated without expenses to the Team 8. That the said Board will be notified b~ the Petmittee ol dae ~s~pletion of the ~ ~uth- orlzed. 9- That the Permittee wiU obtain all other p,'~n!ts and consents ~hat t~7 be tequited sup- pLemental to this permit which may he subject to revoke ulxm f.ll.ee to obtdn same. D C -0 ' "- ' , Id , GROU? , <~ ..~u,. -q ¢ 5~TT .... ~ ; ~ NOTE: ALL~T.TO BE 6 HIGH B~CK LEII~RS/S.BOLS.. ORANGE BACKGROUND.SICN ~XT DATA SHEET _~ /~.. .. · m .~..-'¢'~''' cS ~ --~ ~ ~ ~ ~0 4x4 WOOD POSTS TO BE USED TO SUPPORT SIGNS AT EACH LOCA~ON. TEXT ~ TEXT MUTCD ~ LOCATION 2 ~[~0~1~ BAY BLVD. ~ - 5,0,7, Lake ( xx , · fi %, . ~. ~et,. ms Beach N~TES~ , , ~ District Park ~. ¢~L~'~CI~o;L~A~N~EC~R~I~%~L~O~INN~%~¢NA~ WORK . Launch ~ ~ ~ · ~ ~. %. "~ ~ SOU~OLD H,CHWA~ D~PA.~ENT ~.~E ~E~S PR,OR TO ~ At. AC STA.T OF .~u -' A~ -- ~ 2. ALL SIGNS TO CONFORM TO ~E N,Y.S.M.U.T,C.D. MANUAL SEC~ONS AS NORD. ~ 'J / District Beach 1 © © JCTION ZONE BRIDGE REPLACEMNT AT BRUSHES CREEK NEAR GREAT PECONIC BAY IN AND FOR TOWN OF SOUTHOLD CONTRACT A NOT FOR CONSTRUCTION SHEET TITLE MAINTENANCE & PROTECTION OF TRAFFIC DETAILS SHEET NUMBER C-3 2 4 5 PLANS FOR TH REPLACEMENT OF PECONIC BAY BOULEVARD BRIDG OVER BRUSHES CREEK LAUREL, NEW YORK DRAWING INDEX SHEET No. ~ T-1 TITLE SHEET IN-1 GENERAL CONSTRUCTION NOTES IN-2 BORING LOGS C-1 PLAN VIEW AND SECTIONS C-2 PROFILE AND SECTIONS C-5 MAINTENANCE & PROTECTION OF S-1 BRIDGE DECK PLAN AND DETAILS S-2 BRIDGE ABUTMENT AND PILE CAP BD-1 BRIDGE RAIL DETAILS BD-2 BRIDGE RAIL DETAILS TRAFFIC DETAILS PLAN AND SECTION Camp Immaculate PROJECT LOCATION LOCATION MAP SCALE: 1" = 2000' SOHT-9902 SEPTEMBER, 2002 Holzmacher, McLendon & Murrell, P.C. CONSULTING (--N(;;INEERS · ARCHITECTS ·PLANNERS · SCIENTISTS · SURVEYORS MELVILLE, N.Y. 651-756-8000 TOTOWA, N.J. 975-942-0700 TOWN CLERK COPY SHEET T-' I 2 3 4 5 tl2MGROUP HOLZMACHER. McLENDON & MURRELL, P.C. CONSTRUCTION NOTES: PERMIT NOTES: 575 Broad Hollow Road, Melville, New York 11747 LEGEND: 1, THE CONTRACTOR IS TO ERECT SilT FENCE, AS SHOWN ON THE \. THERE ARE VARIOUS PERMITS THAT GOVERN THE IMPACTS OF THIS ENGINEERS. ARCHITECTS. PLANNERS. SCIENTISTS. SURVEYORS I AHW APPROXIMA TE HIGH WATER PLANS, PRIOR TO THE COMMENCEMENT OF ANY WORK, PROJECT ON THE ENVIRONMENT. THEY CAN BE lOCATED IN THE i SPECIFICA TIONS UNDER APPENDIX "B", THE GENERAL IMPACTS ARE AS ,I AlW APPROXIMATE lOW WATER 2. THE CONTRACTOR IS TO MAINTAIN THE FLOW OF WATER AT All TIMES FOllOWS. , , BETWEEN THE TIGHT SHEETING LIMITS , '''' I r:XISTING MARSH vr:GL 1 A TION A) NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION E -l"Io.ll' h2M~h2M,COM '. , , ... , "' ,"., , www.h2M.COM 3 THE CONTRACTOR SHAll NOTIFY THE TOWN OF SOUTHOlD HIGHWAY (NYSDEC) -APPENDIX "B" OF THE PROPOSAL OUTLINES THE j,j,j, NEW MARSH VEGETATION DEPARTMENT THREE (3) WEEKS IN ADVANCE OF THE ACTUAL START CONDITIONS OF THE APPROVED PERMIT, - DEWATERING Will BE D MELVILLE, N,Y. . , D , OF CONSTRUCTION IN ORDER TO NOTIFY HOMEOWNERS, POLICE, NECESSARY TO PERFORM FORMING AND CONCRETE WORK A l I. WEll (6JII-~b-8000 , 101 EXISTING C^ TCH EJASIN SCHOOLS ETC, OF THE IMPENDING ROAD CLOSURE. POINT PERMIT, SHAll BE NECESSARY IN ORDER TO PERFORM THIS ,orOWA, NJ. [I , -~ WORK. IMMEDIATELY AFTER AWARD. THE CONTRACTOR SHAll APPLY TO (97J)-942"0700 - I _._ __.__ ._~ - FXISTINC WATFR MAIN 4. WHERE BACKFill IS SHOWN ON THE PLANS, TYPE "c" [AS DEFINED IN THE NYSDEC FOR THE l.1. WEll POINT PERMIT. SEE ALSO THE , SECTION 02223] SHAll BE USED, SPECIFICA TION SECTION 02240, DEWATERING, /: _____,,__._ .-- I,XI5 liNG CAS MAIN I 5 THE EXISTING ALUMINUM BOX CULVERT MAY HAVE SALVAGE VALUE. B) UNITED STATES ARMY CORPS OF ENGINEERS - GOVERNS THE iY)wv EXISIING WATER VALVE THE CONTRACTOR SHAll COORDINATE WITH THE ENGINEER TO ASSESS LIMITATIONS OF WORK WITHIN THE AOJACENT WATERWAY. THIS VALUE. IN THE CASE WHERE THERE IS A VALUE, THE TOWN OGV EXISIING GAS VAlVL SHAll BE GIVEN A CREDIT FOR THAT AMOUNT. IF IT IS DETERMINED C) UNITED STATES COAST GUARD - GOVERNS THE ACTIVITY LIMITS WITHIN CONSULTANTS THA T THERE IS NO VALUE, THE ALUMINUM BOX CULVERT Will BE , ,.1\'-' THE STRUCTURE LIMITS TO INCLUDE THE FOllOWING:. I , 1'1" ~ FXISTING TREE AND SILr: REMOVED AND DISPOSED OF BY THE CONTRACTOR, , " I ( "1A_I) 1- EMERGENCY 24 HOUR TELEPHONE NUMBERS FOR All RESPONSIBLE ___,__ ----- EXISTING FENCE INDIVIDUALS FOR THIS PROJECT MUST BE SUBMITTED TO THEUNITED JL~-'L-___.D- r:XIS liNG GUIDI,AII. STATES COAST GUARD OFFICE BEFORE ANY PHASE OF CONSTRICTION BEGINS. ANY CHANGES IN PERSONNEL OR TELEPHONE NUMBERS UTILI TY NOTES: SHOULD BE IMMEDIA TEL Y FORWARDED TO THIS OFFICE, i n n n NEW GUIDE RAil 2- All BARGES PLACED IN THE WA TERWA Y MUST BE LIGHTED WITH " EXISTINC WOOD 1"01 E/I.UMINAIRE GAS: CONSTANT BURNING WHITE LIGHTS ON All FOUR CORNERS OF THE , BARGE, , , I THE CONTRACTOR IS ADVISED THAT THERE IS AN EXISTING 4"~ GAS 3- CHANGES IN THE HORIZONTAL OR VERTICAL CLEARANCES ARE NOT MAIN RUNNING APPROXIMA TEL Y AS SHOWN ON THE PLANS, THERE IS A "',L1I:RAllON OF TIII~ UQCUMENT, EXCEPT SY ^ AUTHORIZED AS PART OF THIS CONSTRUCTION PROJECT WITHOUT LlaNoF.O PRorLSSION~l I~ IllEGAI- PROVISION FOR A 6" SLEEVE IN THE NEW STRUCTURE TO COAST GUARD APPROVAL, AN AS BUilT SURVEY MUST BE TAKEN ACCOMMODATE THE 4"~ MAIN, KEYSPAN Will SHUT THE GAS MAIN UPON COMPLETION OF THIS PROJECT, APPROVED BY A PROFESSIONAL DOWN AND REMOVE THE EXISTING MAIN FOR THE DURATION OF THE , ENGINEER OR lAND SURVEYOR VERIFYING THE BRIDGE CLEARANCES, , BRIDGE CONSTRUCTION, THE CONTRACTOR Will NOTIFY KEYSPAN WHEN , , THEY PLAN ON BEGINNING CONSTRUCTION AND ALSO WHEN THE SITE 4- PREVENTIVE MEASURES MUST BE TAKEN TO PREVENT ANY HOT WORK, ~ IS REAOY FOR THE REINSTAllATION. KEYSPAN Will BE RESPONSIBLE DEBRIS OR CONSTRUCTION MATERIAL FROM DROPPING FROM THE , FOR PROVIDING AND INSTALLING A NEW MAIN, BRIDGE. THIS INClUOES SANDBLASTING MATERIAL, PAINT AND ANY I CONCRETE WORK BY-PRODUCTS, WELDING AND BURNING MUST CEASE I WA TER: UPON APPROACH OF A VESSEL AND SHAll NOT START AGAIN UNTil THE VESSEL HAS PASSED THE BRIDGE, C THE CONTRACTOR IS ADVISED THAT THERE IS AN EXISTING 12" WATER 5- BRIDGE PROTECTIVE FENDERS SHAll NOT BE CONSTRUCTED OR C MAIN RUNNING APPROXIMA TEL Y AS SHOWN ON THE PLANS, UPON NOTIFICA TION FROM THE CONTRACTOR THAT WORK HAS BEGUN, THE REBUilT WITH ANY METAL SURFACES ON THE RUBBING FACE OF THE MARK DATE DESCRIPTION , SUFFOLK COUNTY WATER AUTHORITY (SCWA) Will SHUT DOWN AND FENDER SYSTEM. All BOLTS, SPIKES, OR OTHER METAL FASTENING ~ DEVICES MUST BE COUNTERSUNK, METAL SPLICING PLATES, IF USED, ISSUE: REMOVE THE 12" MAIN. THEY Will THEN INSTAll A TEMPORARY 4"~ SHAll BE MOUNTED ON THE BACK OF OUTER WAllS. t SERVICE THAT Will BE PLACED OUTSIDE OF THE WORK AREA AT A PROJECT NO' SOHT 9902 lOCA TION TO BE DETERMINED IN THE FIELD, THE TEMPORARY SERVICE 6- All PilES INCLUDING THOSE PREVIOUSLY DAMAGED OR BROKEN THAT .. Will REMAIN ACTIVE FOR THE DURATION OF THE WORK. THE ARE NOT BEING USED IN THE NEW OR REPAIRED WORK SHAll BE DATEI SEPTEMBER, 2002 I CONTRACTOR Will NOTIFY SCWA WHEN THE SITE IS READY FOR EXTRACTED RATHER THAN CUT OFF AT THE MUD LINE. CAD DV/G FlLEI IN-1.DV/G ! RE-INSTAllATION OF THE WATER MAIN. SCWA Will BE RESPONSIBLE XREF DV/G FILE: FOR INSTALLING THE NEW 12" MAIN ON THE NORTH FASCIA OF THE 7- DURNIG THE PROGRESS OF WORK SHOULD ANY DEBRIS OR EQUIPMENT ENTER THE WA TERWA Y AND BECOME A HAZARD TO NA VIGA TION, I NEW STRUCTURE. BRACKETS FOR SUPPORTING THE WATER MAIN ARE SCALE, AS SHOV/N I TO BE INSTAllED BY THE CONTRACTOR AS SHOWN ON SHEETS S-1 IMMEDIA TE NOTICE SHAll BE GIVEN TO THE COAST GUARD AND THE FILE LOCATION, OBJECT REMOVED AS SOON tiS POSSIBLE. UNTil REMOVAL CAN BE - AND S- 2. EFFECTED, THE OBSTRUCTION SHAll BE PROPERLY MARKED, ., DESIGNED BY: FRS ~ ELECTRICITY: 8- SPillAGE OF Oil AND HAZARDOUS SUBSTANCES IS SPECIFICAllY DRAV/N BY' IK/ JFF THE CONTRACTOR IS ADVISED THAT THERE ARE HIGH VOLTAGE PROHIBITED BY SECTION 311 OF THE CLEAN WATER POllUTION ACT, CHECKED BY' AS AMENDED, APPROVED SPill CONTAINMENT EQUIPMENT AND OVERHEAD ELECTRICAL LINES lOCATED ON THE SOUTH SIDE OF ABSORBENT MATERIAL MUST SE lOCATED AT THE PROJECT SITE IN REVlEV/ED BY ~ PECONIC BAY BOULEVARD WITHIN THE PROJECT LIMITS, WORK THE EVENT OF A SPill INTO THE WATERWAY OR THE SHORELINE, THE , ACTIVITIES Will BE GOVERNED BY ARTICLE 7, SUB-SECTION 202-H OF , COAST GUARD MUST BE NOTI'FIED IMMEDIATELY AT 800-424-8802, TOWN OF SOUTH OLD , THE NEW YORK STATE lABOR lAWS ENTITLED "HIGH VOLTAGE i PROXIMITY" D) TOWN OF SOUTHOlD - GOVERNS THE ACTIVITIES CONCERNING PILING, BUlKHEADING AND MATERIAL SPECIFICATION. PLANS FOR THE REPLACEMENT OF B B PECONIC BAY BOULEVARD BRIDGE OVER BRUSHES CREEK LAUREL, NEW YORK I , , i , ~ ,I 1. ~ I' CONTRACT ~ I FINAL BID DOCUMENT " " SHEET TITLE I A A .1 GENERAL \ , CONSTRUCTION NOTES I SHEET NUMBER , ) I IN-} I I 2 3 4 5 " I ~ I I I I 2 I 3 I . 151 ----- -----.---- . .---. . -------.---- ti2MGROUP I --- -- - - --- - -. -------.- - --.----- .. . -------------.------.---.-- -- - -- -- - ----- ---- - - - --- ---- -- -..- - -- --- I -- -- - -- --- - - -------- ----- -- -- - ----- HOLZMACHIER, Mc!..ENDON & MURRIE!..!.., P"C. , 575 Broad Hollow Road, MoM"o, Now York 11747 . IIJN~fU:~[)) S:1iJ~l CLAS:S:~IF~CAT~IiJN ENGINEERs..ARCHITECTS.PlANNERS.SCIENTlSTS .sURVEYORS , SOIL GROUPS rvf'~CAlI\IAfMIES AND SOil SYMBOLS , II" 1 B-2 B-3 _ _""'--- _~___~_""'"-_~~_ _ ,7: I I'L ~A') GRO~D s_~ I'L W.") _""D~~~' "',. W." OROUND ~'~ _SUBSURFACE EXPLORATION DII T A -_GO> ~::'''IZ:i"~-''' "" _~","""",,","- . _, fTI ,.~" ""..~ I ,-~;:,: ...........J ~ c' ,;.. \ -~....J - -'-, ~ .....~........ 1>OR""""""""'OOIY.NOTmITOFCONmAcn,oo",,",,,, '__ Go._ _~~-""-~'''';~''''''''''-_ __;1;, __ I ;-r .w> ,-, .Ci ..... ~..- GO ~~_... _~ _ ~..~ ~ ,~< D _~.. I . -" . ;,; ~ - , }1 .'~c ~ , i'! ""' "'.. ..... - ""'..... ~".-...... ""'- ~.....~ """""_. """" ~ -_ ~ _ .; _-' _'" _ ;::f! _m_ . I D 'v -~....... n 'q .....~........ '- · e-f' - .........-. --.~ E -, -~- ""'"""''''''''''''''' _...... _Y 8W _......_ __...... ~,~ 00 ~E . _,.. I . -(~ """",,,-' , ,-'7 ~"-, · -.' '""",""~M"~~._~.......,_"""""",,,,_......~ " _ _ ., __ . . _'_' _0. ',c'. - ''''' -',"" './ " ~-""''''''''M''_~'_"-~,,___,",~o~'''''.,, -'--~--,-_~oo_ , I' '.( ''''1'''' _l · " , - ,c, -'-.s~.. I I """--"""""""""",.....-.........-........~_~... _ ___. _ _. ___~_ _____~~. ",1 . ' , '; . · ". , , -..""""""'~E""'""-._~_._,~_~..."""""". '" ~~___.k"..".... :': . ' .1,'-1; , ., """,.., , . """"'~'~'~~""""'_YO,_.........._OO....M~_... . _ _ _ . _ __ '__"_ _ _ _ ~;- I .M ---- ~~. ..;-~ I I . ~ . 'i ,-_."""""= -,c_ ., "^~__~M.......____ "" I "H ,m" -"'.:: "~'-"" " MI ........~~___~_,,~_~ I CONSUL<ANl'S I' .. ~._".. " "A -- " :.,: __ " _ _. _ _ _ . __, _ _ _ ) d TRACE FINE SAND. " 1- 41f-' FRAGMENT. ' , f-- 5.t{ FRAGMENT. : : Cl INORGANIC CLAYS OFLOWTO MEDIUMPlASllCITY,GRAVELLYCLAYS ~ // , " " ". 'I ~..,.. ~ _~~~~~" 'r/~"-'. t " """'... . , '.0 "'"",.., : , , ...., r "'''_ ., _ __ . ._ __ .____ _ .. , I - --- I: --- -"'+ ~~ L___ I: "'- _u~__~~~~~~""""" :: " " - - , .' , I " - : : ....,-~,,_""o.~~__~ I -- - - - BROWN SAND, . 15 - : . ,,-'-.sm,. " _" ,,~___~~ , " -~.u ',' . . . / -._~.. " ~ b , , , . . __ __ , . · ~ - . ", ' , ;.: :: - · \d "'" "'.. :: N OlE S "" '......c~~ ~ ",,,"'....,.. ~~.~~ _ "4 .. 'v /' I - ~,U ""- ':: ~ "',"... I : '.{ I: OH -.,~~~""."-~-""""".......,u .1:1", ( '%'0'. '~ ~ + -- - --;-, . = - ... · , ' :- : ,. "" """.~"'" AAE ~...... """",,,,,,, ~ """ """"""""""", ,,",,"0 ""'""" """""""" "_. _ _,_....... ~ ",^/ 'oc coo . I " " ~~ ::: " ~ ~~ ':: ,m " -== ,:: '''''-'''''''~'''''AAE.''''''''''WDHTI'''''''"'''''''''''''''RCA''''''''''''' Al1DW"""''''''L_....ssU~.N.YU"''''COOE''''''''" c~ "=="".. ! . ,~ .., ... ' , ' ,- . Iii "... :- ' '.::'...., _ , ' . , GROUND WA"" '''''' WAO OEM"",,, '''''' "" "'~ """""''''' """"""'" ~ '^'" """""'" , "'- co. ~ I!~ ~ I' , , r f-f' I Jl" "',eo.... _00 _ __ ._ _ .________, . no_ -- -, 'C' . '-, · ;-. -- . .. ""'- ""'TIRCA""", AAE """"'" ~ wnM,n"" ""'"""",,,"-Y. __ . . _ _, ___ _ __.. _~. _.. __ . . __ _ : - -.- ... .---- - . .----.- ... 5 '''''''''''IO''SS"-"OWNAlRlERlEFIERlENClEDTOII,M-POIN1rOFAAROW_TQPOFFIRE ffifORANT-ASSUMED 100,00' 1,85 HARD SOUND ROCK_ ______________ 60 jl; " '" '" , , . ~'n. .. " ,.. ......______._. ___ . ~ _ _ ____'. . ... ---o~.. ... ~ ' ,.. __~n..,,- __ _ _ . _ _. " , ' , . R... ~ . ____ __ n_ , ' · "" , · - , , ' · · . , ,.. 00 0 ~ ___ __ ____ __. . , ", ~, ... """"" - - -- -- - -- '.G - )Jii ...tl '.' ,'. ... ~____~...~~~~... ' ... ,___ _ _ _ ___,_ j'l! ' , . .-, , , .. , ~~.~.~~~"'---""""" -- -'_ n _, _ __ . __ . ~, . , ' , - - -'_'M ,', C -'_'M' " ,.. _____.......~~.~.~..... C .J ~ -.- , .. -' " ....., , .~~-oo__'R_"" _n . _ __ _ ___ __" . C 30 c.. . . 30. -MEGAAVEL ... '~ -...... , ... ___ ____ __ _____ '_. ,., MARK DATE DESCRIPTIDN I -~'.;( , /d'-' , , ." , . ' ... ~~_~......_~'" ~.", ! .~ '.' "'", ""- ' ""- " - . -- ---.-__n....., ISSUE, ' ~. :- : :- : - .; · ~~ =. --'C- - . _c. - -'.'(~ PRaJE" ND' saH"902 I: . , . --, , . ,".. ...w...~.~_.......~.... - ___ -__n__ _ ._ _'_ c' , - ..' ~ . -- ',' -- , ~~ ---- - - - -- --. DATE, S[PTENBER. 2002 ii '. ',' ',,; ',' ,,-~ ": = _ _ ___ ____ _1.1_ '" D~GFrLE~----- _ __ _ I . ..:0< -. =-.M : -: ' · ~ :- : ,{) : : ' "." """'""-'_m'~...... _-. ~_ '''REF D~G FIL8= _-___=_ '-,,:,,- ~: I ~ -,.... -:. -- ~ --- . ':' ... - ,-: , """"",=RElA1EDm_""""i..'i".~ - , ._SC~LE, __ _AS SHDV~ , _no I ..,- " , , '. - - - - -~ ----. FILE LOCATIONI - I . '- ., . ""'" ,,~.... "'" '"~.... --- -- -- .__n_ . '_ . , ' , .,... -'-~'.' ,,-._~, --- -- -,. . . - - - n.. ----, DESIGNED BY. FRS , " , , ,~,. c" ~_._. '.' '7 ~.- '.' _~ _, "'" ~_ _ _......._ _ _,,~,,__ . _ . ._ ___. __'____ I ' ,,:" . ' , H' ... , , . ,,~ , , ' ,_ """' ~~_ _ _"00"""". . DRAVN ')" __ IK_ '___ . __, i .,-> , . , ~ \( "" - .; , , ' ~ "" - , , ' ~ N' STANDARD PI"EmA11O""", __ ____ CHECKED BY, _ _ . ., ~ _u -: . -- --, '.- :-: ,-- _ ,. -_ro_........._.._~..~ REVIE~ED ,vl- I I . .. , ' . ""~,- I :..' ,.:: : ' : " T .; , " '..- ' · ' !HJ ..,,"'" "_~....__.,~__._.~ TOWN OF SOUTHOLD , " · "~ · : ' , ,,~ -:- , , ' "!'i' --=:- :-: .._...... ___ .......... I, ' , , . ~. -...... ',' - -~~, -...... U u !' ' ,- , . .;. ~~.- ""- ',' ~...-:-: ''"-''''''''.''''- ~- - . ' . ',' ~ : -: Iii"^, _ _ " '.....,.,,~ --. . . I' ' ",.. ',' . 'A ''''o~''''''''"". . rn.__.~_ ~._oo.~ " , , '" ',' ~ -- , ..-....,-..",,- ~.~- " -13~- ...J 1/1j . w l ,. .._W_~_ _._____,,~. PLANS FOR THE , ,""'........ "". """'.co"" ",., . · ...., """""''''''' · g -_.~---,~_oo_____ REPLACEMENT OF . 'c-- ,. oo~-_._~~_oo___. 0" · . . . .. _m__._~____._~oo_.__.__ "' ttllj>jO'sBI-clASsiF~CAI10i'l ~ INOISBDlASSIFICA1rION ~ B M WlLJ. CON8TTJUTE AN ACCEPTANce OF THIS UMITED LIAOILITY. IF THIS IS UNAc:ceF>TAOLE, THE CLIENT MUST PECONIC BAY I "J!,c"'l"'''L__._ -- --=--- ~ ~___ . . NOTlFYSOILMECHANIC8DRlLLINGCORP.'NWRI11N<1BYceRT1F1EDMAI~WlTHIN8EVENOAYSFROMTHEDATEOF B , o ,_, __~____._~___.~_._~ , o B ~-...-.-... . V SENCEOFTHISAGREEMENT.,FTHECUENTWANTSAHIGHERLlMITATlONOFLIAOILITY,SOILMECHANICSDRlLUNG BOULEVARD BRIDGE I '".. --. -. -'-----.--------. ' , ~ ~ ~.~-~-,~-oo___~~oo_. OVER BRUSHES CREEK I 6 _ _ ~ ITYTOPERSoNBOl1iERTHAN THE CUENT FOR WHOM THIS REPoRT WAS PREPARED. ANYONE,OTHER1HANOUR " ----. _._~--,,--- j ~ ~ LAUREL, NEW YORK N _ -- - .. "2M GHOUl" _ ' , -- """""'"" ..."""'. """"'. , .. ' ~~. ------ ' -.. - -., -- '- ~. ~ , ' I " , ' ~ '- -, . -. ii" "'@~IL ""'"'"'''_~"'''' ",,~~",fLO~@ "'@_'I " ... ------. ~ ."_.."-....... - CDN"ACT I . . ""'M'_KROAD'.~,~~ ,,=, ,,,.~,_ , d- ~ ~ ; ;;, '," - .- . - .....,,"'""- - . - . - I ' " , '''',"'''0' """,.."". i. b \S: . """""'".__ .=-... ~- . i ' , '" 'ifJ , - -. 1" ' "0 ,~ .. I H~ lrOO~:K1m~ ~~:K(('j)1m ~~ -BORINGsr.>/.E: DRAWlNGOATE "",WING "UMBER II ,; . . . - ~ . -_...m - - '" @@I\!@:1I1 ~ . ' """'" ' . . . ~._- ; , " -,... -... FINAL BID DOCUMENT ' , , ~ ,.- .----... -. . ------- .- . - --. . .. - - ., SHEET ">IE I A I , ,. SOIL BORINGS i II SHEET NUMBER I ' o I IN-2 " Ii ' 2 I 3 I · I 5 1 ,.. I , "' I 1 2 3 4 5 tl2MGROUP I HOLZMACHER, McLENDON II. MURRELL P.C. ~ 676 Broad Hollow Road. Melville. New York 11747 ~ "'-1" 11'-0" 11'-0' "'-1. INSTALL NEW 'ANYL SHEET PILING ENGINEERS' ARCHITECTS. PLANNERS' SCIENTISTS. SURVEYORS ! . . ~~ INSTALL NEW BRIDGE RAIL, ,: SEE SECT, E-E ON SHEET C-2.~ SEE SHEET No.BD-2 FOR DETAILS I' ANISHED GRADE. NEW SlRUCTURE SEE SHEET C-2 FOR PROALE STA. B+B7.75 'I EXISTING PAVEMENT >- ANISHED E-mail: h2mOh2m.com i \ ~ GRADE www.h2m.com _L _~____________________________________________ ------- 0 I - T - - - I Z TIGHT D MELVIlLE, N.Y. . ' D ::> 5'-0. (TYP.) ASPHALT --- ,,,,."'-.000: 1 1 gSHEETING ~ -. --- , ----- TOTOWA. NJ. I >- ---- (97J).942-D700 D ;il ---, 1 :r: --- 1 S! J -.--- I I :r: c:. I , 1 EXCAVATE EXISTING _ _ _ - - - - - - _ _ ~ AHW,. -l -~ EXCAVAlE EXISTING I AHW I I 1 MAlERIAL ___ ~ - - I MAlERIAL REMOVE EXISTING I I 1 ./ / "" 1 1 I METAL ENDWALL I I LIMITS OF BACKALL CONSULTANTS 1 / " 1 1 1 I I i 1 / / REMOVE EXISTING CULVERT \ 1 1 / I BACKFILL AND RE-VEGATAlE 1 I I Ii 1 LIMITS OF BACKALL I ., ALW HEADWALL AND ENDWALL \ ALW 1 I LIMITS OF BACKFILL,- \1 SLOPES ~TH SMOOTH CORDGRASS ALW II I I (SEPARTINA AL lERNIFLORA) 4 I I' I 5'-0. (TYP.) \ I I 1l..--:--J:j I I I I EXISTING MUD LINE I I 1 / 1 I 1 I 1 1 I I I I ---rt- - ------------1- ---j 1 2'-0" I - ----.J-- -- --/1 I 2'-0. 1 1 / J EXISTING MUD LINE I "ALTERAT10N OF THI~ DOCUMENT. EXCEPT BY ^ I _ ... I UCENSED PROfEssiONAL IS IllEGAL" L_I - f--t-L--- ' - I 1--- lEMPORARY -- n I. TIGHT SHEETING - . . ___ .. . _n - \ ~~~~~ ~~~~~Et. _uuu_u _' TO ~THIN 12" OF TOP I __ SEE NOlE "C" OF 'ANYL SHEETING. m - - .--- - , .l!Q1E:.... --- -- .- - -- C C FOR PROPOSED STRUCTURAL WORK PILE LAYOUT, - ------ -- - -- - . , ELEVATIONS AND DIMENSIONS SEE SHEETS S-1 &: S-2 SECTION B-B MARK DATE DESCRIPTION I' SECTION A-A SCALE 3/8" ~ 1'-0" ISSUE: , SCALE, 3/8" ~ 1'-0" PROJECT NO: SOHT 9902 ! ~; ~~~~i~ ~~~~R _~~~E:DWG JILE:SEPIF;~~ER, 2002 ! XREF DWG FILE: ! .. -- --- ----- ------ -------- SCALE: AS SHOWN -- -- ----- -. ---. -- ------ FILE LOCATION: - _____n___._____._ __ ______________ ------- - DESIGNED BY: FRS - ------ - .. --. - ------------ ------ DRAWN BY: IK -. - ------------------------- ------- --- CHECKED BY: ______________ _n - ---- -- REVIEWED BY: ~ TOWN OF SOUTHOLD QjQj ;, N/F ROBERT AND KA THLEEN KNAPP \.J" N/F JAMES MURR,A Y JR. m . E ! ~ ! ;; REMOVE, STORE AND INSTALl. NEW II1NYL SHEET OJ INSTALl. SILT FENCE FABRIC REINSTALl. SIGN PILING. SEE SECTION E-E ON INSTALL SILT FENCE FABRIIC I PRIOR TO CONSTRUCTION, SHEET C-2- PRIOR TO CONSTRUCl1ON, PLANS FOR THE ' OJ MAINTAIN FOR PROJECT RE-VEGETATE MAINTAIN FOR PRO.JECT ,Iii o DURATION REMOVE AT SEE NOTE "B" SLOPE INSTALl. NEW BRIDGE RAIL OURATION REMOVE AT i ~..o COMPLETION OF WORK'3 ANCHOR UNIT, COMPLETION OF WDRK. REPLACEMENT OF I ..;t\ _ _ _ HIGHWAY BOUNDARY TIGHT SHEETING (T'lPICAL FOUR CORNERS), ., ~ ~ " - - - - - ..:.. UMllS SEE SHEET BD-3 PECONIC BAY a. Z. \1(1111 x '€ x x ...............x I - _ _ I -REMOVE. STORE AND B ~ B .." \ r'~IVD ~ . . RE-INS1I'ALl. SIGN. g ~ \,," 80UIVO~lIr '''"...:..... :-,..... . '." __ BOULEVARDBRIDGEi ~ \. TAPER SHOULDER I"", '~,...---... ~ .(jII/!1W~!lQUND'" BENCH MARK OVER BRUSHES CREE .2:1 () II tiC! ~l'I'1 \IU'IO ."In' "1' WtTLAND8 I( I( II: Y TOP OF EXIST. K t., 15 ~ '" 1',1 'II. I. , OUNDAR ' -Ie x FIRE HYDRANT i 0: ~ """ ," '"'' " A .""" ,'" Y ELEV. 12.51 - LAUREL NEW YORK I E ff.-. - -"..U.'I. EXIST EOP II (111 "I "II RECQNS'JRUCT PAVEMENT AND SHOULDER , I .g- ~ . HI" III ':,1, 'II,,' I ,,,,I SEE SHEET No. C 2 FOR DETAILS . i C\I Iii!,', B "" N 0 I, 'I, , ~ WV II' II' '1111'1 .. I II' II' W - ~ I -_ ,II SAW CUT EXISTING w - --- --..J..I..! I - ~ PAVEMENT II' II' - ______ , o SEE NO'n!' .c. b""" --------II' 'J I, - " I END SHOULDER , OJ 8+00 ,. . (I, - I ~ 1132 IU'U 8+50 m ___ ;::E. WESmOUNDLANE~ II' -- -II' : [l. 15' 1RANSll1ON TO MEET INSTAll. WHIlE EDGE I'l", I" I ~ EXlSTJNQ PAVEMENT. SEE UNES. I'TEM 02580 REMO\JE AND DISPOSE OF 9-H3Q ; ;; SHEET C-2 FOR DETAILS PECONIC EXISl1NG METAL CULVERT, A '''', ~ -.-. - SAIIWT EXISTING PAl<\! : !1: BAY HEADWA\lL AND END WALLS ",,,, ENT CONTRACT I ~ o b"""':' "'ll, ~ END SHOULDER . '".., ::: € EAS1BOUND LANE ==> BOULEVARD 15' TRANSll10N TO MEET I .3 .----- II~ - ----c/" G 0 11"1:[""" - - _ _ INSTAll. NEW DOUBLE EXISl1NG PAVEMENT, SEE '" 0 G WOOD r= IlJ." YELLOW 4- 'MDE PAVEMENT SHEET C-2 FOR DETAILS 11/.,1 '1"1 { 111:11 :1= 'II' G METAL RAil b _ MARKING. 11EM 02580 -0 '1/1 '"' G I G . -_ ~ (~ 0 ' , ,,,,,,, "".'"." [fA. eLKEA 'II -, 0 "." ,,,<;T-_ I I x)\ '"", ., I, ,_ - 111,'J "J( x)( .' 1 "'ii" G _.~ ' ~ 'X 4'POST&'MREFENCE ., - __ G~~^ '" IOF~1I 1/'" ----.0._ u -0 g liI'I',' 18" 2~S" .')'1 I -.--___... --END SHOULDER 0 m - GV m x SEE NOTE -A- ci4J' I) 'i, f - - - _x IC X IC X X x .--J- \ 0 x -x ''II"ID rO' o HIGHWAY BOUNDARY- - - -<t - - _ _ _ x 'W..., 'ill X X II L_J~ i ~ INSTALL SILT FENCE FABRIC wE" TIGHT SHEEl1; - - - ' , , ,., ,'''' ~"., 0wv FINAL BID DOCUMENT ,: :g PRIOR TO CONS'JRUCl1ON. ~OOD alJlt$ UMI1S H , _ _ ~ ~ 1-' PIC~ET F[NCE , S \~ a..EAN EXISl1NG 1 S MAINTAIN FOR PRO.JECT REMOVE, STORE AND RESET:'" - _ ,. ". ._, - ''',' DRAINAGE STRUC1URE, I -c: DURATION REMOVE AT POST AND \\1RE FENCE EXISTING BUU<HEAD ' .. , - - ~ \ ! "2" COMPLETION OF WDRK. wooo 80AT TO REMAIN - I INSTALL SILT FENCE FABRIC HIGHWAY BOUfj[jA~ - ~ SHEET TITLE I RA"P , . ' " PRIOR TO CONSTRUCl1ON. \ , A A ' . MAINTAIN FOR PRO.ECT" " N /F JAMES MURRA Y JR, QjC:i N/F JAMES MURRA Y JR. gg:~~o~e:~J. II::", ~ ,., PLAN VIEW AND 1" r\~ j.l!Q1E:.... SECTIONS ~ ,i "A "-REMOVE APPROXIMATELY 10 FEET (EACH SIDE) OF )f EXISTING WOOD BULKHEAD TO ALLOW FOR TIGHT SHEETING , . J' INSTALLATION. PRIOR TO REMOVAL OF THE SHEETING, INSTALL NEW SHEET NUMBER I " VINYL SHEET PILING AS SHOWN ON SECTION E-E, SHEET C-2. . o j' "B"- EXISTING METAL GUIDE RAIL TO BE REMOVED AND STORED FOR PICK-UP BY THE TOWN. PLAN VIEW " "C"-REMOVE AND DISPOSE OF EXISTING ABUTMENT, PIER C.l I 2 SCALE, 1"~ 10'-0". 3 CAP ANDI WOOD PILES. 4 5 " 1 I I I 2 I 3 I , I 5 I '"'"~ "....,'" ' a-1~ "''''GROUP ! m_. .~~. I \ ~ 9' RECYCLED CONe, AGGREGATE ~ HOLZMACHER, McLENDON & MURRELL, P.C. I ~' ~'-','-~ ~---__'Mm~ SAWCUT ... SAWCUT B01H APPROACHES) C ' "'~ "',, , UJ '5'-0' . ~ ___ , _._.__.............. , ~ TRANSITION D '2.33 -- / n ////// ... F _ ~~ -:-.~ ./////////// 11.82 -'0," BRIDGE '. "~,, "~~... ""'" // // / / // / / // /// / // ,,,. -"~- ; ~ ~ . / / / / / / / /V/\ / 1 ~ T,G.L , " '-, // / / / , / , 'w , 0 __.., . , "-~ ~ ////,/;'i/ __ I "'" ,- "-', "----, "/ / / / / / // / V// / / .... _,~ ' o ,~-"'-,~ '-'-'-'~'-----" ~ ~, , ," ''.'. '/~/////////7/~, "" , "'~ , ___, I' ~'''/''~' -,~ " --. lS ~~ ," ",," ~ _ __ ,,/ / / n, _""~ -"".._- " TO REMAIN K '" 0: -...... _ / / / / / / / /./ I " , . .,1. . " '02" - - - _ _ / / / / / / / /// '0.08 I . '.' --...... ////// I I'."'., ~ "0;--_____ / ///////A~SAWCUT. I " ." .,. - - ,,, /,- , ' , ,I" "'" , , <_ CDNSUl"N"; L..... I " 'V 9\01V 9+50 10+00 _ ~ , .00 "., V "~" , 7+50 ~ ~ ~"' , ,,~ , -" "''' ~"" ',;>, '~" 1 L.!- CLEAR SPAN t/~,>y,. """'N\./ I F _ "'" _"'_', i I " ~ , I C PLACE ASPHALT TOP (1 1/2') r. ';/' _;:J.~ I , ~ AND BINDER (OEP1H VARIES) /f' ., I ) ;;; - ., > I PROFILE ( '~" N" ~ ,06' l " ~ >om """,' .. " ",',', "" I. VERT. ,"~ "-0" .....:.orl'.'" .. AT SOUTHEAST AND .----- J SOUTHWEST REPLACEMENTS: /~AT NORTHEAST AND .""~,:::;,:'",:::~~~,::::t~Utg::."'^ I - "2'-0. MATCH EXISTING TOP OF NORTHWEST LOCATIONS I ,=~, N~ ~."- -,,'~ - __ _, 'H '"~''''' _ . ~,~ "" ~ N~ ..' = ,~, , ~L = ~= ~,OO,' '___ "'",^"-, // _ ~ __ ..__'_~,__ __ ~~-~ ~. - ASPHALT WEARING SURFACE- .~__.____~ / _, ._._____ _.__/--.__._.__..._._ _ !. TOP COURSE; DEPTH VARIES '_ I ____ ____ ___. _____._._ , '~ /' ~^,. =, /"', I --.. -. _ , I - C ~ ~ -.- ,J -c C" " /" ) _ _, __~_ .. ____, ,~..\J:IT; ~~ ~ 'J {", 'I<' /IT, I V" /IT , :'!; , ~ " ^" ../ / '; " I") c "'R7 OAT;' -O':'CRIPllON=--=- I "" .". - · "''- 'IT N=. I ' ,----- / .. ///// /////./ ///////.//// // / d.~ EQ 1/ II '1\ ISSUE- ' --, , , " '''''' ~ "', '^' ~~ , ( . '" , ',' "" .., ," , --' '" m '" ,-"" ~ """", , .."" ' '" "'" , PROJECT NO, SOffT 9902 '-V ".1 . 0,' '" .'1 " , " ="':: ::;~" :;:::'1'':;', y /1__" ~ "'TE, _ __ _ _ SEPTEMBER,206,- NOTE: REFFER TO SHEETS '-- / .,; -............_......... .. CADDWG FILE-:-------- __.._ '_. :O~'"~.~ ^' w, \ /^ .1 '.r-- r 'REF DWC~"LE,---- ~_ , SECTl9N, ~-C \ ~ \ ,''--I ~ scAlE -=-= ~', __AS 'HOiI" = ::__, I SCALE: 3/B , 0 I - / \\=,SEE NOTE 1 ~ILE~OCATI()N-=--_-=-.___.. . I MUD LlNE.J DESIGNED BY; FRS ~ 1--/ SEE NOTE 2 ---.-------..--.-.--..-- I > · ~Q" -" """""'''' .. ,':HECKED fff~r---.-T-.---. , · , ,"""- """" -- '" ""'EWED fff, , II ~ t '''''''^' · ',',L } - ~ ~; TOWN OF SOUTH OLD I )." SWALE ;0: / I < , , , , ,',0' ,',0' ^ / , ;0: , " 4' 0" 11-0 11-0._ _ .__...j 131 ~...J5 -0__. ..... --.--=-- -~ TRA'VEL WAY -----r TRAVEL WAY SHOULDER I / " ~ I SHOULDER n -- . - ,~ "'"' / ~ / " / '"'"~ '^~""~ 'I<' /IT, ,/ .1: :Ii 14FT,. ~ 6 6 PLANS FOR THE ; , " . / /, /, / / / / / / / / / / / / / , , / , "" .' - " I i B ' '<':,.,.Oo:c~"",I"'-".'=';/i1 ' , I r' '-c-i't "t:p.. :;'::':,g.~~L REPLACEMENT OF : . ," \.. rn,"~ '^~~ """'" "^"~ "'"= B PECONIC BAY I :, · ''', ~ ~~L m ",,^,N , vn..." "'~, SECTION E-E BOULEVARD BRIDGE Ii ' "'" "'"NO , W .~'" """" ,,"' "" ! ' ,,"' '"" "'.0 ""'"'"' OVER BRUSHES CREEK . ' "'"'"' , """"' ' ^'''~, CO"", - · """ ^" '''H~ '" ~"o~, NOTES, LAUREL NEW YORK " ,""'rn . , ' , , ",NO '" "'CO","N, "","0 "','"~ '",,"NO l _ " ~ ~ _ ~ _ ro"~ """'" '"0 "NO, ""","-_ ,.., ", "" ","NO ' " . ,." '" -, '"' ,." "'W"' '" """" ' "" " "'""'" i SECTION D-D , "^ "",",,,' ,^,-'m"", m,,, """ "" ~ i 8 ~"W ",' , '''"'''' ^' "'" "''"'' ~"" '"' ~n ~""~ ' """ '"' - '''~ ","-" '"' m,,-, 'NO' ' '"^" ~ "''''''' ,~- ""'" ~.- SEPTEMBER. 2Dor . '^"""'" '" '"' ""- mo ~ "~ ~"'''' '" J: I PROVIDE A POSITIVE CONNECTION TO BOTH. _ CONTRACT ,~ I ~ 3. INSTALL NEW 1" ~ TIE ROD 18' LONG AT 6'-0" CENTER , ;, - " 0 '" '""'" "~NO n c Z ; · "I 4. INSTALL NEW ANCHOR UNITS DESIGNED FOR A LOAD OF 'j 6 ~ 13,750 PDUNDS, ' ~ ,,,.,.,, . ',',L <I ~ )., ;0: I N -<I , .. , 0" WING II ' ';0: 11' A" ~ 11 -0 4 _ Q U I WING 4'-0" --- ._. I ~ ~1 '.wi .~ ~OO"",-'-- "'''' ~, "'''' ~, ~o""" ""- I ' 'I,';e, '1".1". FINAL BID DOCUMENT I ' -- I ' U/ ,/ '/// , // // //U,//// I ' CVb V1YV1-fIYW--1:luY. ty- t:f1:/'t:F1-/uw j-'i r 'fNy"n:tvt-,rlY t:fif ' A SHEET Tm.Ei " . ",~=."" ".., , A ",~=^"" ,~, 1 c ~,,"-T ...." "'""', I 1 ,. .v' -"'" L ,"~WL ,'", ""'""" '''', , "":....~ "'"'''' PROFILE AND I ," // """""'"' ~-~ "'"' CO"", , 'I' ,.,,,, "'"'" SECTIONS : "-- """" """, / I t ~ SHEET NUNBE' I 'I " SECTION F -F i ~. N" ,,' C,2 I II I 4 I 5 I: 1 I 2 I 3 : ". I 4 5 ' .;;. - J ~ r II GR o - ~ ~ '.' * '~ HiM OUP -*- -..,... ;:? n SIGN TEXT DATA SHEET HOLZMACHER. McLENDON & MURRELL. P.C. ),. \ 575 Brood Hollow Rood, Mo/vllle. Now York 11747 S ' \j NOTE; ALL TEXT TO BE 6" HIGH BLACK LETTERS/SYMBOLS WITH ORANGE BACKGROUND. "- ~ .' "" .-..- ~OO ""~ ro,,"= ro ~,~, "." ^'''~ W,,'~. ........_...................... ~ . 0 .' --~~$~Ol/~53 · B!1--=-' - 'm. TIC" "lE "0"0, CO""",, '00 "',-,,= r'-' 0 t::) . . . 0 · \) BRIDGE CLOSED AHEAD '.'.'. ,_ -.. 460' ~ i?, , LOCAL TRAmc ONLY . "." m.n.". _~ V '" "," ~ D MELVILLE, N y_ O '"'Hoo-._ " . - I I """. '~) ,,/' ~~' , '''ON'' D^Y "'''''. W. ". . S.D.', ~i~'M',,", ' 8,9.10 /' I . I ',',',', - " , Dno",.. ,,,.,"y sg /" ~ . - \'~:~~'::"""::'-- ... ~ -TI~ . I AHEAD I '"'. '" . ,,' CONSOLTANTO ..../" '.'( "~, , I... I. ~'n' "',S o /' I MaHo , [; ~ I ' " Laurel.. '. .' ~.," "'" ",,! "'. , . / Lake NO'ES.' . eterans Beach ' 0 . . 1:1 k 1. ALL SIGNS TO BE IN PLACE AND COVERED PRIOR TO THE BEGINNING OF ANY WORK . ' " District ar " '"' OO""D"~ "''' '"' c,""",,,, '"'" ."" '"' ro.. ~ _,,,,,",,=,,,,,." . . '-- "D,"~D H~WAY """"'~, '"'" ..,,, M'''' ro '"' ~" "'" ~ .. ~ CONSTRUCTION. -~-- -~ --- "----"-- . · · ,. '"- "''' ro co~.. ro '"EN. YS.'D'C.D. ''''",I ""~S '" ""'" ___ '_ _ . . _ . ___." . . -- --- --- ----- . , "''''~ ~ .~s "" ~M".,,,, ON" w,,'~ ro " D"".,,~ "'"' · , aWtuc. Park ~.H",,, ,","00. _ ___ _ ____ ___ . . . .' ;::Oistrict Beach 4. JUST PRIOR TO THE OPENING OF THE NEW BRIDGE TO VEHICULAR TRAFFIC, THE ___ ______ .__________.____ SIGNS SHALL BE REMOVED AND BECOME THE PROPERTY OF THE CONTRACTOR. ALL .__ _._ ___ .__________.__. __ _.. c "'" "''''~m " '"' .~ ."AliA'," ~'" "' """'rn """ '"' c _ __ _ .. ___ _ . . . . _ _ MAINTENANCE ANlD PROTECTION OF TRAFFIC ITEM. MARK DA TE DESCRIPTION . 0 5. ALL SIGNS, POSTS, BARRICADES AND LIGHTING SHALL BE PAID UNDER THE BASIC ISSUE' · , ~, ,.,,''''''~ ,... MOff",,", ~ m~" ,~. "OJECY NO, SOH> "02 · ~.,,~~, U\ DATE; --. -JULY2002 __ · .., ~ .' "D DVGJILE' . C J.DWG__ =-_::-_ '. XREF DVG FILE, . " '~~~ U\ SCALE'=-=-=-~__AS SHOVN-'::-'::::: \fISJ JILE_LOc:A_~II:IN' __-: _____ __ __ DESIGNED BY, FRS -.-.------ "--- -------- ----._--._- -- ' DRA"N _~'___LTh"'-, ____.. CHECKED BY, ----.-------..- ---,- --------._-- REVIEIJED BY, TOWN OF SOUTHOLD _/ LEGEND: !I!! 9 LOCATION ~ . ~ ~ ~ REPLACEMENT OF .. ~ i!!JI PECONIC BAY '->~, BOULEVARD BRIDGE OVER BRUSHES CREEK " \ c -- - _ _ LAUREL. NEW YORK o~ ~ A ~ ______ I V. (fI ____ ___ __ _ _____ o c ,,---- """___n____ _u. _______ . . 0 ""_ <> · O<?;;> 1 13 · 00 1 . I INSYALL IT"'O'''RY o. C CONSTROCTION ,"NE CON"", DARRlER AS · O"'"E, ON NYS OOT <0 ~~~~~i~fi\I'L _ __ _ _ __ _ . S~ANDA D SHEE~____ _ _ _ _ _ ___ __ CONTRACT INSTALL CONSTRUCTION I BARRICADES WITH WARNING LIGHTS (TYP. BOTH SIDES) '@ AS DETAILED ON NYS DOT / ~ 14 STANDARD SHEET 1 . · ,,------------ --- -- ----.- ----,-- - --- . .-----.- -----.-.u__. 1!.; , "\ \- FINAL BID DOCUMENT I) __ \ ' 2" · ~ -w A SHEET TITLE A · 1,2,3,5 I NOTE: PLACE CONCRETE BARRIER SO MAINTENANCE & o THA T DIRECT ACCESS IS PROTECTION OF '" '" "AlNYAlNEO TO AOJACEN' TRAFFIC DETAILS .~ .. )-1. DRIVEWA YS. -~'''''' . ( ::; 0 ~~. .:. " . .,< ",..;C,. SHm NO"BER . 0 \\ ,.<Od;F ~~)i:i~K!, Ji:.OC~~j1':!:rQ!W 11'~ - );.. """~ ; lliL j/ " " C-3 I 2 3 4 5 1" 1 I 2 I 3 I 4 I 5 I ~ <t. CREEK ti2MGROUP / NOTES: I --- 1 12-0" (TYP,I , ~ 0-. --._.~ L ALL REINFORCEMENT SHALL BE EPOXY COATED REBAR- HOLZMACHER, McLENDON & MURRELL. P.C. , ~/ I 576 Broad Hollow Rood, Melville, New York 11747 /I\.. /~NGHOR BOLTS 2. COORDINI\TE THIS DRAWING WITH DING. No. C-I FOR OTHER I' ~ REQ'D. FOR APPURTENANCES OF THE BRIDGE CONSTRUCTION. ENGINEERS. ARCHITECTS. PlANNERS. SCIENTlSTS . SURVEYORS Ii ./ RAILING ANCHORAGE (T(pJ r~~ 1/ I' ~ -0 1 /' ~, 3. BRIDGE RAILING NOT SHOWN FOR CLARITY. REFER TO DRAWINGS BD--I h "------......-..1/8" AND BD--2 FOR BRIDGE RAILING PLAN. SECTIONS AND DETAILS. , -- "---------- /~-'--- - - j- -11--- - - ~~--~~ --- - - - ----:-- !--~ -1.^.T~ }!-'~OR~~~~~C~g~~~~~~ [ , (0) COORDINATE ANCHOR BOLT LAYOUT WITH RAILING SUPPLIER PRIOR TO o IY<C BRIDGE DECK INSTALLATION. E-mail: h2mOh2m.com .' 1UJ ~ (~\J rn www.h2m.com ~__n -------- - II "--. .~ - SEE SOUTH CURB (SIMILAR). 1 1 ~ 1 1 D MELVILLE, N.Y. . D 1 ~ j S/I(" 1 1 (6,J)~1J6-8000 1 1 ---.;' 1 1 TOJOWA, N~ 0 1 1 ------~I 1 _--EDGE OF / ABUTMENT WALLS / t 197J)..942.0100 1 ~-~- CONCRETE DECK I 1 EDGE OF <BELOW> SEE ~ 1 O! 1 CONCRETE DECK-~ 1 ABUTMENT t WING 1 1 __u_ 1 LU O. 1 1 WALL PLAN DWG. ! / 1 I ,,0 -, , 1 bO-" 1 1 NO. 5--2 ._" l:t I 1 1 '-- 1 1 .l-If3. CONSULTANTS -<11 <11 . 1 -------------- 1 -'0 1 1 UJ -_~ --------- 7- 1 / ------------./ 1 ,,-Of NEW r. < 1 1 1 1 1 '" o~ ~ ~ ~\.. W. M'c~... " , ..?~o. I / I 1 :80\ 5-2 1 ----~ .. ~CO_ I SI - - 'i * ~ .. 1 "--~ 1 .. :: z I , I 1 2 3 4 5 ~ t-i2MGROUP HOLZMACHER, McLENDON & MURRELL, P.C. , 575 Broad Hollow Road, Melville, New York 11747 --- ~ 1)'-0" ~- CREEK 12'-0" ENGINEERS - ARCHITECTS - PLANNERS _ SCIENTISTS -SURVEYORS .---------- - ---- ----.------.- / . CURB BEAM T.O.H. ELEV. 12.07 ~ ToO.H. ELEV. 12.07 '<TYP, EAGHENDr 114 II 12" O.C., O! O! r TOP OF CURB tHING HALL T.ES. -' ., BEYOND (SEE PLAN) u u E-mail: h2mOh2m.com -$-EL..12.o7 N -. 0 N www.h2m.com / ~~- . . - --- D - T.O.H. ELEV. 9.57/ , 3'-0" D MELVILLE, N.Y. . , VERTICAL 16JD."6.8000 ", ' . , CONSTRUCTION TOJOWA, NJ. ", , ,\', JOINT HI 2'x6" CONT. (9n1-942-0700 0 , , -$ EL. 9.57' SHEAR KEY '2"x6' KEY / . fJ( 2'-0"', , / N-' -- T.O.H. u , " ELEV. 9.57 118 II 12" O.C.' ',' i I ~-2"x6' KEY i / / 117 @ 12" D.C. ", I ,- , -~ / E.H., E.F. - '0 ~~ , 1J- ..-? - 117 1112" O.C. DOHELS E.F. ," C) , --...------~o. I " -, 2" CLR ~ ~'j -.-- 0" CLR ----- ~. 0" LLR --. '2"x6" CONT. SHEAR KEY O! ADD'L REINF, (2) 117 ~'-...II' -._- L '0 ., BARS HORIZ. E.F. @ u .FACE OF '-. 'a' 2" GLR. TYP, I 1171112" O.C., N .~l1ERAT10~ O~ THIS DOCl)~ENT, EXCEPT BY A 1. FACE OF RAIL I 2 I 3 I 4 I 5 NU i, Pi.A~N WASHI,R AND / , ' 4 14" 1 I " SLOTTED HOLE LOCK WASHER \ OJ I " 1/'"' I' .1....cL2 1/" " t-i2MGROUP ~" 5" O,D, x 1/4" SLOTTED I.IOLE 1 I/Z" LG. I_U4-1..1L2", 3/S" iN iL~~E '.15/16 WIDE " A d ."'. RAI,L TUBE7 15/16" WIDE, IN PLATE DETAIL B /'~' ~ ,3/8 ;' _L , 11:>'::1_+_ __ _ " :~ '" 1 - ^-I / '" . .'2 T " JI!\ 'J' HOLZMACHER, McLENDON & MURRELL, P.C. 3/4 0 C :~:~H ic . ~c _."i. '__ 29/16"'R- ___'>- ''';:;_ ~ 1 ';:, WELDING PROCEDURE, It 3/4 0 ~ 1--\ 1/2/.;,55 ~ __OJ 575 Broad HOllow Rood, Melville, New York 11747 ..J --'''' -- NO WASHER SHALL BE ____ ;:>; -- _, _ __. 1 WELD 1st SIDE COMPLETELY. CARRIAGE BOLT N ~!ff ~ "' 7 - PLACED UNDER THE HEAD \ ,,~. en.n A_~Aj07.- ,/ --__ _.III=I_~~ __ _ ENGINEERS-ARCHITECTS-PlANNERS_SCIENTlSTS_SURVEYORS OF THE CARRIAGE BOLT "-- 'i:. ~ SOUND WELD METAL _11I;I ---- -r , N - 3. WELD 2nd SIDE COMPLETELY LOCK WASHER--"'~ 0. /;~ . 5,0"' 0,0 x 1/4" 'cr: , Z l;z" ~ TO PRODUCE FULL PENETRATION PLAIN WASHER -------~ "I ~ 4 RAIL TUBE ;: (TYP )--- FLOCK WASHER AND "c.-----POST PLATE GROOVE WELD, POST CONNECTION 111..__ '- "~ ' ~ / " MIN '--1. '\ E-I''IO.1l1 h21'1@h2M,C01'1 D -- I "______ 1 THICK ASTM ^~B6 PLATE 3"x 1"x 5" LG ---'" www.h2....col.l ---- - . -- '", J. OR A57L, GR, 00 7/S" " HOLE IN -~ u, -~ . T . T ~ 1r-- ,r 5" TO ADJACENT __ ------.iI_ RAIL TUBE D MELVILLE, N.V.. CO ", DETAIL B -1/- POST PLATE II .- (6".7>6.3000 I 5" 3" 1/4" '-RAIL CLAMP (TYP.) ['J 3/4" 1, 1'''4'' TOTOW"'N~ D POST CONNECTION PLATE ix x x" -~ ~ 1_"-'-2_ _!..L2. CARBIAGE B (97J).....o,OO 3"xl"x5"LG, (TYP,) .--.~ "' RAIL TUBE - '_ 5 PLAIN WASHER (TYP.) 2::f- ___ N /0,. 1 OL T CONN. " -- V-POST CONNECTION I 5> ~...'- Dlt.!;I~AL 1="1 FVATlnll.. - ,CENTER OF 1st SIOE_ 2nd SIDE ~ ~ RADIUS /\ ~~ -.?- ~ _________ 1 sl SIDE _Zod SIDE 3" 3" 5/16" /. -"L~<--- ~'x./ 45' 1/4"(TYP)"'"' CONSULTANTS ;r x x TYP "I'- ~.~v ,N " - RAil TUBE -. , 1/2v' \0"_ _~ N ~45' ,1/4 R _u i\ DO PLATE 3"x l"x 5"LG, ---------- en -' / ___L DIAMETER OF __/ , /--\ __em::! .. _ " -l F'~ 11/4" . S:- .'7 JOINT PREPARATION JOINT WELDING RAIL TUBE- ~, / _ q4j _ I . 4 --- -:__ ";: -- 3/4"CTYP) .' . ~/ 11 Z"' ~2.._ 2"._, _ . ~~ "i' /.DETAIL A ;,0 ..., "III~''''~~ '" _" ,',~ {..,.2J '~+"' -' 1"111 1-'1:. .II( " ,,~ ,,, fL -- '"~ Jf JJ rm If 10"x 1 5/8",x 1'-5"' ___ ~ 1 4" , _. B I ~/BASE PLATE I I ,-'- l-jI'(UU n ~-- T (/ U' , -.. 71/2" 7'-115/16" --"'"'-'- 1/16" t.l,l2" , / Jt. .- 1 I/S" 01A. BOLTS \-.....1 ~/ ~. .- -f'-'-'--- TYP - ri n V "\': 1/ 12" LONG WiTH -~ / - 1 I 1- II, 11/2" 1/4" I"P 1- ,.-" -,.... X X L. "ALTERATION OF THIS DOCUr.tENl EXC(PTBYA '-' 10" OF EMBEDMENT -------~ . POST P~ATL I 1'." 1 (TYP,) liCENSED PROfESSIONAL IS'ILL[OAl" MORTAR r---------"-.-... LEVELING COURSE" " "" ::: _,_...J"..__ _ j 3 x 3/16 x 5 PLe-< -- UI:. (AILL OF I:"I\ln C.^D ---'----- -----,------.,.--. ., 10" - - ~ ~ BASE PLATE 1l,;:r.--- 61/i;'2'1 /"SAE WASHER n' --" Ii' IU.... ..BAJJ.L -- ----'--.--,-.-.--- --... 10"x 15/S"'x 1'-5"'-,. -- -- --1--'1-7 (TYP.)-6 REO'D TYP I/S"'/ .J -5/S"R (TYP) -.. -- " ~ ~ . <i ' ~ ~ THE FABRICATOR __ - -- m":;: ~ 0:: ~;::. SHALL TRY EACH "---- --- C _rtf. N '" END CAP INTO THE 3 3/4" .,---- ~ i ' W '" ":I ._-"--L,-'---- , . , - 3= ~ ~ \j!o END OF RAIL TO I" 1/0" 1,11'"' .-----.- ___, -- . co OJ en :;: S S ~ INSURE A TIGHT FiT. 1 4 ~'N,: -"-L.L_.cl_,d_ " C _______ _ .. ,___._.__~ en 4. .___., _ I l"x 1/4"x I"PL. " " :s '" '" L.L1.__. ~ MARK DATE DESCRIPTION V-- (TYP) "- 00 .._i ~- -~ -- -- - ~ '--. '- ' " "- c. 7 --I" -',- ~ .--5/16"' A5S8 ISSUE, ...-- - to N ~ r') in ED OR A572 GR 50 r I -t ' I" N TACK WELD ' ,uTI, ... -- .-- 3/S" A36 OR ..f'.ROJECT NO'_~_OHT 990~_._____ en '.\::: OJ '__ "I 1./ .\::: ~ : A500 GR,B })ATEt ___ SE':>TEMB~R, 20~ ,~ 'i: RAILING . ------ '--", . \0--' '" . . -- ~ ~ , ~ .. CAD D\JG FILEI ~ 3/4" .W':. _13/4" FOR 1 1;8" '" ANCHOR - >-- '1 4" 2 1/2" 1/4" 1 /2' x ft' THICKNESS ~ "' -.-- ,--,-'--- -- -_.__. 4314" 5~" STUD (3 REO' D) , I" I" " SCAL~____.___....../\.~ SHO\J-"L___.,. PARTIAL SECTION SECTION A-A ~ 1 ' .~ 1,~~~6 ~~;-iE C~~N~,~xTI~~LG. 1/2/, UjI1 ij: 5/8"'" HS BOLT, I--FILE__l"OCATION' - _'_._____ -BRIDGE RAILING Q,ET AIL -8 NOTE d_ - NUT, (2) PLAIN WASHERS, ""pESIG_NED BY' FRS__._ - , END CAP ARE TO BE Y (1) LOCK WASHER DRA\JN BY' IK (FOR USE WITH SIDEWALKS) USED ONLY WHERE CHECKED BY~----' ---. THE RAIL TERMINATES R, ..., - -- ---~--;-;r ----, ---- , LL REVIE\JED BYI 1 i rAil ..QE.. ..cAe. .... :.IIAL I="I.EV/illQri TOWN OF SOUTHOLD '" , !'! SLOTTED HOLE, 1 1/2"LG,xI3/16"WIDE 13/16"x g" SLOTTED DRILLED & TAPPED HOLE FOR ~ TOP & BOTTOM OF RAIL CLAMP, ' HOLE IN BOTTOM OF 5/8" '" BOLT iN BOTTOM .....l ~ SEE NOTE BELOW" 5:>3:>1/4" "OR RAiL TUBE -.\ OF SPLICE lUBE -j , "' D " 13/'16" . HOLE -+ r 3 x3 x5/16 .' / 3 - 0 MIN, 1 PLANS ,,' .' . - - - L _ RAII_ TUBE \ I' __ 6" MIN.-- /--.- . ,--. 4/4" 00, x 0.5S8" " " FOR THE ~ ~J:;?;~ 1 ~~',~3~~18"/' -- \-- / 'I -t JOiNT SPLICE TUBE A' ~r-~AI?~U~EI/4 REPLACEMENT OF ,~ B RAIL POST ,~ 11/4" SHOWN) \ "':~ ~ 6 PLATE -/-'-"- I Y PECONIC BAY c PLAiN WASHER - 11(- ...- . \ / _ B [, LOCK WASHER----.- I I~- ,;f , ~ - - "'. . ---. , . "'-f J-- --- '" ~~ORILLED & TAPPED BOULEVARD BRIDGE :: ,,--~. -- ---- -. -- c=S 13/16"x9" SLOTTED ~ HOLE FOR 5/S"'" BOLT OVER BRUSHES CREEK 5~S ~ H,S, BO~ T = .~ "' HOLE IN RAIL TUBE~ " " '" 2 /z LONG" "' PLAIN WASHER../. ;......-- 5/S " BOLT, 2 LG ,,' 1 /2 ~ '. 1-. 6 _____ 6._ SPLICE LOCATIONS ~, '117~~ ~L j _ g"' 111/2" 11/2"1 g" EXCEPT EXPANSiON " ~~ d;i; i ' - --r--' . JOINTS WHERE ONE I!i H,S, HEX NUT FOR -~ . _. __ "B" OJ BOL T SHALL BE USED ,~ 5/S" H.S, BOLT---.J CL (SEE NOTE "B") ..... SECTjON ~ ~ P"~ PL PL - ~r:;I ...... IG _ICI:. C I-- ..cu..u..cIoo W 5" O,D, x 1/4" TUBE 'J ,. 5/S" BOLT, USE 2 BOLTS AT ALL ~' I - E SPLICE LOCATIONS EXSERT AT - CONTRACT ^ ~ 5/S"'" H,S. BOLT, 21/2" LG, FOR A36 -- 'i: EXPANSION JOINTS AND AT THE ~ AND 2" LG, FOR A5SS, USE 2 BOLTS - JOINT TERMINUS SPLICE. AT EXPANSION ';J CAT ALL SPLICE LOCATIONS EXCEPT __ 9':MIN, 9"'MIN JOINTS, ONE BOLT AND NUT SHALL i# _ __ .". 3' .=_O~' MIN (SEE NOTE "B.:J. EXPANSION JOINTS WHERE (1) ONE f--- 6';' 6" ' ... 1"' BE USED, AT THE TERMINUS SPLICE, <;: ,,,., ----". ----,- ./" 13/16" '" HOLE IN TOP AND BOLT WiLL BE USED, AND TERMINUS 1- "'-1 1-,---1 ,1 /2 THE CLAMP BOLT WILL ALSO SERVE , ____.__ ___I. 6 MiN ___ __I ,(SEE SECTION C--C / BOTTOM OF RAIL TUBE AT THE SPLICE, WHERE THE CLAMP BOLT WILL ~ AS THE SPLICE BOLT 51" - 'i: JOINT FOR PLATE7'ZE TERMINUS AND IN THE TERMINUS REPLACE THE SPLICE BOLTON ONE ~ '\ ~ 1 (rY~.. .-. _2"-_ _2"'_ .11/4"' SPLICE PLATE SIDE OF THE SPLlCE/ l ,-- t -- '-- ( -----(.. '~7 SPRING LOCK WASHER- I r 11 " . I I P N ~ j PLAIN WASHER ~__ __ ___ - _" - "~' - S RI G LOCK WASHER -\ I 1 DRILL AND TAP HOLE -' L~' y' "N PLAIN WASHER /~OR 5/S" . BOLT _ 9" 11/2'" 11/2" g"' \.." " -- " ~. ~f--- ..J-__==-= +__.____.___ ___._ C. --N 5"'x 3"x 1/4" ---- I.E \ "-Lj1~,,--~-",~' - '~fS~~E~gHOLE IN j/~j;fvp / FINAL BID DOCUMENT 2 != 'i'" -~ p:;' - RAIL TUBE __________ r2" FOR A36, ~ (SEE NOTE B) BOTTOM OF RAIL N ;//; b/~ A ~" /. ~ / // 11/2"' FOR A5SS -- 13/16" " HOLE IN TOP OF RAIL TUBE 1t:: ~ P SHEET TITLE -~-c=,: ROUND CORNERS TO __ OR A572 GI~ 00 TUBE AND IN RAIL SPLICE 2 1;4"'x2" SPLICE It. , // b/~ A "''' v " ,,'-., 1/16" RADIUS MIN, (TYP,) -" ,-114" 1 ..., All.. I ASTM NiBS OR 13/16 x 9 SLOTTE~ __ .,..9 ____2_.____ ~--13/16" '" HOLE IN TOP 1/4V 1 I-'L.cu. - A572 mso -...../ I" HOLE IN BOTTOM Of OF RAiL TUBE (INTERMEDiATE 31/2"x 1/4" A36 PL ~.,,,,, 3"d"x5/16" RAIL TUBE NOTE "B'" 31/Z"x 3/4" A36 PL, NOTE: THE 13/16"0 HOLE IN THE TUBE MAY BE 13/16"x g"' LG, SLOTTED HOLE -- . ::~:: ~gl~ 1~~~I;;~sl~~Njo~r_ MAX WITH 4"x 11/2" PL. --- ~RILLED IN THE SHOP OR IN THE FIELD. IF ROUN[) CORNERS TO JO'NT OPeNING IN THE DlSK +1/'" FIELD DRILLED, THE GALVANIZING SHALL BE 1/10" I,ADiU5 MIN (TYP) PI 1111.1 ,- A' ,~r:;Il '<i (,"M'N) " AN EXPANSION CAPACITY C, -C REPAIRED ACCORDING TO SECTION 719 OF ' . 0 lL1. - "" ,,11.a !I.WIr r ~,I;,:Ai~~'c~H~~N~;H'\~E,;,DI;?,;(~~~~t - NEW YO~,K STATE STANDARD SPECIFICATIONS. SHEET NUMBER 5 x 3 x 1/4 TUBE OR J"6"+(11-6") FOR LOWER "AIL A 13/16'" HOLE MAY BE SUBSTITUTED FOR ... ... THE SLOTTED HOLE IN THE CLAMP 1:.-1:. .. 1 I I I BD-} 1 2 3 4 I 5 1 2 3 4 5 t-i2MGROUP NOTES . HOLZMACHER, McLENDON & MURRELL, P.C. 575 Broad Hollow Road, Melville, New York 11747 ALL RAILING IS TO BE F ABRICA TED AND ERECTED SO THAT THE (j)@oov, WELOANDGRINDSMOOTH . RAILS ARE PARALLEL TO EACH OTHER AND TO THE PARAPET SO THAT ENGlNEERS-ARCHITECTS-PLANNERS_SCIENTlSTS_SURVEYORS I ON HOADWAY SIDE " l" ~.. 1--- THE POSTS ARE TRULY VERTICAL. "' 5'0.0'" 1/4 I~ ' , --- K 5"O,D,'lRAILTUBE'"" TCJCHE___ t:::::::Y\ ~ THE BASE PLATES SHALL BE PERPENDICULAR TO THE POST UNLESS I' I 2'6" '\ , ~, OTHERWISE NOTED. WHEN THE RAILING IS TO BE PLACED ON A ] ---..------.-'" \ "H '" =t PREFORMED SURFACE, THE BASE PLATE MAY BE PARALLEL TO THE E M.11o h2M@h2M,COM ,j '" "0" 6" q-Rp~:~"rG .=> "'S -" "'//4> 1""""'1 GRADE OR MAY BE PERPENDICULAR TO THE POST AND MADE LEVEL BY ...h2MCOM I' . . ,'"- 02851BB ,< -....... ___c__..,__ ..-,.-~ ' , ;7'<>,6", " " THE USE OF 1: 1 RATIO CEMENT TO SAND MORTAR. ' , ], ..PbgL,/n?,I';..hd,rn .... I ! D ---- --- ------- ('60CARRIAGE BOLT I D MELVILLE. N.Y, . ' t'l-'L' >'.T~ 028518R WI1t11APERED I" c..""."=~--J",, TUBULAR STEEL RAILS, RAIL CLAMP ASSEMBLIES, NUTS AND (6'.-7>6-8000 r ~"'1...,!~ ....!.-- \ WASHfRUNDER.# "-," o' ="'~ WASHERS POSTS POST SPACERS BASE PLATES RAILING JOINT i' 3Jon ,THE/:'NUT, ~..~; -r"":"R::C:-'~~ 4'Pr34Ju""Z!3"iOmJ ASSEMBLIES, AND ANY NECESSARY SHIMS AND MORTAR LEVELING I.'~:r~t~tooo ]: . ]-, .--- ;{19n --=: -~ \ ,'''> ,;.. ! .....,......" ~ "'''I./~ ""'-'-5' I COURSE SHALL BE PAID FOR UNDER THE RAILING ITEM, It 9~ ---..---- - -- ",/ ,. I" U - ~......' ....c::;; "-a,..,T/e:: I" ., 1.1 . . --- ~ ~,~//. - . -' 5x!1,)t"....~~ 3A.-~.... 7f.?'/"~..(.N~'OP'Q4I'r. s: ",;r7')r'a-Mdr, i~-1- y~ \\::&J" 1"\J, '-m,.ll_ _lS 'I Tt.'be ANCHOR STUDS NUTS WASHERS AND ANCHOR PLATES SHALL BE PAID ..::>,.;:v-~"".9.t.'PC'"t.,.IK.""$.I''''e..l O'nO'M r-v"'7-._~,_-.,_6'1 \ "-'"._~~'""\"'~-'-""""'i1""'-""""c",-,...- ~'-~. " . --~--~-=r'iho~. ~'c, - '';.c'-''''''~TI'''="'' .-:L~-'b, """""'~ .-;;,~~~~..;:;". ff---~ FOR UNDER THE RAILING ITEM. IIII ,II II t t II -, % " ,I . ,4:, 'L_ I:" _.,,'.1" '1 - ,J~ I '~ - 7" .lE. '5'''''',t AFTER THE ANCHOR STUD NUTS HAVE BEEN PLACED AND TIGHTENED TO i %~,~1;.,,",~ l ~c_c, ,"'0 D .~ cA-. ;4."<\!''' rn, ~,>>;^~'" "rn, rn"~. rn, 'ruM ~~ oc Q~' CONSULTANTS . 6oIIV'''''''''''"''"'''si. U~, "t"-'d:~"~ il , I ,~,_c -..,-~J;t'--'~Bi}:"'" ... - '" SECTION K K CUT OFF 1 ABOVE THE NUT, AND THE FIRST THREAD ABOVE THE NUT 'I ' I, ~;::' II " '....n V RAIL TERMINUS - SHALL BE DAMAGED, AS ORDERED BY THE ENGINEER. I' &..~...../&':La'~,#~, I) '1"" )1 11)' _ ;',::0:= "SPUCECJyp} NOT TO SCALE I=/r,nd/'RY=hqr I' I II ;:,1 "-,"I--_~,~~-~.::! RAIL SHALL SPAN A MINIMUM OF 3 POSTS, EXCEPT AT ENDS OF i 'i "'Srf'.7?OSr II 1 -K ~-,~~-, .~..c:tr.;~- ,''x,,,"'' BRIDGE RAILING WHERE THE RAILS SHALL SPAN A MIN. OF 2 POSTS. il--"'," ,. " i......L '''-;;A1 T~;AE RAILING POSTS SHALL BE ERECTED TO PROPER LINE AND GRADE I' ' I ".- I , __J. . BEFORE CONCRETE UNDER THE POST AND IN BACK OF THE CURB IS 'I" 'l ' ,'.0" "'-6" , POURED UNLESS OTHERWISE INDICATED ON THE CONTRACT PLANS, " .. t. I -, -, --;;--,;----- I 1 I ~-f! (.) POST-/" I END OF CONC ' I ~9 :l 3 ! ' 0 .. -- STRUCTeIRE' 1----- ------ IF THE END OF THE BOLTS FOR THE LOWER 3 RAILS CONNECTING THE I~ L.. 2"0" __,l.______4/Q~:_~ - -----.1 CLAMP TO THE POST CONNECTION PLATE BEAR AGAINST THE TUBE .. WHEN IN THE FINAL POSITION, ADDITIONAL PLAIN WASHERS SHALL , L BE ADDED TO PREVENT THE END OF THE BOLT FROM BEARING AGAINST ""'~~:::,g'..;;:~,~":i::~~; ,~:g::."" I - K THE TUBE, .. , .. ELEVATION OF RAILING END SECTION OTHER CLAMP STEELS MAY BE USED WITH THE APPROVAL OF THE-- __ _____ '. NOT TO SCALE ENGINEER" .. ,___ . __ , ________ _ _ _____ BOLTS SHALL BE TORQUED SNUG TIGHT (APPROXIMATELY 100 FT,--...------- _n._.__. --- LBS.), ______ ___ _ _ .___.___n___ .____n ...... ,," THE HOLE FOR THE BOLT CONNECTING THE LOWER 3 RAIL TUBES AND ------ -- ------ _.___....n__ -. -- : .. i" ,. " THE CLAMP SHALL BE LOCATED IN THE TUBE SO THAT THE TUBES -, -____ .__________,. ' C k> ,. '\L ;f-'nop C"'~ 10 Z'C>" ot'l'sef WILL BEAR AGAINST THE POST PLATES WHEN IN FINAL POSITION. C __._, _ ___ _m__._ ______ ____ ! '71' i,[ ,.. '.~~..:::,:::.:::.:..::::::.--_ sS'}f;t:.~f" MATERIALS USED IN THE MANUFACTURE OF THIS RAILING SHALL MARK DATE DESCRIPTION \ tt.1W ~ .--.--- ----_..,~'~--:=:::':;::E::::=L....0'; '~- ',,] CONFORM TO THE REQUIREMENTS AND/OR SPECIFICATIONS LISTED ISSUE' I ' ,1/.5~ D<?!a./I.,I BELOW: ,I ' I'.he ;o~",:<f;MH'-:g/e PRO;!ECT.N_CJt..___,J>OHT 990~___1 r SEE PLAN..UPPER \: ,z7'0,~~:;:"N'PO$1 PLAN VIEW .., RAIL TUBES - A.S,T.M. DESIGNATION A500, GRADE B. DATE' SEPTEMBER, 2002, RAiliNG SPLICE 'I 3_0' S-'o' RAIL CLAMPS - A,S.T.M, DES, A500, GRADE B, A36, A588, _________,__ _n_____m..' Ii: OF SPLICE JOINT-- - ~ :I---,:;~;'1;~:osl r-,-~-- A4418 & A572 GRADE 50. CAD DI.tG FILE', ",,' PO,a;" -..-'" ROUND TUBE RAIL SPLICE - AS T M DESIGNATION A519 _____. _______ ______ ___n ',: . [- '~;;:X:;:;:='-::~____-",,:::::::::;I:,~ ,~'i'--'["J"~ GRADE 1018 - HOT FINISHED, . . . . , SCALE' AS SHOI.tN ], ' I W~' ,- \1 b H'.."'--...-:::::::.::::.:::.-------:--lJr ~ G ~ RECTANGULAR TU8E RAIL SPLICES - A,S,T.M. DESIGNATION FILE LlJCATIDN; _ ------ ,- II \ '!-T-'1JJ~.."''"''~---- .--~I "l A500 GRADE B. __. __________ __ ____no i \r (\t I ". .$'A.>po> 1'" ()n:;N? 'I' -"""'V.r,-tM'.......... ~" r ~ ~n. I R ,c;... --' :... "'''chore"Ns i::i 1:!1~{i!i: SOLID RAIL SPLICES - A,S,T,M, DES, A36, A588, A441, & ,.IJESIGNED BY'-_fR_S,_ ______ ., ----- ??$T 0 ClassJ?_ o/;t"aI., 24''L.w:09 ;::: IIlh"l,i" A572 GRADE 50. I: ------- SEE PLAN- -;:,,~~='" Qmm'/c 130.C"'.I;.;~;:;~1,r,~;;!" c~.~~ 'If J;,;J WASHERS __ A.S,T.M, DESIGNATION A307, DRAI.t.N..BY__ IK i RAILING JOiNT . 1."0') SPLICE PLATES _ A.S,T.M. DESIGNATION A36. . CHE,c;i<:ED BY, ____ " ASSEMBL Y ELEVATION CARRIAGE BOLTS - A,S,T.M, DESIGNATION A307, REVIEI.tED BY ~ ," POST PLATES -- A.S,T,M. DESIGNATION A588 & A572 GRADE ~ "~ l' 9" BRIDGE ~gST CONNECTlDN PLATE -- A,S.T.M. DESIGNATION A36 OR TOWN OF SOUTHOLD :i I -- MIN, . EXr,J!Nj -SEE PLAN-LOWER TYPICAL BOX BEAM ANCHORAGE UNIT A.I.S,I. DESIGNATION 1020. " RAILING SPLICE NOT TO SCALE BASE PLATES - A.S,T.M. DESIGNATION A588 & A572 GRADE ~ ~ ~ '" - SPLICE BOLTS, NUTS, AND WASHERS -- A.S.T,M, DESIGNATION , [\1 A307. f: ~ 1 ANCHOR STUDS - A.S. T,M, DESIGNA nON A449, i ", NUTS AND WASHERS FOR ANCHOR STUDS - A.S. T.M. I m DESIGNATION A325, PLANS FOR THE r n _I YPIC'AI 1::'1-'10('1 I)AILIN'-- ['LLVA'IION ANCHOR PLATES _ A,S,T,M, DESIGNATION A36. I; ~ ----, J _' '\ ) :,:'-- U 1-- . PLATE SHIMS _ A.S,T.M. DESIGNATION A36. REPLACEMENT OF i " END CAP - A.S, T,M. DESIGNATION A36. I ~ B GALVANIZED RAILING - ALL COMPONENTS OF THE RAILING, B PECONIC BAY! " INCLUDING ANCHOR STUDS, NUTS AND WASHERS, SHALL BE BOULEVARD BRIDGE fr ~ GALVANIZED IN ACCORDANCE WITH A.S,T,M. A153, ANCHOR STUDS I ' AND ALL BOLTS SHALL HAVE A CLASS 2A FIT PRIOR TO OVER BRUSHES CREEK ': G GALVANIZING, THE CUT PORTION OF RAIL SPLICE HOLE SHALL BE :;: GIVEN ONE fiELD COAT OF DULL ORANGE PRIMER AND TWO FIELD LAUREL NEW YORK COA TS OF READY-MIXED ALUMINUM PAINT CONFORMING TO THE , r '" REQUIREMENTS OF M 18F NASSAU COUNTY STANDARD SPECIFICATIONS, I ~ II "' GRIND ALL EDGES OF POST PLATES AND BASE PLATES PRIOR TO M :;: GALVANIZING SO THAT ALL SHARP EDGES ARE REMOVED. ~ J' UNLESS COVERED BY OTHER SPECIFICATIONS, ALL DIMENSIONS Ii . RELATED TO THE FABRICATION OF THE STEEL RAILING SHALL HAVE A I ~ TOLERANCE OF + /- 1/16", " o o L ~ CONTRACT " ., "" , '0 '" , " '" / ru o " ~ / , T n " / ~ o ~ FINAL BID DOCUMENT i 2" SHEET TITLE ~ A A t I I. 'i I, I" BRIDGE DETAILS il , " i o SHEET NUMBER I BD.2 I Ii -- I" 1 2 3 4 5 ~ ,I " " II